231
NATIONAL HIGHWAYS AUTHORITY OF INDIA (Ministry of Shipping, Road Transport & Highways) Golden Quadrilateral Project Construction of Toll Lanes & Plaza at Km.13/0, village Daulatpura (Km.0/0 at Harmara) of Jaipur Bypass connecting Km.220 (Chandwaji) & Km.273/500 (Heerapura) of NH-8 in the State of Rajasthan BID DOCUMENT – ITEM RATE CONTRACT NATIONAL COMPETITIVE BIDDING VOLUME - I D-35/1, Sanjeevani Marg, Hanuman Nagar, Jaipur–302021 Phone : 0141-2351417/ 2351427 Fax : 0141-2351333 OCTOBER 2005

Volume i Nhai

Embed Size (px)

DESCRIPTION

nhai

Citation preview

Page 1: Volume i Nhai

NATIONAL HIGHWAYS AUTHORITY OF INDIA (Ministry of Shipping, Road Transport & Highways)

Golden Quadrilateral Project

Construction of Toll Lanes & Plaza at Km.13/0,

village Daulatpura (Km.0/0 at Harmara) of Jaipur Bypass connecting Km.220 (Chandwaji) & Km.273/500 (Heerapura) of NH-8

in the State of Rajasthan

BID DOCUMENT – ITEM RATE CONTRACT

NATIONAL COMPETITIVE BIDDING

VOLUME - I

D-35/1, Sanjeevani Marg, Hanuman Nagar, Jaipur–302021

Phone : 0141-2351417/ 2351427 Fax : 0141-2351333

OCTOBER 2005

Page 2: Volume i Nhai

NATIONAL HIGHWAYS AUTHORITY OF INDIA

(MINISTRY OF SHIPPING, ROAD TRANSPORT & HIGHWAYS)

GOLDEN QUADRILATERAL PROJECT

NATIONAL COMPETITIVE BIDDING

(CIVIL WORKS)

NAME OF WORK : Construction of Toll Lanes & Plaza at Km.13/0, village Daulatpura (Km.0/0 at Harmara) of Jaipur Bypass connecting Km.220 (Chandwaji) & Km.273/500 (Heerapura) of NH-8 in the State of Rajasthan

SALE OF BIDDING : FROM 22.11.2005 to 09.12.2005 DOCUMENT TIME AND DATE OF : AT 11:00 HOURS ON 10.12.2005 PRE-BID CONFERENCE VENUE – D-35/1, Sanjeevani Marg, Hanuman Nagar,

Jaipur-302021. LAST DATE AND TIME FOR : DATE 19.12.2005 TIME 13:00 HOURS SUBMISSION OF BIDS TIME AND DATE OF OPENING : DATE 19.12.2005 TIME 15:00 HOURS OF TECHNICAL BIDS PLACE OF OPENING OF BIDS : NATIONAL HIGHWAYS AUTHORITY OF INDIA D-35/1, Sanjeevani Marg, Hanuman Nagar, Jaipur-

302021. CONTACT PERSON : Mr. A.C.Srivastava

PROJECT DIRECTOR PIU, Jaipur

Jaipur, Rajasthan-302021. TEL : (0091)-141-2351417/ 2351427 FAX: (0091)-141-2351333

Page 3: Volume i Nhai

NATIONAL HIGHWAYS AUTHORITY OF INDIA

(MINISTRY OF SHIPPING, ROAD TRANSPORT & HIGHWAYS)

GOLDEN QUADRILATERAL PROJECT

BID DOCUMENT – ITEM RATE CONTRACT

CONTENTS INVITATION FOR BIDS (IFB) VOLUME I SECTION 1 INSTRUCTIONS TO BIDDERS (ITB) SECTION 2 QUALIFICATION INFORMATION SECTION 3 CONDITIONS OF CONTRACT SECTION 4 CONTRACT DATA

VOLUME II SECTION 5 TECHNICAL SPECIFICATIONS

VOLUME III SECTION 6 CONTRACTOR’S BID SECTION 7 BILL OF QUANTITIES SECTION 8 FORM(S)

VOLUME IV SECTION 9 DRAWINGS

VOLUME V SECTION 10 DOCUMENTS TO BE FURNISHED BY THE

BIDDER

Page 4: Volume i Nhai

NATIONAL HIGHWAYS AUTHORITY OF INDIA

(MINISTRY OF SHIPPING, ROAD TRANSPORT & HIGHWAYS)

GOLDEN QUADRILATERAL PROJECT

BID DOCUMENT – ITEM RATE CONTRACT

VOLUME I

CONTENTS

SECTION PARTICULARS

PAGE NO.

INVITATION FOR BIDS (IFB)

(i)-(ii)

1 INSTRUCTIONS TO BIDDERS (ITB)

1-1 to 1-15

2 QUALIFICATION INFORMATION

2-1 to 2-7

3 CONDITIONS OF CONTRACT

3-1 to 3-16

4 CONTRACT DATA

4-1 to 4-10

Page 5: Volume i Nhai

INVITATION FOR BIDS (IFB)

Page 6: Volume i Nhai

i

National Highways Authority of India (Ministry of Shipping, Road Transport & Highways)

INVITATION FOR BIDS (IFB)

NATIONAL COMPETITIVE BIDDING

1. The NHAI on the behalf of Chairman, NHAI invites Sealed item rate bids on post

qualification basis from reputed contractors for the work of “Construction of Toll Lanes & Plaza at Km.13/0, village Daulatpura (Km.0/0 at Harmara) of Jaipur Bypass connecting Km.220 (Chandwaji) & Km.273/500 (Heerapura) of NH-8 in the State of Rajasthan” on Golden Quadrilateral.

2. Brief description of work is as given below:

Name of work Approximate value of work

(Rs. Lacs)

Bid Security

(Rs. Lacs)

Cost of Document

(Rs.)

Period of completion

1 2 3 4 5 Construction of Toll Lanes & Plaza at Km.13/0, village Daulatpura (Km.0/0 at Harmara) of Jaipur Bypass connecting Km.220 (Chandwaji) & Km.273/500 (Heerapura) of NH-8 in the State of Rajasthan

639.16 12.78 5000.00 5 Months

3. A complete set of Bidding documents (one copy of Vol. I, II, IV and two copies of Vol. III) may be obtained between 10.00 hours to 17.00 hours on all working days from 22.11.2005 to 09.12.2005 from the address of communication mentioned below. The Bid document can be obtained on payment of non-refundable cost of document mentioned above in the form of a Demand Draft favouring National Highways Authority of India and payable at Jaipur. The documents can also be downloaded from NHAI's website: http//www.nhai.org. Applicants submitting the downloaded version would need to pay the cost of documents along with application in the above manner. Merely issuance of the bid documents does not qualify for eligibility for award of work. The pre-bid conference shall be held on 10.12.2005 at 11:00 Hrs.

4. Sealed Bids under three cover system comprising of (i) first envelope containing bid security as indicated at para 2 above (ii) second envelope containing Technical Bid prepared in accordance with Section 1(A) of volume-1 of the bidding

Page 7: Volume i Nhai

ii

document and (iii) third envelope containing Financial Bid on volume-II of the bid document, inscribing the same on top of each envelope, should reach NHAI at the address of communication given below not later than 13.00 hours on 19.12.2005 The technical bids will be opened on 19.12.2005 at 15:00 hrs in the presence of the Bidders or their authorised representatives.

5. All pages of the documents in each envelope must be machine numbered and the document be ‘hard bound’. Document in spiral or any other type of binding other than ‘hard binding’ may be rejected.

6. NHAI will not be responsible for any delay in receiving the Bid Documents and

reserves the right to accept/reject any or all Bids without assigning any reasons thereof.

7. The qualification criteria have been indicated in detail in Section-I(A)

(Qualification Criteria) of Volume I of Bidding Documents. The salient requirements for qualification are indicated below.

i. Minimum average annual financial turnover in similar road works during the last 5 years Rs.20.00 crores. ii. Should have executed and completed satisfactorily one single road project including toll plaza/toll plaza work of similar nature in last 5 years not less than Rs.21.00 crores iii. Liquid assets and/or availability of credit facilities Rs. 0.67 Crores Other details can be seen in the bidding documents. Address for Communication: Project Director, National Highways Authority of India, D-35/1, Sanjeevani Marg, Hanuman Nagar, Jaipur-302021. Telephone : (0141) 2351417/ 2351427 Fax: (0141) 2351333

Page 8: Volume i Nhai

SECTION 1 INSTRUCTIONS TO BIDDERS (ITB)

Page 9: Volume i Nhai

Section 1: Instructions to Bidders Table of Clauses

Clause No.

Content Page No.

A. General

1. Scope of Bid 1-1 2. Source of Funds 1-1 3. Eligible Bidders 1-1 4. Qualification of the Bidder 1-2 5. One Bid per Bidder 1-4 6. Cost of Bidding 1-4 7. Site Visit 1-4

B. Bidding Documents

8. Content of Bidding Documents 1-4 9. Clarification of Bidding Documents 1-5

10. Amendment of Bidding Documents 1-5 C. Preparation of Bids

11. Language of Bid 1-5 12. Documents Comprising the Bid 1-6 13. Bid Prices 1-6 14. Currencies of Bid and Payment 1-7 15. Bid Validity 1-7 16. Bid Security 1-7 17. Alternative Proposals by Bidders 1-8 18. Format and Signing of Bid 1-8

D. Submission of Bids

19. Sealing and Marking of Bids 1-8 20. Deadline for Submission of Bids 1-9 21. Late Bids 1-9 22. Modification and Withdrawal of Bids

1-9

E. Bid Opening and Evaluation

23. Bid Opening 1-9 24. Process to be Confidential 1-10 25. Clarification of Bids 1-10 26. Examination of Bids and Determination of Responsiveness 1-10 27. Correction of Errors 1-11 28. Deleted 1-11 29. Evaluation and Comparison of Bids 1-11 30. Deleted

1-12

F. Award of Contract

31. Award Criteria 1-12 32. Employer's Right to Accept any Bid and to Reject any or all Bids 1-12 33. Notification of Award & Signing of Agreement 1-12 34. Performance Security 1-13 35. Advance Payment and Security 1-13 36. Dispute review expert 1-13 37. Corrupt or Fraudulent Practices 1-13 38. List of Plan and Equipment to be Deployed on Contract Work 1-14 39. Minimum Key Personnel for the Project 1-15

Page 10: Volume i Nhai

1-1

A. General 1. Scope of Bid

1.1 The Chairman, National Highways Authority of India, New Delhi (referred to as “Employer” in these documents) invites bids for the construction of works (as defined in these documents and referred to as "the works") detailed in the table given in IFB.

1.2 The successful bidder will be expected to complete the works by the intended completion date specified in the Contract Data.

1.3 Throughout these bidding documents, the terms ‘bid’ and ‘tender’ and their derivatives (bidder/tenderer, bid/tender, bidding/tendering, etc.) are synonymous.

2. Source of Funds

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

3. Eligible Bidders

3.1 (a) This Invitation for Bid is open to all firms who are eligible for award of work.

3.1 (b) If the bid is made by an individual it shall be signed by the individual above his full typewritten name and current address.

3.1 (c) If the bid is made by proprietary firm it shall be signed by the proprietor above his full typewritten name and the full name of his firm with its current address.

3.1 (d) If the bid is made by a firm in partnership, it shall be signed by all the partners of the firm above their full typewritten names and current addresses, or alternatively by a partner holding power of attorney for the firm in which case a certified copy of the power of attorney shall accompany the application. A certified copy of the partnership deed and current address of all the partners of the firm shall also accompany the application.

3.1 (e) If the bid is made by a limited company or a corporation. It shall be signed by a duly authorised person holding power of attorney for signing the bid in which case a certified copy of the power of attorney shall accompany the bid.

3.1 (f) If the bid is made by a Joint Venture Consortia of two or more firms as partners:

i). The bid shall be signed so as to be legally binding on all partners.

ii). One of the partners shall be nominated as being incharge, and this authorisation shall be evidenced by submitting a power of attorney signed by legally authorised signatories of all the partners.

iii). The partner incharge shall be authorised to incur liabilities and receive instructions for and on behalf of any and all partners of the Joint Venture and the entire execution of the contract including payment shall be done.

iv). All partners of the Joint Venture shall be liable jointly and severally for execution of the contract in accordance with the contract terms, and a relevant statement to this effect shall be including the authorisation mentioned under (b) above.

v). A copy of the agreement entered into by the Joint Venture partners shall be submitted with the bid and

vi). Complete information pertaining to each partner in the respective forms duly signed by each such partner shall be submitted with the bid.

All signature in the bid document shall be dated.

3.2 All bidders shall provide in Section 2, Qualification Information and a statement that the Bidder has not associated, directly or indirectly, with the Consultant that has prepared the design, specifications, and other documents for the Project or being proposed as Project Manager for the Contract. A firm that has been engaged by the Employer to provide consulting services for the preparation or supervision of the works, and any of its affiliates, shall not be eligible to bid.

Page 11: Volume i Nhai

1-2

3.3 Government-owned enterprises may also participate if they are legally and financially autonomous, operate under commercial law and are not a dependent agency of the Employer.

4. Qualification of the Bidder

4.1 All bidders shall provide in Section 2, Qualification Information, a preliminary description of the proposed work method and schedule, including drawings and charts, as necessary. The proposed methodology should include program of construction backed with equipment planning and deployment duly supported with broad calculations and quality assurance procedures proposed to be adopted justifying their capability of execution and completion of the work as per technical specifications within the stipulated period of completion.

4.2 Qualification of bidders will be undertaken on receipt of bids, only bids from qualified bidders will be considered for award of Contract. These qualified bidders should submit with their bids any information updating their qualification applications. The update or confirmation should be provided in Section 2.

With updated information, the bidder must continue to be qualified in accordance with the criteria laid down in the qualification document.

All bidders shall also furnish the following information in Section 2. [In case of Joint Ventures, information should be furnished by each partner of the Joint Venture]

(i) Evidence of access to or availability of credit facilities certified by bankers (not more than three months old (minimum 10% of the estimated cost of the project).

(ii) Undertaking that the bidder would be able to invest a minimum of cash up to 25% of Contract value of the work (in proportion of participation, in case of joint venture), during implementation of the contract.

(iii) Proposals, if any, for sub-contracting of elements of the works costing more than 10% of the bid amount.

(iv) Power of Attorney

(v) Latest Income Tax Clearance certificate from the concerned department, in case of firms incorporated in India.

(vi) Copy of certificates from Employer for completion of the contract on the basis of which the contractor will be qualified.

(vii) Affidavit confirming that all the information furnished by the bidder in the bid are correct and the bidder binds himself with all the stipulations of the bidding document, including period of completion, provision of adequate equipment, personnel and other resources required for completion within the stipulated completion period and agrees to augment them, if found necessary, for timely completion of the project.

4.3. Deleted

4.4 Deleted.

4.5 A. To qualify for award of the contract each bidder in its name should have the following.

(a) Should have executed and completed satisfactorily atleast one single Road Project work including toll plaza or toll plaza of similar nature having not less than 21.00 crores during last five years at the current price level.

(b) Should have an average annual turnover of similar road works not less than 20.00 Crores during the last five years at the current price level.

Page 12: Volume i Nhai

1-3

4.5 B. Each bidder should demonstrate:

(a) Availability (either owned or leased or by procurement) of the minimum key and critical equipment for this work as per Annex I, which gives the list of major equipment which would be required for the completion of works in accordance with technical specifications as per employer’s estimation.

The bidders should, however, undertake their own studies and furnish with their bid, a detailed construction planning and methodology supported with layout and necessary drawings and calculations to allow the employer to review their proposals. The numbers, types and capacities of each plant/equipment shall be shown in the proposals along with the cycle time for each operation for the given production capacity to match the requirements.

(b) Availability, for this work, of key personnel. A list of minimum key personnel required to be deployed is given in Annex II.

Further, the employer shall discuss the requirement of equipment and personnel in detail with the successful bidder in accordance with the programme of work for completion within the stipulated period of completion and the bidder shall have to modify and/or augment them as required, based on such discussions.

4.6 Deleted

4.7 Bidders who meet the minimum qualification criteria will be qualified only if their available bid capacity is more than the estimated cost of the project indicated in the IFB. The available bid capacity will be calculated as under:

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

where

A = Maximum value of civil engineering works executed in any one year during the last five years from 2000-2001 to 2004-2005 (updated to 2004-05 price level) taking into account the completed as well as works in progress.

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

B = Value, at 2004-05 price level, of existing commitments and on-going works to be completed during the period of completion of the works for which bids are invited.

Note:

(i) The statements showing the value of existing commitments and on-going works as well as the stipulated period of completion remaining for each of the works listed should be countersigned by the Engineer in charge, not below the rank of an Executive Engineer or equivalent or certified by authorised signatory of the bidder.

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

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

2004-05 1.00

2003-04 1.10

2002-03 1.21

2001-02 1.33

Page 13: Volume i Nhai

1-4

2000-01 1.46

1999-00 1.61

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

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

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

5. One Bid per Bidder

5.1 Each bidder shall submit only one bid for one package. A bidder who submits or participates in more than one Bid (other than as a subcontractor) will cause all the proposals with the Bidder’s participation to be disqualified.

6. Cost of Bidding

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

7. Site visit

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

B. Bidding Documents

8. Content of Bidding Documents

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

Section Particulars Volume No.

Invitation for Bids (IFB) I

1 Instructions to Bidders (ITB) I

2 Qualification Information I

3 Conditions of Contract I

4 Contract Data I

5 Technical Specifications II

6 Contractor’s Bid III

7 Bill of Quantities III

8 Forms III

9 Drawings IV

10. Documents to be furnished by bidder V

Page 14: Volume i Nhai

1-5

8.2 One copy of each of the volumes I, II, IV and 2 copies of Vol. III will be issued to the bidder. Documents to be furnished by the bidder in compliance to section 2 will be prepared by him and furnished as Volume-V.

8.3 The bidder is expected to examine carefully all instructions, conditions of contract, contract data, forms, terms, technical specifications, bill of quantities, forms, Annexes and drawings in the Bid Document. Failure to comply with the requirements of Bid Documents shall be at the bidder’s own risk. Pursuant to clause 26 hereof, bids which are not substantially responsive to the requirements of the Bid Documents shall be rejected.

9. Clarification of Bidding Documents

9.1 A prospective bidder requiring any clarification of the bidding documents may notify the Employer in writing or by cable (hereinafter "cable" includes telex and facsimile) at the Employer's address indicated in the invitation to bid. The Employer will respond to any request for clarification, which he receives earlier than 15 days prior to the deadline for submission of bids. Copies of the Employer's response will be forwarded to all purchasers of the bidding documents, including a description of the enquiry but without identifying its source.

9.2 Pre-bid meeting

9.2.1 The bidder or his official representative is invited to attend a pre-bid meeting which will take place at D-35/1, Sanjeevani Marg, Hanuman Nagar, Jaipur-302021 on 6.12.05 at 11:00 hrs.

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

9.2.3 The bidder is requested to submit any questions in writing or by cable to reach the Employer not later than one week before the meeting.

9.2.4 Minutes of the meeting, including the text of the questions raised (without identifying the source of enquiry) and the responses given will be transmitted without delay to all purchasers of the bidding documents. Any modification of the bidding documents listed in the Sub-Clause 8.1 which may become necessary as a result of the pre-bid meeting shall be made by the Employer exclusively through the issue of an Addendum pursuant to Clause 10 and not through the minutes of the pre-bid meeting.

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

10. Amendment of Bidding Documents

10.1 Before the deadline for submission of bids, the Employer may modify the bidding documents by issuing addenda.

10.2 Any addendum thus issued shall be part of the bidding documents and shall be communicated in writing or by cable to all the purchasers of the bidding documents. Prospective bidders shall acknowledge receipt of each addendum by cable to the Employer.

10.3 To give prospective bidders reasonable time in which to take an addendum into account in preparing their bids, the Employer may, at his discretion extend the deadline for submission of bids, in accordance with Sub-Clause 20.2 below.

C. Preparation of Bids

11. Language of the Bid

11.1 All documents relating to the bid shall be in the English language.

Page 15: Volume i Nhai

1-6

12. Documents comprising the Bid

12.1 The bid submitted by the bidder shall comprise the following:

(A) Technical Bid

(i) Bid Security.

(ii) Qualification Information Form and Documents; (pursuant to Clause 4 hereof) and any other materials required to be furnished and submitted by bidders in accordance with these instructions. The documents listed under Sections 1 and 2 of Sub-Clause 8.1 shall be furnished in without exception. A separate volume will be prepared by the bidder containing these documents and will be named as Volume V.

(B) Financial Bid

(i) Contractor’s bid (Section 6) duly filled in and signed by bidder.

(ii) Priced Bill of Quantities (Section 7) duly filled and signed by bidder.

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

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

Section Particulars Volume No.

Invitation for Bids (IFB) I

1 Instructions to Bidders I

3 Conditions of Contract I

4 Contract Data I

5 Technical Specifications II

8. Forms III

9 Drawings IV

13. Bid Prices

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

13.2 The bidder shall fill in rates and prices (both in figures and words) for all items of the Works described in the Bill of Quantities along with total bid price (both in figures and words). Items for which no rate or price is entered by the bidder will not be paid for by the Employer when executed and shall be deemed covered by the other rates and prices in the Bill of Quantities. However, rates are not to be quoted against those items of BOQ for which the quantities are not given. Corrections, if any, shall be made by crossing out, initialling and rewriting. All pages of the bill of quantities shall be initialled.

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

13.4 The rates and prices quoted by the bidder are subject to adjustment during the performance of the Contract in accordance with the provisions of Clause 47 of the Conditions of Contract.

Page 16: Volume i Nhai

1-7

14. Currencies of Bid and Payment

14.1 The unit rates and the prices shall be quoted by the bidder entirely in Indian Rupees. All payments shall be made in Indian Rupees.

15. Bid Validity

15.1 Bids shall remain valid for a period of 90 (Ninety) days after the deadline date for bid submission specified in Clause 20. A bid valid for a shorter period shall be rejected by the Employer as non-responsive.

15.2 In exceptional circumstances, prior to expiry of the original time limit, the Employer may request that the bidders may extend the period of validity for a specified additional period. The request and the bidders' responses shall be made in writing or by cable. A bidder may refuse the request without forfeiting his bid security. A bidder agreeing to the request will not be required or permitted to modify his bid, but will be required to extend the validity of his bid security for a period of the extension, and in compliance with Clause 16 in all respects.

15.3 Deleted

16. Bid Security

16.1 The Bidder shall furnish, as part of his Bid, a Bid security in the amount as shown in column 4 of the table of IFB for this particular work. This bid security shall be in favour of Project Director PIU-Jaipur, National Highways Authority of India, D-35/1, Sanjeevani Marg, Hanuman Nagar, Jaipur-302021 and may be in one of the following forms:

a. Receipt in challan of cash deposit in the Govt. Treasury in India.

b. Deposit-at-call Receipt from any scheduled Indian Bank or a foreign Bank located in India and approved by the Reserve Bank of India.

c. Indian Post Office / National Savings Certificate duly endorsed by the competent postal authority in India.

d. Bank Guarantee from any scheduled Indian bank, or form a foreign bank located in India and approved by the Reserve Bank of India, in the format given in Volume III.

e. Fixed Deposit Receipt, a certified cheque or an irrevocable letter of credit, issued by any Scheduled Indian Bank or a foreign Bank located in India approved by the Reserve Bank of India.

16.2 Bank guarantees (and other instruments having fixed validity) issued as surety for the bid shall be valid for 28 days beyond the validity of the bid.

16.3 Any bid not accompanied by an acceptable Bid Security and not secured as indicated in Sub-Clauses 16.1 and 16.2 above shall be rejected by the Employer as non-responsive.

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

16.5 The Bid Security of the successful bidder will be discharged when the bidder has signed the Agreement and furnished the required Performance Security.

16.6 The Bid Security shall be forfeited

(a) if the Bidder withdraws the Bid after Bid opening during the period of Bid validity;

(b) if the Bidder does not accept the correction of the Bid Price, pursuant to Clause 27; or

(c) in the case of a successful Bidder, if the Bidder fails within the specified time limit to

Page 17: Volume i Nhai

1-8

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

17. Alternative Proposals by Bidders

17.1 Bidders shall submit offers that fully comply with the requirements of the bidding documents, including the conditions of contract (including mobilisation advance or time for completion), basic technical design as indicated in the drawing and specifications. Conditional offer or alternative offers will not be considered further in the process of tender evaluation.

18. Format and Signing of Bid

18.1 The Bidder shall prepare one original and one copy of the documents comprising the bid as described in Clause 12 of these Instructions to Bidders, ‘Technical Bid; and ‘Financial Bid’ in separate parts and clearly marked "ORIGINAL" and "COPY" as appropriate. In the event of discrepancy between them, the original shall prevail.

18.2 The original and copy of the Bid shall be typed or written in indelible ink and shall be signed by a person or persons duly authorized to sign on behalf of the Bidder. All pages of the Technical Bid and Financial Bid shall be initialled by the person or persons signing the bid. All entries or amendments shall also be initialled by the person or persons signing the bid.

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

D. Submission of Bids

19. Sealing and Marking of Bids

19.1 The Bidder shall seal the original and copy of the Technical Bid as per Clause 12.1 hereof, in separate envelopes, duly marking the envelopes as "ORIGINAL" and "COPY". These envelopes (called as inner envelopes) shall then be put inside one outer envelope and sealed, duly marking the envelope as ‘Technical Bid’. Similarly the Bidder shall seal the original and copy of Financial Bid, as per Clause 12.1 hereof, in separate envelopes duly marking the envelopes as ‘Original’ and ‘Copy’. These envelopes shall then be put inside one outer envelope and sealed, duly marking the outer envelope as ‘Financial Bid’. The ‘Technical Bid’ and the ‘Financial Bid’, shall then be put in the outermost envelope and sealed, duly marked as ‘Technical Bid’ and ‘Financial Bid’.

19.2 All the envelopes shall

(a) be addressed to the Employer at the following address: Project Director, National Highways Authority of India, D-35/1, Sanjeevani Marg, Hanuman Nagar, Jaipur-302021.

(b) bear the following identification:

- Bid for (Name of Work) - DO NOT OPEN BEFORE (Last date of submission)

(c) Name and address of the Bidder.

19.3 In addition to the identification required in Sub-Clause 19.2, the inner envelopes shall indicate the name and address of the bidder to enable the bid to be returned unopened in case it is declared late, pursuant to Clause 21, or the bid is declared non-responsive.

19.4 If the envelopes are not sealed and marked as above, the Employer will assume no responsibility for the misplacement or premature opening of the ‘Technical Bid’ and ‘Financial Bid’.

Page 18: Volume i Nhai

1-9

20. Deadline for Submission of the Bids

20.1 Bids must be received by the Employer at the address specified above no later than 13:00 hrs. on 19.12.05 and will be opened on the same day at 1530 Hrs. In the event of the specified date for the submission of bids declared a holiday for the Employer, the Bids will be received up to the appointed time on the next working day.

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

21. Late Bids

21.1 Any Bid received by the Employer after the deadline prescribed in Clause 20 will be returned unopened to the bidder.

22. Modification and Withdrawal of Bids

22.1 Bidders may modify or withdraw their bids by giving notice in writing before the deadline prescribed in Clause 20.

22.2 Each Bidder's modification or withdrawal notice shall be prepared, sealed, marked, and delivered in accordance with Clause 18 & 19, with the outer and inner envelopes additionally marked "MODIFICATION" or "WITHDRAWAL", as appropriate.

The envelopes for modifications on ‘Technical Bid’ and ‘Financial Bid’ shall be submitted in separate sealed envelopes and marked as ‘Modifications of Technical Bid’ or ‘Modifications of Financial Bid’, as the case may be.

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

22.4 Withdrawal or modification of a Bid between the deadline for submission of bids and the expiration of the original period of bid validity specified in Clause 15.1 above or as extended pursuant to Clause 15.2 shall result in the forfeiture of the Bid security pursuant to Clause 16.

22.5 Bidders may only offer discounts to, or otherwise modify the prices of their Bids by submitting Bid modifications in accordance with this clause, or included in the original Bid submission. [No rebate for simultaneous award of two or more contracts will be entertained.]

E. Bid Opening and Evaluation

23. Bid Opening

23.1 Bid opening shall be carried out in two stages. Firstly, ‘technical bid’ of all the bids received (except those received late) shall be opened on the date and time mentioned in Clause 20. ‘Financial Bid’ of those bidders whose ‘technical bid’ has been determined to be substantially responsible shall be opened on a subsequent date which will be notified to such bidders.

23.2 Opening of Technical Bids

23.2.1 The Employer will open the envelope marked the technical bid of all the bids received (except those received late), including ‘modifications of technical bids’ made pursuant to Clause 22, in the presence of bidders or their representatives who choose to attend on the date and time mentioned in Clause 20. In the event of specified date of bid opening being declared as a holiday for the Employer, the bids will be opened at the appointed time and location on the next working day.

23.2.2 Envelopes marked ‘withdrawal’ shall be opened and read. Bids for which acceptable notice of withdrawal has been submitted pursuant to Clause 22 shall not be opened.

23.2.3 Bidder’s names, withdrawals, ‘modification of technical bid’, the presence of bid security and such other details, as the Employer may consider appropriate will be announced by the Employer at the opening.

Page 19: Volume i Nhai

1-10

23.2.4 The Employer shall prepare minutes of the bid opening, including the information disclosed to those present in accordance with sub-clause 23.2.3 hereof.

23.3 Opening of Financial Bids

23.3.1 The Employer will open the envelope marked ‘financial bid’ (including ‘modifications to financial bid’ pursuant to Clause 22) of those bidders whose technical bid has been determined to be substantially responsive in accordance with Clause 26 hereof, in presence of the bidders or their representatives who choose to attend, on the date which will be intimated to such bidders. In the event of specified date of bid opening being declared a holiday for Employer, the ‘Financial Bids’ shall be opened at the appointed time and location on the next working day.

23.3.2 The Bidders’ names, the bid prices, the total amount of each bid, any discount, ‘modifications of financial bids’ and such other details, as the Employer may consider appropriate will be announced by the Employer at the opening. Any bid price or discount, which is not read out and recorded at the Bid opening will not be taken into account in Bid Evaluation.

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

24. Process to Be Confidential

24.1 Information relating to the examination, clarification, evaluation, and comparison of Bids and recommendations for the award of a contract shall not be disclosed to Bidders or any other persons not officially concerned with such process until the award to the successful Bidder has been announced.

25. Clarification of Bids

25.1 To assist in the examination, evaluation, and comparison of Bids, the Employer may, at his discretion, ask any Bidder for clarification of his Bid, including breakdowns of unit rates. The request for clarification and the response shall be in writing or by cable, but no change in the price or substance of the Bid shall be sought, offered, or permitted except as required to confirm the correction of arithmetic errors discovered by the Employer in the evaluation of the Bids in accordance with Clause 27.

25.2 Subject to sub-clause 25.1, no Bidder shall contact the Employer on any matter relating to its bid from the time of the bid opening to the time the contract is awarded. If the Bidder wishes to bring additional information to the notice of the Employer, he should do so in writing.

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

26. Examination of Bids and Determination of Responsiveness

26.1 After opening of ‘technical bids’ in accordance with Clause 23.2 above, the Employer will determine whether each bid (a) has been properly signed; (b) meets the eligibility and qualifications criteria defined in Clauses 3 and 4; (c) is accompanied by required securities in accordance with Clause 16; and (d) is substantially responsive to the requirements of the ‘Bidding Documents’.

26.2 After opening of financial bid in accordance with Clause 23.3, the Employer will determine whether each bid (a) has been properly signed; and (b) is substantially responsive to the requirements of ‘Bidding Documents’.

26.3 A substantially responsive Technical or Financial Bid is one which confirms to all the terms, conditions and specifications of the Bidding Documents, without material deviations or reservation. A material deviations or reservation is one (a) which affects in any substantial way the scope, quality or performance of Works; (b) which limits in any substantial way, inconsistent with the Bidding documents, the Employer’s rights or the Bidder’s obligations under the contract; or (c) whose rectification would affect unfairly the competitive position of the Bidders presenting substantially responsive Bids.

Page 20: Volume i Nhai

1-11

26.4 If a ‘Technical Bid’ or ‘Financial Bid’ is not substantially responsive, the bid will be rejected by the Employer, and may not subsequently be made responsive by correction or withdrawal of non-conforming deviation or reservation.

26.5 The envelope marked ‘Financial Bid’ of those bidders whose ‘Technical Bid’ has been determined to be non-responsive shall not be opened and will be returned unopened.

27. Correction of Errors

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

(a) where there is a discrepancy between the rates in figures and in words, the rate in words will govern; and

(b) where there is a discrepancy between the unit rate and the line item total resulting from multiplying the unit rate by the quantity, the unit rate as quoted will govern.

27.2 The amount stated in the Bid will be adjusted by the Employer in accordance with the above procedure for the correction of errors and, with the concurrence of the Bidder, shall be considered as binding upon the Bidder. If the Bidder does not accept the corrected amount the Bid will be rejected, and the Bid security may be forfeited in accordance with Sub-Clause 16.6 (b).

28. Deleted

29. Evaluation and Comparison of Bids

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

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

(a) making any correction for errors pursuant to Clause 27; or

(b) making an appropriate adjustments for any other acceptable variations, deviations; and

(c) making appropriate adjustments to reflect discounts or other price modifications offered in accordance with Sub Clause 22.5.

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

29.4 The estimated effect of the price adjustment conditions under Clause 47 of the Conditions of Contract, during the period of implementation of the Contract, will not be taken into account in Bid evaluation.

29.5 If the Bid of the successful Bidder is seriously unbalanced in relation to the Engineer's estimate of the cost of work to be performed under the contract, the Employer may require the Bidder to produce detailed price analyses for any or all items of the Bill of Quantities, to demonstrate the internal consistency of those prices with the construction methods and schedule proposed. After evaluation of the price analyses, the Employer may require that the amount of the performance security set forth in Clause 34 be increased at the expense of the successful Bidder to a level sufficient to protect the Employer against financial loss in the event of default of the successful Bidder under the Contract.

29.6 A tender which contains several items in the Bill of Quantities which are unrealistically priced low and which cannot be substantiated satisfactorily by the bidder, may be rejected as ‘non-responsive’.

30. Deleted

Page 21: Volume i Nhai

1-12

F. Award of Contract

31. Award Criteria

31.1 Subject to Clause 32, the Employer will award the Contract to the Bidder whose Bid has been determined to be substantially responsive to the Bidding documents and who has offered the lowest evaluated Bid Price, provided that such Bidder has been determined to be (a) eligible in accordance with the provisions of Clause 3, and (b) qualified in accordance with the provisions of Clause 4. No Bidder will be awarded more than two contract packages under this phase for which pre qualification was invited, subject to their eligibility and bid capacity.

32. Employer's Right to Accept any Bid and to Reject any or all Bids

32.1 Notwithstanding Clause 31, the Employer reserves the right to accept or reject any Bid, and to cancel the Bidding process and reject all Bids, at any time prior to the award of Contract, without thereby incurring any liability to the affected Bidder or Bidders or any obligation to inform the affected Bidder or Bidders of the grounds for the Employer's action.

33. Notification of Award and Signing of Agreement

33.1 The Bidder whose Bid has been accepted will be notified of the award by the Employer prior to expiration of the Bid validity period by cable, telex or facsimile (and subsequently confirmed by registered letter). This letter (hereinafter and in the Conditions of Contract called the "Letter of Acceptance") will state the sum that the Employer will pay the Contractor in consideration of the execution, completion, and maintenance of the Works by the Contractor as prescribed by the Contract (hereinafter and in the Contract called the "Contract Price").

33.2 The notification of award will constitute the formation of the Contract, subject only to the furnishing of a performance security in accordance with the provisions of Clause 34.

33.3 At the same time he notifies the successful bidder that his bid has been accepted, the Employer will direct him to attend the Employer’s office on a date determined by the Employer for signing the Form of Agreement.

33.4 Within 28 days (twenty eight days) of the date of signing the Form of Agreement , the successful bidder shall, if required, have the same engrossed, have the correct amount of stamp duty adjudicated by the Inspector General of Registrations, Delhi and return the same duly signed and executed on behalf of the successful bidder to the Employer.

33.5 Upon the furnishing by the successful Bidder of the Performance Security, the Employer will promptly notify the other Bidders that their Bids have been unsuccessful.

34. Performance Security

34.1 Within 15 days of receipt of the Letter of Acceptance, the successful Bidder shall deliver to the Employer a Performance Security in the form of a bank guarantee in the form given in Section 7; for an amount equivalent to 5% of the Contract price plus additional security for unbalanced Bids in accordance with Clause 29.5 of ITB and Clause 52 of Conditions of Contract.

34.2 The performance security provided by the successful Bidder, shall be issued either (a) at the Bidder's option, by a Nationalized/Scheduled Indian bank or (b) by a foreign bank located in India and approved by Reserve Bank of India.

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

35 Advance Payment and Security

35.1 The Employer will provide an Advance Payment on the Contract Price as stipulated in the Conditions of Contract, subject to maximum amount, as stated in the Contract Data.

36. Dispute Review Expert

Page 22: Volume i Nhai

1-13

36.1 The Employer proposes that one of the retired Director General (Road Development) or Additional Director Generals of the Ministry of Surface Transport (Roads Wing) or similar ranking officers of CPWD and Border Roads Organisation should be appointed Dispute Review Expert under the Contract. Actual name of Dispute Review Expert and his daily fee and reimbursable expenses will be discussed with the contractor within 3 months of the award of work. If the Employer has not agreed for the appointment of Dispute Review Expert by the said period, the Dispute Review Expert shall be appointed by the Council, Indian Roads Congress, New Delhi.

37. Corrupt or Fraudulent Practices

The Employer will reject a proposal for award if it determines that the Bidder recommended for award has engaged in corrupt or fraudulent practices in competing for the contract in question and will declare the firm ineligible, either indefinitely or for a stated period of time, to be awarded a contract with National Highways Authority Of India if it at any time determines that the firm has engaged in corrupt or fraudulent practices in competing for the contractor, or in execution.

37.2 Furthermore, Bidders shall be aware of the provision stated in sub-clause 23.2 and sub-clause 59.2 of the Conditions of Contract.

Page 23: Volume i Nhai

1-14

Annex - I

LIST OF MINIMUM PLANT & EQUIPMENT REQUIRED TO BE DEPLOYED

ON CONTRACT WORK

(Refer clause 4.5 B (a))

Sl. No. Type of Equipment Nos. Capacity

1. Motor Grader 1 -

2. Dozer 1 -

3. Tandem Roller 2 8-10 MT

4. Vibratory Roller 1 8-10 MT

5. Hot Mix Plant (Batch type) with Electronic Controls

1 100 TPH minimum

6. Paver Finisher with Electronic Sensor 1 100 TPH

7. Pneumatic Tyre Roller 1 8-10 MT

8. Concrete Batching and Mixing Plant 1 15 m3/hour minimum

9. Kerb casting machine 1 -

10. WMM Plant 1 70 Cum/Hr.

11. Total Station 1 1

12. Crane 2 25 Tonnes

Page 24: Volume i Nhai

1-15

Annex - II

LIST OF MINIMUM KEY PERSONNEL REQUIRED TO BE DEPLOYED ON THE CONTRACT WORK

(Refer clause 4.5 B (b))

Sl. No. Personnel Qualification Nos.

1.

Project Manager

B.E. Civil + 10 years Exp. (5 years as Project Manager)

1

2. Planning & Monitoring Engineer

B.E. Civil + 7 years experience including experience in computerised project management 1

3. Site Engineer B.E. Civil + 3 years Exp. (5 years in road construction) 4

4. Plant Engineer B.E. Mech. + 2 years Exp. or

Dip. Mech. + 7 years Exp. 1

5. Quantity Surveyor B.E. Civil + 5 years Exp. or

Dip. Civil + 7 years Exp. 1

6. Soil & Material Engineer B.E. Civil + 5 years Exp. 1

7. Survey Engineer B.E. Civil + 2 years Exp. or

Dip. Civil + 5 years Exp. 2

8. Mechanical Engineer B.E. Mech. + 5 years Exp. or

Dip. Mech.+ 7 years Exp. 1

9. Electrical Engineer B.E. Elect. + 5 years Exp. or

Dip. Elect. + 7 years Exp. 1

Skilled workers and operator Minimum 5% should have obtained certificate of proficiency from any institute/contractor.

Page 25: Volume i Nhai

SECTION 2

QUALIFICATION INFORMATION AND OTHER FORMS

Page 26: Volume i Nhai

2-1

SECTION 2: QUALIFICATION INFORMATION AND OTHER FORMS Table of Forms:

• QUALIFICATION INFORMATION

• EVIDENCE OF ACCESS TO OR AVAILABILITY OF CREDIT FACILITIES

• AFFIDAVIT

• UNDERTAKING

Page 27: Volume i Nhai

2-2

Qualification Information

The information to be filled in by the Bidder in the following pages will be used for purposes of post-qualification as provided for in Clause 4 of the Instructions to Bidders. 1. For Individual Bidders [In case of joint ventures, information should be furnished by each partner

of joint venture] 1.1 Constitution or legal status of Bidder [Attach copy] Place of registration: _______________________________ Principal place of business: _______________________________ Power of attorney of signatory of Bid [Attach] 1.2 Total value of Civil Engineering construction 2000-01β work performed in the last five years 2001-02 (in Rs. lakhs) 2002-03 2003-04 2004-05 1.3.1 Deleted

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

(A) Existing commitments and on-going works: Description of

Work Place &

State Contract

No. & DateName and Address of Employer

Value of contract

(Rs. Lakhs)

Stipulated period of

completion

Value of Works*

remaining to be completed (Rs. Lakhs)

Anticipated date of

completion

(1) (2) (3) (4) (5) (6) (7) (8)

* Attach certificate(s) from the Engineer(s)-in-Charge β Attach certificate from Chartered Accountant

Page 28: Volume i Nhai

2-3

(B) Works for which bids already submitted Description of

Work Place &

State Name and Address of Employer

Estimated value of works

(Rs. Lakhs)

Stipulated period of

completion

Date when decision is expected

Remarks if any

(1) (2) (3) (4) (5) (6) (7)

Page 29: Volume i Nhai

2-4

1.5 The following items of Contractor’s Equipment are essential for carrying out the Works. The Bidder should list all the information requested below, as per his own planning.

Item of

equipment Requirement Availability Proposals Remarks

(From whom to be

purchased) No. Capacity Owned/leased/to

be procured Nos./capacity Age/condition

(1) (2) (3) (4) (5) (6) (7)

Page 30: Volume i Nhai

2-5

1.6 Qualifications and experience of key personnel proposed for administration and execution of the Contract. Attach biographical data.

Sr. No.

Position Name Qualifications Years of experience (general)

Years of experience in the proposed

position (1) (2) (3) (4) (5)

1.

2.

3.

4.

5.

6.

7.

8.

9.

Project Manager

Planning & Monitoring Engineer

Site Engineer

Plant Engineer

Quantity Surveyor

Soil & material Engineer

Survey Engineer

Mechanical Engineer

Electrical Engineer

Page 31: Volume i Nhai

2-6

1.7 Proposed subcontracts and firms involved. Sections of the works

Value of Sub-contract

Sub-contractor (name and address) Experience in similar work

(1) (2) (3) (4)

1.8 Deleted 1.9 Deleted 1.10. Name, address, and telephone, telex, and fax numbers of the Bidders' bankers who may provide references

if contacted by the Employer.

1.11 Deleted 1.12 Statement of compliance under the requirements of Sub Clause 3.2 of the instructions to Bidders [Project

preparation being carried out by M/s____________________________] 1.13 Proposed work method and schedule. The Bidder should attach descriptions, drawings and charts as

necessary to comply with the requirements of the Bidding documents. [Refer ITB Clause 4.1]. 1.14 Programme. 1.15 Quality Assurance Programme. 1.16 Latest Income Tax Clearance Certificate. 2. Joint Ventures - Agreement to be furnished. 3. Additional Requirements 3.1 Bidders should provide any additional information required to fulfil the requirements of Clause 4 of the

Instructions to the Bidders, if applicable.

(i) Bank Certification for Credit Facility (ii) Affidavit (iii) Undertaking (iv) Copy of Revolving line of credit (v) Copy of the certificate from Employer for the contracts completed by the contractor

Page 32: Volume i Nhai

2-7

SAMPLE FORMAT FOR EVIDENCE OF ACCESS TO OR AVAILABILITY OF CREDIT FACILITIES

(CLAUSE 4.2 (i) OF ITB)

BANK CERTIFICATE

(From any Scheduled Indian Bank or foreign bank located in India and approved by Reserve Bank of India)

This is to certify that M/s. ________________________________________ is a reputed company with a good

financial standing.

If the contract for the work, namely ___________________________________ is awarded to the above firm, we

shall be able to provide overdraft/credit facilities to the extent of Rs. _____________________ to meet their

working capital requirements for executing the above contract.

___ Sd. __________ Name of Bank Senior Bank Manager Address of the Bank

Page 33: Volume i Nhai

2-8

AFFIDAVIT

1. I, the undersigned, do hereby certify that all the statements made in the required attachments are true and correct.

2. The undersigned also hereby certifies that neither our firm M/s ____________________________ have

abandoned any work on National Highways in India nor any contract awarded to us for such works have been rescinded, during last five years prior to the date of this bid.

3. The undersigned hereby authorise(s) and request(s) any bank, person, firm or corporation to furnish pertinent information deemed necessary and requested by the Department to verify this statement or regarding my (our) competence and general reputation .

4. The undersigned understand and agrees that further qualifying information may be requested, and agrees to

furnish any such information at the request of the Department / Project implementing agency. 5. The undersigned binds himself with all the stipulations of the Bidding Document including period of

completion, provision of adequate equipment, personnel and other resources required for completion within the stipulated completion period and agrees to augment them, if found necessary for timely completion of the project.

____________________________________

(Signed by an Authorised Officer of the Firm)

____________________ Title of Officer

____________________

Name of Firm

____________________ DATE

Page 34: Volume i Nhai

2-9

UNDERTAKING I, the undersigned do hereby undertake that our firm M/s ________________________________ would

invest a minimum cash up to 25% of the value of the work [part of value of work as joint venture partner]

during implementation of the Contract.

____________________________________ (Signed by an Authorised Officer of the Firm)

____________________ Title of Officer

_____________________

Name of Firm

____________________ DATE

Page 35: Volume i Nhai

SECTION 3

CONDITIONS OF CONTRACT

Page 36: Volume i Nhai

Conditions of Contract Table of Contents A. General Page No. C. Quality Control Page No. 1. Definitions 3-1 33. Identifying Defects 3-7 2. Interpretation 3-2 34. Tests 3-7 3. Language and Law 3-2 35. Correction of Defects 3-7 4. Engineer's Decisions 3-2 36. Uncorrected Defects 3-7 5. Delegation 3-3 6. Communications 3-3 7. Subcontracting 3-3 D. Cost Control 8. Other Contractors 3-3 37. Bill of Quantities 3-7 9. Personnel 3-3 38. Changes in the Quantities 3-7 10. Employer’s & Contractor's Risks 3-3 39. Variations 3-7 11. Employer's Risks 3-3 40. Payments for Variations 3-8 12. Contractor’s Risks 3-3 41. Cash Flow Forecasts 3-8 13. Insurance 3-4 42. Payment Certificates 3-8 14. Site Investigation Reports 3-4 43. Payments 3-8 15. Queries about the Contract 3-4 44. Compensation Events 3-9 Data 45. Tax 3-10 16. Contractor to Construct the 3-4 46. Currencies 3-10 Works 47. Price Adjustments 3-10 17. The Works to Be Completed by 3-4 48. Retention 3-10 the Intended Completion Date 49. Liquidated Damages 3-10 18. Approval by the Engineer 3-4 50. Bonus 3-11 19. Safety 3-5 51. Advance Payment 3-11 20. Discoveries 3-5 52. Securities 3-12 21. Possession of the Site 3-5 53. Deleted 3-12 22. Access to the Site 3-5 54. Cost of Repairs 3-12 23. Instructions 3-5 24. Disputes 3-5 25. Procedure for Disputes 3-5 E. Finishing the Contract 26. Replacement of Dispute Revision 3-5 Expert 55. Completion 3-12 B. Time Control 56. Taking Over 3-12 27. Program 3-6 57. Final Account 3-12 28. Extension of the Intended 3-6 58. Operating and Maintenance 3-12 Completion Date Manuals 59. Termination 3-12 29. Acceleration 3-6 60. Payment upon Termination 3-13 30. Delays Ordered by the 3-6 61. Property 3-13 Engineer 62. Release from Performance 3-13 31. Management Meetings 3-6 32. Early Warning 3-6

Special Conditions of Contract 3-14 To 3-16

Page 37: Volume i Nhai

3 - 1

Conditions of Contract Sec.-3

A. General 1. Definitions

1.1 Terms which are defined in the Contract Data are not also defined in the Conditions of Contract but keep their defined meanings. Capital initials are used to identify defined terms.

Bill of Quantities means the priced and completed Bill of Quantities forming part of the Bid. Compensation Events are those defined in Clause 44 hereunder. The Completion Date is the date of completion of the Works as certified by the Engineer in

accordance with Sub Clause 55.1. The Contract is the contract between the Employer and the Contractor to execute, complete and

maintain the Works. It consists of the documents listed in Clause 2.3 below. The Contract Data defines the documents and other information which comprise the Contract. The Contractor is a person or corporate body whose Bid to carry out the Works has been accepted by

the Employer. The Contractor's Bid is the completed Bidding document submitted by the Contractor to the

Employer. The Contract Price is the price stated in the Letter of Acceptance and thereafter as adjusted in

accordance with the provisions of the Contract. Days are calendar days; months are calendar months. A Defect is any part of the Works not completed in accordance with the Contract. The Dispute Review Expert is the person appointed jointly by the Employer and the Contractor to

resolve disputes in the first instance, as provided for in Clauses 24 and 25. The name of the Dispute Review Expert is defined in the Contract Data.

The Defects Liability Period is the period named in the Contract Data and calculated from the

Completion Date. The Employer is the party who will employ the Contractor to carry out the Works. The Engineer is the person named in the Contract Data (or any other competent person appointed and

notified to the contractor to act in replacement of the Engineer) who is responsible for supervising the Contractor, administering the Contract, certifying payments due to the Contractor, issuing and valuing Variations to the Contract, awarding extensions of time, and valuing the Compensation Events.

Equipment is the Contractor's machinery and vehicles brought temporarily to the Site to construct

the Works. The Initial Contract Price is the Contract Price listed in the Employer's Letter of Acceptance. The Intended Completion Date is the date on which it is intended that the Contractor shall complete

the Works. The Intended Completion Date is specified in the Contract Data. The Intended Completion Date may be revised only by the Engineer by issuing an extension of time.

Materials are all supplies, including consumables, used by the contractor for incorporation in the

Works. Plant is any integral part of the Works which is to have a mechanical, electrical, electronic or

chemical or biological function.

Page 38: Volume i Nhai

3 - 2

The Site is the area defined as such in the Contract Data.

Site Investigation Reports are those which were included in the Bidding documents and are factual interpretative reports about the surface and sub-surface conditions at the site.

Specification means the Specification of the Works included in the Contract and any modification or

addition made or approved by the Engineer. The Start Date is given in the Contract Data. It shall be 21 days from the date of issue of the notice to

proceed with the work. The notice to proceed shall be issued with in 15 days of signing of Agreement. A Subcontractor is a person or corporate body who has a Contract with the Contractor to carry out a

part of the work in the Contract which includes work on the Site. Temporary Works are works designed, constructed, installed, and removed by the Contractor which

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

Employer, as defined in the Contract Data. 2. Interpretation 2.1 In interpreting these Conditions of Contract, singular also means plural, male also means female or

neuter, and the other way around. Headings have no significance. Words have their normal meaning under the language of the Contract unless specifically defined. The Engineer will provide instructions clarifying queries about the Conditions of Contract.

2.2 If sectional completion is specified in the Contract Data, references in the Conditions of Contract to

the Works, the Completion Date, and the Intended Completion Date apply to any Section of the Works (other than references to the Completion Date and Intended Completion date for the whole of the Works).

2.3 The documents forming the Contract shall be interpreted in the following order of priority: (1) Agreement (2) Letter of Acceptance, notice to proceed with the works (3) Contractor’s Bid (4) Contract Data (5) Conditions of Contract including Special Conditions of Contract (6) Specifications (7) Drawings (8) Bill of quantities and (9) any other document listed in the Contract Data as forming part of the Contract. 3. Language and Law 3.1 The language of the Contract and the law governing the Contract are stated in the Contract Data. 4. Engineer's Decisions 4.1 Except where otherwise specifically stated, the Engineer will decide contractual matters between the

Employer and the Contractor in the role representing the Employer.

Page 39: Volume i Nhai

3 - 3

5. Delegation 5.1 The Engineer may delegate any of his duties and responsibilities to other people except to the Dispute

Review Expert after notifying the Contractor and may cancel any delegation after notifying the Contractor.

6. Communications 6.1 Communications between parties which are referred to in the conditions are effective only when in

writing. A notice shall be effective only when it is delivered (in terms of Indian Contract Act). 7. Subcontracting 7.1 The Contractor may subcontract any portion of work, up to a limit specified in Contract Data with the

approval of the Employer. Subcontracting does not alter the Contractor's obligations. 8. Other Contractors 8.1 The Contractor shall cooperate and share the Site with other contractors, public authorities, utilities,

and the Employer between the dates given in the Schedule of Other Contractors. The Contractor shall as referred to in the Contract Data, also provide facilities and services for them as described in the Schedule. The employer may modify the schedule of other contractors and shall notify the contractor of any such modification.

9. Personnel 9.1 The Contractor shall employ the key personnel named in the Schedule of Key Personnel as referred to

in the Contract Data to carry out the functions stated in the Schedule or other personnel approved by the Engineer. The Engineer will approve any proposed replacement of key personnel only if their qualifications, abilities, and relevant experience are substantially equal to or better than those of the personnel listed in the Schedule.

9.2 If the Engineer asks the Contractor to remove a person who is a member of the Contractor’s staff or

his work force stating the reasons the Contractor shall ensure that the person leaves the Site within seven days and has no further connection with the work in the Contract.

10. Employer’s and Contractor's Risks 10.1 The Employer carries the risks which this Contract states are Employer’s risks, and the Contractor

carries the risks which this Contract states are Contractor’s risks. 11. Employer's Risks 11.1 The Employer is responsible for the excepted risks which are (a) in so far as they directly affect the

execution of the Works in the Employer’s country, the risks of war, hostilities, invasion, act of foreign enemies, rebellion, revolution, insurrection or military or usurped power, civil war, riot commotion or disorder (unless restricted to the Contractor’s employees), and contamination from any nuclear fuel or nuclear waste or radioactive toxic explosive, or (b) a cause due solely to the design of the Works, other than the Contractor’s design.

12. Contractor’s Risks 12.1 All risks of loss of or damage to physical property and of personal injury and death which arise during

and in consequence of the performance of the Contract other than the excepted risks are the responsibility of the Contractor.

13. Insurance 13.1 The Contractor shall provide, in the joint names of the Employer and the Contractor, insurance cover

from the Start Date to the end of the Defects Liability Period, in the amounts and deductibles stated in the Contract Data for the following events which are due to the Contractor’s risks:

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

Page 40: Volume i Nhai

3 - 4

(b) loss of or damage of property (except the Works, Plant, Materials and Equipment) in

connection with the Contract; and (c) personal injury or death. 13.2 Policies and certificates for insurance shall be delivered by the Contractor to the Engineer for the

Engineer’s approval before the Start Date. All such insurance shall provide for compensation to be payable in the types and proportions of currencies required to rectify the loss or damage incurred.

13.3 If the Contractor does not provide any of the policies and certificates required, the Employer may

effect the insurance which the Contractor should have provided and recover the premiums the Employer has paid from payments otherwise due to the Contractor or, if no payment is due, the payment of the premiums shall be a debt due.

13.4 Alterations to the terms of an insurance shall not be made without the approval of the Engineer. 13.5 Both parties shall comply with any conditions of the insurance policies. 14. Site Investigation Reports 14.1 The Contractor, in preparing the Bid, shall rely on any site Investigation Reports referred to in the

Contract Data, supplemented by any information available to the Bidder. 15. Queries about the Contract Data 15.1 The Engineer will clarify queries on the Contract Data. 16. Contractor to Construct the Works 16.1 The Contractor shall construct and install the Works in accordance with the Technical Specifications

and Drawings. 17. The Works to Be Completed by the Intended Completion Date 17.1 The Contractor may commence execution of the Works on the Start Date and shall carry out the

Works in accordance with the program submitted by the Contractor, as updated with the approval of the Engineer, and complete them by the Intended Completion Date.

18. Approval by the Engineer 18.1 The Contractor shall submit Design, Specifications and Drawings showing the proposed works and

Space Frame Structure to the Engineer, who is to approve them if they comply with the desired specifications and drawings.

18.2 The Contractor shall be responsible for design of Temporary Works and Space Frame Structure. 18.3 The Engineer's approval shall not alter the Contractor's responsibility for design of the Temporary

Works and Space Frame Structure. 18.4 The Contractor shall obtain approval of third parties to the design of the Temporary Works where

required. 18.5 All Drawings prepared by the Contractor for the execution of the temporary or permanent Works, are

subject to prior approval by the Engineer before their use. 19. Safety 19.1 The Contractor shall be responsible for the safety of all activities on the Site. 20. Discoveries

Page 41: Volume i Nhai

3 - 5

20.1 Anything of historical or other interest or of significant value unexpectedly discovered on the Site is the property of the Employer. The Contractor is to notify the Engineer of such discoveries and carry out the Engineer's instructions for dealing with them.

21. Possession of the Site 21.1 The Employer shall give possession of all parts of the Site to the Contractor. If possession of a part is

not given by the date stated in the Contract Data the Employer is deemed to have delayed the start of the relevant activities and this will be Compensation Event.

22. Access to the Site 22.1 The Contractor shall allow the Engineer and any person authorized by the Engineer access to the Site,

to any place where work in connection with the Contract is being carried out or is intended to be carried out and to any place where materials or plant are being manufactured / fabricated / assembled for the works.

23. Instructions 23.1 The Contractor shall carry out all instructions of the Engineer which comply with the applicable laws

where the Site is located. 23.2 The Contractor shall permit the Employer to inspect the Contractor’s accounts and records relating to

the performance of the Contractor and to have them audited by auditors appointed by the Bank, if so required by the Employer.

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

to the Engineer by the Contract or that the decision was wrongly taken, the decision shall be referred to the Dispute Review Expert within 14 days of the notification of the Engineer's decision.

25. Procedure for Disputes 25.1 The Dispute Review Expert shall give a decision in writing within 28 days of receipt of a notification

of a dispute. 25.2 He shall be paid daily at the rate specified in the Contract Data together with reimbursable expenses

of the types specified in the Contract Data and the cost shall be divided equally between the Employer and the Contractor, whatever decision is reached by the Dispute Review Expert. Either party may refer a decision of the Dispute Review Expert to an Arbitrator within 28 days of his written decision. If neither party refers the dispute to arbitration within the above 28 days, the Dispute Review Expert’s decision will be final and binding.

25.3 The arbitration shall be conducted in accordance with the arbitration procedure stated in the Special

Conditions of Contract. 26. Replacement of Dispute Review Expert 26.1 Should the Dispute Review Expert resign or die, or should the Employer and the Contractor agree that

the Dispute Review Expert is not fulfilling his functions in accordance with the provisions of the Contract, a new Dispute Review Expert will be jointly appointed by the Employer and the Contractor. In case of disagreement between the Employer and the Contractor, within 30 days, the Dispute Review Expert shall be designated by the Appointing Authority designated in the Contract Data at the request of either party, within 14 days of receipt of such request.

B. Time Control 27. Program 27.1 Within the time stated in the Contract Data the Contractor shall submit to the Engineer for approval a

Program showing the general methods, arrangements, order, and timing for all the activities in the Works along with monthly cash flow forecast.

Page 42: Volume i Nhai

3 - 6

27.2 An update of the Program shall be a program showing the actual progress achieved on each activity

and the effect of the progress achieved on the timing of the remaining work including any changes to the sequence of the activities.

27.3 The Contractor shall submit to the Engineer, for approval, an updated Program at intervals no longer

than the period stated in the Contract Data. If the Contractor does not submit an updated Program within this period, the Engineer may withhold the amount stated in the Contract Data from the next payment certificate and continue to withhold this amount until the next payment after the date on which the overdue Program has been submitted.

27.4 The Engineer's approval of the Program shall not alter the Contractor's obligations. The Contractor

may revise the Program and submit it to the Engineer again at any time. A revised Program is to show the effect of Variations and Compensation Events.

28. Extension of the Intended Completion Date 28.1 The Engineer shall extend the Intended Completion Date if a Compensation Event occurs or a

Variation is issued which makes it impossible for Completion to be achieved by the Intended Completion Date without the Contractor taking steps to accelerate the remaining work and which would cause the Contractor to incur additional cost.

28.2 The Engineer shall decide whether and by how much to extend the Intended Completion Date within

21 days of the Contractor asking the Engineer for a decision upon the effect of a Compensation Event or Variation and submitting full supporting information. If the Contractor has failed to give early warning of a delay or has failed to cooperate in dealing with a delay, the delay by this failure shall not be considered in assessing the new Intended Completion Date.

29. Deleted 30. Delays Ordered by the Engineer 30.1 The Engineer may instruct the Contractor to delay the start or progress of any activity within the

Works. 31. Management Meetings 31.1 Either the Engineer or the Contractor may require the other to attend a management meeting. The

business of a management meeting shall be to review the plans for remaining work and to deal with matters raised in accordance with the early warning procedure.

31.2 The Engineer shall record the business of management meetings and is to provide copies of his record

to those attending the meeting and to the Employer. The responsibility of the parties for actions to be taken is to be decided by the Engineer either at the management meeting or after the management meeting and stated in writing to all who attended the meeting.

32. Early Warning 32.1 The Contractor is to warn the Engineer at the earliest opportunity of specific likely future events or

circumstances that may adversely affect the quality of the work, increase the Contract Price or delay the execution of works. The Engineer may require the Contractor to provide an estimate of the expected effect of the future event or circumstance on the Contract Price and Completion Date. The estimate is to be provided by the Contractor as soon as reasonably possible.

32.2 The Contractor shall cooperate with the Engineer in making and considering proposals for how the

effect of such an event or circumstance can be avoided or reduced by anyone involved in the work and in carrying out any resulting instruction of the Engineer.

Page 43: Volume i Nhai

3 - 7

C. Quality Control 33. Identifying Defects 33.1 The Engineer shall check the Contractor's work and notify the Contractor of any Defects that are

found. Such checking shall not affect the Contractor's responsibilities. The Engineer may instruct the Contractor to search for a Defect and to uncover and test any work that the Engineer considers may have a Defect.

34. Tests 34.1 If the Engineer instructs the Contractor to carry out a test not specified in the Specification to check

whether any work has a Defect and the test shows that it does, the Contractor shall pay for the test and any samples. If there is no Defect the test shall be a Compensation Event.

35. Correction of Defects 35.1 The Engineer shall give notice to the Contractor of any Defects before the end of the Defects Liability

Period, which begins at Completion and is defined in the Contract Data. The Defects Liability Period shall be extended for as long as Defects remain to be corrected.

35.2 Every time notice of a Defect is given, the Contractor shall correct the notified Defect within the

length of time specified by the Engineer’s notice. 36. Uncorrected Defects 36.1 If the Contractor has not corrected a Defect within the time specified in the Engineer’s notice, the

Engineer will assess the cost of having the Defect corrected, and the Contractor will pay this amount. D. Cost Control 37. Bill of Quantities 37.1 The Bill of Quantities shall contain items for the construction, installation, testing, and

commissioning work to be done by the Contractor. 37.2 The Bill of Quantities is used to calculate the Contract Price. The Contractor is paid for the quantity

of the work done at the rate in the Bill of Quantities for each item. 38. Alterations Additions and Omissions 38.1 Variations:

The Engineer shall make any variation of the form, quality or quantity of the works or any part thereof that may, in his opinion, be necessary and for that purpose, or if for any other reason it shall, in his opinion be desirable, he shall have power to order the contractor to do and the contractor shall do any of the following;

(a) increase or decrease the quantity of any work included in the contract, (b) omit any such work. (c) Change the Character or quality or kind of any such work, (d) Change the levels, lines, position and dimensions of any part of the works, and (e) Execute additional work of any kind necessary for the completion of the work and no such

variation shall in any way vitiate or invalidate the contract, but the value, if any of all such variations shall be taken into account in ascertaining the amount of the contract price.

38.2 Orders for Variations to be in writing:

No such variations shall be made by the contractor without an order in writing of the Engineer, provided that no order in writing shall be required for increase or decrease in the quantity of any work where such increase or decrease is not the result of an order given under this clause, but is the result of the quantities exceeding or being less than those stated in the Bill of Quantities. Provided

Page 44: Volume i Nhai

3 - 8

also that if for any reason the Engineer shall consider it desirable to give any such order verbally, the contractor shall comply with such order and any confirmation in writing of such verbal order given by the Engineer, whether before or after the carrying out the order, shall be deemed to be an order in writing within the meaning of this clause. Provided further that if the contractor shall within seven days confirm in writing to the Engineer and such confirmation shall not be contradicted in writing within fourteen days by the Engineer, it shall be deemed to be an order in writing by the Engineer.

39.1 Valuation of Variations :

All variations referred to in Clause 38 and any additions to the Contract Price which are required to be determined in accordance with Clause 39 (for the purposes of this Clause referred to as “varied work”), shall be valued at the rates and prices set out in the Contract if, in the opinion of the Engineer, the same shall be applicable. If the Contract does not contain any rates or prices applicable to the varied work, the rates and prices in the Contract shall be used as the basis for valuation so far as may be reasonable, failing which, after due consultation by the Engineer with the Employer and the Contractor, suitable rates or prices shall be agreed upon between the Engineer and the Contractor. In the event of disagreement the Engineer shall fix such rates or prices as are, in his opinion, appropriate and shall notify the Contractor accordingly, with a copy to the Employer. Until such time as rates or prices are agreed or fixed, the Engineer shall determine provisional rates or prices to enable on-account payments to be included in certificates issued in accordance with Clause 42. 39.2 Power of Engineer to Fix Rates:

Provided that if the nature or amount or any varied work relative to the nature or amount of the whole of the Works or to any part thereof, is such that, in the opinion of the Engineer, the rate or price contained in the Contract for any item of the Works is, by reason of such varied work, rendered inappropriate or inapplicable, then, after due consultation by the Engineer with the Employer and the Contractor, a suitable rate or price shall be agreed upon between the Engineer and the Contractor. In the event of disagreement the Engineer shall fix such other rate or price as is, in his opinion, appropriate and shall notify the Contractor accordingly, with a copy to the Employer. Until such time as rates or prices are agreed or fixed, the Engineer shall determine provisional rates or prices to enable on account payments to be included in certificates issued in accordance with Clause 42. Provided also that no varied work instructed to be done by the Engineer pursuant to Clause 38 shall be valued under Sub-Clause 39.1 or under this sub clause unless, within 14 days of the date of such instruction and, other than in the case of omitted work, before the commencement of the varied work, notice shall have been given either: (a) by the Contractor to the Engineer of his intention to claim extra payment or a varied rate or

price, or (b) by the Engineer to the contractor of his intention to vary a rate or price. Provided further that no change in the rate or price for any item contained in the Contract Shall be considered unless such item accounts for an amount more than 2 (two) percent of the Contract price, and the actual quantity of work executed under the item exceeds or falls short of the quantity set out in the Bill of Quantities by more than 25 percent.

39.3 Variation Exceeding 15 Percent:

If, on the issue of the Taking over Certificate for the whole of the works, it is found that as a result

of:

(a) all varied work valued under Sub-Clauses 38.1 and 39.2, and (b) all adjustment upon measurement of the estimated quantities set out in the bill of quantities,

excluding Provisional Sums and adjustments of price made under clause 47. But not from any other cause, there have been additions to or deductions from the Contract

Price which taken together are in excess of 15 per cent of the “Effective Contract Price” (which for the purposes of this Sub-Clause shall mean the Contract Price, excluding Provisional Sums and allowance for day works, if any) then and in such event (subject to

Page 45: Volume i Nhai

3 - 9

any action already taken under any other Sub-Clause of this Clause), after due consultation by the Engineer with the Employer and the Contractor, there shall be added to or deducted from the Contract Price such further sum as may be agreed between the Contractor and the Engineer or, failing agreement, determined by the Engineer having regard to the Contractor’s Site and general overhead costs of the Contract. The Engineer shall notify the Contractor of any determination made under this Sub-Clause, with a copy to the Employer. Such sum shall be based only on the amount by which such additions or deductions shall be in excess of 15 per cent of the Effective Contract Price.

39.4 The revised procedures for approval of variations are as under-

(i) Variations in individual BOQ items: The “Engineer” is authorized to issue variation order up to 1%

of contract value. (ii) New items (Non-BOQ items): Before issuing orders to execute new items of work (non BOQ items)

“Engineer” shall obtain technical approval from NHAI. The powers for granting technical approval shall be exercised at Headquarters as under.

(iii) Overall Variations under Contract: Subject to provisions under (i) & (ii) above the Engineer is authorized to issue cumulative variations upto a limit of 10% of the original contract value (less negative variations/savings). The overall limit shall apply collectively on all BOQ items as well as non-BOQ items and shall include all the variations issued till that point of time including those approved otherwise than by the Engineer. The overall limit shall be exclusive of escalation.

(iv) Variations beyond above limits: Any variation beyond above limits (individual items and overall variations) shall be approved by the employer.

40. Payments for Variations 40.1 The Contractor shall provide the Engineer with a quotation (with breakdown of unit rates) for

carrying out the Variation when requested to do so by the Engineer. The Engineer shall assess the quotation, which shall be given within seven days of the request or within any longer period stated by the Engineer and before the Variation is ordered.

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

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

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

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

41. Cash flow forecasts 41.1 When the Program is updated, the contractor is to provide the Engineer with an updated cash flow

forecast. 42. Payment Certificates 42.1 The Contractor shall submit to the Engineer monthly statements of the estimated value of the work

completed less the cumulative amount certified previously. 42.2 The Engineer shall check the Contractor's monthly statement within 14 days and certify the amount to

be paid to the Contractor after taking into account any credit or debit for the month in question in respect of materials for the works in the relevant amounts and under conditions set forth in sub-clause 51.3 of the condition of contract.

42.3 The value of work executed shall be determined by the Engineer. 42.4 The value of work executed shall comprise the value of the quantities of the items in the Bill of

Quantities completed.

Page 46: Volume i Nhai

3 - 10

42.5 The value of work executed shall include the valuation of Variations and Compensation Events. 42.6 The Engineer may exclude any item certified in a previous certificate or reduce the proportion of any

item previously certified in any certificate in the light of later information. 42.7 Provisional Payments: Payments shall also be made to the contractor provisionally for the permanent

works done in the first fortnight of a months, within 7(seven) days of the receipt of such request from the contractor. The value of work done shall be assessed on rough estimation; measurement shall not be recorded. Amount of provisional payment in a month shall not exceed 1(one) percent of the contract price and shall be adjusted in monthly payments.

42.8 The Engineer shall on the basis of the statement recommend to the Employer for part payment an amount of 75% of the net bill amount considered by him to be justifiable and reasonable within 6 days of the receipt of the monthly statement referred to in sub-clause 42.1.

43. Payments 43.1 Payments shall be adjusted for deductions for advance payments, retention, other recoveries in terms

of the contract and taxes, at source, as applicable under the law. The Employer shall pay the Contractor the amounts certified by the Engineer within 28 days of the date of each certificate. If the Employer makes a late payment, the Contractor shall be paid interest on the late payment in the next payment. Interest shall be calculated from the date by which the payment should have been made upto the date when the late payment is made at SBI PLR rates.

43.2 If an amount certified is increased in a later certificate as a result of an award by the Dispute Review

Expert or an Arbitrator, the Contractor shall be paid interest upon the delayed payment as set out in this clause. Interest shall be calculated from the date upon which the increased amount would have been certified in the absence of dispute.

43.3 Items of the Works for which no rate or price has been entered in will not be paid for by the Employer

and shall be deemed covered by other rates and prices in the Contract. 44. Compensation Events 44.1 The following are Compensation Events unless they are caused by the Contractor: (a) The Employer does not give access to a part of the Site by the Site Possession Date stated in

the Contract Data. (b) The Employer modifies the schedule of other contractors in a way which affects the work of

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

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

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

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

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

Employer, or additional work required for safety or other reasons. (h) The advance payment is delayed, beyond 28 days after receipt of application and acceptable

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

Page 47: Volume i Nhai

3 - 11

44.2 If a Compensation Event would cause additional cost or would prevent the work being completed

before the Intended Completion Date, the Contract Price shall be increased and/or the Intended Completion Date is extended. The Engineer shall decide whether and by how much the Contract Price shall be increased and whether and by how much the Intended Completion Date shall be extended.

44.3 As soon as information demonstrating the effect of each Compensation Event upon the Contractor's

forecast cost has been provided by the Contractor, it is to be assessed by the Engineer and the Contract Price shall be adjusted accordingly. If the Contractor's forecast is deemed unreasonable, the Engineer shall adjust the Contract Price based on Engineer’s own forecast. The Engineer will assume that the Contractor will react competently and promptly to the event.

44.4 The Contractor shall not be entitled to compensation to the extent that the Employer's interests are

adversely affected by the Contractor not having given early warning or not having cooperated with the Engineer.

45. Tax 45.1 The rates quoted by the Contractor shall be deemed to be inclusive of the sales and other taxes that

the Contractor will have to pay for the performance of this Contract. The Employer will perform such duties in regard to the deduction of such taxes at source as per applicable law.

46. Currencies 46.1 All payments shall be made in Indian Rupees. 47. Price Adjustment This Clause is applicable only for those projects with completion period of more than one year. 47.1 Contract price shall be adjusted for increase or decrease in rates and price of labour, materials, fuels

and lubricants in accordance with the following principles and procedures and as per formula given in the contract data:

(a) The price adjustment shall apply for the work done from the start date given in the contract

data upto end of the initial intended completion date or extensions granted by the Engineer and shall not apply to the work carried out beyond the stipulated time for reasons attributable to the contractor.

(b) The price adjustment shall be determined during each quarter from the formula given in the

Contract Data. (c) Following expressions and meanings are assigned to the work done during each month: R = Total value of work done during the month. It would include the value of materials

on which secured advance has been granted, if any, during the month, less the value of materials in respect of which the secured advance has been recovered, if any during the month. It will exclude value for works executed under variations for which price adjustment will be worked separately based on the terms mutually agreed.

47.2 To the extent that full compensation for any rise or fall in costs to the contractor is not covered by the

provisions of this or other clauses in the contract, the unit rates and prices included in the contract shall be deemed to include amounts to cover the contingency of such other rise or fall in costs.

48. Retention 48.1 The Employer shall retain from each payment due to the Contractor the proportion stated in the

Contract Data until Completion of the whole of the Works. 48.2 On Completion of the whole of the Works half the total amount retained is repaid to the Contractor

and half when the Defects Liability Period has passed and the Engineer has certified that all Defects notified by the Engineer to the Contractor before the end of this period have been corrected.

Page 48: Volume i Nhai

3 - 12

48.3 When cumulative retention money reaches maximum limit as stated in Contract Data, the contractor

may substitute retention money with an “on demand” Bank guarantee. 49. Liquidated Damages 49.1 The Contractor shall pay liquidated damages to the Employer at the rate per day stated in the Contract

Data for each day that the Completion Date is later than the Intended Completion Date (for the whole of the works or the milestone as stated in the contract data). The total amount of liquidated damages shall not exceed the amount defined in the Contract Data. The Employer may deduct liquidated damages from payments due to the Contractor. Payment of liquidated damages does not affect the Contractor's liabilities.

49.2 If the Intended Completion Date is extended after liquidated damages have been paid, the Engineer

shall correct any overpayment of liquidated damages by the Contractor by adjusting the next payment certificate. The Contractor shall be paid interest on the over payment calculated from the date of payment to the date of repayment at the rates specified in Sub Clause 43.1.

49.3 Liquidated damages for delay If the contractor fails to comply with the time for completion as stipulated in the tender, then the

contractor shall pay to the employer the relevant sum stated in the Contract Data as Liquidated damages for such default and not as penalty for everyday or part of day which shall elapse between relevant time for completion and the date stated in the taking over certificate of the whole of the works on the relevant section, subject to the limit stated in the contract data.

The employer may, without prejudice to any other method of recovery deduct the amount of such

damages from any monies due or to become due to the contractor. The payment or deduction of such damages shall not relieve the contractor from his obligation to complete the works on from any other of his obligations and liabilities under the contract.

49.4 If, before the Time for Completion of the whole of the Works or, if applicable, any Section, a Taking

- Over Certificate has been issued for any part of the Works or of a Section, the liquidated damages for delay in completion of the remainder of the Works or of that Section shall, for any period of delay after the date stated in such Taking-Over Certificate, and in the absence of alternative provisions in the Contract, be reduced in the proportion which the value of the part so certified bears to the value of the whole of the Works or Section, as applicable. The provisions of this Sub-Clause shall only apply to the rate of liquidated damages and shall not affect the limit thereof.

50. Deleted

51. Advance Payment

51.1 Deleted

51.2 Deleted

51.3 Deleted

51.4 Secured Advance:

The Engineer shall make advance payment in respect of materials intended for but not yet incorporated in the Works in accordance with conditions stipulated in the Contract Data.

52. Securities

52.1 The Performance Security (including additional security for unbalanced bids) shall be provided to the Employer no later than the date specified in the Letter of Acceptance and shall be issued in an amount and form and by a bank or surety acceptable to the Employer, and denominated in Indian Rupees. The Performance Security shall be valid until a date 28 days from the date of expiry of Defects Liability Period and the additional security for unbalanced bids shall be valid until a date 28 days from the date of issue of the certificate of completion.

53. Deleted

54. Cost of Repairs

Page 49: Volume i Nhai

3 - 13

54.1 Loss or damage to the Works or Materials to be incorporated in the Works between the Start Date and the end of the Defects Correction periods shall be remedied by the Contractor at the Contractor's cost if the loss or damage arises from the Contractor's acts or omissions.

E. Finishing the Contract

55. Completion

55.1 The Contractor shall request the Engineer to issue a Certificate of Completion of the Works and the Engineer will do so upon deciding that the Work is completed.

56. Taking Over

56.1 The Employer shall take over the Site and the Works within seven days of the Engineer issuing a certificate of Completion.

57. Final Account

57.1 The Contractor shall supply to the Engineer a detailed account of the total amount that the Contractor considers payable under the Contract before the end of the Defects Liability Period. The Engineer shall issue a Defect Liability Certificate and certify any final payment that is due to the Contractor within 56 days of receiving the Contractor's account if it is correct and complete. If it is not, the Engineer shall issue within 56 days a schedule that states the scope of the corrections or additions that are necessary. If the Final Account is still unsatisfactory after it has been resubmitted, the Engineer shall decide on the amount payable to the Contractor and issue a payment certificate, within 56 days of receiving the Contractor’s revised account.

58. Operating and Maintenance Manuals

58.1 If “as built” Drawings and/or operating and maintenance manuals are required, the Contractor shall supply them by the dates stated in the Contract Data.

58.2 If the Contractor does not supply the Drawings and/or manuals by the dates stated in the Contract

Data, or they do not receive the Engineer’s approval, the Engineer shall withhold the amount stated in the Contract Data from payments due to the Contractor.

59. Termination 59.1 The Employer or the Contractor may terminate the Contract if the other party causes a fundamental

breach of the Contract. 59.2 Fundamental breaches of Contract include, but shall not be limited to the following: (a) the Contractor stops work for 28 days when no stoppage of work is shown on the current

Program and the stoppage has not been authorized by the Engineer;

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

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

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

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

(f) the Contractor does not maintain a security which is required;

(g) the Contractor has delayed the completion of works by the number of days for which the maximum amount of liquidated damages becomes payable as defined in the Contract data; and

Page 50: Volume i Nhai

3 - 14

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

For the purpose of this paragraph : “corrupt practice” means the offering, giving, receiving or soliciting of any thing of value to influence the action of a public official in the procurement process or in contract execution. “Fraudulent practice” means a misrepresentation of facts in order to influence a procurement process or the execution of a contract to the detriment of the Borrower, and includes collusive practice among Bidders (prior to or after bid submission) designed to establish bid prices at artificial non-competitive levels and to deprive the Borrower of the benefits of free and open competition.”

59.3 When either party to the Contract gives notice of a breach of contract to the Engineer for a cause

other than those listed under Sub Clause 59.2 above, the Engineer shall decide whether the breach is fundamental or not.

59.4 Notwithstanding the above, the Employer may terminate the Contract for convenience. 59.5 If the Contract is terminated the Contractor shall stop work immediately, make the Site safe and

secure and leave the Site as soon as reasonably possible. 60. Payment upon Termination 60.1 If the Contract is terminated because of a fundamental breach of Contract by the Contractor, the

Engineer shall issue a certificate for the value of the work done less advance payments received up to the date of the issue of the certificate, less other recoveries due in terms of the contract, less taxes due to be deducted at source as per applicable law and less the percentage to apply to the work not completed as indicated in the Contract Data. Additional Liquidated Damages shall not apply . If the total amount due to the Employer exceeds any payment due to the Contractor the difference shall be a debt payable to the Employer.

60.2 If the Contract is terminated at the Employer's convenience or because of a fundamental breach of

Contract by the Employer, the Engineer shall issue a certificate for the value of the work done, the reasonable cost of removal of Equipment, repatriation of the Contractor's personnel employed solely on the Works, and the Contractor's costs of protecting and securing the Works and less advance payments received up to the date of the certificate, less other recoveries due in terms of the contract and less taxes due to be deducted at source as per applicable law.

61. Property 61.1 All materials on the Site, Plant, Equipment, Temporary Works and Works are deemed to be the

property of the Employer, if the Contract is terminated because of a Contractor’s default. 62. Release from Performance

62.1 If the Contract is frustrated by the outbreak of war or by any other event entirely outside the control of either the Employer or the Contractor the Engineer shall certify that the Contract has been frustrated. The Contractor shall make the Site safe and stop work as quickly as possible after receiving this certificate and shall be paid for all work carried out before receiving it and for any work carried out afterwards to which commitment was made.

SPECIAL CONDITIONS OF CONTRACT 1. LABOUR The Contractor shall, unless otherwise provided in the Contract, make his own arrangements for the

engagement of all staff and labour, local or other, and for their payment, housing, feeding and transport. The Contractor shall, if required by the Engineer, deliver to the Engineer a return in detail, in such form and at

such intervals as the Engineer may prescribe, showing the staff and the numbers of the several classes of labour from time to time employed by the Contractor on the Site and such other information as the Engineer may require.

Page 51: Volume i Nhai

3 - 15

2. COMPLIANCE WITH LABOUR REGULATIONS During continuance of the contract, the Contractor and his sub contractors shall abide at all times by all

existing labour enactments and rules made thereunder, regulations, notifications and bye laws of the State or Central Government or local authority and any other labour law (including rules), regulations, bye laws that may be passed or notification that may be issued under any labour law in future either by the State or the Central Government or the local authority. Salient features of some of the major labour laws that are applicable to construction industry are given below. The Contractor shall keep the Employer indemnified in case any action is taken against the Employer by the competent authority on account of contravention of any of the provisions of any Act or rules made thereunder, regulations or notifications including amendments. If the Employer is caused to pay or reimburse, such amounts as may be necessary to cause or observe, or for non-observance of the provisions stipulated in the notifications/bye laws/Acts/Rules/regulations including amendments, if any, on the part of the Contractor, the Engineer/Employer shall have the right to deduct any money due to the Contractor including his amount of performance security. The Employer/Engineer shall also have right to recover from the Contractor any sum required or estimated to be required for making good the loss or damage suffered by the Employer.

The employees of the Contractor and the Sub-Contractor in no case shall be treated as the employees of the

Employer at any point of time.

SALIENT FEATURES OF SOME MAJOR LABOUR LAWS APPLICABLE TO ESTABLISHMENTS ENGAGED IN BUILDING AND OTHER CONSTRUCTION WORK.

a) Workmen Compensation Act 1923: The Act provides for compensation in case of injury by

accident arising out of and during the course of employment. b) Payment of Gratuity Act 1972: Gratuity is payable to an employee under the Act on satisfaction of

certain conditions on separation if an employee has completed 5 years service or more or on death the rate of 15 days wages for every completed year of service. The Act is applicable to all establishments employing 10 or more employees.

c) Employees P.F. and Miscellaneous Provision Act 1952: The Act Provides for monthly

contributions by the employer plus workers @ 10% or 8.33%. The benefits payable under the Act are :

(i) Pension or family pension on retirement or death, as the case may be. (ii) Deposit linked insurance on the death in harness of the worker. (iii) Payment of P.F. accumulation on retirement/death etc. d) Maternity Benefit Act 1951: The Act provides for leave and some other benefits to women

employees in case of confinement or miscarriage etc. e) Contract Labour (Regulation & Abolition) Act 1970: The Act provides for certain welfare

measures to be provided by the Contractor to contract labour and in case the Contractor fails to provide, the same are required to be provided, by the Principal Employer by Law. The Principal Employer is required to take Certificate of Registration and the Contractor is required to take license from the designated Officer. The Act is applicable to the establishments or Contractor of Principal Employer if they employ 20 or more contract labour.

f) Minimum Wages Act 1948: The Employer is supposed to pay not less than the Minimum Wages

fixed by appropriate Government as per provisions of the Act if the employment is a scheduled employment. Construction of Buildings, Roads, Runways are scheduled employments.

g) Payment of Wages Act 1936: It lays down as to by what date the wages are to be paid, when it will

be paid and what deductions can be made from the wages of the workers. h) Equal Remuneration Act 1979: The Act provides for payment of equal wages for work of equal

nature to Male and Female workers and for not making discrimination against Female employees in the matters of transfers, training and promotions etc.

Page 52: Volume i Nhai

3 - 16

i) Payment of Bonus Act 1965: The Act is applicable to all establishments employing 20 or more employees. The Act provides for payments of annual bonus subject to a minimum of 8.33% of wages and maximum of 20% of wages to employees drawing Rs.3500/-per month or less. The bonus to be paid to employees getting Rs.2500/- per month or above upto Rs.3500/- per month shall be worked out by taking wages as Rs.2500/-per month only. The Act does not apply to certain establishments. The newly set-up establishments are exempted for five years in certain circumstances. Some of the State Governments have reduced the employment size from 20 to 10 for the purpose of applicability of this Act.

j) Industrial Disputes Act 1947: The Act lays down the machinery and procedure for resolution of

Industrial disputes, in what situations a strike or lock-out becomes illegal and what are the requirements for laying off or retrenching the employees or closing down the establishment.

k) Industrial Employment (Standing Orders) Act 1946: It is applicable to all establishments

employing 100 or more workmen (employment size reduced by some of the States and Central Government to 50). The Act provides for laying down rules governing the conditions of employment by the Employer on matters provided in the Act and get the same certified by the designated Authority.

l) Trade Unions Act 1926: The Act lays down the procedure for registration of trade unions of

workmen and employers. The Trade Unions registered under the Act have been given certain immunities from civil and criminal liabilities.

m) Child Labour (Prohibition & Regulation) Act 1986: The Act prohibits employment of children

below 14 years of age in certain occupations and processes and provides for regulation of employment of children in all other occupations and processes. Employment of Child Labour is prohibited in Building and Construction Industry.

n) Inter-State Migrant workmen’s (Regulation of Employment & Conditions of Service) Act 1979:

The Act is applicable to an establishment which employs 5 or more inter-state migrant workmen through an intermediary (who has recruited workmen in one state for employment in the establishment situated in another state). The Inter-State migrant workmen, in an establishment to which this Act becomes applicable, are required to be provided certain facilities such as housing, medical aid, travelling expenses from home upto the establishment and back, etc.

o) The Building and Other Construction workers (Regulation of Employment and Conditions of

Service) Act 1996 and the Cess Act of 1996: All the establishments who carry on any building or other construction work and employs 10 or more workers are covered under this Act. All such establishments are required to pay cess at the rate not exceeding 2% of the cost of construction as may be modified by the Government. The Employer of the establishment is required to provide safety measures at the Building or construction work and other welfare measures, such as Canteens, First-Aid facilities, Ambulance, Housing accommodations for workers near the work place etc. The Employer to whom the Act applies has to obtain a registration certificate from the Registering Officer appointed by the Government.

p) Factories Act 1948: The Act lays down the procedure for approval at plans before setting up a

factory, health and safety provisions, welfare provisions, working hours, annual earned leave and rendering information regarding accidents or dangerous occurrences to designated authorities. It is applicable to premises employing 10 persons or more with aid of power or 20 or more persons without the aid of power engaged in manufacturing process.

3. ARBITRATION (GCC Clause 25.3)

The procedure for arbitration will be as follows:

(a) In case of Dispute or difference arising between the Employer and a domestic contractor relating to any matter arising out of or connected with this agreement, such disputes or difference shall be settled in accordance with the Arbitration and Conciliation Act, 1996. The arbitral tribunal shall consist of 3 arbitrators one each to be appointed by the Employer and the Contractor. The third Arbitrator shall be chosen by the two Arbitrators so appointed by the Parties and shall act as Presiding arbitrator. In case of failure of the two arbitrators appointed by the parties to reach upon a consensus within a period of 30 days from the appointment of the arbitrator appointed subsequently, the Presiding Arbitrator shall be appointed by the Council of Indian Road Congress.

Page 53: Volume i Nhai

3 - 17

(b) If one of the parties fails to appoint its arbitrator in pursuance of sub-clause (a) and (b) above within

30 days after receipt of the notice of the appointment of its arbitrator by the other party, then the Council of Indian Road Congress shall appoint the arbitrator. A certified copy of the order of the Council of Indian Road Congress making such an appointment shall be furnished to each of the parties.

(c) Arbitration proceedings shall be held at New Delhi, India, and the language of the arbitration

proceedings and that of all documents and communications between the parties shall be English. (d) The decision of the majority of arbitrators shall be final and binding upon both parties. The cost and

expenses of Arbitration proceedings will be paid as determined by the arbitral tribunal. However, the expenses incurred by each party in connection with the preparation, presentation, etc. of its proceedings as also the fees and expenses paid to the arbitrator appointed by such party or on its behalf shall be borne by each party itself.

(e) Performance under the contract shall continue during the arbitration proceedings and payments due to

the contractor by the owners shall not be withheld, unless they are the subject matter of the arbitration proceedings.

Page 54: Volume i Nhai

SECTION 4 CONTRACT DATA

Page 55: Volume i Nhai

4 - 1

Contract Data Items marked "N/A" do not apply in this Contract. Clause Reference

with respect to section 3

1. The Employer is Name: Project Director, NHAI, PIU-Jaipur Address: D-35/1, Sanjeevani Marg, Hanuman Nagar, Jaipur-302021. Name of authorized Representative – Manager -(Tech), PIU- Jaipur

[Cl.1.1]

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

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

[Cl.1.1]

4. The Defects Liability Period is 365 days from the date of completion.

[Cl. 1.1&35]

5. The Start Date shall be 21 days for the date of issue of the Notice to proceed with the work. The ‘Notice to proceed’ shall be issued within 15 days of signing of agreement.

[Cl.1.1]

6. The Intended Completion Date for the whole of the Works is 5 months reckoned from ‘Start Date’.

[Cl.1.1, 17&28]

7. The Site is located at Km.13/0, village Daulatpura (Km.0/0 at Harmara) of Jaipur Bypass connecting Km.220 (Chandwaji) & Km.273/500 (Heerapura) of NH-8 in the State of Rajasthan

[Cl. 1.1]

8. The name of the contract is : Construction of Toll Lanes & Plaza at Km.13/0, village Daulatpura (Km.0/0 at Harmara) of Jaipur Bypass connecting Km.220 (Chandwaji) & Km.273/500 (Heerapura) of NH-8 in the State of Rajasthan

9. The work consist of Construction of Toll Lanes & Plaza at Km.13/0, village Daulatpura (Km.0/0 at Harmara) of Jaipur Bypass connecting Km.220 (Chandwaji) & Km.273/500 (Heerapura) of NH-8 in the State of Rajasthan. The works shall, inter alia include the following as specified or as directed.

(A) Road Works : Site clearance; setting-out and layout; widening of existing carriageway, construction of new road; bituminous pavements supplying and placing of drainage channels, flumes, guard posts and guard other related items; construction /extension of cross drainage works, approaches and other related stones; road markings, road signs; protective works for roads/ culverts; all aspects of quality assurance of various components of the works; rectification of the defects in the completed works during the Defects Liability Period; submission of “As-built” drawings and any other related documents; and other item of work as may be required to be carried out for completing the works in accordance with the drawings and provisions of the contract to ensure safety.

(B) Building and Electrical Works Site clearance; setting out, provision of foundations, construction of generator room, toll booths, erection of column and truss for provision of space frame structure; roof sheets, arrangement for fixing angles, steel girders and trusses, arrangements for fixing light posts, water mains, utilities etc; provision of suitably

Page 56: Volume i Nhai

4 - 2

designed protective works; Supply installation & commissioning of all required electrical items, generators, panels, High Mast Lights, street lights, underground ducting and cabling complete ; all aspects of quality assurance; clearing the site and handing over the works on completion; rectification of the defects during the Defects Liability Period and submission of “As-built” drawings and other related documents; and other items of work as may be required to be carried out for completing the works in accordance with the drawings and the provisions of the contract and to ensure safety. (C) Other Items Any other items as required to fulfill all contractual obligations as per the Bid documents.

10. The following documents also form part of the Contract: _________________(N/A)____________________________________

[Cl. 2.3(9)]

11. The law which applies to the Contract is the law of Union of India

[Cl. 3.1]

12. The language of the Contract documents is English

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

[Cl. 3.1]

[Cl. 7.1]

14. The Schedule of Other Contractors N/A

[Cl. 8]

15. The Schedule of Key Personnel As per Annex-.II to Section I

[Cl. 9]

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

[Cl. 13]

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

18. The Site Possession Dates shall be: The whole site shall be handed over to the contractor on the Start Date.

[Cl. 21]

19. Fees and types of reimbursable expenses to be paid to the Dispute Review Expert

(To be inserted later)

[Cl. 25]

20. Appointing Authority for the Dispute Review Expert - Council, Indian Road Congress, New Delhi.

[Cl. 26]

21. The period for submission of the program for approval of Engineer shall be 21 days from the issue of Letter of Acceptance.

[Cl. 27.1]

22. The period between Program updates shall be 15 days.

[Cl. 27.3]

23. The amount to be withheld for late submission of an updated Program shall be Rs. 2 lakhs.

[Cl. 27.3]

24. Substitute the Clause 42.1 as under: The contractor shall submit to the Engineer and Employer separately, monthly

statement of estimated value of work executed less the cumulative amount certified previously. The monthly statement should indicate the net payable amount taking into account the deductions for advance payments, retention and other recoveries in terms of contract and taxes at source as applicable under the law.

[Cl.42.1]

Page 57: Volume i Nhai

4 - 3

25. Substitute the Clause 43.1 as under: Payments shall be adjusted for deductions for advance payments, retention, other

recoveries in terms of the contract and taxes at source, as applicable under the law. Within 7 days of the submission of the monthly statement to the Employer, the Employer shall pay 75% of the net payable amount, subject to deduction and taxes as applicable under the law. The Employer shall pay the contractor the amount certified by the Engineer, less the payment already made, as above, within 28 days of the date of each certificate. If the Employer makes a late payment, the Contractor shall be paid interest on the late payment in the next payment. Interest shall be calculated from the date by which the payment should have been made upto the date when the late payment is made at 5% per annum.

[Cl.43.1]

26. The following events shall also be Compensation Events:

Delete para (h) of sub-clause 44.1

[Cl. 44]

27. The currency of the Contract is Indian Rupees.

[Cl. 46]

28. The price adjustment is applicable only for those projects with completion period of more than one year. However, the formula (e) for adjustment of prices are: R = Value of work as defined in Clause 47.1 of Conditions of Contract

[Cl. 47]

Adjustment for labour component

(i) Price adjustment for increase or decrease in the cost due to labour shall be paid in accordance with the following formula:

VL = 0.85 x Pl/100 x R x (Li - Lo)/Lo

VL = increase or decrease in the cost of work during the month under consideration due to changes in rates for local labour.

Lo = the consumer price index for industrial workers for the State on 28 days preceding the date of opening of Bids as published by Labour Bureau, Ministry of Labour, Government of India.

Li = The average consumer price index for industrial workers for the State for the month under consideration as published by Labour Bureau, Ministry of Labour, Government of India.

Pl = Percentage of labour component of the work

Adjustment for cement component (ii) Price adjustment for increase or decrease in the cost of cement procured by

the contractor shall be paid in accordance with the following formula: Vc = 0.85 x Pc/100 x R x (Ci - Co)/Co Vc = increase or decrease in the cost of work during the month under

consideration due to changes in rates for cement.

Co = The all India wholesale price index for cement on 28 days preceding the date of opening of Bids as published by the Ministry of Industrial Development, Government, Government of India, New Delhi.

Ci = The all India average wholesale price index for cement for the

month under consideration as published by Ministry of Industrial

Page 58: Volume i Nhai

4 - 4

Development, Government of India, New Delhi

PC = Percentage of cement component of the work Adjustment for steel component (iii) Price adjustment for increase or decrease in the cost of steel procured by the

Contractor shall be paid in accordance with the following formula:

Vs = 0.85 x Ps/100 x R x (Si - So)/So Vs = Increase or decrease in the cost of work during the month under

consideration due to changes in the rates for steel So = The all India average wholesale price index for steel (Bars and

Rods) on 28 days preceding the date of opening of Bids as published by the Ministry of Industrial Development, Government of India, New Delhi

Si = The all India wholesale price index for steel (Bars and Rods) for

the month under consideration as published by Ministry of Industrial Development, New Delhi

Ps = Percentage of steel component of the work

Note : For the application of this clause, index of Bars and Rods has been chosen to represent steel group.

Adjustment of Bitumen component (iv) Price adjustment for increase or decrease in the cost of bitumen shall be paid

in accordance with the following formula:

Vb = 0.85 x Pb/100 x R x (Bi – Bo)/Bo Vb = Increase or decrease in the cost of work during the month under

consideration due to changes in rates for bitumen. Bo = The official retail price of bitumen at the IOC depot at nearest

center on 28 days preceding the date of opening of Bids. Bi = The average official retail price of bitumen of IOC depot at nearest

center for the month under consideration. Pb = Percentage of bitumen component of the work

Page 59: Volume i Nhai

4 - 5

Adjustment of POL (fuel and lubricant) component

(v) Price adjustment for increase or decrease in cost of POL (fuel and lubricant) shall be paid in accordance with the following formula:

Vf = 0.85 x Pf/100 x R x (Fi - Fo)/Fo Vf = Increase or decrease in the cost of work during the month under

consideration due to changes in rates for fuel and lubricants. Fo = The average official retail price of High Speed Diesel (HSD) at the

existing consumer pumps of IOC at nearest center on the day 28 days preceding the date of opening of Bids.

Fi = The average official retail price of HSD at the existing consumer

pumps of IOC at nearest center for the month under consideration. Pf = Percentage of fuel and lubricants component of the work. Note: For the application of this clause, the price of High Speed Diesel

oil has been chosen to represent fuel and lubricants group.

Adjustment for Plant and Machinery Spares Component

(vi) Price adjustment for increase or decrease in the cost of plant and machinery spares procured by the Contractor shall be paid in accordance with the following formula:

Vp = 0.85 x Pp/100 x R x (Pi - Po)/Po Vp = Increase or decrease in the cost of work during the month under

consideration due to changes in rates for plant and machinery spares

Po = The all India wholesale price index for heavy machinery and parts

on 28 days preceding the date of opening of Bids as published by the Ministry of Industrial Development, Government of India, New Delhi.

Pi = The all India average wholesale price index for heavy machinery

and parts for the month under consideration as published by Ministry of Industrial Development, Government of India, New Delhi.

Pp = Percentage of plant and machinery spares component of the work.

Note : For the application of this clause, index of Heavy Machinery and Parts has been chosen to represent the Plant and Machinery Spares group

Adjustment of Other materials Component (vii) Price adjustment for increase or decrease in cost of local materials

other than cement, steel, bitumen and POL procured by the contractor shall be paid in accordance with the following formula:

Vm = 0.85 x Pm/100 x R x (Mi - Mo)/Mo Vm = Increase or decrease in the cost of work during the month under

consideration due to changes in rates for local materials other than cement, steel, bitumen and POL.

Page 60: Volume i Nhai

4 - 6

Mo = The all India wholesale price index (all commodities) on 28 days

preceding the date of opening of Bids, as published by the Ministry of Industrial Development, Government of India, New Delhi.

Mi = The all India average wholesale price index (all commodities)

for the month under consideration as published by Ministry of Industrial Development, Government of India, New Delhi.

Pm = Percentage of local material component (other than cement,

steel, bitumen and POL) of the work. The following percentages will govern the price adjustment for the entire contract: 1. Labour - Pl 10 % 2. Cement - Pc 10 % 3. Steel - Ps 20 % 4. Bitumen - Pb 20 % 5. POL - Pf 10 % 6. Plant & Machinery Spares - Pp 10 % 7. Other materials - Pm 20 % __________ Total 100% __________

29. (a) The proportion of payments retained (retention money) shall be 5% from

each bill, (excluding secured advance) subject to a maximum of 2.5% of initial contract price.

(b) Substitute Clause 48.3 as under: The Contractor may substitute retention money with ‘on demand’

unconditional bank guarantee bank guarantee (s) when the cumulative retention money reaches following stages:

(i) 50% of the maximum limit (ii) 100% of the maximum limit

[Cl. 48]

[Cl. 48.3]

30. Amount of liquidated damages for delay in

completion of works For Whole of Works (1/2000)th of the Initial Contract Price, rounded off to the nearest thousand, per day.

[Cl.49]

31. Maximum limit of liquidated damages for delay in completion of work.

10 per cent of the Initial Contract Price rounded off to the nearest thousand

[Cl. 49]

32. The amounts of the advance payment are:

[Cl.51 & 52]

Nature of Advance

Amount (Rs.) Conditions to be fulfilled

i. Secured advance for non- perishable materials brought to site

75% of Invoice value.

a) The materials are in-accordance with the specification for Works;

b) Such materials have been delivered to

site, and are properly stored and protected against damage or

Page 61: Volume i Nhai

4 - 7

deterioration to the satisfaction of the Engineer. The contractor shall store the bulk material in measurable stacks;

c) The Contractor’s records of the

requirements, orders, receipt and use of materials are kept in a form approved by the Engineer and such records shall be available for inspection by the Engineer;

d) The contractor has submitted with his monthly statement the estimated value of the materials on site together with such documents as may be required by the Engineer for the purpose of valuation of the materials and providing evidence of ownership and payment thereof;

e) Ownership of such materials shall be deemed to vest in the Employer for which the Contractor has submitted an Indemnity Bond in an acceptable format; and

f) The quantities of materials are not excessive and shall be used within a reasonable time as determined by the Engineer.

(The advance payment will be paid to the Contractor not later than 28 days after fulfillment of the above conditions).

33. Repayment of secured advance:

The advance shall be repaid from each succeeding monthly payments to the extent materials [for which advance was previously paid pursuant to Clause 51.4 of G.C.C.] have been incorporated into the Works.

34. The Securities shall be for the following minimum amounts equivalent as a percentage of the Contract Price:

Performance Security for 5 per cent of contract price plus Rs . ..........…….…….

(to be decided after evaluation of the bid) as additional security in terms of ITB Clause 29.5. The standard form of Performance Security acceptable to the Employer shall be an unconditional Bank Guarantee of the type as presented in Section 8 of the Bidding Documents.

[Cl. 52]

35. The Schedule of Operating and Maintenance Manuals N/A [Cl. 58] 36. The date by which “as-built” drawings (in scale as directed) in 2 sets are required

is within 28 days of issue of certificate of completion of whole or section of the work, as the case may be.

[Cl. 58]

37. The amount to be withheld for failing to supply “as built” drawings by the date required is Rs. 5 Lakhs.

[Cl. 58]

39. The percentage to apply to the value of the work not completed representing the Employer's additional cost for completing the Works shall be 20 percent

[3, Cl. 60]

Page 62: Volume i Nhai

4 - 8

Annexure – III

NATIONAL HIGHWAY AUTHORITY OF INDIA (NHAI)

Name of Work: Construction of Toll Lanes & Plaza at Km.13/0, village Daulatpura

(Km.0/0 at Harmara) of Jaipur Bypass connecting Km.220 (Chandwaji) & Km.273/500 (Heerapura) of NH-8 in the State of Rajasthan

01. Estimated Cost Rs.639.16 Lacs

02. Bid Security (EMD) Rs.12.78 Lacs

03. A. Retention Money 5% Inclusive of EMD (Security Deposit ) already paid (2.5 % to be paid at the time of work order and 2.5% to be recovered from RA Bills at the rate of 5%)

B. 5% Performance Bond

04. Tender Cost Rs. 5000.00

05. Time Limit 5 (Five) Months

06 Date and time of Pre-bid conference 11.00 morning on

10.12.2005

07. Last Date of Issue of tender 09.12.2005

08. Last Date of Receipt of Tender By Registered Post

AD

19.12.2005 at 13:00 Hrs.

09. Date of Opening Tender 19.12.2005 at 15:00 Hrs.

10. Actual Date of Start

11. Paid Vide T.R. No. ________________ Date: ______________________

12. Tender issued to Shri/M/s. : _________________________________________

_________________________________________

_________________________________________

Annexure – IV

Page 63: Volume i Nhai

4 - 9

NATIONAL HIGHWAY AUTHORITY OF INDIA (NHAI)

IMPORTANT INSTRUCTIONS

1. Both envelopes shall be sealed separately & the two sealed envelops No. 1 Technical Bid (Volume

I, II, IV & V) & No. 2 Price Bid (Volume III) shall be placed in one main cover which should there

after be also sealed & super scribed as Tender for Construction of Toll Lanes & Plaza at Km.13/0,

village Daulatpura (Km.0/0 at Harmara) of Jaipur Bypass connecting Km.220 (Chandwaji) &

Km.273/500 (Heerapura) of NH-8 in the State of Rajasthan

2. The Bid security shall be placed in a separate envelope along with above two envelopes.

3. The valid proof of availability of Vibratory Roller, Bituminous Mechanical Sprayer, Drum

Mix Plant, Water Tanker & Motor Grader etc. in required nos. for immediate deployment

on this work shall be attached. (As per Tender Conditions)

4. It is necessary that the bidder should remain present at the time of opening of technical bid

so that wanting details & clarifications in respects of conditions can be furnished by him or

conditions withdrawn on the spot by him. If the technical bid is incomplete in respect of

any of the details & the contractor does not furnish the wanting details as required on the

spot in the presence of other bidders after opening of the technical bid, the bid would be

liable to rejection.

5. The contractor will not be permitted to sublet any of the work with out permission of

NHAI.

Name of Work : Construction of Toll Lanes & Plaza at Km.13/0, village Daulatpura (Km.0/0 at Harmara) of Jaipur Bypass connecting Km.220 (Chandwaji) & Km.273/500 (Heerapura) of NH-8 in the State of Rajasthan

1. Estimated Cost put to Tender Rs. 639.16 Lacs

2. Earnest Money Deposit Rs. 12.78 Lacs

3. Validity Period of Bid Offered 90 Days

4. Security Deposit (Retention Money)

A 2.5% at work order

(1% EMD + 1.5% Cash/DD/Bankers Cheque)

B From R.A. Bills - 5% from R.A. Bills

C 5% Performance Bond

Page 64: Volume i Nhai

4 - 10

Annexure – IV

5. Time Limit for completion of work 5 (Five) Months

From the start date as mentioned in contract data Total

(Including monsoon period)

6. Pre-Bid Meeting at 11:00 hrs on

10.12.2005

At NHAI PIU-Jaipur ; D-

35/1, Sanjeevani Marg,

Hanuman Nagar, Jaipur-

302021.

7. Tender must reach the office on or before

Dt.19.12.2005 upto 13:00 hrs. in the office Project Director,

PIU-Jaipur NHAI office, Jaipur-302021.

8. Date and Time of Opening of The Tender 19.12.2005 at 15.00

hrs. in

The office of the

Project Director, NHAI PIU-Jaipur-302021.

9. Mode of Sending the Tender By R.P.A.D / Speed Post/

Courier/Hand Delivery

10. Description to be made on a) Name of Work

Sealed Cover (as per contract Condition) b) Last date of

Receiving

of The tender.

11. Mode of quoting in the Schedule B. Item Rate Tender.

Project Director

PIU- Jaipur, NHAI

Page 65: Volume i Nhai

4 - 11

Page 66: Volume i Nhai

4 - 12

APPENDIX TO ITB Clause reference with respect to Section-I

1. Name of Employer Project Director (PIU-Jaipur) D-35/1, Sanjeevani Marg, Hanuman Nagar, Jaipur-302021.

Cl.1.1

2. The last five years

2004-2005

2003-2004

2002-2003

2001-2002

2000-2001

3. The average annual financial Turnover amount is Rs.20.00 Crores

Cl.4.5 A(b)

4. Value of work is Rs.696.6 Lacs Cl.4.5 A(a)

5. Quantities of work are (main items of project) a. Earth work : 22500 Cum. b. GSB/WMM : 5450 Cum. c. Bituminous work: 5100 MT

Cl.4.5 A(a)

6. Liquid Assets and/ or availability of credit facilities is Rs.69.6 Lacs

Cl.4.3(g)

7. Price level of financial year 2004-2005 Cl.4.7

8. The Prebid meeting will take place at PD (PIU-Jaipur), NHAI, Jaipur at 11.00 hrs on 10.12.2005

Cl.9.2.1

9. The Technical Bid will be opened at PD (PIU-Jaipur), NHAI, Jaipur at 15.00 hrs on 19.12.2005.

10. Address of the Employer : Project Director (PIU, Jaipur) National Highways Authority of India D-35/1, Sanjeevani Marg, Hanuman Nagar, Jaipur-302021.

Cl.4.5.2

11. Identification

Bid for Construction of Toll Lanes & Plaza at Km.13/0, village Daulatpura (Km.0/0 at Harmara) of Jaipur Bypass connecting Km.220 (Chandwaji) & Km.273/500 (Heerapura) of NH-8 in the State of Rajasthan

Do not open before 19.12.2005 at 15.00 hrs.

Cl.19.2(b)

12. The bid should be submitted latest by (date & time) Cl.20.1(a)

Page 67: Volume i Nhai

4 - 13

APPENDIX TO ITB Clause reference with respect to Section-I

19.12.2005 at 13.00 hrs.

13. The bid will be opened at NHAI, PIU, Jaipur (Place) on 19.12.2005 at 15.00 hrs.

Cl.23.1

14. The Bank draft in favour of Project Director, PIU-Jaipur, NHAI payable at Jaipur.

Cl. 34.1

15. The name of the Dispute Review Expert is (to be nominated) Cl.36.1

16. Escalation factors (for cost of works Executed & Financial figure to a common base value for works completed)

Year Multiply factor One 1.1 Two 1.21 Three 1.33 Four 1.46 Five 1.61

Cl.4.5 A(a)

Page 68: Volume i Nhai

NATIONAL HIGHWAYS AUTHORITY OF INDIA (Ministry of Shipping, Road Transport & Highways)

Golden Quadrilateral Project

Construction of Toll Lanes & Plaza at Km.13/0,

village Daulatpura (Km.0/0 at Harmara) of Jaipur Bypass connecting Km.220 (Chandwaji) & Km.273/500 (Heerapura) of NH-8

in the State of Rajasthan

BID DOCUMENT – ITEM RATE CONTRACT

NATIONAL COMPETITVE BIDDING

VOLUME – II

SECTION 5 : TECHNICAL SPECIFICATIONS

D-35/1, Sanjeevani Marg, Hanuman Nagar, Jaipur–302021

Phone : 0141-2351417/ 2351427 Fax : 0141-2351333

OCTOBER 2005

Page 69: Volume i Nhai

TECHNICAL SPECIFICATIONS

CONTENTS

Sl. No. Description

1. Preamble 2. PART - I: General Technical Specifications 3. PART - II: Supplementary Technical Specifications 4. Additional Technical Specifications 5. PART - III: Specifications for Electrical & Building Works

________________________________________________________________________

Page 70: Volume i Nhai

SECTION 5

1.0 PREAMBLE 1.1 The Technical Specifications contained herein shall be read in conjunction with the other Bidding

Documents as specified in Volume-1. 1.2 SITE INFORMATION 1.2.1 The information given hereunder and provided elsewhere in these documents is given in good faith

by the Employer but the Contractor shall satisfy himself regarding all aspects of site conditions and no claim will be entertained on the plea that the information supplied by the Employer is erroneous or insufficient.

1.2.2 The area in which the works are located is mostly plain terrain, the approximate longitude and

latitude of the region being 1.2.3 General Climatic Conditions 1.2.3.1 The variation in daily temperature in this region is as under :

i) During summer months, from about 410 C minimum to 470 C maximum.

ii) During winter months, from about 10 C minimum to 120 C maximum. 1.2.3.2 The average annual rainfall in the area is of the order of 600 mm to 950 mm, a good portion of

which is concentrated during the months of August and September each year. 1.2.3.3 The range of relative humidity varies from a minimum of 15 to a maximum of 95 1.2.4 Seismic Zone

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

2.0 GENERAL REQUIREMENTS

The Technical Specifications, in accordance with which the entire work described hereinafter shall be constructed and completed by the Contractor, comprise of the following:

2.1 PART - I: General Technical Specifications

The General Technical Specifications shall be the “SPECIFICATIONS FOR ROAD AND BRIDGE WORKS” (FOURTH REVISION - August 2001, Reprinted – Sept. 2004), issued by the Ministry of Road Transport & Highways, Government of India and published by the Indian Roads Congress (IRC), New Delhi, with a cross reference to relevant Bureau of Indian Standards (BIS) for materials or other aspects not covered by the IRC.

2.2 PART- II: Supplementary Technical Specifications 2.2.1 The Supplementary Technical Specifications shall comprise various Amendments /

Modifications / Additions to the “SPECIFICATIONS FOR ROAD AND BRIDGE WORKS” referred to in PART - I above and also Additional Specifications for particular item of works not already covered in PART-I.

2.2.2 When an Amended / Modified / Added Clause supersedes a Clause or part thereof in the said

Specifications, then any reference to the superseded Clause shall be deemed to refer to the Amended / Modified / Added Clause or part thereof.

Page 71: Volume i Nhai

2.2.3 In so far as Amended / Modified / Added Clause may come in conflict or be inconsistent with any of the provisions of the said Specifications under reference, the Amended / Modified / Added Clause shall always prevail.

2.2.4 The Additional Specifications shall comprise specifications for particular item of works not already

covered in PART-I. 2.2.5 The Sub-Clauses of the following Sections in the “Specifications for Road and Bridge Works

(Fourth Revision - August 2001, Reprinted - March 2002) have been Amended / modified / added upon:

Sr. No.

Section No. Title Clause No.

1. 100 General 102, 103, 105, 106, 107, 108, 109, 110, 111, 112, 114, 115, 121, 123, 124

2. 200 Site Clearance 201, 202 3. 300 Earthwork, Erosion control and

Drainage 301, 304, 305, 306, 307, 309, 313

4. 400 Sub-bases, Bases (non bituminous) and Shoulders

401, 406, 407, 408, 409

5. 500 Bases and Surface Courses (bituminous)

501, 502, 503, 504, 507, 509, 511, 513, 516

6. 600 Concrete Pavement 601, 602 7. 800 Traffic Signs, Marking and Other

Road Appurtenances 801, 802, 803, 804, 805, 806, 808, 809, 810

8. 900 Quality Control for Road Works 901, 903 9. 1000 Materials for Structures 1002, 1006, 1007, 1008, 1009,

1010, 1012, 1013, 1014 10. 1100 Pile Foundations 1101, 1103, 1104, 1107, 1113,

1118, 1119 11. 1400 Stone Masonry 1404, 1405 12. 1500 Formwork 1501, 1502, 1503, 1505, 1506,

1508, 1509, 1510, 1513, 1514 13. 1600 Steel Reinforcement

(Untensioned) 1602, 1604, 1605, 1606, 1607

14. 1700 Structural Concrete 1703, 1704, 1705, 1706, 1707, 1709, 1710, 1712, 1713, 1715

15. 1800 Prestressing 1801, 1802, 1804, 1806, 1807, 1808, 1815, 1816

16. 2000 Bearings 2001, 2004, 2005, 2006, 2009, 2011

17. 2100 Open Foundations 2106 18. 2200 Sub-structure 2204, 2210 19. 2500 River Training Work and

Protection works 2504

20. 2600 Expansion Joints 2601 21. 2700 Wearing coat and Appurtenances 2702, 2703, 2704, 2706, 2708,

2709 22. 2800 Repair of Structures 2809, 2811, 2812, 2813, 2814,

2815, 2816, 2817, 2818, 2819, 2820, 2821, 2822, 2823, 2824, 2825, 2826, 2827, 2829, 2829, 2830

23. 2900 Pipe Culverts 2904, 2906 24. 3000 Maintenance of Road 3002, 3003, 3004 25. 3100 Reinforced Earth 3101, 3102, 3103, 3104, 3105,

3106, 3107

Page 72: Volume i Nhai

2.2.6 Additional Technical Specifications

The following Clauses have been added to the ‘SPECIFICATIONS FOR ROAD AND BRIDGE WORKS (Fourth Revision - August 2001, Reprinted - March 2002)’.

A-1 Curing using liquid membrane forming compound A-2 Plantation of trees and low height shrubs A-3 Utility Ducts A-4 Reflective Pavement Markers A-5 User Fee Plaza A-6 User Fee Collection System A-7 Drinking Water Kiosk A-8 Public Toilets A-9 High Mast Lighting A-10 Building Works A-11 Electrical Works

2.2.7 In the absence of any definite provisions on any particular issue in the aforesaid Specifications; reference may be made to the latest codes and specifications of IRC and BIS in that order. Where even these are silent, the construction and completion of the works shall conform to sound engineering practices as approved by the Engineer. In case of any dispute arising out of the interpretation of the above, the decision of the Engineer shall be final and binding on the Contractor.

Page 73: Volume i Nhai

Scope of Work The “Works” consist of Construction of Toll Lanes & Plaza at Km.13/0, village Daulatpura (Km.0/0 at Harmara) of Jaipur Bypass connecting Km.220 (Chandwaji) & Km.273/500 (Heerapura) of NH-8 in the State of Rajasthan The works shall, inter alia, include the following, as specified or as directed:

A. Road works

Site clearance; setting out and lay out; widening of existing carriageway and strengthening, construction of new road; bituminous pavements; supplying and placing of drainage channels, flumes, guard posts, guard rails and other related items; construction / extension of cross drainage works and other related works; road markings, road signs; protective works for roads; all aspects of quality assurance of various components of works; rectification of the defects in the completed woks during the Defect Liability Period; submission of “As Built” drawings and any other related documents; and other items of works as may be required to be carried out for completing the works in accordance with the drawings and provisions of the Contract to insure safety.

B. Miscellaneous

Execution of any other items of work for the construction and completion of the Works in accordance with the provisions of the Contract including all incidental items as well as preparation and submittal of reports, plans as may be required including but not limited to construction of Barbed wire fencing, Space Frame Structure, Providing and installing Toll Booths, construction of generator room, erection of High Mast/ Generator/Street Lights and all electrical works related to toll plaza as directed by engineer-in-charge.

During the period of the Contract the right of way and all existing roads shall be kept open for traffic and maintained in a safe and usable condition. Residents along and adjacent to the Works are to be provided with safe and convenient access to their properties all times. Traffic control and traffic diversions shall be used as necessary to protect the works and maintenance will be carried out as directed by the Engineer and provided in the Contract and any other items as required to fulfil all contractual obligations as per the Bid Documents.

Page 74: Volume i Nhai

PART - I GENERAL TECHNICAL SPECIFICATIONS

1.0 This part shall comprise the “Specification for Road & Bridge Works” (Fourth Revision - August

2001, Reprinted Sept. 2002), issued by the Ministry of Rod Transport and Highways (MORTH), Government of India and Published by the Indian Roads Congress (IRC), Jamnagar House, New Delhi - 110001, all as deemed to be bound into this document.

1.1 Where the term crushed stone is referred to in the Specification for Road & Bridge Works of the

MORTH (Clause 1007) for use as aggregate in construction of pavement layers or in construction of cross drainage works it shall mean that the aggregates shall he obtained through the use of crusher / granulator and vibratory screens of suitable capacity as approved by the Engineer.

2.0 Quality Control on Works & Materials

Quality control on materials and execution remains the primary responsibility of the contractor.

Nevertheless, the Engineer will inspect the work from time to time during and after construction and get the quality of the work tested (by him / herself, by his / her Testing & Quality Control Units and / or by any other agency deemed fit by him / her) generally as per the requirements of the Handbook of Quality Control for Construction of Roads & Runways (IRC Special Publication No. 11 & Section-900 of MORTH Specifications).

3.0 Surveying & Measuring Equipments

Equipments for surveying and measurement of the work shall be procured by the Contractor for site use. The same shall also be made available at site for use by the Engineer for any work connected with the Contract without any Charge.

Page 75: Volume i Nhai

PART - II SUPPLEMENTARY TECHNICAL SPECIFICATION

(AMENDMENTS / MODIFICATIONS / ADDITIONS TO EXISTING

CLAUSES OF GENERAL TECHNICAL SPECIFICATIONS - PART - I) SECTION 100 GENERAL Clause 102 DEFINITIONS

The following abbreviations shall be added in this Clause. MoRT&H : Ministry of Road Transport. & Highways, Govt. of India NHAI : National Highways Authority of India WBM : Water Bound Macadam WMM : Wet Mix Macadam MDD : Maximum Dry Density (as per IS: 2720-Part 8)

Clause 103 MATERIALS AND TEST STANDARDS

Add at the end of the clause:

The latest edition of these standards till 30 (thirty) days before the final date of submission of the tender shall be adopted.

Clause 105 SCOPE OF WORK Clause 105.3 Add the following below the existing clause.

The Contractor shall establish, adhere to, monitor and maintain an adequate quality management system complying with IRC:SP-47-1998 (“Guidelines on Quality Systems for Road Bridges”) and IRC:SP-57-2001 (“Guidelines for Quality System for Road Construction“). The quality management system shall be described in a Quality Plan that shall be submitted to the Engineer for acceptance not later than 28 days after the Letter of Acceptance. The costs associated with preparing, implementing and monitoring the quality management system shall be deemed to be covered in the scope of work. The Quality Plan shall cover the following items:

i. The Contractor’s organization and management including:

• The Definition of the Contract and its documentation; • The Organization of the Contract, including the line of command and

communication links between parties involved in the Contract; • Names, roles, responsibilities and authority of principals and key

personnel; • Control of liaison and meeting with third parties; • Identification of the Contractor’s staff responsible for overseeing each

major activities; • Contractor’s control of sub-contracts; • Document and data control; • Program for submission of method statements; • Procedures for preparation, review and adjustment of programmes for

the effective progression of the Works; • Procedures for the regular review and recording by the Contractor of the

quality of the Works; • Control of personnel selection based on skill and experience; • Management review and audit to monitor and exercise adequate control

over the implementation of the Quality Plan.

ii. The Contractor’s detailed method statements and construction procedures for each major activity whether directly controlled or subcontracted including:

Page 76: Volume i Nhai

• Plant and materials to be used, safety measures, the requirement for skilled labour and / or special supervision and working space;

• Delivering, handling and storage of materials; • Environmental control in respect of pollution, noise, dust, temperature,

working hours, traffic control etc; • Hold points i.e. the storage at which checks are necessary before

continuing; • Work instructions, quality control procedures, compliance testing,

inspection procedures and work acceptance procedures.

iii. The Contractor’s construction quality control including: • A Statement of the Contractor’s organization for quality control; • Control of test laboratories; • Control of test, measuring and inspection equipment; • Document Control; • Procedure for monitoring and recording the inspection, test and approval

status of the Works; • Procedures for the collation of quality records and provision of copies to

the Engineer; • Procedures for the receipt, examination and verification of certificates of

conformity and test results for purchased products. Clause 105.4 Delete the words” ............15 days in advance.......... “in the first line of the Clause and

replace it with. “Submission of contractor’s programme of work, method etc., as covered in this Clause shall be at least 28 days in advance, unless the quality management system for the project as finalized and approved by the Engineer demands an other time schedule for various submissions and approvals in which case the quality management system requirements will prevail”.

Clause 106 CONSTRUCTION EQUIPMENT

Add the following below sub para (f): g) Adequate standby equipment including spare parts shall be available. h) All measuring devices and gauges shall be in good working condition. Measuring

devices that can affect product quality shall be calibrated prior to use and at prescribed intervals against certified equipment. Calibration procedures shall be established, maintained and documented and corrective actions taken when results are unsatisfactory. Accuracy and fitness of measuring devices shall be ensured by proper maintenance.

Clause 107 CONTRACT DRAWINGS Clause 107.3 Add the following at the end of the paragraph:

“After careful study of the drawings supplied, the Contractor shall, prepare, where necessary all supplementary and working drawings with necessary field / construction information and the like for adequacy of construction methods and procedure etc. and shall submit the same to the Engineer for approval prior to construction progressively according to the work programme accepted by the Engineer. Engineer shall be given not less than 21 days for review of these supplementary / working drawings and as directed, the contractor shall modify the drawings incorporating the comments and requirements of the Engineer. The Contractor shall prepare detailed construction drawings for each culvert on the basis of the drawings given in Bid Documents and get them approved by the Engineer. The drawings shall be submitted to the Engineer at least 30 days before commencement of construction of culverts.”

Page 77: Volume i Nhai

Clause108 SITE INFORMATION Clause 108.4 This Clause shall read as follows:

“The Contractor shall identify quarries, borrow areas and other sources of materials required for the work. He shall satisfy himself that the required materials are available in adequate quantities and complying with the requirements of specifications. No claims shall be entertained on account of non-availability of materials, and increase in leads etc. Materials procured from quarry sites and borrow areas identified by the Contractor and to be used in Works must comply with the requirements of quality as stipulated in the Technical Specification for particular items of work.”

Clause 109 SETTING OUT Clause 109.9 Delete second and third sentences and substitute the following:

“Setting out of the road alignment and measurement of angles shall be done by using Total Station.”

Clause 109.10 Add the following as Clause 109.10:

“The Contractor shall provide necessary surveying equipment, accessories, surveyors and labourers required for setting out and related measurements, including making available these to the Engineer and to his representatives at different stages of the work. The surveying equipment shall be of high standard of manufacture as approved by the Engineer, in good working condition with adequate numbers and shall include inter-alia the following:

i. 1 no. of Precision automatic levels with micrometer attachment with tripods and

levelling staff reading to 5 mm accuracy by direct observation and to 1 mm accuracy by estimation or better

ii. 1 no. of Total Stations with 2 spare batteries and a charger, three tripods plus tangents sufficient for a 4 km range, together with an electronic data reorder, 6 data packs and all necessary software for operation.

iii. Precision staff as required iv. 4 nos. of 3 metre straight edge and measuring wedge fitted with handles wedges 100

mm ht. and 1 mm accuracy. v. Field umbrellas as required vi. Ranging rods 50 mm dia 3 m long straight with one end each metallic conical and

painted alternatively black and white along the length as required. vii. Steel tape graduated in metres, centimetre and millimetre as required and as per the

following categories: • 10 m long • 20 m long • 50 m long • Reference markers and pegs

viii. 2 sets of string line arrangement with sensor paver ix. Towed fifth wheel bump indicator

The Contractor shall maintain the surveying equipment in good condition during the full duration of works and replace the ones which get worn out or otherwise become unworkable. The surveying equipment and related resources shall be provided under the general obligations of the Contractor requiring no separate payment.”

Clause 110 PUBLIC UTILITIES Clause 110.3 This clause shall read as under:

“Any utility likely to be affected by the Contractor’s work shall be brought to the notice of the Engineer / Employer and such work shall be undertaken only after getting written clearance from the Engineer.”

Page 78: Volume i Nhai

CLAUSE 111 PRECAUTIONS FOR SAFEGUARDING THE ENVIRONMENT

Add the following text after the heading to Clause 111: “In addition to the requirements of Annexure A to Clause 501, the Contractor shall comply with the Environmental requirements in the following clauses“:

Clause 111.1 General

Substitute the Clause with the following: “The Contractor shall take all necessary measures and precautions and otherwise ensure that the execution of the Works and all associated operations on site or off-site are carried out in conformity with statutory and regulatory requirements including those prescribed elsewhere in this document. The Contractor shall take all measures and precautions to avoid any nuisance or disturbance arising from the execution of the Works. This shall, wherever possible, be achieved by suppression of the nuisance at source rather than abatement of the nuisance once generated. All vehicles deployed for material haulage shall be spillage proof. Roads used for haulage, shall be inspected at least once daily to clear any accidental spillage. In the event of any spoil, debris, wastes or any deleterious substance from the Site being deposited on any adjacent land, the Contractor shall immediately remove all such material at no cost to the Contract, and restore the affected area to its original state to the satisfaction of the Engineer.”

Clause 111.2 Borrow pits for Embankment Construction

Substitute the Clause with the following: “Prior approval shall be sought from the concerned State Authorities, and the Contractor shall comply with all local environmental regulations. For all borrow areas, the actual extent of area / zones to be excavated shall be demarcated with the sign boards and the operational areas shall be access-controlled. In the case of borrow from tank beds, a regrade / improvement of the inlet channels (at least up to 100 m stretch) shall be undertaken in consultation with the concerned state government departments (the Minor Irrigation department of the State PWD) and local bodies. The Contractor shall ensure that excavation of tank beds is uniform over the entire area and that the finished profile of the bed is smooth. In the case of borrow from the dry highlands, all borrow areas shall be reinstated by the formation of gentle side slopes, re-vegetated and connected to the nearest drainage channel to avoid the formation of pools during / after the rainy seasons. Plant and machinery used in the borrow areas shall conform to all applicable states noise emission regulations. All operation areas shall be water sprinkled to contain dust levels to the National Ambient Air Quality Standards.”

Clause 111.3 Quarry Operations

Substitute the Clause with the following: “Aggregates shall be sourced only from quarry sites that comply with the local / state environmental and other applicable regulations. Occupational safety procedures / practices for the work force in all quarries shall be in accordance with applicable laws. Quarry and crushing units shall have adequate dust suppression measures, such as sprinklers, in work areas and along all approach roads to the quarry sites. These shall preferable be located on the upwind side.”

Page 79: Volume i Nhai

Clause 111.5 Pollution from Hot-Mix Plants and Batching Plants

Delete the first sentence of this Clause and substitute with the following: “Bituminous hot mix plant and concrete batching plants shall be located at least one (1) km away from the sensitive receptors (schools, hospitals, etc.) and at least 500m from urban settlements, unless otherwise required by the statutory requirements.”

Clause 111.8 Add the following at the end of this Clause:

“Water tankers with suitable sprinkling system shall be deployed along the haulage roads and in the work sites. Water shall be sprinkled regularly all along the routes to suppress airborne dusts from truck / dumper movements particularly on unpaved roads. Actual frequency shall be decided by the Engineer to suit site conditions.”

After Clause 111.12, add the following new Clauses 111.13 to 111.23 Clause 111.13 Haulage Roads

“Existing roads used for hauling shall be strengthened and / or widened by the Contractor in accordance with the requirements for normal as well as construction traffic. Where such roads do not exist, the Contactor shall construct project specific single lane paved roads in settlement areas and gravel roads in open areas conforming to the respective specifications.

The alignment of the haulage roads shall be set to avoid agricultural land to the extent possible. In unavoidable circumstances, suitable compensation shall be paid to the people whose land will be temporarily acquired for the duration of the operations. The compensation shall cover for the loss of income for the duration of temporary acquisition and land restoration. Prior to the construction of the haul roads, topsoil shall be stripped and stockpiled for re-use. Material dumping sites shall be access-controlled to prevent the unauthorized entry of the people, grazing cattle and stray animals. Haulage roads shall be reinstated upon completion of hauling for the use of local communities.”

Clause 111.14 Water Sources and Water Quality

The Contractor shall provide independent sources of water supply, such as bore wells, for use in the Works and for associated storage, workshop and work force compounds. Prior approval shall be obtained from the relevant State Authorities and all installations shall be in compliance with local regulations. Bore wells installed and used for the project shall be left in good operating condition for the use of NHAI and local communities. The Contractor shall prevent any interference with the supply to or abstraction from, and prevent any pollution of, water resources (including underground percolating water) as a result of the execution of the Works.

Areas where water is regularly or repetitively used for dust suppression purposes shall be laid to fall to specially constructed settlement tanks to permit sedimentation of particulate matter. After settlement, the water may be re-used for dust suppression and rinsing. The Contractor shall protect all watercourses, waterways, ditches, canals, drains, lakes and the likes from pollution as a result of the execution of the Works. All water and other liquid waste products arising on the Site shall be collected and disposed of at a location on or off the Site and in a manner that shall not cause nuisance or pollution.

The Contractor shall at all times ensure that all existing stream courses and drains within, and adjacent to, the Site are kept safe and free from any debris and any materials arising from the Works. The Contractor shall not discharge or deposit any matter arising from the execution of the Works into any water except with the permission of the Engineer and the regulatory authority concerned.

Page 80: Volume i Nhai

Work force camps shall have septic tank and soak away pits. Operational areas like POL storage areas / hot mix plant areas shall comply with local / state environmental regulations and safety procedures. Storage and handling areas shall be impervious and surrounded by an impervious lined drain to catch any accidental spills. Storm water shall be stored in lined holding tanks with oil, grease tapping facility prior to disposal in to nearby watercourses. The trappings and sludge of holding tanks shall be disposed off in accordance with the procedures approved by the local regulatory authority.

Clause 111.15 Equipment and Vehicles used for the Works

Equipment and vehicles deployed for the construction activities shall not be older than 5 years. Equipment used for road and bridge works shall be based on new technology and must not (NOT) generate noise and pollutants exceeding the limits specified by the relevant State Authorities. Vehicles and machineries used for road and bridge works are to be regularly maintained to conform to the National Air Quality Standards. Blasting, if any, shall be carried out using small charges.

Clause 111.16 Air Quality

The Contractor shall devise and implement methods of working to minimize dust, gaseous and other air-borne emissions and carry out the Works in such a manner as to minimize adverse impacts on the air quality. Construction camps shall have facilities for LPG fuel. The use of firewood shall not be permitted. The Contractor shall utilize effective water sprays during delivery, manufacture, processing and handling of materials when dust is likely to be created, and to dampen stored materials during dry and windy weather. Stockpiles of friable materials shall be covered with clean tarpaulins, with applications of sprayed water during dry and windy weather. Stockpiles of materials or debris shall be dampened prior to their movement, except where this is contrary to the Specification. Any vehicle with as open load-carrying area used for transporting potentially dust producing material shall have properly fitting side and tail boards. Materials having the potential to produce dust shall not be loaded to a level higher than the side and tail boards and shall be covered with clean tarpaulins in good condition. The tarpaulin shall be properly secured and extend at least 300 mm over the edges of the side of the side and tail boards. The Contractor shall monitor air-quality once every week in all operational areas under the project and take the necessary steps to comply with the specified requirements. Air quality parameters will include SPM, RPM, SO NOx, HC and CO. Operational areas include work sites, haulage roads, hot mix plants, quarries, crushing plants, stock piles, borrow sites spoil disposal sites and any other area is used by the plant and equipment of the Contractor.

Clause 111.17 Noise Control

The Contractor shall consider noise as an environmental pollution constraint in the planning and execution of the Works. The Contractor shall take all necessary measures so that the operation of all mechanical equipment and construction processes on and off the site shall not cause any unnecessary or excessive noise, taking in to account applicable environmental requirement. The Contractor shall use all necessary measures and shall maintains all plant and silencing equipment in good conditions so as to minimize the noise emission during construction works. Any member of the work force likely to be exposed to beyond their threshold noise levels shall be provided with protective equipment, such as ear plugs, and shall be rotated every four hours.

Page 81: Volume i Nhai

Construction operations shall be limited to daytime hours only, particularly in the settlement areas. Night work shall not be allowed unless permission in writing by the Engineer.

Clause 111.18 Vibration Control

The Contractor shall take measures during construction activities to control the movement of the work force and construction machinery / equipment, and to avoid / minimize activities which produce vibrations.

Clause 111.19 Construction Camps

The construction camps shall conform to the State and National building regulations as applicable. The area for the storage of polluted materials shall be stored on impervious floors and shall be surrounded by impervious ditches in order to avoid spilling of polluted material to surrounding areas. Construction camps shall be properly arranged to avoid noise pollution to the nearby habitants and to avoid contamination of river and canals from wastewater drainage. To prevent such contamination, wastewater generated at the camp sites shall be discharged into soak pits. These shall be of sufficient capacity to contain 120% of estimated volume. These shall be regularly cleaned and maintained to be effective. Human excreta shall be treated through septic tanks prior to discharge and shall conform to directives and guidelines of the State. Water accumulated in tires, empty vessels and containers of all nature will be regularly cleaned to avoid the related health hazards.

Clause 111.20 Control and Disposal of Wastes

The Contractor shall control the disposal of all forms of waste generated by the construction operations and in all associated activities. No uncontrolled deposition or dumping shall be permitted. Wastes to be so controlled shall include, but shall not be limited to, all forms of fuels and engine oils, all types of bitumen, cement, surplus aggregates, gravels, bituminous mixtures etc. The Contractor shall make specific provision for the proper disposal of these and any other waste products, conforming to local regulations and as approved by the Engineer.

Spilling of oil and bituminous products during construction and transport shall be avoided to reduce the chances of contamination of surface as well as ground water.

Degraded materials shall be disposed of in a manner approved by the Engineer. Wastewater shall be disposed in to septic tanks and soak pits etc. The Contractor shall make arrangements to clean-up spoil as soon as the work finishes in a stretch. If such sites are located outside the ROW, restoration of the site to a level acceptable to the land owner(s) will be carried out within a time period agreed between landowner(s) and the Contractor. Separators shall be used to separate POL materials from wastewater prior to discharging to the watercourses or as approved by the Engineer in conformance with directives and guidelines.

Disposal of solid waste materials shall be outlined in a plan for which environmental clearances shall be obtained from State environmental regulatory authorities. Potential locations for solid waste disposal are the natural depressions and borrow areas. The areas used for dumping of uncontaminated debris shall be covered with 300 mm soil and shall be planted. Contaminated debris shall be dumped in depressions whose bed must be impervious e.g., stone quarry sites or depressions made impervious with 450 mm thick impervious floor apron as per Clause 2503. Each successive 1.0 m layers shall be covered with 500 mm thick soil layer, and the area will be covered with 300 mm thick layer and planted.

Page 82: Volume i Nhai

Clause 111.21 Transport of Hazardous Materials

Transport of all hazardous materials, in bulk or in sealed containers, shall meet the requirements of the State regulations. Prior to ordering transport of hazardous material in bulk, the Contractor must obtain the approval of the relevant authority as well as of the Engineer. Precautionary measures and conformity with regulations shall be stated in a Method Statement for the approval of the Engineer. Sealed containers of hazardous materials shall be stored in a well ventilated room, well guarded and secured.

Clause 111.22 Emergency Response

The Contractor shall plan and provide remedial measures to be implemented in the event of occurrence of emergencies such as spillages of oil or bitumen or chemicals. The Contactor shall provide the Engineer with a statement of the measures he intends to implement in the event of such an emergency which shall include a statement of how he intends to provide personnel adequately trained to implement such measures.

Clause 111.23 Measurement

For Compliance of all other provisions made in this Clause 111, it shall be deemed to be incidental to the work and no separate measurement shall be made. The Contractor shall be deemed to have made allowance for such compliance with these provisions in the preparations of his prices for items of work included in the BoQs and full compensation for such compliance shall be deemed to be covered by them.”

Clause 112 ARRANGEMENT FOR TRAFFIC DURING CONSTRUCTION

Clause 112.1 General Delete the last sentence and add the following:

“14 days before undertaking work which would involve any obstruction whatsoever to traffic, the Contractor shall submit, for the Engineer’s approval, a Traffic Safety and Management Plan. The plan shall include: i. Details of the arrangements for passing traffic during construction, design of

barricades, signs, markings, lights, flags etc conforming and satisfying the requirements of IRC: SP 55-2001;

ii. Drawings for temporary diversions in accordance with Sub- Clause 112.3 if required;

iii. Details of arrangements proposed to be in place after the cessation of work. Special consideration shall be given in the preparation of the Traffic Safety and Management Plan for the safety of pedestrians, traffic works and delineation of the roadway at night.”

Clause 112.2 Replace second sentence as “The treatment of shoulder shall consist of 200 mm thick wet

mix macadam base as per Clause 406 covered with 20 mm thick premix carpet and Type B sand seal coat as per Clauses 512 and Clause 513 in a width of at least 2.0 m and the surface shall be maintained throughout the period during which traffic uses the same to the satisfaction of the Engineer.”

Add at the end of second paragraph as follows “Where it is absolutely necessary that the camber of the existing road is to be corrected before the commencement of the additional carriageway in order to avoid ponding of rain water, the same unidirectional camber has to be provided first.”

Clause 112.3 Passage of Traffic along a Temporary Diversion Substitute the Clause as under:

Page 83: Volume i Nhai

Clause 112.3.1“In stretches where it is not possible to pass traffic on part width of carriageway, a temporary

diversion shall be constructed with total 7.0 m roadway with the following provision for road crust: i. 300 mm thick subgrade in 7m width with earth of minimum CBR 5% as per

Clause 305; ii. 200 mm thick granular subbase as per grading I of Table 400-1 of Clause 401; iii. 225 mm thick wet mix macadam as per Clause 406; iv. 20 mm thick premix carpet covered with Type B seal coat as per Clauses 512 and

513. The alignment and longitudinal section of diversion including junctions and temporary cross drainage provision shall be approved by the Engineer prior to execution.”

Clause 112.3.2 “On completion on one side of carriageway, traffic shall be diverted to new carriageway in

order to carry out the strengthening work on existing carriageway. Traffic shall be diverted through a temporary diversion to be constructed at the both ends of completed carriageway. Such diversion shall have minimum 20 m length along the length of the road stretch and shall be in full width of median. It shall have the following crust composition if its location does not match with the location of median opening:

i. 300 mm thick subgrade in 7m width with earth of minimum CBR 5% as per

Clause 305; ii. 200 mm thick granular subbase as per grading I of Table 400-1 of Clause 401; iii. 225 mm thick wet mix macadam as per Clause 406; iv. 20 mm thick premix carpet covered with Type B seal coat as per Clauses 512 and

513.

Clause 112.4 Traffic Safety and Control Last line of fifth para shall be read as under: “The signs shall be of approved design and of reflectory type.”

Clause 112.6 Measurements for Payment and Rate

Substitute the clause as follows: (a) “The provision of treated shoulder including construction of temporary cross

drainage structures, if required, as described in Clause 112.2 including their maintenance, dismantling and clearing debris, where necessary, shall be considered as incidental to the works and shall be Contractor’s responsibility.

(b) The Construction of temporary diversion including temporary cross drainage

structures as described in Clauses 112.3.1 shall be measured in running metre and the work as per Clause 112.3.2 will be measured in sq.m. and the unit contract rate shall be inclusive of full compensation for construction (including supply of material, labour, tools etc), maintenance as per Clause 112.5, final dismantling, and disposal.

(c) The Construction of temporary diversion for diverting traffic from one

carriageway to another carriageway as described in Clause 112.3.2 shall be measured in square meter and the unit contract rate shall be inclusive of full compensation for construction (including supply of material, labour, tools etc), maintenance as per Clause 112.5, final dismantling, and disposal.

(d) All traffic safety and control devices used during the construction as per Clause

112.4 including providing, erecting and maintaining barrier, signs, markings, flags, lights and providing flag man etc. shall be measured and paid in km. month.”

Page 84: Volume i Nhai

Clause 114 SCOPE OF RATES FOR DIFFERENT ITEMS OF WORK

Clause 114.2 Item (ii) shall read as under:

“A detailed resources based construction programme including resource planning using computerized critical path network method / PERT in a form which facilitates control of the progress of the works and consequences of any changes in terms of time. The programme shall also include detailed network, activities for the submission and approval of materials, procurement of critical materials and equipment, fabrication of special products / equipment and their installation and testing and for all activities of the Contractor that are likely to affect the progress of work etc. including updating all such activities on the basis of decisions taken at the periodic site review meetings or as directed by the Engineer. The Contractor shall submit data via electronic media to the Engineer in a form readily compatible with Engineer’s planning system. The first issue of the detailed construction programme including the detailed description of the system and the procedures shall be submitted to the Engineer for approval not later than 28 days after the date of receipt of the letter of acceptance. The Contractor shall submit to the Engineer, for approval and consent, the updated and revised programme at every three months interval or as directed by the Engineer. The updated and revised programme shall be submitted showing the actual progress achieved (physical and financial) and the effects of the progress achieved on the timing of the remaining work including any change to the sequence of the activities.” Add the following as item (xvii) of the Clause 114.2: “Monthly progress reports in a format acceptable to the Engineer shall be submitted by 5th of every month. The reports shall state the progress which has been achieved during the preceding compared with the planned progress; illustrate delays in proportion to the progress planned, analyse the consequences and state planned corrective actions as well as remedial measures proposed.”

Clause 114.4 Add the following as Clause 114. 4 “If any work executed by the Contractor does not meet the specifications, it shall be deemed as rejected. The Engineer, in his sole discretion, may consider a proposal by the Contractor to retain, an element or a part of the structure. The Contractor’s proposal shall be supported by calculations, drawings and other data to prove the soundness of the proposal and shall clearly describe the additional measures required to ensure the intended performance of the structure. Rate and cost for rehabilitation of the structure shall be settled mutually between the Engineer and the Contractor. In case of failure to arrive at an agreed rate and cost; the Engineer’s decision regarding the rate and cost shall be final and binding.”

Clause 115 METHODOLOGY AND SEQUENCE OF WORK

The Clause shall read as follows:

The Contractor shall submit a methods statement within 28 days after the date of letter of acceptance. The methods statement shall be submitted in two parts. The General part of the methods statement shall describe the Contractor’s proposals regarding preliminary works, common facilities, and items that require consideration at the early stage of the contract. The General part shall be issued along with the first issue of the construction programme (refer to clause 114.2) and shall include information on: a) Sources of materials like coarse aggregate and fine aggregate, quantity and quality of

materials available in different sources; b) Sources of manufactured materials like cement, steel, reinforcement, pre-stressing

Page 85: Volume i Nhai

strands and bearings. Wherever possible the Contractor shall identify at least two sources for each of the items; he shall also submit samples / test certificates of recently manufactured materials for the consideration of the Engineer;

c) Location of site facilities like batching plant, hot mix plant, aggregate processing plant

etc; d) Details of facilities / approaches for transportation of men, equipment and materials

like concrete for construction of pavements, foundations and substructure in river bed; e) Information on procedures to be adopted by the Contractor for prevention and

mitigation of negative environmental impact due to construction activities; f) Any other information required by the Engineer subsequent to the scrutiny of method

statement submitted along with the bid. The general part of the quality management system shall accompany the methods statement under Clause 105.3. Special parts of the methods statement shall be submitted to the Engineer by the Contractor for each important item of work like construction of embankments and subgrade, pavements, pile foundations, concreting, pre-stressing, repair and rehabilitation of existing structures, concrete superstructure and for any other item as directed by the Engineer. These statements shall be submitted at least 28 days in advance of the commencement of the activity or item of work, unless otherwise stipulated in the Contract. These statements shall give information on: i. Details of personnel both for execution and quality control of the work; ii. Equipment deployment with details of number of units, capacity, standby

arrangements; iii. Sequence of construction, details of temporary or enabling works like, diversions,

cofferdams, formwork including specialized formwork for superstructure, details of borrow areas, method of construction of embankment and subgrade, pavements, piles, concreting procedures, details of proprietary processes and products (e.g. details of prestressing systems, proprietary piling systems, bearings, expansion joints etc.) and details of equipment to be deployed. Wherever necessary, technical literature, design calculations and drawings shall he included in the methods statement;

iv. Testing and acceptance procedures including documentation; v. Special part of the quality management system referred in clause 105.3 for the

particular item of work shall be submitted along with the methods statement for the concerned activity;

vi. Engineer shall examine and approve the methods statement or direct the Contractor to resubmit the statement with required modifications. The modified statement shall be submitted within 14 days of receipt of Engineer’s comments.

The sole responsibility for the safety and adequacy of the methods adopted by the Contractor shall rest on the Contractor irrespective of any approval given by the Engineer. The following Clause shall be added:

Clause 115.1 Approval of Proprietary Product / Process / System

“Only proprietary products proven by International usage in comparable projects shall be permitted to be used. Fully authenticated details of licensing and collaboration arrangement shall be submitted by the manufacturer, where relevant. Within 90 days of award of work the Contractor shall submit the following information for all proprietary products for approval by the Engineer. i. Name of manufacturer and name of product / process / system

Page 86: Volume i Nhai

Complete details of the manufacturer of the product / process / system shall be furnished. Details of projects where similar product / process / system have been successfully used shall be furnished. Authenticated copies of license / collaboration agreement shall be furnished.

ii. General features of the product / product / process / system Detailed write up with methods statements shall be furnished for each product / process / system. This shall include complete working drawings & installation drawings, technical specifications covering fabrication, materials, system of corrosion protection etc.

iii. Details of product development and development testing iv. Acceptance test and criteria

Manufacturer shall submit a quality assurance system document. Details of acceptance test and criteria of acceptance shall be furnished in this document.

v. Installation procedure. vi. Maintenance procedure and schedule. vii. Warranty proposal.

The Engineer may order any additional tests for the purpose of accepting the product. The facility for such additional tests shall be made available by the manufacturer. The charges for these additional tests shall be borne by the Employer only in case the product satisfies the specifications.”

Clause 121 FIELD LABORATORY

Clause 121.2 Description

Substitute the words “shown in drawings” in first sentence of first para by “per provisions indicated in the Clause and at a location approved by the Engineer”.

Replace “electric supply etc” in the second sentence of first para with words” uninterrupted power supply etc.” Delete the first sentence of second para and substitute the following: “The floor space required for the field laboratory shall be not less than 500 sq. m.” The fourth sentence of second para “The furnishings…….. in Table 100-2” shall be read as under: “A good semi furnished office accommodation shall be provided to the Materials Engineers of the Supervision Team as per the direction of the Engineer.” Add as third para: “There shall also be provided a concrete paved area, for storing samples adjacent to the laboratory, of about 300 sq.m. and another 200 sq.m shall be suitably roofed with open sides giving protection against sun and rain. Within 14 days of the Letter of Acceptance, the Contractor shall prepare and submit a layout plan and details of the laboratory building and submit the make / supplier of the equipment to the Engineer for his approval. The field laboratory to be provided under the Contract shall be handed over to the Engineer in finished and fully equipped condition not later than 60 days after the receipt of Letter of Acceptance, and the field laboratory with all equipment / instrument shall be to the entire satisfaction of the Engineer. During the 60 days period starting from the Letter of Acceptance, the laboratory tests shall be performed in another laboratory proposed by the Contractor and approved by the Engineer.”

Clause 121.3 Laboratory Equipment

This Clause shall read as under:

Page 87: Volume i Nhai

“The following items of laboratory equipment procured from reputed manufacturers duly approved by the Engineer shall be provided in the field laboratory. The equipment and instruments shall be new and shall be quality certified by Bureau of Indian Standards (BIS). It shall include but not be limited to the following:

A General i. Balance a. 10 kg capacity semi-self indicating electronic type, Accuracy 1 gm 1 No b. 500 gm capacity semi-self indicating electronic type, Accuracy

0.01 gm 2 Nos

c. Chemical balance (electronic) 100 gm capacity, Accuracy 0.0001 gm

1 No

d. Triple Beam balance 25 kg capacity, Accuracy 1 gm 1 no. e. Pan balance 5 kg capacity, Accuracy 0.5 gm 3 Nos f. Platform scale 300 kg capacity 1 No ii. Ovens-electrically operated, thermostatically controlled (including

thermometer), stainless steel interior

a Temperature range ambient to 320°C, Sensitivity 5°C, capacity 300 Litre

1 No.

b Temperature range, ambient to 200°C, sensitivity 1°C, capacity 250 Litre.

1 No.

iii. a

Sieves: as per IS :460-1962 Test sieve set 450 mm internal dia as per BIS of required sieve sizes complete with lid and pan

2 Set

b Test sieve set 200 mm internal dia (brass frame and steel / or brass wire cloth mesh) as per BIS of required sieve sizes complete with lid and pan.

2 Set

iv. Sieve shaker capable of taking 200 mm dia and 450 mm dia sieves electrically operated with time switch assembly as per BIS

1 No.

v. 200 tonnes compression testing machine electric cum manually operated fitted with three gauges 0-2000 KN. x 10 KN, 0-1000 KN x 5 KN and 0-500 KN x 2 KN

1 No.

vi. Stop watches 1 / 5 sec. accuracy 3 Nos. vii. Glassware comprising beakers, pipettes, dishes, measuring

cylinders (50 to 1000cc capacity) glass rods and funnels, glass thermometers range 0o C to 100ºC and metallic thermometers range 300o C.

1 Doz. each

viii. Hot plates 200 mm dia (2000 watt.) 3 Nos ix. Enamel trays a 600 mm x 450 mm x 50 mm 6 Nos b 450 mm x 300 mm x 40 mm 6 Nos c. 300 mm x 250 mm x 40 mm 4 Nos d. Circular plates of 250 mm dia 4 nos x. Spatula set 2 sets xi. Water testing kit 1 set xii. First aid box 1 set xiii. Digging tools (pixels, shovels, fork etc) As reqd xiv. Miscellaneous tools (sledge hammer, lump hammer, wooden pegs

etc) As reqd

xv. Rain gauge 1 set xvi. Maximum and Minimum Thermometer 2 Nos B For Soils and Aggregates i. Liquid limit and plastic limit a. Liquid limit device with Casagrande and grooving tools and as per

IS - 2720 1 No

b. Single point LL device 1 No c Moisture content cups of 50 ml and 30 ml capacity 150 No d. Ground glass plate with rounded edges 600 mm x 600 mm x 10 2 Nos

Page 88: Volume i Nhai

mm ii. Hydrometer analysis a High speed stirrer 1 No b. Hydrometer 3 Nos c. Hydrometer jars 12 Nos iii. Sampling pipettes fitted with pressure and suction inlets, 10 ml

capacity 2 sets

iv. Laboratories compaction a Compaction apparatus (Proctor) to the requirements of IS-10074-

1982, complete with collar, base plate & 2.5kg rammer. 1 No

b Compaction apparatus (heavy) to the requirements of IS-10074-1982, complete with collar, base plate and 4.5kg rammer.

3 Nos

c. Vibratory hammer to the requirements of Test 14 - BS 1 set v. Sand pouring cylinder (150 mm ) with conical funnel and top and

base late (with 152 mm dia of sand cone) to the requirements of ASTM D 1556

2 sets

vi. Sampling tins with lids 100 mm dia x 75 mm ht. 0.5kg capacity and miscellaneous items like moisture, tins with lid etc

30 Nos

vii. Laboratory C.B.R. testing equipment to the requirements of IS, consisting following:

1 set

a. floor mounted electro-mechanical load frame 5 tonne capacity with automatic strain control

1 No

b. CBR moulds complete with collar, base plate etc 18 Nos c. Swell stands for holding dial gauge 9 Nos d. CBR plunger with penetration dial gauge holder 1 Nos e. Surcharge weight with central hole of 2 kg weight 40 Nos f. Spacer disc with handle 2 Nos g. Perforated brass swell plate with adjustable cap on handle 18 Nos h. Soaking tank for accommodating 18 CBR moulds 1 No i. High tensile steel calibrated proving rings of 1000 kg. 2500 kg and

5000 kg capacity 1 set

j. Dial gauge, 25 mm travel, 0.01 mm / division 12 Nos k. Tripod stands for holding dial gauge holder 18 Nos l. Aluminium Ties 50 mm x 30 mm As reqd 55 mm x 35 mm As reqd 70 mm x 45 mm As reqd 70 mm x 50 mm As reqd 80 mm x 50 mm As reqd ix. Dynamic Cone Penetrometer equipment 2 Nos x. Nuclear gauge for density and moisture content determination to

the requirements of AASHTO 238 and 239 1 set

xi. Speedy moisture tester complete with carrying case and chemicals 2 Nos xii. Reagent grade Sodium Sulphate for soundness test of aggregate to

the requirements of AASHTO T- 104 30 kgs.

xiii. Flakiness auger (to BS 812) 1 No xiv. Post-hole auger (to BS 812) 3 sets xv. Core cutter apparatus with 10cm dia. and diamond cutting edge 2 sets xvi. Flakiness and Elongation test gauge 2 sets xvii. Standard measures of 30, 15, 3 litre capacity along with tamping

rod 2 sets

xviii. Unconfined compression test apparatus 1 set xix. Water still, 3 litre / hr. with fittings and accessories 1 set xx. Aggregate Impact Test Apparatus as per IS 2386 (Part IV) 1963 1 No xxi. Los Angeles abrasion Test Apparatus as per IS 2386 (Part IV) 1963 1 No C For Bitumen and Bituminous Mixes i. Constant temperature bath for accommodating bitumen test

specimen, electrically operated, and thermostatically controlled, stainless steel interior, 50 litre capacity, temperature range ambient

2 Nos

Page 89: Volume i Nhai

to 80° C ii. Bitumen Penetrometer automatic type, including adjustable weight

arrangement, and needles to the requirements of AASHTO T -49

I set

iii. Centrifuge type motorized bitumen extraction apparatus to the requirements of AASHTO T164 with stock of solvent & filter paper

1 set

iv. Bitumen laboratory mixer planetary action, 2 litre capacity, including required accessories electrically operated and fitted with heating jacket

1 No

v. Marshall compaction apparatus to the requirements of AASHTO 245 as per ASTM 1559-62 T and complete with electrically operated automatic loading unit, compaction pedestal, heating unit, head breaking assembly, flow meter, load transfer bar, specimen moulds 100 mm dia with base plate. collars, specimen extractor, compaction hammer 4.53kg x 457 mm faIl, (excluding constant temperature bath)

1 set

vi. Dial type thermometer reading 0-200°C range, accuracy 2° C As reqd vii. Digital reading thermometer for measuring temperature in Asphalt

mixes 1 No

vii. Thin Film Oven Test apparatus to the requirements of AASHTO T 179 including accessories

1 No

viii. Ring and Ball Apparatus as per IS 1205-1978 1 set ix. Asphalt Institute Vacuum Viscometer as per IS 1206 (Part-II)-1978 1 set x Apparatus for Determination of Ductility test as per IS 1208-1978 1 set xi Pen Sky-Martars closed tester for testing flash and fire point as per

IS 1209-1978 1 set

xii Apparatus for Float Test - IS 1210-1978 1 set xiii Apparatus for Determination of water content (Dean and Shark

Method) IS-1211-1978 1 set

xiv. Apparatus for Determination of Loss on heating IS-1212-1978 1 set xv Apparatus of Determination of specific Gravity IS-1202-1978 1set D For Cement, Cement Concrete and Materials i. Vicat needle apparatus for setting time with plungers, as per IS-

269-1968 1 set

ii. Moulds a. 150 mm x 300 mm ft Cylinder with capping component along with

the capping set and compound as per IS 48 Nos

b. Cube 150 mm , moulds and 100 mm (each Size) as per IS 36 Nos c. Beams 600 mm x l5O mm x l00 mm moulds 18 Nos iii. High frequency mortar cube vibrator for cement testing 1 No iv. Concrete mixer power driven, 1 Cu. Ft. capacity 1 No v. Variable frequency and amplitude vibrating table size 1m x 1m, as

per the relevant British Standard

1 No

vi. Concrete permeability apparatus 1 No vii. Flakiness and Elongation index test apparatus 2 sets viii. Flexural Beam testing machine with accessories 1 No ix. Chloride testing kit for chemical analysis of chloride content 1 No x. Flow table as per IS 712-1973 4 Nos xi. Vibrating hammer as per BS specification 1 No xii. Equipment for slump test (C-143) / compacting factor Apparatus

complete 4 Nos

xiii. Equipment for determination of specific gravity for fine and coarse aggregate as per IS 2386 (Part 3)1963

4 Nos

xiv. Flexural attachment to compression testing machine 2 Nos xv. Needle vibrator 4 Nos xvi. Air entrainment meter ASTM C-231 1 No xvii. 0.5 cft / 1.0 cft cylinder for checking bulk density of aggregate with 2 Nos

Page 90: Volume i Nhai

tamping rod xviii. Soundness testing apparatus for cement 1 set xix. Chemicals solutions and consumable As regd xx. ION Exchange kit for rapid determination of sulphate content xxi. Water still 1 No

All equipment shall conform to accepted international standards and shall be subject to the approval of the Engineer. The Contractor shall be responsible for the provision of adequately experienced and qualified laboratory staff, in sufficient numbers to be able to meet all testing requirements to the approval of the Engineer, and for the supply of all transportation of staff, testing equipment and samples necessary to allow the testing to be performed in a time scale compatible with the needs of the Site.”

Clause 121.4 Ownership This clause shall read as under: “Land for the laboratory shall be provided by the Contractor.”

Clause 121.5 Maintenance

This clause shall read as under: “The contractor shall arrange to maintain the field laboratory including sample store yards in a satisfactory manner until the issue of Taking over Certificate for the whole work. Maintenance includes all activities described in Clause 120.4 and maintenance of equipment and running of the same including chemicals and consumables.”

Clause 121.5 Deleted Clause 121.6 Rates

“The construction, supply, installation, maintenance, and operation including al expenses involved in connection thereto for the field laboratory shall be incidental to the work, and shall not be paid separately.”

CLAUSE 123 PROVIDING AND MAINTAINING WIRELESS COMMUNICATION SYSTEM

Replace this Clause by the following: Clause 123.1 Scope

The work. covers the provision and maintenance of cellular phone system with necessary accessories.

Clause 123.2 Supply

The Contractor shall arrange to supply, install and commission mobile cellular phones in numbers of Instrument-month indicated in the Bill of Quantities. The system shall consist of the following: a) Hand held Mobile Cellular phones of Nokia/Motorola/Siemens or equivalent

approved with roaming facility make suitable for use throughout the State of Rajasthan.

b) SIM cards for each phone for connection to all places in Rajasthan.

c) Initial subscription fees and security deposit.

Page 91: Volume i Nhai

The Contractor shall provide the phones within 15 days from the date of commencement of work. He shall submit a guarantee for replacement of any defective phones during the peroid of the Contract.

Clause 123.3 Approval

The Contractor shall procure the services of authorised service providers within the State of Rajasthan and shall be liable for the licences and approvals necessary for using the cellular phones.

Clause 123.4 Maintenance

The Contractor shall arrange to maintain the entire cellular phone system including the phone sets, SIM cards and other accessories. Maintenance shall also include payment for local and STD calls (as allowed by the SIM Cards) and subscription fees or any other airtime and operating cost. The period of maintenance shall be until the issue of taking over certificate for the complete work. He shall replace any instrument or component which goes out of order at his own cost and provide all necessary spares and attend to all.

Clause 123.5 Measurements for Payment

The measurement for supply and commissioning of cellular phone communication system shall be on the basis of number of instrument-month as indicated in the Bill of Quantities.

If the Contractor fails to commission and hand over the system in good working condition in the stipulated time, an amount of Rs.30,000/- per month or part thereof shall be debited to the Contractor's account.

The measurement for maintenance of the system shall be on instrument months and shall be made on completion of satisfactory maintenance every month.

If the Contractor fails to carry out the required maintenance as directed by the Engineer at any stage of work, an amount of Rs.20,000/- per month or part thereof shall be debited to the Contractor. In addition, the month/months during which the Contractor fails to carry out the required maintenance shall not be measured for payment.

If the Contract Works are not completed within the stipulated period or within granted extended time of completion, the maintenance of the system in accordance with Clause 123.4 shall be carried out by the Contractor at his own cost and as such, no payment shall be made for the same. In case of any failure by the Contractor to do so, an amount of Rs.25,000/- per month or part thereof shall be debited to the Contractor's account.

Clause 123.6 Rates

The Contract unit rate for the supply, commissioning and maintenance of cellular phone system shall cover all the expenses towards the supply of all necessary items and expenses towards operating the system, guarantee for replacement of the phones (which are found defective) during the currency of the Contract and all other incidentals.

No separate maintenance charges shall be paid for carrying out periodic servicing and checking of the system, replacement of components, attending to all necessary repair,

Page 92: Volume i Nhai

payment of air-time charges, subscription fees and taxes, if any, and other incidentals to keep the complete system in satisfactory working condition."

Clause 124 PROVIDING AND MAINTAINING VEHICLES FOR THE ENGINEER

The heading of this Clause shall read as under:

PROVIDING AND MAINTAINING VEHIDCLES FOR EMPLOYER/ EMPLOYER'S REPRESENTATIVE AND HIS STAFF

Clause 124.1 Scope

This Clause shall read as under:

"The work covers providing and maintaining vehicles/passenger cars for use by the Employer and his representatives as described under the Bill of Quantities".

Clause 124.2 Description

Modify para 1 of this clause to read as under: "The vehicles for the Employer/Employer's representative shall be of A.C. Passenger cars (Toyota, Qualis, Sumo or eqivalent). The vehicles shall not be older than year 2004. The no. of vehicles to be provided by the contractor shall be decided by the Employer/Employer's representatives at various time out of the total provision in the Bill of Quantities and ordered in writing".

The last two sentences of para - 2 of this clause shall be read as under: " The vehicles shall be provided day and night as required by the Employer. The contractor shall also make available drivers having valid licenses at such times and for such duration as instructed by Employer's Representative".

Clause 124.3 Maintenance

Substitute Rs.500/- by Rs.1 ,000/- in 9th line of para1 Substitute Rs.700/- by Rs.15,00/- in 9th line of para2

Clause 124.4 Withdrawal of Vehicles

The first sentence for this Clause shall read as under: "The Contractor shall withdraw particular vehicles for the non use by the Employer."

Clause 124.5 Measurement for Payment

The first sentence of this Clause shall read as under:

"The payment for providing and maintaining vehicles shall be on vehicle-month basis for actual number of months the vehicles were provided in god working order."

Add the following to the end of this Clause.

'The unit rate shall allow for the vehicles to travel for up to 5000 km. per month per vehicle. Kilometer in excess of 5000 km. per month shall be paid for on KM. basis, where

Page 93: Volume i Nhai

the aggregate sum of mileage for all the vehicles is more than 5000 km. per month for each vehicle. Running totals shall be adjusted monthly.

SECTION 200 SITE CLEARANCE Clause 201 CLEARING AND GRUBBING Clause 201.1 Scope

Replace with following para: “Clearing and grubbing shall be performed in advance of earthwork and shall consist of cutting, excavating, removing and disposing of all materials such as trees of girth up to 300 mm , bushes, shrubs, stumps, roots, grass weeds, rubbish etc. and top soil upto 150 mm , which in the opinion of the Engineer is unsuitable for incorporation in the work or can not be auctioned including draining out stagnant water if any from the area of road land, drain, cross drainage structure and other area as specified in the drawing or instructed by the Engineer. It shall include necessary excavation by horrow discs or any other suitable equipment, back filling of the pits by suitable soil resulting from uprooting of trees and stumps and making the surface in proper grade by suitable equipment and compacted by power roller to the required compaction as per Clause 305.3.4. The work also includes handling, salvaging and disposal of cleared material.”

Clause 201.5 Measurements for Payment The last sentence of first para shall read as “Removal of stumps and roots of trees less than 300 mm in girth left over after trees have been cut by any other agency shall be considered incidental to the work. The removal of stumps and roots of trees above 300 mm girth left over after trees have been cut by any other agency shall be paid in numbers according to their category of girth.”

Clause 201.6 Rates Clause 201.6.1 Delete “as well as stumps left over after cutting of trees carried out by another agency”

from the second sentence. Clause 201.6.4 Add new Clause

“The Contract unit rate for removal of stumps and roots of trees of girth above 300 mm left over after cutting of trees carried out by another agency shall include excavation and back filling to required density, where necessary, and compaction, handling, salvaging, piling and disposing of the cleared materials with all lifts and leads.”

Clause 202 DISMANTLING CULVERTS, BRIDGES AND OTHER STRUCTURES / PAVEMENTS

Clause 202.3 Dismantling Pavements and Other Structures

Add at the end of first para as follows: “Existing bituminous layer in the specified width shall be removed as per Clause 501.8.3.2 if there is no need to remove granular layers.”

Clause 202.5 Disposal of Materials

The first para shall be read as: “All materials obtained from dismantling / milling shall be the property of the Contractor for which rebate shall be admissible according to respective BoQ item. The Contractor shall be free to use this material in work as indicated below, or may sell / dispose the material as deemed fit by him except existing pavement crust which shall be reused:

Page 94: Volume i Nhai

The Contractor shall be free to use dismantled / milled material, either as is where is basis or, by suitably modifying the material or, by crushing the material or, by breaking the material and screening the same, provided it meets the specifications and is approved by the Engineer.”

Clause 202.6 Measurements for Payment

This Clause shall be read as: “The work on dismantling structures shall be paid for in units indicated below by taking measurements before and after, as applicable:

(i) Dismantling brick / stone masonry / concrete (plain / reinforced)

……cum

(ii) Dismantling pavement structures such as Sub bases / Bases, bituminous courses, concrete wearing course

……cum

(iii) Dismantling pipes, guard rails, road kerbs ……running metre

(iv) Dismantling guard stones / km stones / sign posts / hectometre stones

……each

(v) Dismantling RCC railing ……running metre

(vi) Dismantling angle type expansion joint of bridges ……running metre

(vii) Dismantling of railing kerb ……running metre

(viii) Dismantling of concrete edge strip without damaging existing structure

……running metre

(ix) Dismantling of drainage spouts including cleaning entire area, enclosure of metallic bearing

……each

(x) Dismantling of stone pitching / boulder apron / brick soling / stone soling

……cum

(xi) Dismantling of telephone and electric poles including their foundation

……each

Clause 202.7 Rates

Add at the end of this Clause: “The contract unit rates for various items of rebate shall be on the full quantities obtained from dismantling taking into account all the operations for reuse of salvaged materials and disposal of the balance material within all lead and lifts.”

SECTION 300 EARTHWORK, EROSION CONTROL AND DRAINAGE Clause 301 EXCAVATION FOR ROADWAY AND DRAINS Clause 301.1 Scope

Insert the following between the words “roadway” and “side drains” in the second line:

“road shoulders, verge, medians, channel training at culvert / bridges”.

Clause 301.2.1 Classification

Add para (f) as under: “Hard Rock (controlled blasting) Hard rock requiring blasting as described under (c) but where full scale blasting is prohibited for any reason and excavation has to be carried out by less quantity of explosive placed at pre-determined critical locations so that maximum returns can be had.”

Page 95: Volume i Nhai

Clause 301.3.3 Excavation- General

Delete the last two sentences of fifth para ”If trees were……….. to the work” .

Clause 301.3.5 Rock Excavation

The first sentence of first para shall read “rock, when encountered in road excavation, shall be removed upto 100 mm below the base of WMM.”

Clause 301.3.7 Excavation of road shoulders / verge / medians for widening of pavement or providing treated shoulders The title of this Clause shall read as under: “Excavation of road shoulders / verge / medians for widening of pavement or providing treated / paved shoulders and medians” Add at the end of para as follows: “If there are chances of damage to the existing pavement due to involvement of excessive cutting, the Contractor shall take adequate safety measure to safeguard the crust of existing pavement and may provide dry stone wall caged in GI wire of adequate strength after getting concurrence from the Engineer. This work shall be considered incidental to the Work and no extra payment shall be made.”

Clause 301.3.11Disposal of excavated materials

Begin the first para with words “Except in areas where the excavated material shall be pushed down to valley within 100 m lead,” before the sentence “All……”. Add at the end of first para ”If directed the suitable excavated material can be used beyond 1000 m lead with payment on actual haulage as per Clause 301.9.6. In mountainous terrain, excavated material shall be pushed down to the valley to make working space. However, if it is required to push the excavated material beyond 100m lead, the same may be resorted after prior permission of the Engineer but with no extra payment on account of additional lead.”

Clause 301.6 Preparation of Cut Formation

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

Clause 301.8 Measurement for Payment First para shall read as follows: “Excavation for roadway and side drains shall be measured by taking cross section at suitable intervals on completion of clearing and grubbing and before the commencement of earthwork and after its completion and computing volumes in cu.m by the method of average end areas for each class of material encountered.” Fourth para shall read as follows: “Work involved in excavation for roadway and drains shall be measured in unit indicated below:

(i) Excavation in all classes of soil in non-mountainous terrain

……cum

Page 96: Volume i Nhai

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

• Beyond initial lead but upto 5 km • 5 km- 10 km • beyond 10 km

……cum …...cum …..cum.km

Clause 304 EXCAVATION FOR STRUCTURES Clause 304.3.2 Excavation

At the end of first para add the following: “The Contractor shall ensure the stability and structural integrity of adjacent existing foundations and structures and if necessary shall, at his own expenses, install temporary or permanent sheet piles, coffer dams, shoring or similar support or protection to the satisfaction of the Engineer.”

Clause 304.3.4 Preparation of Foundation In second and third paras, substitute “concrete M15” in place of “1:3:6 nominal mix”

Clause 304.3.7 Backfilling

Delete the word “Mechanical tamper” in seventh line and substitute it with “Roller / or plate vibrator”.

Clause 304.4 Measurement for Payment

In the second sentence of first para after the words”…. Cutting of slopes,” insert the words “protection / support of existing structures,”.

Clause 305 EMBANKMENT CONSTRUCTION Clause 305.2 Materials and General Requirements Clause 305.2.1 Physical Requirements Clause 305.2.1.2Add the following after the second para:

“Soils having medium and high swelling potential shall be defined on the basis of Liquid limit, Plastic Limit, Shrinkage Limit, Gradation, Free swelling index, Field dry density and Field moisture content and types of clay minerals present in the soils. The location and the extent of these soils with medium to high swelling potential shall be defined as instructed by the Engineer.”

Clause 305.2.1.4Delete second sentence “However, the Engineer…………requirements of these

specifications”. Clause 305.2.2.2 Borrow materials

First para of this Clause shall be read as under: “No borrow area shall be made available by the Employer for this work. The arrangement for the source of supply of the material for embankment meeting the prescribed specifications as well as compliance to the different environmental requirements in respect

Page 97: Volume i Nhai

of excavation and borrow areas as stipulated, from time to time, by the Ministry of Environment and Forest, Government of India and the local bodies, as applicable shall be the sole responsibility of the Contractor.” After seventh para substitute the Table 300-2 as under:

Compaction Requirements of Embankment and Subgrade

Para 8 given below the Table 300-2 shall read as under: “The Contractor shall at least 21 working days before commencement of construction of embankment and the subgrade, submit the following to the Engineer for approval:

i. Values of maximum dry density and optimum moisture content obtained in

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

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

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

The compaction shall be carried out on approved dry density-moisture relationship.”

Clause 305.3 Construction Operations Clause 305.3.4 Compacting ground supporting embankment / subgrade

In first para delete the words “where necessary”. In second para replace “97%” by “98%” wherever it appears. Add the following sentence at the end of second para: “Backfilling layers in pits, trenches and below the original ground shall be compacted to the relative natural ground density. The natural ground density shall be determined by conducting field density tests at three widely spaced locations along the central line of the proposed additional carriageway at a depth between 0.5 m to 1.0 m. Samples of natural ground collected at each location, and tested in accordance with IS:2720 (Part 8). The relative density (i.e. percentage of the field dry density to the laboratory maximum dry density) is assessed for each sample, and the greatest relative density obtained is selected as the ‘natural ground density’. If the natural ground density is less than 85% then these are to be compacted after necessary watering so as to achieve not less than 85% of relative compaction.”

Clause 305.3.5.1 Replace the first sentence as follows: “The embankment and subgrade material shall be spread in layers of uniform thickness, provided demonstrated successfully and approved by the Engineer, not exceeding 250 mm

Sr. No.

Type of Work / Material Relative compaction as %age of maximum laboratory dry density as

per IS:2720 (Part 8) 1 Subgrade and earthen shoulders Not less than 98 2 Embankment a) upto 6m height

b) exceeding 6m height Not less than 95 Not less than 97

3 Expansive clays Such material is not allowed 4 Median and verge (below

agriculture soil) Not less than 95

Page 98: Volume i Nhai

compacted thickness over the entire width of embankment by mechanical means, finished by a motor grader and compacted as per clause 305.3.6.”

Clause 305.3.5.2In third para delete the words “or IS:2720 (Part 8) as the case may be” in sixth line. Clause 305.3.6 Compaction

The second para shall read as under: “Vibratory roller of not less than 8-10 tonne static weight with plain or pad foot drum or pneumatic tyre roller of 15-20 tonne weight having tyre pressure of at least 7 kg / sq cm shall be used for compaction.”

Insert the following sentence before the last sentence of fifth para: “The co-relation between sand replacement densities and nuclear gauge densities shall be used on trails with minimum 30 coherent density measurements.”

Clause 305.4.1 Earthwork for widening existing road embankment

First sentence of second para shall read as “Where the width of the widened portions is insufficient to permit the use of conventional rollers, compaction shall be carried out with the help of small vibratory roller or any other equipment approved by the Engineer.”

Clause 305.4.3 Earthwork over existing road surface

Substitute the Clause 305.4.3 (i) by the following: “If the existing road surface lies within 1.0 m of the new subgrade level, the bituminous course of existing road crust shall be removed in its full depth so as to provide ample bond and sound internal drainage.”

Clause 305.4.4 Embankment and Sub-grade around structures

First sentence of fifth para shall read as “Where it may be impracticable to use conventional rollers, compaction shall be carried out with the help of small vibratory roller or any other equipment approved by the Engineer.”

Clause 305.8 Measurement for Payment

First para shall read as follows: “Earth embankment / subgrade construction shall be measured by taking cross section at suitable intervals on completion of clearing and grubbing and before the commencement of earthwork and after its completion and computing volumes in cu.m by the method of average end areas.”

Clause 305.9 Rates Clause 305.9.1 Add “including removal of top soil” after word “materials” appearing in first line of item

(v) Clause 306 SOIL EROSION AND SEDIMENTATION CONTROL Clause 306.4 Measurement for payment

Substitute Clause 306.4 as follows: “All temporary sedimentation and pollution control works shall be deemed as incidental to the earthwork and other items of work and as such no separate payment shall be made for the same.”

Clause 306.5 Rates

Page 99: Volume i Nhai

This Clause shall be deleted.

Clause 307 TURFING WITH SODS Clause 307.3.5 Watering and maintenance

First sentence of first para shall be replaced by ”The sods shall be watered by the Contractor initially for 28 days on daily basis and thereafter at suitable interval so that grass shall maintain in good shape and health till final acceptance.”

Clause 309 SURFACE / SUB-SURFACE DRAINS Clause 309.2 Surface Drains

Add the following after end of the fourth para: “In urban section, inspection chambers as shown in drawings shall be constructed at the start, junctions and at the point of change in grade. In case of covered drain where it meets a slab or box culvert en-route, meeting arrangement shall be designed so as to avoid any water leakage. Filling in median shall be levelled so as to drain out the water through median drain without causing any siltation in drain or erosion in median fill. Catch pits shall be provided at the meeting point of - (a) two different types of drains, (b) culvert and drain and (c) bridge and drain.”

Clause 309.4 Measurement for Payment

This Clause shall read as follows: “Construction of drains shall be measured as finished wok in position as below:

(a) Excavation in unlined ditch drain …….as per Clause 301 (b) Open cross chute drain as shown in

drawing with PCC M 20, levelling concrete M15

…….running metre

(c) Paved open / covered drain Levelling concrete M 15 grade …….cu.m Coursed rubble masonry in cement mortar

1:3 …….cu.m

PCC / RCC M 20 grade (excluding reinforcement)

…….cu.m

HYSD Reinforcement …….tonne RCC Grating …….nos Precast RCC slab in M 20 grade …….cu.m (d) Pipe drain NP4 RCC pipe 600 mm dia, M20 grade

RCC slab and M15 grade pipe encasing …….running metre

NP4 RCC pipe 900 mm dia, M20 grade RCC slab and M15 grade pipe encasing

…….running metre

(e) Inspection chambers including MS grating, drainage pipes

…….nos

(f) Catchpits …….nos

Clause 309.5 Rates This Clause shall read as under: “The Contract unit rate for surface drains shall be payment in full for all items such as

Page 100: Volume i Nhai

excavation, dressing the sides and bottom; providing lining, turfing, pitching, masonry, concrete providing, laying and jointing pipes; providing, laying and compacting backfill and bed of granular material; providing and fixing cover including full compensation for all materials, labour, tools, equipment and other incidentals to complete the work as shown on drawing with all leads and lifts. The levelling and sloping of road side land, provision of inlets, gratings, outlet pipes, bedding etc. wherever required shall be incidental to construction of drain.”

SECTION 400 SUB-BASES, BASES (NON-BITUMINOUS) AND SHOULDERS Clause 401 GRANULAR SUB BASE Clause 401.1 Scope

Add the following at the end of this Clause: “A site trial shall be performed in accordance with Clause 901.16.”

Clause 401.2 Materials Clause 401.2.1 First para of this Clause shall read as under:

“The material to be used for the work shall be a mix consisting of crushed stone aggregate, natural sand, gravel in the required proportion depending upon the grading of each fraction so as to result in the mix grading confirming to Grading I or Grading II given in Table 400-1.The mix shall be prepared mechanically under control conditions. Use of moorum for GSB, either alone or in combination with other type of material, shall NOT be allowed. The material shall be free from organic or other deleterious constituents.” Substitute second para by the following: “Where the layer is intended to serve as a drainage layer in addition to being a part of the structural pavement the material must satisfy drainage criteria and for such requirement material passing sieve 2.36 mm and down shall be as per Table 400-1 A. In addition, the portion of total aggregate passing 4.75 mm sieve shall have a sand equivalent value of not less than 50 when tested in accordance with the requirement of IS:2720 (Part 37).”

Table 400-1A

Percent by weight passing the IS sieve IS Sieve Designation

Grading -I 2.36 mm 10-15 0.85 mm 4-10 0.425 mm Less than 3

Clause 401.2.2 Physical Requirements

Add at the end of this Clause as under: “The Contractor shall, at least 21 days before the commencement of the construction of the sub-base course, submit to the Engineer, the results for approval of the laboratory testing on the physical properties defined above. The construction of the sub-base course shall commence only upon the Engineer’s approval of the material.”

Clause 401.4.1 Preparation of subgrade

Add after the first paragraph “The existing pavement, where it is to be overlaid by a granular base and embankment as per Clause 305.4.3 shall be scarified as per clause 501.8.3.2 or as directed by the Engineer. Where the existing pavement contains multiple bituminous layers the scarification shall be to the underside of the lowest bituminous layer. General areas within the Works where multiple bituminous layers exist will be advised by the Engineer.

Page 101: Volume i Nhai

After scarification and removal of the bitumen surface from the existing pavement to be overlaid to the satisfaction of the Engineer, the existing pavement shall be lightly sprinkled with water if necessary and rolled with three passes of an 80-100kN smooth wheeled roller. The existing pavement shall then be proof rolled with an 8 tonne single drum vibrating roller in the presence of the Engineer who shall determine the suitability of the existing pavement for overlay. Alter proof rolling, the surface of the existing pavement shall be lightly “tyred” as directed by the Engineer where the overlay includes a sub-base layer but the compacted depth of the sub-base layer is less than 75 mm. In other cases “tyring” is not necessary.”

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

Add at the end of first para as under: “The fraction of materials passing through 4.75 mm sieve shall be crusher run screening only. The river sand or quarry sand shall not be permitted either as such or mixed with crusher-run-screening in the Wet Mix Macadam. Use of moorum in any form is disallowed. Contractor shall obtain Engineer’s approval for the Job Mix Formula (JMF) for WMM mix before laying. If the source of materials changes, each time separate JMF approval shall be required.” Delete the second sentence beginning with “If crushed gravel………” and ending with “…….fractured faces” and add as under: “The constituents of the aggregates shall be produced by integrated crushing and screening plant (impact or cone type crusher of capacity 200 ton / hr) and, unless otherwise instructed by the Engineer, crushing shall be carried out in at least two stages.” Add the following at the end of the last para: “Soundness test shall be carried out in accordance with IS: 2386 (Para 5) 1963. The average loss of weight of coarse aggregate after 5 cycles shall not exceed 12% when tested with sodium sulphate and 18% when tested with magnesium sulphate as specified in IS: 383-1970.”

Clause 406.3.3 Preparation of Mix

The first para shall be read as follows: “Wet mix macadam shall be prepared in an approved Wet Mix Macadam mixing plant of 200 ton / hr capacity having provision for controlled addition of water and forced / positive mixing arrangement.”

Clause 406.3.4 Spreading of Mix

Replace the second para as follows: “The mix shall be spread by a WMM paver finisher preferably in full width of the pavement including hard shoulder. The provision of string line arrangement duly supported on steel pegs installed at 5 metre centre to centre shall be made by the Contractor during laying of WMM layer with sensor fitted paver finisher to obtain guiding signals for maintaining levels, lines, grades etc. The laying in two operations to cover full width with Paver Finisher shall be allowed only if segregation of WMM along longitudinal joint does not take place. For portions where paver finisher can not be used, motor grader may be permitted subject to approval of the Engineer.”

Clause 406.3.5 Compaction

Delete second sentence of first para.

Page 102: Volume i Nhai

Clause 406.4 Opening to Traffic

The Clause shall be read as follows: “No vehicular traffic of any kind shall be allowed on the finished WMM surface.”

Clause 407 SHOULDERS, ISLANDS AND MEDIAN Clause 407.2 Materials

Add after “granular material / ” in second line “dismantled bituminous / granular material”

Replace third para shall read as under: “Paved shoulder shall be constructed on same specification as of main carriageway. Where hard shoulder is not provided raised footpath shall be constructed.”

Clause 407.4.2 Median and Islands This Clause shall be read as under: “Median and islands shall be constructed in a manner similar to shoulder upto kerb level except top 325 mm. Earth filling in median and islands shall be 25 mm below kerb top. Agriculture soil in top 300 mm shall be filled as median filling. Median and islands shall be raised as shown in drawings by using concrete kerb or kerb cum channel as the case may be and suitably finished and painted in yellow and black bands as shown in drawing. The confined area of median and island below 300 mm shall be filled with granular material or dismantled bituminous / granular material and compacted by smooth wheel 8-10 ton roller. In case space does not permit use of smooth wheel roller, small roller or plate compacter may be used subject to approval of the Engineer. Top surface of median and islands shall be turfed with grass or planted with shrubs in rural section. In urban section, no agriculture soil shall be filled and median shall be finished flushed with kerb top with chequered tiles. Before laying concrete blocks granular surface shall be levelled, watered and compacted as per shoulder specification given in Table 300-2. To facilitate the drainage in concentric widening, holes of minimum 150 mm dia shall be punctured in existing road at least 70 cm deep before filling the median with granular material. Frequency of hole shall be decided by the Engineer and it shall be considered incidental to work and no additional payment shall be admissible.”

Clause 407.4.2 Deleted Clause 408 CEMENT CONCRETE KERB AND KERB WITH CHANNEL Clause 408.3 Type of Construction

This Clause shall be read as under: “The cement concrete kerb shall be cast in situ laid with kerb casting machinery.”

Clause 408.5 Construction Operations Clause 408.5.1 This clause shall read as under:

“If kerb is to rest on new carriageway, the same shall be laid on extended width of WMM course of the pavement. However, if kerb is to rest on existing pavement, the same shall be laid on firm foundation of minimum 100 mm thickness of cement concrete of M15 grade cast-in-situ. The foundation depth in cement concrete shall be adjusted depending upon the elevation difference between existing and finished pavements subject to the condition of minimum. The foundation width in any of the above cases shall have a projection of 50 mm beyond the kerb stone towards the median. Before laying the foundation for kerbs, the base shall be levelled and slightly watered to make it damp.”

Page 103: Volume i Nhai

Clause 408.5.2 Substitute second line “In the portions………facilitate drainage openings” by “In the

portions where separator or footpath and / or the slope of the carriageway is towards median, there shall be a gap of 600 mm in every 10 m length of the kerb to facilitate drainage opening.”

Clause 408.5.4 Add at the end; “RCC or MS grating shall be inserted in the kerb as shown in drawing to

facilitate the entry of water in covered drain.” Clause 408.6 Measurements for Payment

Second para shall read as under: “Foundation of kerb where separately provided other than extended pavement shall be measured in cu.m and paid as separate item in BOQ.”

Clause 409 FOOTPATHS AND SEPARATORS Clause 409.1 Scope

Delete third sentence “The scope of the work………….. or as directed.”

Clause 409.2 Materials

Part (a) shall read as under: “Cast-in-situ reinforced cement concrete of Grade M20 as per Section 1700 of the Specifications wherever covered drain shall be constructed below.” In part (b) delete the word “tile” wherever appears. Part (c) shall be deleted.

Clause 409.3 Construction Operations Clause 409.3.1 The para shall read as under:

“Base and walls of covered drain below footpath and separator shall be first constructed. Connection with inlets and outlets through inspection chambers or drainage pipes or gratings or catch basins shall be established as provisions in drawings or as directed by the Engineer.”

Clause 409.3.3 Add at the end of this Clause “Over walls of covered drain cast-in-situ or precast RCC slab

as directed by the Engineer shall be placed.” Clause 409.4 Measurement for Payment

This Clause shall be read as under: “Except in case where slab over covered drain is treated as footpath, footpath and separator shall be measured in square meter inside of kerb.”

Clause 409.5 Rates

Substitute second sentence with “Cost of providing cement concrete (plain / RCC) in covered drain shall be paid in respective items of BoQ.”

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

Page 104: Volume i Nhai

Clause 501.2.2 Delete “crushed gravel or other hard material” from second line of first para.

Third para is deleted.

Clause 501.3 Mixing In third and fourth lines of first para, replace the word “adequate capacity” with “Hot mix plant of batch type with minimum capacity of 120 ton per hour”.

Clause 501.5.3 Spreading Replace first para as under: “Bituminous mix shall be spread with paver fitted with electronic sensing device and string line arrangement (supported by steel pegs @ 5m apart) on either side of paving width for automatic levelling, surface evenness and profile control. Use of string lines is compulsory to provide signal to electronic sensing device fitted with a paver finisher.”

Clause 501.6 Compaction

Substitute the sentence in second para beginning with “the intermediate rolling…….” with “Intermediate rolling shall be done with a pneumatic roller of 150-200 KN weight having tyre pressure of at least 0.7 Mpa. Add new seventh para as under: “Rolling shall be continued till the density achieved, satisfied the requirement of Clause 903.4.2.”

Clause 501.8.2.4Profile corrective course and its application This Clause shall read as under: “Profile corrective course shall be laid in bituminous macadam if it is laid over existing bituminous surface. If existing bituminous surface is removed as per profile requirement and as per Clause 305.4.3, no profile corrective course shall be laid as the same shall be covered in granular course. Where the maximum thickness of profile corrective course will be not more than 50 mm, the profile corrective course shall be constructed as an integral part of the overlay course. In other cases it shall be constructed as separate layer within tolerance as per Clause 902.3.”

Clause 501.8.3.4.1 Laying on granular base This Clause is deleted

Clause 502 PRIME COAT OVER GRANULAR BASE Clause 502.2.3 Choice of Primer

This Clause shall read as under: “The prime coat used for prime coat shall be slow setting type bitumen emulsion complying with IS:8887 and CSS-I Grade conforming to ASTM D 2397 / AASHTO M 140, and shall be refinery produced.”

Clause 503 TACK COAT Clause 503.2 Materials

This Clause shall read as under:

Page 105: Volume i Nhai

“The binder used for tack coat shall be rapid setting type bitumen emulsion complying with IS:8887 and CRS-I Grade conforming to ASTM D 2397 / AASHTO M 140, and shall be refinery produced.”

Clause 504 BITUMINOUS MACADAM Clause 504.2.1 Bitumen

This Clause shall read as under: “The binder shall be paving bitumen of Penetration Grade S 65 complying with IS:73.” Add the following sentence at the end of this clause: “The wax content in bitumen shall not exceed 4.5%”.

Clause 504.2.2 Aggregates Delete the words “crushed gravel or other hard material” from the first sentence of first para. Substitute third para with the following: “The constituents of the aggregates shall be produced by integrated crushing and screening plant (impact or cone type crusher of capacity 200 ton / hr) and, unless otherwise instructed by the Engineer, crushing shall be carried out in at least two stages.”

Clause 504.2.5 Proportioning of materials Add below Table 500-4 of Clause 504.2.5 as under: “Grading-I shall be used for compacted thickness of a layer of 75 mm and above while Grading-2 shall be used for compacted thickness of a layer of less than 75 mm thickness. The Contractor shall give job mix formula for the mix design indicating mix properties. The laying of mix shall be done after approval of the Engineer.”

Clause 504.3.5 Spreading

The following sentence shall be added to this clause: “The paver finisher shall be capable of laying full width as per drawing without forming any cold longitudinal joint.”

Clause 504.8 Rate

Add the words “except for the items of tack coat and prime coat (if any)” after the words “required operations” in second line. The item (viii) of Clause 501.8.8.2 shall be substituted as under: “The rate shall include any variation in the bitumen content in excess of minimum content given in Table 500-4 and no adjustment on this account shall be admissible.”

Clause 507 DENSE GRADED BITUMINOUS MACADAM Clause 507.2.1 Bitumen

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

Clause 507.2.2 Coarse Aggregates

Delete the words “crushed gravel or other hard material” from the first sentence of first para.

Page 106: Volume i Nhai

Substitute second para with the following: “The constituents of the aggregates shall be produced by integrated crushing and screening plant (impact or cone type crusher of capacity 200 ton / hr) and, unless otherwise instructed by the Engineer, crushing shall be carried out in at least two stages.”

Clause 507.2.5 Aggregate Grading and Binder Content

In Table 500-10, the following shall be substituted:

Grading 1 2 Layer Thickness 75 mm to 100 mm 50 mm to 75 mm Bitumen Content % by mass of total mix2

Min 4.5 Min 4.5

Bitumen Grade (pen) S65 S65

The note-1 below Table 500-10 shall read as: “The grading of the aggregates mix as used in work shall be a smooth curve within and approximately parallel to the envelope in Table 500-10.”

Clause 507.3 Mixture Design Clause 507.3.1 Requirements for the Mixture

Add the following requirements to the list of Table 500-11: Water sensitivity (ASTM D1075): Retained stability (Ratio of Marshall stability for 24 h immersion and 30 min immersion in water at 60o C)

not less than 75%

Stability to flow ratio 205 to 410 Filler – Bitumen ratio 0.6 to 1.2

Clause 507.4.8 Spreading

Following sentence shall be added to this clause: “Temperature of mix at the time of laying shall be in the range of 120o C - 140o C.”

Clause 507.9 Rate

Add the words “except for items of prime coat and tack coat” after the words “required operations” in second line of first para.

Clause 509 BITUMINOUS CONCRETE Clause 509.2.1 Bitumen

This Clause shall read as under: “The bitumen shall be refinery produced crumbed rubber modified bitumen CRMB 60 meter the requirements of clause 521”.

Clause 509.2.2 Coarse aggregates

Add the following as second para: “The constituents of the aggregates shall be produced by integrated crushing and screening plant (impact or cone type crusher of capacity 200 ton / hr) and, unless otherwise instructed by the Engineer, crushing shall be carried out in at least two stages.”

Clause 509.2.5 Aggregate Grading and Binder Content This Clause shall read as under: “When tested in accordance with IS:2386 Part I (wet grading method), the combined grading of the coarse and fine aggregates and added filter shall fall within the limits shown

Page 107: Volume i Nhai

in Table 500-18 for grading irrespective of thickness of bituminous concrete course.” The note-1 below Table 500-18 shall read as: “The grading of the aggregates mix as used in work shall be a smooth curve within and approximately parallel to the envelope in Table 500-18.”

Clause 509.3 Mixture Design Clause 509.3.1 Requirements for the mixture

Add the following requirements to the list of Table 500-19:

Water sensitivity (ASTM D1075): Retained stability (Ratio of Marshall stability for 24 h immersion and 30 min immersion in water at 60o C)

not less than 75%

Swell Test ( Asphalt Institute MS-2, No. 2) Max 1.5% Percent voids in mineral aggregate (VMA) 14-16

Clause 509.4.7 Spreading

Following sentence shall be added to this clause: “Temperature of mix at the time of laying shall be in the range of 120o C - 140o C.”

Clause 509.9 Rate

Add the words “except for item of tack coat” after the words “required operations”.

Clause 511 OPEN-GRADED PREMIX SURFACING Clause 511.1.2.1Binder

This Clause shall read as under: “The bitumen shall be paving bitumen penetration grade S-65 or S-90 complying with IS:73. The wax content in bitumen shall not exceed 4.5%”.

Clause 511.1.3.5Spreading and rolling Replace the first sentence of first para as under: “The premixed material shall be spread by sensor or manual paver or if approved by the Engineer by motor grader to the desired thickness, grades and cross-fall making due allowance for any extra quantity required to fill up depressions.”

Clause 511.1.3.6Seal coat

This Clause shall read as under: “A Type B seal coat conforming to Clause 513 shall be applied to the surface immediately after laying and compacting the premix material.”

Clause 511.1.8 Rate Add the following at the end of para: “Rate shall be inclusive of Type B seal coat and no extra payment shall be admissible in this regard.”

Clause 512 Add the words “except for item of prime coat and tack coat” after the words “required

operations” in second line of first para. Clause 513 SEAL COAT

Page 108: Volume i Nhai

Clause 513.3.4 Construction of Type-B seal coat

This clause shall be read as under: “Hot mix plant of appropriate capacity and type for the mixing of sand and bitumen as approved by the Engineer shall be used. The plant shall have separate dryer arrangements for heating sand.”

Clause 513.8 Rate

This Clause is deleted.

Clause 516 SLURRY SEAL

Clause 516.1 Scope

This Clause shall read as under;

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

Clause 516.2 Materials Clause 516.2.1 Emulsified bitumen

Delete last two sentences beginning with “If approved by the Engineer…………”.

Clause 516.4.2 Surface Preparation

Delete first para.

Clause 516.4.3 Tack Coat Amend the paragraph as under: “Tack coat of rapid setting emulsion diluted with water as per the Engineer’s direction shall be applied on the road surface, prior to slurry seal at the rate of 0.15 to 0.30 litres / sq.m. for each of the two sprays.”

Clause 516.9 Rate Add the following in the end of para: “Provision of tack coat, pot hole repair and filling wide gaps shall be incidental to work and no extra payment shall be admissible.”

SECTION 600 CONCRETE PAVEMENT Clause 601 DRY LEAN CEMENT CONCRETE SUB-BASE Clause 601.4 Subgrade

The second sentence shall read as under: “The lean cement concrete sub-base shall be laid on drainage layer as per drawings. The drainage layer shall be as per grading Class III of Table 300-3. The material shall be crushed stone aggregate. The CBR of drainage layer shall be more than 30.”

Page 109: Volume i Nhai

Clause 601.5 Construction Clause 601.5.4 Placing

Add the following in the beginning of this Clause: “One day before placing of the dry lean cement concrete sub-base, the surface of the Granular Sub-base course shall be given a fine spray of water and rolled with a smooth wheeled roller after a lapse of’ 2-3 hours after watering The Engineer may instruct another line spray of water to be applied just before placing of the dry lean cement concrete sub-base.”

Clause 601.5.7 Curing

Method (a) shall he adopted. Method (b) shall be deleted and add the following: “Wet curing shall be done after the curing compound is not sticky to reduce the temperature of the concrete and avoid temperature induced curing of slabs.”

Clause 602 CEMENT CONCRETE PAVEMENT Clause 602.1 Scope

Add the following at the end of this Clause: “Site trials shall be performed in accordance with Clause 601.16.”

Clause 602.2 Materials Clause 602.2.2 Cement

Replace the first para of this Clause with: “It is the responsibility of the Contractor to test and propose the type of cement which will result in a concrete complying in all respects with the specifications. Cement to be used shall be obtained in bulk. Bulk cement shall be stored in accordance with Clause 1014. The cement shall be subject to acceptance test prior to use.”

Clause 602.2.4.2Coarse Aggregate

Add the following para at the end of the Clause: “The stone polishing value as measured by BS:812 (Part 114), shall not be less than 55.”

Clause 602.2.4.3Fine Aggregate

Add the following para at the end of the Clause: “The fine aggregates shall be natural sand conforming to the grading Zone-II as per IS:383.”

Clause 602.2.4.4Add new Clause “The grading limits for all aggregates shall be as per IS:383 for 20 mm nominal size aggregates and as given here under:

IS Sieve Designation Percentage Passing 40 mm 100 20 mm 95-100

4.75 mm 30-50 600 � 10-35 150 � 0-6

Page 110: Volume i Nhai

Clause 602.2.5 Water

This Clause shall read as under: “Water used for mixing and curing shall conform to Clause 1010 of Section 1000.”

Clause 602.2.7 Premoulded Joint Filler

Replace this Clause as under: “Joint filler board for expansion joints shall be of the same thickness as the specified joint width within a tolerance of ±1.5 mm and shall comply with the requirements of IS:1838 or BS specifications No. 2630. The filler for each joint shall be furnished in a single piece for the full depth and width required for the joint. Holes to accommodate dowel bars shall be accurately bored or punched to give a sliding tilt on the dowel bards.”

Clause 602.2.8 Joint Sealing Compound

Replace this Clause with: “The Joint sealing compound shall be hot applied elastomeric type, complying with AASHTO M-282 for joints in asphalt pavements or joints between asphalt and concrete pavements, and cold applied polyurethane or polysulphide type complying with BS:5212- 1990 for joints in concrete pavements. The joint sealant shall be resistant to age hardening and shall have flexibility to accommodate movements of minimum 25% of the joint width as shown in the drawings without risk of breaking of the sealant or adherence failure. The dimensions shall be so proportioned; that the adherence to the groove walls is fully intact within the movement limits. Suitable primers as recommended by the manufacturers of each type of joint sealant shall be used.”

Clause 602.3 Proportioning of Concrete Clause 602.3.3 Concrete Strength Clause 602.3.3.1The last sentence of this para shall read as under:

“The water content shall be the minimum required to provide the workability for full compaction of the concrete to the required density as determined by the trial mixes or other means approved by the Engineer and the maximum free water-cement ratio shall be 0.45.”

Add the following at the end of this Clause: “The concrete for the rigid pavement shall be of M40 grade with a 28 days compressive strength of not less than 40 Mpa and a flexural strength not less than 4.0 Mpa.”

Clause 602.3.5 Design Mix

Add at the end of first para, the following parameters shall be used for design mix:

(i) Characteristics flexural strength at 28 days ….4.0 Mpa (ii) Target mean strength at 28 days ….5.0 Mpa (iii) Water cement ratio ….0.45 maximum (iv) Slump as per IS:1199 ….30 ± 15 mm

Clause 602.6 Joints Clause 602.6.4 Longitudinal Joint

Page 111: Volume i Nhai

Add new Clause 602.6.4.3 after the Clause 602.6.4.2: Clause 602.6.4.3Joints at the junction of rigid and flexible pavements

“Joints shall be provided at the junctions of rigid and flexible pavements as shown in drawings. Where due to unavoidable reasons, the joints can not be constructed dowel bars shall be provided in the rigid pavement and other measures as directed by the Engineer shall be introduced.”

Clause 602.9 Construction Clause 602.9.3.2Batching Plant and equipment

Add at the end of this Clause: “The batching plant shall have suitable devices for adjusting the slump of the mix and shall have facility for the computer printouts of every batch produced.”

Clause 602.9.9 Curing

Add the following at the end of this Clause. “Immediately after sawing the joints the concrete in the groves shall be covered by curing membrane.”

Clause 602.10 Trial Length Clause 602.10.2Add new para to Clause 602.10.2 as follows:

“All trials shall be carried out using the same paving width and slab thickness as used in the permanent works.”

Clause 602.10.5.3 Density

Replace the entire Clause with: “(v) In-situ density shall be assessed as described in Clause 903.5.2.2 from at least 3 cores drilled when the concrete is not less than 7 days old. Should any of the cores show honey-combing in the concrete, the trial length shall be rejected and further use of the spreading and compacting unit shall not be permitted until further trials have shown that modification can be made which will result in adequate compaction.”

Clause 602.11 Preparation and Sealing of Joint Grooves. Clause 602.11.3Sealing with Sealant. Clause 602.11.3.1Replace first sentence with:

“Prior to application of the sealant the primer recommended by the manufacturer shall be applied.”

Clause 602.11.3.3Replace the entire Clause with:

“Sealant complying with Clause 602.2.8 shall be used. Cold applied sealant shall be mixed and applied within the time limit specified by the manufacturer. Primers shall be applied neatly with an appropriate brush or as recommended by the manufacturer.

Clause 602.13 Opening to Traffic

Replace the entire Clause with: “No vehicular traffic (including the Contractor’s vehicles) shall be allowed on the finished surface until a field flexural strength of minimum 4.0 Mpa has been achieved. It is the

Page 112: Volume i Nhai

responsibility of the Contractor to produce a sufficient number of series of test specimens to verify the field flexural strength.

Prior to opening to traffic the joints shall be sealed and areas adjacent to the pavement shall be completed to a degree that will ensure traffic safety. Opening to traffic shall not constitute a final acceptance of the pavement.”

SECTION 800 TRAFFIC SIGNS, MARKINGS & OTHER ROAD APPURTENANCES CLAUSE 801 TRAFFIC SIGNS Clause 801.1 General Clause 801.1.2 This Clause shall read as follows:

“The signs shall be reflectorised. They shall be retro-reflectorised type and made of encapsulated lens type reflective sheeting vide Clause 801.3, fixed over aluminium sheeting as per these specifications.”

Clause 801.2.6 This clause shall read as under

“The aluminium sheet used for signs shall be 2.0 mm thick.” Clause 801.3 Traffic Signs Having Retro-reflective Sheetings Clause 801.3.1 General Requirements

The fifth sentence of this clause should read as under “The reflective sheeting shall be of High Intensity grade with encapsulated lens.” Delete last sentence of this clause.

Clause 801.3.3 Engineering Grade Sheeting

Delete this clause.

Clause 801.3.11 Warranty and Durability

The first and second sentences of this clause shall read as under: “The Contractor shall obtain from the manufacturer a seven-year warranty for satisfactory field performance including stipulated retro-reflectance of the retro reflective sheeting of high intensity grade and submit the same to the Engineer. In addition, a seven year warranty for satisfactory in-field performance of the finished sign with retro-reflective sheeting of high intensity grade, inclusive of the screen printed or cut-out letters / legends and their bonding to the retro-reflective sheeting shall be obtained from the Contractor / Supplier and passed on to the Engineer.”

Clause 801.4.1 Structural posts supporting the frame shall be made of tubular section, square box sections

or M.S. angles embedded in concrete grade M-15 as shown in the drawings properly secured with base plate/anchor bolts.

Clause 801.4.2 Add following at the end of this Clause:

“The back side of signboard shall be painted with two coats of grey colour epoxy paint. The sign post shall be painted in black & white alternate bands with two coats of epoxy paint.”

Page 113: Volume i Nhai

Clause 801.5 Measurement for Payment

This clause shall read as: “The measurement of cautionary, mandatory information, route marker, chevron and direction & place identification sign shall be in numbers.” The road signs for toll plaza shall be measured as per the details mentioned in respective BOQ items.

CLAUSE 802 OVERHEAD SIGNS Clause 802.1 General

Add at the end of the Clause: “The locations of overhead signs (Gantry type) shall be decided by the Engineer.”

Clause 802.3 Lateral Clearance Clause 802.3.1 Delete last three sentences beginning with “where practicable….” and ending with

“………….at inter-changes”. Clause 802.5 Materials for Overhead Sign and Support Structure

Clause 802.5.3 Replace “1.5 mm” with “2.0 mm” in fifth line.

Clause 802.7 Installation Clause 802.7.1 Add at the end of the Clause as under:

“They shall be thoroughly descaled, cleaned, primed along with all other components of signs, except reflective portion. They shall be painted with two coats of epoxy paint. The backside of sign shall be painted with grey colour and post shall be painted in black & white alternate bands. The post below ground shall be painted with three coats of red lead paint.”

Clause 802.8 Measurements for Payment Clause 802.8.1 This Clause shall read as under:

“Galvanised steel overhead sign structure including aluminum sheeting of required size will be measured for payment by the specific unit complete in place as indicated in BoQ.”

Clause 802.9 Rate Clause 802.9.1 This Clause shall read as under:

“The Contract unit rate for galvanised steel sign shall include cost of making structural steel, installation of aluminum retro-reflective sheeting and full compensation for furnishing all labour, materials, equipment for erection, fabrication and installation and all other incidental costs necessary to complete the work to the specifications. All other items like excavation for foundation, concrete and reinforcement in foundation, painting of structural steel & sign back etc., shall be considered incidental and no separate payment shall be made.”

Clause 802.9.2 Delete this Clause. CLAUSE 803 ROAD MARKINGS Clause 803.2 Materials

This clause shall read as under: “Road markings shall be hot applied thermoplastic compound and the material shall meet the requirements as specified in Clause 803.4.

Page 114: Volume i Nhai

The road markings shall be laid in one layer with appropriate road marking machine approved by the Engineer. Before the road-marking machine is used on the permanent works, the satisfactory working of machine shall be demonstrated on a suitable site, which is not part of the permanent works. The rate of application shall be checked and adjusted as necessary before application on a large scale is commenced, and thereafter daily.”

Clause 803.3 Ordinary Road Marking Paint

This Clause shall be deleted. Clause 803.5 Reflectorized Paint

This Clause shall be deleted. Clause 803.6 Application

Add the following Sub-Clause at the end of this Clause: Clause 803.6.6 Tolerances

i. General Road traffic markings shall be constructed to accuracy within the tolerances given below:

• The width of lines and other markings shall not deviate from the

specified width by more than 5%. • The position of lines, letters, figures arrows and other markings shall not

deviate from the true position specified by more than 20 mm. • The alignment of any edge of a longitudinal line shall not deviate from

the true alignment by more than 10 mm in 15 m. • The length of segments of broken longitudinal lines shall not deviate

from the specified length by more than 150 mm.

In broken lines, the length of segments and the gap between segments shall be as indicated on the drawings. If these lengths are altered by the Engineer, the ratio of the lengths of the painted sections shall remain the same. Line and curves, whether broken or unbroken, shall not consist of chords but shall not follow the correct radius.

ii. Faulty Workmanship or Materials

If any material not complying with the requirements is delivered at the Site or used in the Works, or if any sub-standard work is carried out, such material or work shall be removed, replaced or repaired as required by the Engineer, at the Contractor’s own cost. Rejected traffic markings and paint that has been splashed or has dripped onto the surfacing, kerbs structures or other such surfaces shall be removed by the Contractor at his own cost, in such a way that the markings of split paint will not show up again later.”

CLAUSE 804 CLAUSE 805 ROAD DELINEATORS Clause 805.2 This clause shall read as follows:

a) Triangular Object Marker shall be 300 mm side with three red reflectors, made out of 2 mm thick aluminum sheet, face to be fully covered by high intensity grade white retro reflective sheeting of encapsulated lens type as per clause 801. The background border symbols shall be made by screen printing of desired colour as per sign details. The sign plate shall be fixed with 6 mm dia. aluminum rivets on MS angle iron frame.

Page 115: Volume i Nhai

The angle iron frame shall be made with angle of size 35 mm x 35 mm x 3 mm. The sign shall be fixed with nut-bolts and welding on MS angle ISA 40 mm x 40 mm x 5 mm and 500 mm high.

b) Rectangular hazard marker 900 mm x 300 mm made out of 2 mm thick aluminum

sheet, face to be fully covered by high intensity grade white retro reflective sheeting of encapsulated lens type. The background border symbols shall be made by screen printing of desired colour as per sign details. The sign plate shall be fixed with 6 mm dia aluminum rivets on MS angle iron frame. The angle iron frame shall be made with angle of size 35 mm x 35 mm x 3 mm. The sign shall be fixed with nut-bolts and welding on MS angle ISA 40 mm x 40 mm x 5 mm and 150 mm high.

c) Roadway Indicators shall be 1000 mm high made with 100 mm rectangular aluminum

die cast pipe. One reflector of high intensity grade retro reflective sheeting with encapsulated lens shall be provided on top of the reflector. The white & red reflector shall be provided alternatively of 40 mm width, so that total width of reflector shall be 120 mm. A wire mesh cover of 150 mm height shall be provided on top.

d) All components of signs & supports shall be thoroughly descaled, cleaned, primed and

painted with two coats of epoxy paint. The sign back side shall be with grey colour and post shall be white colour / alternate white & black bands. The post below ground shall be painted with three coats of red lead

Clause 805.4 Rate

Add at the end of the Clause “The cost of foundation as shown in the drawings including necessary excavation, drilling and concreting if any shall be incidental to the work and no extra payment shall be made.”

CLAUSE 806 BOUNDARY STONES Clause 806.1 General

Add at the end of first para “The boundary stones shall be of concrete as shown in drawing.”

Clause 806.3 Rate

Add at the end of the Clause “The cost of foundation as shown in the drawings including necessary excavation and concreting shall be incidental to the work and no extra payment shall be made.”

CLAUSE 808 TUBULAR STEEL RAILING Clause 808.1 General

This clause shall read as follow. “The work comprises of supplying, fixing and erecting pedestrian guard railing in MS bars and angle iron system as shown in the drawings with posts, supports and accessories subject to approval of the Engineer.”

Clause 808.2 This Clause shall read as follows:

a) End posts made out of ISA 50 mm x 50 mm x 5 mm and base plate of MS flat 100 mm x 5 mm placed at every 1.5 m center to center.

b) MS frame made out of ISA 50 mm x 50 mm x 5 mm of size 1.5m x 0.98m.

c) 20 mm dia MS bars to form vertical stiffeners at a spacing of 125 mm center to center.

Page 116: Volume i Nhai

d) Entry gates if any shall be made with material of end posts.

e) All posts, stiffeners and accessories shall be painted with two coats of enamel paints confirming to relevant IS Specifications.

Clause 808.4 This Clause shall read as follows:

“The railing shall be measured in running metre from end to end excluding space left for entry gates if any along the face of the railing.”

Clause 807.6 Rate

This Clause shall read as follows: “The contract unit rate for railing shall be payment in full compensation for furnishing all labour, materials, tools, equipment, excavation for foundation, concreting for foundation, assembly / fabrication, installation at site and painting in two coats and all other incidental costs necessary to complete the work to these specifications.”

CLAUSE 809 CONCRETE CRASH BARRIER Clause 809.5 Measurements for Payment

This Clause shall read as follows: “The concrete crash barrier shall be measured in cubic meter of concrete placed in position and accepted length of barrier in place. The steel reinforcement shall be measured in tonne.”

Clause 809.6 Rates

Add at the end of the Clause: “and paid as per respective BoQ items.”

CLAUSE 810 METAL BEAM CRASH BARRIER Clause 810.2 Materials

The clause 810.2 is modified as under: “The design, materials to be used and the location of metal beam crash barrier shall conform to relevant drawings or as otherwise directed by the Engineer.”

Clause810.2.1 This clause shall read as: Metal beam is a “W” profiled corrugated beam as specified in the drawing, made out of cold roll forming from steel strip of 2.67 mm thick using high strength steel of ST 42 grade with hot dip galvanised 550 gms per sq.m..

The beam after forming shall have formed width of 312 mm and thickness of 83 mm and shall have punched holes for fixing as specified in the drawings. The metal crash barrier posts & spacer shall consist ‘C’ channel section made out of 5 mm thick sheet by cold roll forming process of steel conforming to ST 42 grade with hot dip galvanised 550 gms per sq.m.. All bolt, nuts and washers as specified in drawings shall conform to IS: 1367 & IS: 1364 unless otherwise specified and are hot dip galvanized 550 gms per sq.m. The Guard rail reflector shall be made of material and placed in position as shown in drawings. It shall be hot dip galvanized 550 gms per square meter.

Page 117: Volume i Nhai

Beams to be erected on a radius of 50 m or less shall be shop curved to the appropriate curvature of the installation. The mechanical properties of the base metal for Beam shall conform to the following requirements: i) Yield point, minimum 345 Mpa ii) Tensile strength, minimum 483 Mpa and iii) Elongation, in 50 mm, minimum 12%

Test specimens for mechanical properties and coating shall be prepared and tested as specified in relevant IS codes.

Clause 810.2.3 Add at the end of this Clause

“The size of the concrete foundation block for embeddings guard posts and grade of concrete shall be as shown in the drawing.”

Clause 810.4 Installation of Posts

The Clauses 810.4.1, 810.4.2, 801.4.3 and 810.4.4 are replaced as below: “Guard posts may be embedded in earth or concrete. In cases of high embankments where metal crash barrier shall be provided in conjunction with kerb channel, guard post shall be embedded in the concrete footing of size and grade as indicated in the drawings. In cases of rocky strata, hole shall be drilled to the depth of concrete footing as shown in the drawings. After erecting guard post, the same shall be backfilled with concrete of same grade as indicated in the drawings. In all other cases, holes shall dug to the depth indicated in the drawing for anchoring in ground. All post holes that are dug shall be of such size as will permit proper setting of the posts and allow sufficient room for backfilling and taping. 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.”

Clause 810.5.3 Add at the end of first para “The guard rail reflector shall be bolted replacing splice washer at every 10th posts interval.”

Clause 810.7 Measurements for Payment Clause 810.7.1 The second sentence “Terminals / Anchors of various types shall be paid by numbers” is

deleted. Clause 810.7.2 The first sentence will be substituted as below.

“No separate measurement for payment shall be made for Terminals / Anchors of various types required for the work and the delineator to replace washer as specified in drawing. The cost of these elements shall be deemed to be included in the rate quoted by the contractor.”

Clause 810.7.3 Add the words “or concreting” after the word “backfilling” in the second line. Clause 810.8 Rate

Add “and drawings” at the end of last sentence of the Clause. SECTION 900 QUALITY CONTROL FOR ROAD WORKS Clause 901 GENERAL Clause 901.1 This Clause shall read as under:

Page 118: Volume i Nhai

“All materials to be used, all methods adopted and all works performed shall be strictly in accordance with the requirements of these specifications. The Contractor shall set up a field laboratory at locations approved by the Engineer and equip the same with equipment as per Clause 121 and adequate personnel in order to carry out all required tests and quality control works as per specifications and / or as per Clause 121 and / or as directed by the Engineer. The list of laboratory equipment and the facilities to be provided shall be as per Clause 121 and shall be got approved from the Engineer in advance.”

Clause 901.1 This Clause shall read as under:

“The contractor shall provide necessary cooperation and assistance in obtaining the samples for tests and carrying out the field tests as required by the Engineer from time to time. This may include provision of laboratory, equipment, transport, consumables, personnel, including labour, attendants, assistance in packing and dispatching and any other assistance considered necessary in connection with the tests.”

Clause 903 QUALITY CONTROL TESTS DURING CONSTRUCTION Clause 903.3 Tests on Sub-bases and Bases (excluding bitumen bound bases) Clause 903.3.1 Acceptance Criteria

In Table 900-3, replace the following against Serial Nos 1 and 4:

Sr. No.

Type of Construction

Test Frequency (minimum)

1 Granular (iv) Density of compacted layer One test per 1000 m2

2 Wet Mix (v) Density of compacted layer One test per 1000 m2

Clause 903.4 Tests on Bituminous Construction

Clause 903.4.1 Add at the end of this Clause:

“The density test shall be carried out by 150 mm diameter core cutter machine on dense bituminous macadam and bituminous concrete as per the frequency specified. The Contractor shall arrange the core extraction machine at his cost and shall take cores of the executed bituminous works jointly with Engineer without any extra cost.” In Table 900-4, Serial No.6 for Dense bituminous macadam and bituminous concrete, modify the frequency (minimum) values for item No. (vii), (ix) and (xvii) as under: Add new Clause 903.4.3 after the Clause 903.4.2 “Bituminous concrete wearing course shall be tested immediately after laying / finishing for riding quality by measuring roughness of the finished layer by duly calibrated Towed Fifth Wheel Bump Integrator.”

Page 119: Volume i Nhai

Sr. No.

Type of Construction Test Frequency (minimum)

Dense bituminous macadam / semi dense bituminous macadam / bituminous concrete

(vii) Sand equivalent test

Three tests on aggregates for each 400 ton of mix subject to two tests per plant per day

(ix) Polished stone value

Initially one set of three representative specimens for each source supply. Subsequently when warranted by changes in the quality of aggregates

(xvii) Density of compacted layer

One test per 500m2 subject to the condition that 10% of density tests shall be done within 300 mm from the edges

Add the following note at the end of Table 900-4: Note: (a) The laboratory and field test shall be performed on materials and works at the

frequency values indicated against each. The supervision Personnel shall ensure that there are no deviations in this regard.

(b) The Contractor shall prepare a detailed manual for Quality Assurance including

the methodology for the respective tests, the data formats and the methodology for the analysis and interpretation of test results based on the reference standards and practices indicated in the specifications and obtain the approval of the Engineer.

(c) Daily, weekly and monthly reports on the testing done, results obtained thereof

must be prepared indicating the location of sampling and testing., deviations from the acceptance norms for materials and works and actions taken in respect of removal of defective works must be prepared by the Contractor and authenticated by the Supervision Personnel that these tests were done in their presence and that the testing has been carried out as per the prescribed methodology.

(d) The result of tests shall be compared with the prescribed acceptable values. The payment of all such works executed shall be based on the test results. In case test results for density test and riding quality test fall below the required values in accordance with specifications, the deductions as specified below shall be worked out and applied, limiting to “Nil” payment for the executed bituminous works. Separate deduction shall be made for each attribute that is density test and riding quality test.

Density (compaction) Test: Basis of Deduction

Core Density Deduction in the payable rate Less up to 1% of requirement @ 5% Less above 1% and upto 2% of requirement

@ 15 %

Less above 2% and upto 3% of requirement

@30 %

Less above 3% of requirement @ 100% such works shall be rejected and NIL payment shall be made.

The minimum deduction in the payable rate shall be made for an area not less than 500 sq.m. for each failure of density (compaction) test.

Page 120: Volume i Nhai

Riding Quality Test: Roughness measured longitudinally

The finished bituminous concrete (BC) shall be tested for riding quality (immediately before allowing traffic) by measuring roughness, longitudinally, separately for each lane with the Calibrated Towed Fifth Wheel Bump Integrator. Calibration of Bump Integrator device shall be carried out using the procedure recommended in the World Bank Technical Publication No. 46. The measured roughness shall not exceed a value of 2001 mm / km for finished BC layer.

Completed layer of BC having roughness in excess of the value 2000 mm / km shall be paid in accordance with the Deduction Formulae as specified below:

Measured Roughness Deduction in the payable

rate Upto 5% more than the requirement NIL More than 5% and upto 30% more than the requirement

@(10%±l% for every 1% in excess of 5% of prescribed limit.)

More than 30% and upto 40% more than the requirement

@50%

Above 40% of more than the requirement @100% (i.e. Nil payment) The area for which deduction in the payable rate shall apply, shall be determined by the Engineer based on analysis of roughness results. However, regardless of any other consideration the minimum deduction applicable shall not be less than one lane for one km of surface area i.e. 3500 sq.m.”

Clause 903.5 Quality Control Tests for Concrete Road Construction Clause 903.5.2 Pavement Concrete Clause 903.5.2.1 Sampling and testing of beam and cube specimen

Replace first para with: “For each day’s work, at least six pairs of beams for flexural strength and six pairs of cubes for compressive strength shall be cast from the concrete delivered to the paving plant as long as the total daily production is less than 300 cu.m. For daily production over 300 cu.m, two additional cubes shall be cast of each 100 cu.m (or part thereof). Each pair of beams and cubes shall be from different deliveries of concrete. All specimens shall be transported in an approved manner to prevent any damage to the specimen. From each pair of beams and cubes, one of the specimens shall be tested at 7 days shall be used for early indication of the 28 days strength as described in Clause 603.3.3.2. The flexural strength test results shall prevail over compressive strength tests results for compliance.”

Replace second para with: “Where the 28 days strength requirements are not met or where in the opinion of the Engineer the quality of the concrete or its compaction is suspect, the actual strength of concrete in the slab shall be ascertained by carrying out tests on six cores cut from the concrete at such locations. The cores shall be 150 mm diameter, shall be saw cut in both ends to provide a specimen height of 300 mm + 5 mm, and shall be tested for compressive strength. The concrete will be acceptable if:

(a) The average compressive strength of the six cores when corrected to 28 days

strength using the factors given in Table 900-5 or an age-strength relationship for the actual mix determined by the Contractor and approved by the Engineer- is at least the average compressive strength of the cores tested from the trial length as per Clause 602.10.5.4.

Page 121: Volume i Nhai

(b) None of the cores show consideration honeycombing” Delete sixth, seventh and eight paras and add the following at the end of para beginning with “Beams shall be……..”: “The Engineer may permit a reduction in the number of beams and cubes required when previous test results have shown satisfactory strength and when he is satisfied with the variation in quality of the mix.” Delete eleventh para beginning with “The flexural strengths………………”. In twelfth para replace “2.33” with “1.65” in last line. Delete thirteenth and fourteenth paras.

Clause 903.5.2.4 Summary of control tests

In Table 900-6, item 5(i) “strength of concrete”, change test frequently to: “On each day’s work, at least six pairs of beams and six pairs of cubes for total daily production less than 300 cu.m . Two additional beams and two additional cubes for each 1000 cu.m in excess of 300 cu.m.”

SECTION 1000 MATERIALS FOR STRUCTURES Clause 1002 SOURCES OF MATERIALS

This Clause shall read as follows: “The Contractor shall identify the source of materials like coarse aggregate and sand notify the Engineer regarding the proposed sources prior to delivery.

Samples of materials from the source, shall be tested, in the presence of Engineer’s representative, for conformity to specifications. It shall also be ensured that the variation in test results of different samples is within acceptable limits. If the product from the approved source proves unacceptable at any time, the Contractor shall provide acceptable material from new sources other than the previous source at his own expenses conforming to specifications.

The manufactured items like cement, steel, reinforcement, prestressing strands, the Contractor shall intimate the Engineer details of the source (plant where the material is manufactured), testing facilities available with the manufacturer and arrangements for transport and storage of material at site. If directed by the Engineer, the Contractor shall furnish samples and test results of recently manufactured material. The Engineer, at his discretion, may require the Contractor to test the materials in an independent laboratory approved by the Engineer, and furnish test certificates. The cost of these tests shall be borne by the Contractor. The sampling and test procedures shall be as laid down in Indian standards or where these are not available as per the directions of the Engineer. Only materials from the sources approved by the Engineer shall be brought to the Site. If the material from the approved sources proves unacceptable at any time, the Contractor shall provide new sources of acceptable material conforming to specifications from other sources at his own expense.

Clause 1006 CEMENT

Add the following at the end of list of types of cements:

f. Portland Blast Furnace Cement (site blending of blast furnace

shall not be permitted) IS:455

g. Low heat Portland Cement IS:12600

Page 122: Volume i Nhai

Add the following at the end of this Clause: “Manufacturer’s test certificate shall be submitted to the Engineer by the Contractor for every consignment of cement. The certificate shall cover all tests for chemical requirements, physical requirements and chloride content. Independent tests of samples drawn from the consignment shall be carried out at the site laboratory or in an independent laboratory approved by the Engineer, immediately after delivery. The following properties shall be tested: i. Setting time ii. Compressive strength The Cost of test shall be borne by the Contractor. In case, the cement is stored beyond 90 days from the date of delivery at site, the following test shall be carried out at the site laboratory before the cement is used: i. Setting time ii. Compressive strength Lot size for independent testing of cement at site shall be the quantity received at site on any day subject to a maximum of 500 tonnes.”

Clause 1007 COARSE AGGREGATES

Delete from the first sentence “crushed gravel……………..inert material” appearing in fourth and fifth lines of first para. Add the following at the end of second para. “Costs of all tests shall be borne by the Contractor.” Delete fourth para and add the following:

“The maximum value of elongation index and flakiness index for plain, reinforced and Prestressed concrete should not exceed 15% each, taken separately, and not to exceed 25% taken together. The flakiness and elongation Index should he measured using methods as per IS: 2386. The coarse aggregates shall satisfy the requirements of’ grading as given in Table 1000-1.” Add the following at the end of the Clause: “Integrated stone crusher with Primary and Secondary (Cone or impact type) crushers shall be employed for getting proper size and grading of coarse aggregates. The alkali aggregates reactivity shall be measured and reported for getting approval for the source of aggregates at the beginning of the work using methods given in IS : 2386. The tests may be repeated if the source changes, or if the type of rock being exploited for the selected aggregate changes.”

Clause 1008 SAND / FINE AGGREGATES

Delete from third line the words “crushed gravel” and from the fourth line “gravel” in second para. Add the following at the end of this Clause: “The alkali aggregate reactivity shall be measured and reported for getting approval for the source.”

Clause 1009 STEEL Clause 1009.2 Steel for Prestressing

Add (e) to the list of codes to which acceptable prestressing steel shall conform: (e) Stress relieved low relaxation seven-ply strand for prestressed concrete - IS:

Page 123: Volume i Nhai

14268 Clause 1010 WATER

In para (c) the permissible limit for chlorides (Cl) shall be read as “250 mg / lit for structures having length more than or equal to 30 m. In case of structures of lengths 30 m and below, the permissible limits of chlorides may be increased upto 500 mg / lit.”

Clause 1012 CONCRETE ADMIXTURES Clause 1012.1 Add the following at the end of second para:

“Admixtures shall not impair the durability of concrete; they shall not combine with the ingredients to form harmful compounds or endanger the protection of reinforcement against corrosion. Only chloride free admixtures shall be used.” The third para shall read as follows: “For all admixtures being used the packing shall be marked with the name of the supplier / manufacturer, brand name (name of product) and main effect. A certificate for the admixture in question shall be submitted. The certificate shall include the following information:

A. General

(a) Chemical name of the active component in the admixture; (b) Values of dry material content, ash content and relative density of admixture,

which can be used for uniformity tests; (c) Chloride iron content expressed as a percentage of weight of cement; (d) pH value and colour; (e) Normal side effects e.g. whether the admixture leads to air entrapment at

recommended dosage and if so to what extent; (f) Side effects when overdosed; (g) If two or more admixtures have to be used in one mix, their compatibility; (h) Increase in risk of corrosion to reinforcements and embodiments due to the use

of admixture; (i) Latest date of test and name of test laboratory;

. Storing

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

C. Dosage Maximum and minimum, to be specified as a percentage of weight of cement.

Add the following at the end of the Clause. “After selecting a few acceptable brands & types of admixture based on the manufacturer’s data / technical literature, independent acceptance tests shall be carried out for the same using the approved combinations of cement / sand / aggregates intended for use in the Project. After establishing the basic acceptability using strength criteria (compression & tensile strengths) a number of trial mixes be designed using different proportions of admixtures / cement / water etc. to establish the data bank on the behaviour of the admixture for the project site conditions. A spectroscopic signature of accepted product should be obtained and preserved for comparison for acceptance of the production lots. Retrials shall be conducted with change in source / type of cement. Workmanship

Page 124: Volume i Nhai

The dosage shall be finalized on the basis of field trial and special mechanical devices shall be used for dispensing the admixture in the batching / mixing plant. No addition of admixture after dosage is permitted (including addition in transit mixers). Manufacturer’s experts shall be available for consultation / trouble shooting of problems associated with their product. The conditions of storage shelf life etc., as specified by the manufacturer shall be strictly observed. The manufacturer’s Quality Assurance Plan during process of production shall be obtained and filed for reference / record.

Clause 1013 REINFORCED CONCRETE PIPES

Delete the Clause and add the following: “Reinforced concrete pipes for highway structures shall be of the class specified by the designer for the particular application. In absence of such specification, the class shall be NP 4 type conforming to requirements of IS: 458.”

Clause 1014 STORAGE OF MATERIALS Clause 1014.3 Aggregates

Add the following to this Clause: “Aggregates shall be stored or stockpiled in their respective size in such a manner that the various sizes will not become intermixed before proportioning. They shall be stored, stockpiled and handled in such a manner that will prevent contamination by foreign materials.”

Clause 1015 TESTS AND STANDARDS OF ACCEPTANCE

Add the following as third para to this Clause: “Independent testing of prestressing steel shall be carried out by the Contractor for each consignment from each source at site in the laboratory approved by the Engineer before use. The tests shall be carried out for the properties as listed in Clause 7.2.1 of BS:5896-1980. These tests are in addition to the tests carried out by the manufacturer.”

SECTION 1400 STONE MASONRY Clause 1405 CONSTRUCTION OPERATIONS Clause 1405.2 Laying Clause 1405.2.1Substitute second sentence with “The exposed faces shall be plain moulded in case of side

drain, and gauged out in case of headwalls and parapets.” Clause 1405.6 Pointing

Replace first sentence with “Pointing shall be carried out using cement mortar of 1:3 by volume of cement and sand.”

SECTION 1500 FORMWORK Clause 1501 DESCRIPTION

This Clause shall read as below: “The Contractor shall prepare a formwork mobilization and utilization plan and submit the plan for Engineer’s approval at least 28 days before the commencement of construction of structures. The requirement of formwork shall be worked out considering the overall construction program of all the structures to be cast in one or more stages, as specified in the drawings. The plan shall take into account the time required for erection of formwork, retention in position, stripping, and removal and subsequent use in the next and subsequent structures.

Page 125: Volume i Nhai

Notwithstanding Engineer’s approval of mobilization plan, if due to any reason, the Contractor has to arrange additional formwork, to meet the requirements of the construction programme, it shall be done by the Contractor without any extra cost.”

Clause 1502 MATERIALS

This Clause shall read as under: “All materials shall comply with the requirements of IRC:87-1984. Materials and components used for formwork shall be examined for damages or excessive deterioration before use / reuse and shall be used only if found suitable after necessary repairs. Only steel formwork shall be used. The steel used for forms shall be of such thickness that the forms remain true to shape. All bolts shall be countersunk. The use of approved internal steel ties or plastic spacers shall be permitted. Structural steel tubes used as support for forms shall have a minimum wall thickness of 4 mm.”

Clause 1503 DESIGN OF FORMWORK Clause 1503.2 The following shall be added to this Clause:

“For distribution of load and load transfer to the ground through staging, an appropriately designed base plate must be provided which shall rest on firm sub-stratum. The loading from the form work shall be distributed to the soil or the permanent works below (e.g. pile cap) in such a manner that any total or differential settlements are within acceptable limits. Subsoil characteristics shall be taken into account while designing the staging to avoid untoward failures. All the pipes etc. used for staging shall be free from kinks, bends etc.”

Clause 1505 Substitute the following Clause in place of the existing clause:

“Formed & Unformed Surface Finishes The surface finishes for formed and unformed surfaces are classified and defined as below: Surface irregularities for the various classes of finishes are termed either ‘abrupt’ or ‘gradual’. Fins or offsets caused by displaced or misplaced form sheeting, lining or form sections, by loose knots in form lumber or by otherwise defective form lumber are considered abrupt irregularities. All other cases are described as gradual irregularities. Gradual irregularities will be measured with a template consisting of a straight edge for plain surfaces or its equivalent for curved surfaces. The length of template for testing gradual irregularities on formed surfaces shall be 1.5 m in length. The permissible gradual irregularities being measured over this length of the template shall form the base for the type of finishes. (i.) Finishes F1, F2 and F3 shall describe formed surfaces (ii.) Finishes UI, U2 and U3 shall describe unformed surfaces. Class F1 Finish The class Fl finish shall apply to all formed surfaces for which class F2 or F3 is not specified. It shall generally be formed by steel frame mounted with steel sheet. It shall be so constructed that there shall be no loss of material from the concrete during placement and compaction. After hardening, the concrete shall be in the required positions and shall have the shape and dimensions called for in the drawings. Any abrupt irregularities shall not exceed 10 mm. All fins and drifts in excess of the above limits shall be made good by chipping and grinding if required by the Engineer. Small blemishes caused by entrapped air or water may be expected but the surface shall be free from voids, honeycombing or other large blemishes. Class F1 finish shall be generally specified for all surfaces buried in ground or not visible during service or for surfaces that are to receive further rendering treatment such as plastering etc. Unless otherwise specified in the item of BoQ the surface finish shall be understood to be Class F1.

Page 126: Volume i Nhai

Class F2 Finish Class F2 finish shall be obtained by use of properly designed forms with steel sheet lining. The abrupt irregularities shall not exceed 5 mm and gradual irregularities shall be less than 8 mm. Small blemishes caused by entrapped air or water may be permitted but the surface shall be free from honeycombing, voids and large blemishes. Surface irregularities in excess of those stipulated shall be removed by chipping or rubbing with abrasive stone. Class F3 Finish Class F3 finish shall be formed by specialty designed close jointed rigid forms having lining or high quality form plywood. The surface irregularities shall be limited to nil for abrupt irregularities and 3 mm far gradual irregularities. Class F3 finish may be obtained from class F2 finish by carefully removing all abrupt irregularities including fins and projections by rubbing / grinding. If steel forms are used they shall have steel sheet backing faced with plywood. In addition, finish F3 shall include filling air holes with mortar and treatment of the entire surface with sack rubbed finish. It shall also include clean up of loose and adhering debris. For a sack rubbed finish, the surface shall be prepared within two days after removal of the forms. The surface shall be wetted and allowed to dry slightly before mortar is applied by sack rubbing. The mortar used shall consist of one part cement to one and one half parts by volume of fine (I.S. No. 16 mesh) sand. Only sufficient mixing water to give the mortar a workable consistency shall be used. The mortar shall then be rubbed over the surface with a fine burlap or linen cloth so as to fill all the surface voids. The mortar in the voids shall be allowed to stiffen and solidify after which the whole surface shall be wiped clean with clean burlap such that all air holes etc., are filled and the entire surface presents a uniform appearance without air holes, irregularities etc. Class U1 finish This is the screeded finish used on surfaces over which other finishes such as wearing coats etc., are to be placed. It is also the first step in the formation of U2 and U3 finishes. The finishing operation consists of levelling and screeding the concrete to produce an even and uniform surface so that the gradual irregularities are not greater than 5 mm. Surplus concrete should be removed immediately after consolidation by striking it off with a sawing motion of a straight edge or template across a wooden or metal strip that has been set as a guide. Unless the drawings specify a horizontal surface or show the slope required the tops of narrow surfaces, such as stair treads, walls, curbs and parapets shall be sloped approximately 10 mm per 300 mm width. Surfaces to be covered with concrete topping, terrazzo and similar surfaces shall be smooth screeded and levelled to produce even surfaces, irregularities not exceeding 5 mm. Class U2 Finish This is a floated finish used on all outdoor unformed surfaces not prominently exposed to view such as tops of piers etc. The floating may be done by hand or power driven equipment. It should not however be started until some stiffening has taken place in the surface concrete and the moisture film or ‘shine’ has disappeared. The floating should work the concrete no more than is necessary to produce a surface that is free from screed marks. All joints and edges shall be finished with edging tools. It shall include the repair of gradual irregularities exceeding 5 mm. All abrupt irregularities shall also be repaired unless a roughened texture is specified. Class U3 Finish This is a trowel finish used on all surfaces exposed to view at close quarters such as tops of parapets and kerbs etc. Steel trowelling shall not be started until after the moisture film and ‘shine’ have completely disappeared from the floated surface and the concrete has hardened enough to prevent an excess of fine material and water from being worked to the surface. Excessive trowelling, especially if started too soon, tends to produce crazing and lack of durability. Too long a delay will result in a surface too hard for proper finishing.

Page 127: Volume i Nhai

Steel trowelling shall be performed with a firm pressure that will flatten and smooth the sandy surface free of blemishes, ripples and trowel marks. It shall include the repair of all abrupt irregularities and the repair of gradual irregularities exceeding 5 mm. It shall also include finishing the joints and the edges of concrete with edging tools.

Clause 1506 PRECAUTIONS

Add the following at end of this Clause: (vii.) “Adequate support against sideway and lateral loads due to construction,

operations and wind shall be provided. (viii.) In case cantilevers are supported directly from the ground, the supports for

cantilevers shall be removed simultaneously with main supports only after approval for the same from the Engineer.

(ix.) Forms shall be rigid and of adequate section to reduce deflections. Forms shall have sufficient rigidity to resist horizontal pressure caused by flowing concrete resulting from use of super plasticizers. The formwork shall resist the lateral pressure caused due to fast rate of placement by concrete pumps.”

Clause 1508 REMOVAL OF FORMWORK

Add the following as fifth para. “For prestressed units, the side forms shall be released, as early as possible and the soffit forms shall permit, without restraint, deformation of the member, when prestress is applied. Form supports and forms for cast-in-situ members shall not be removed until sufficient prestress has been applied to carry the dead load and any formwork supported by the member and anticipated construction loads.”

Clause 1509 RE-USE OF FORMWORK

This Clause shall read as under: “After forms are stripped, all materials shall be examined for any damage and damaged pieces, if any, shall be removed either as rejected or for rectification if possible. The materials found fit to be reused shall be thoroughly cleaned. Holes bored through sheathing for form ties shall be plugged by driving in common corks or foamed plastics. Patching plaster may also be used to fill small holes. After cleaning and before re-fixing, each formwork shall be got approved from the Engineer. Formwork and staging shall be so used as to ensure quality of the exposed surface. However, if in the opinion of the Engineer, any particular panel / member has become unsatisfactory for use at nay stage, the same shall be rejected and removed from the Site. All bent steel props shall be straightened before reuse. The maximum deviation from straightness shall not exceed 1 / 600 of length. However the maximum number of uses shall be limited to 20 times since only steel formwork is to be used. The maximum permissible axial loads in used props shall be suitably reduced depending upon their condition.”

Clause 1510 SPECIALIZED FORMWORK

Replace the words ‘slip-form work’ by ‘climbing formwork’ in the first sentence of this Clause. The first sentence of second para of this Clause shall read as follows: “Slip-forming is not permitted.” Replace the word “plywood” by ‘marine plywood” in the fourth para of this Clause.

Clause 1513 RATE

Add the following at the end of the first para:

Page 128: Volume i Nhai

“The unit rate of respective items shall also deem to include all costs for preparation of erection scheme, designs of false work and formwork and their approval.” Add the new Clause 1514 as under:

Clause 1514 TOLERANCES

“All works shall he carried out true to the lines, levels and grades shown on the drawings and within the tolerances specified below. The forms shall be so designed and erected that the following tolerances are not exceeded unless more stringent and specific specifications have been required by the design and specified in the drawings / instructions. The contractor shall establish, erect and maintain in an undisturbed condition until final completion and acceptance of the project, control points and bench marks necessary and adequate to establish these tolerances.

Elements Limits For all elements, departure from established alignment

10 mm

Departure from established grades 10 mm Variation from plumb or specified batter in lines and surfaces of piers, walls and abutments

10 mm in 3.0 m if exposed, 20 mm in 3.0 m if backfilled

Variation from level or indicated grade in slabs, beams, horizontal and railing offsets

10 mm in 3.0 m if exposed, 20 mm in 3.0 m if backfilled

Variation in cross sectional dimensions of columns, piers, slabs, wall beams and similar parts

+5 mm , -5 mm

Variation in slab thickness +5 mm , - 5 mm Footings Plan dimensions +15 mm , - 15 mm Misplacement or eccentricity 2% of footing width in the

direction of displacement and not exceeding 30 mm

Reduction in thickness 5% of specified thickness unless specified to be more stringent

Variation in size and locations of slab or wall openings

10 mm

The alignment Tolerances shall be as under Tolerance in direction where `d’ is the dimension of members

Member with a depth of upto 200 mm + d / 40 More than 200 mm 5 mm

SECTION 1600 STEEL REINFORCEMENT (UNTENSIONED)

Clause 1604 BENDING OF REINFORCEMENT

The first para shall read as follows: “The reinforcement shown on the drawings shall be considered merely symbolic representations of the shape and position and shall not be used by the Contractor to justify any deviation from the stipulated requirements. Bar bending schedules and any supplementary drawings as may be required shall be furnished by the Contractor and got approved by the Engineer before start of work. The bending schedules shall state the number, shape and length of bar and weight in respect of each type. System of bar referencing shall be coherent and systematic. A separate bar bending schedule shall be prepared for auxiliary bars like spacers, chairs etc.

Page 129: Volume i Nhai

Clause 1605 PLACING OF REINFORCEMENT

Para (c) (i) shall read as follows: “Cover blocks shall be made of concrete of cement mortar with same durability properties as the surrounding concrete and with the same type of constituents in visible surfaces, the cover blocks shall be of the same colour and texture as the surrounding concrete. The Contractor’s proposal for cover blocks shall be submitted to the Engineer for acceptance.” Add the following as Clause 1605 (f):

Tolerances: 1. Tolerance of cover: Deviation shall not exceed +10 mm. No negative tolerance is

allowed. 2. Tolerance in position : Tolerance for deviation from the positions shown in the

drawings shall not exceed the following: Structural depth d (mm) Tolerance (mm) d<l000 <10 1000< d<2000 < 0.01xd 2000< d < 20

Clause 1606 BAR SPLICES Clause 1606.1 The first sentence shall read as follows:

“To the extent possible, all reinforcement shall be furnished in full length as indicated in drawings.” Add the following as second para: “The location of joints in continuous reinforcing bars, not shown in. drawings, shall be submitted to the Engineer for acceptance. If nothing contrary has been specified, the number of bars to be joined in any cross-section shall not exceed one-third of the total.”

Clause 1606.2 WELDING Clause 1606.2.1 Add the following at the end of the para:

“In prestressed concrete members, when welding of untensioned reinforcement is permitted by the Engineer, it shall be carried out before insertion of the prestressing tendons / sheathing.”

Clause 1607 TESTING AND ACCEPTANCE

Add the following as the last para: “Manufacturer’s test certificate regarding compliance with Indian standards for each lot of steel shall be obtained and submitted to the Engineer. If required by the Engineer, the Contractor shall carry out confirmatory tests in the presence of a person approved by the Engineer. Cost of these tests shall be borne by the Contractor. The sampling and testing procedure shall be as laid down in I.S. 1786-1985. However, if any test piece selected from a lot fails, no re-testing shall be done and the lot rejected.”

SECTION 1700 STRUCTURAL CONCRETE Clause 1703 GRADES OF CONCRETE

Add the following at the end of this Clause:

“The concrete mixes leaner than M15 shall be called as nominal mix concrete.

Nominal mix concrete is that concrete for which, concrete is not to be designed by tests and in which the proportions of materials are in accordance with the drawing and the

Page 130: Volume i Nhai

specification Clause mentioned below: i) All the materials for this concrete shall conform to section 1000. ii) Minimum cement content and maximum water cement ratio for above said nominal

mix concrete shall conform to Clause 1703.2 Table 1700-3(A) unless otherwise specified in the drawings.

iii) Mixing of above said nominal mix concrete shall conform to Clause 1708. iv) Transporting, Placing and Compaction of above said nominal mix concrete shall

conform to Clause 1709.” Clause 1704 PROPORTIONING OF CONCRETE

Add the following at the end of the Clause: “In proportioning concrete, the quantity of both cement and aggregates shall be determined by weight. Where the weight of cement is determined by accepting the manufacture’s weight per bag, a reasonable number of bags shall be weighed separately to check the net weight. Where cement is weighed from bulk stock at site and not by bag, it shall be weighed separately from the aggregates. Water shall either be measured by volume in calibrated tanks or weighed. All measuring equipment shall be maintained in a clean and serviceable condition. Their accuracy shall be periodically checked. It is most important to keep the specified water-cement ratio constant and at its correct value. To this end, moisture content in both fine and coarse aggregates shall be determined as frequently as possible; frequency for a given job being determined by the Engineer according to the weather conditions. The amount of mixing water shall then be adjusted to compensate for variations in the moisture content. The determination of moisture content in the aggregates shall also be made in the weight of aggregates to allow for the variation in weight of aggregate due to variation in their moisture content.”

Clause 1704.4 Additional Requirements

In para (a) substitute “0.06%” for “0.1%”, “0.06%” for “0.2%” and “0.1%” for “0.3%” for the three items respectively.

Clause 1704.6 Add the following at end of this Clause: “Materials for pumped concrete: Materials for pumped concrete shall be batched consistently and uniformly. Maximum size of aggregate shall not exceed one-third of the internal diameter of the pipe. Grading of aggregate shall be continuous and shall have sufficient ultra fine materials (materials finer than 0.25 mm). Proportion of fine aggregates passing through 0.25 mm shall be between 15% and 30% and that passing through 0.125 mm sieve shall not be less than 5% of the total volume of aggregate. Admixtures to increase workability can be added. When pumping long distances and in hot weather set-retarding admixtures can be used. Fluid mixes can be pumped satisfactorily after adding plasticisers and super plasticisers. Suitability of concrete shall be verified by trial mixes and by performing pumping test.”

Clause 1705 ADMIXTURES

This Clause shall read as under: “Duly tested admixtures / conforming to IS: 6925 and lS: 9103 (without replacement of cement) may be used subject to satisfactory proven use, with the approval of the Engineer. Admixtures generating Hydrogen or Nitrogen and containing chlorides, nitrates, sulphides, sulphates and any other material liable to adversely affect the steel or concrete shall not be permitted. The general requirements, physical and chemical requirements shall be as per Clause 1012.”

Page 131: Volume i Nhai

Clause 1706 SIZE OF COARSE AGGREGATE

Table 1700-7 shall modify as given below:

Components Maximum Nominal size of coarse aggregate ( mm )

(i) RCC well curb 20 (ii) RCC / PCC well steining, PCC below

foundations and approach slab, annular filling around foundations

40

(iii) Well cap or pile cap, solid wall type abutments, pier, median walls, splayed wing walls and their foundations

40

(iv) RCC works in T-beam and slab / solid slab / voided slab and box girder super structure, wearing coat, kerb, crash barrier, approach slab, dirt walls, coping on masonry wing walls, hollow abutments and piers, pier / abutment caps, pedestals, dirt walls, piles all components of counterfort type abutments, columns, cantilever return walls etc.

20

(v) All PSC works 20 (vi) Any other item As specified by the Engineer

Clause 1707 EQUIPMENT

The first para shall read as under: “Under specified otherwise, equipment for production, transportation and compaction of concrete shall be as under: (a) For production of concrete: Batching and mixing of the concrete shall be done in

a concrete batching and mixing plant fully automatic of a minimum capacity of 40 cum / hr. The plant shall be approved by the Engineer.”

Part (a) of third para of this Clause shall read as follows: “The accuracy of measuring devices shall fall within the following limits:

Measurement of cement in each batch

+ 1% of the quantity of cement

Measurement of water in each batch + 1% of the quantity of water Measurement of aggregate + 2% of the quantity of aggregate in

each batch Measurement of admixture + 1% of the quantity admixture in

each batch Add the following para at the end of this Clause: “Batching, mixing, transportation and placing of concrete Once the concreting of a section is started, it has to be completed as a continuous operation. Before starting an important placement, the Contractor shall submit to the Engineer an equipment list to ensure that sufficient equipment is available for batching, mixing, transporting and placing concrete and once the concreting of a section is started, it can be completed as a continuous operation within a reasonable time.”

Page 132: Volume i Nhai

Clause 1709 TRANSPORTING, PLACING AND COMPACTION OF CONCRETE Add the following para at the end of the Clause: “For placing concrete with pumps : Pipe lines from the pump to the placing area shall be laid out with a minimum of bends. For large concrete placements standby pumps shall be available. Suitable valves (air release valves, shutoff valves etc.) shall be provided as per the Site needs. The pumping of concrete shall be preceded by a priming mix to lubricate the pump and pipelines. A rich mix of creamy consistency shall be required for lubricating the pipelines; continuous pumping shall be done to the extent possible. After concrete has been placed the lines, all related equipment shall be cleaned immediately. A plug sponge ball shall be inserted in the end near the pump and shall be forced through the line by either water or air pressure. Pipes for pumping should not be made from materials, which can harm concrete; aluminium alloy pipelines shall not be used.”

Clause 1710 CONSTRUCTION JOINT

In the first para of Appendix 1700 / 1, add “the coarse aggregate shall be made visible to a depth of 5 mm to 10 mm” after the words “the surface shall be roughened”. In the third para of Appendix 1700 / 1 under heading “Preparation of the Surface of the Joint” add the following at the end of para: “Bush hammering shall not be permitted since it loosens the coarse aggregates and results in extensive micro cracks.” In Appendix 1700 / 1 under heading “Concreting of Joints” add the following at the end of third para: “At vertical construction joints, a fine mesh on the liner surface of the stopping board shall be placed to facilitate the removal of laitance, if directed by the Engineer.”

Clause 1712 ADVERSE WEATHER CONDITION Clause 1712.1 Hot Weather Conditions

Add the following at the end of first para: “Where the Contractor proposes to use ice cool the concrete or mixing water or any of the ingredients, the Contractor shall provide a refrigeration plant to avoid use of contaminated ice. Placement of concrete shall not be permitted when day temperature exceeds 40o C.”

Clause 1713 PROTECTION AND CURING Clause 1713.1 Water Curing

Add the following at the end of first para: “Wherever possible, use of water sprinklers or perforated pipes shall be used for curing of concrete for all major bridges, RoBs and grade separators. Such arrangement must be maintained for a minimum period of 14 days after concreting. Approved concrete curing compounds shall be preferred where water curing can not be done reliably.”

Clause 1715 TOLERANCES Clause 1715.1 Sectional Dimensions

Add the following as the second sentence of the Clause: “In the absence of any information in drawings or specifications, for particular cases, the following limitations shall apply:

Page 133: Volume i Nhai

Dimension (mm) ‘a’ Tolerances (mm) `δa = (anominal -a actual)

a < 200 | δa | <5 200 < a < 2000 | δa | <3.5 + 0.0075a 2000< a | δa |<16.5 +0.001a

Clause 1715.2 Deviations from Position etc.

Deviation from specified position in plan a) Variation in levels at top + 10 mm b) Variation of reduced levels of bearing areas + 5 mm c) Variation in plumb over full height of piers + 10 mm d) Surface irregularities measured with 3 m straight edge

i) all surfaces except bearing areas + 5 mm ii) bearing areas + 3 mm

e) Variation in length of superstructure - overall and length between bearings + 10 mm

or + 0.1 % of the span length, whichever is lesser

SECTION 2600 EXPANSION JOINTS Clause 2601 DESCRIPTION Add the following para at the end of this Clause:

“The expansion joints may require to be installed both on new structures and on existing structures as shown on the drawings or as directed by the Engineer” The provision of expansion joints shall be in accordance with the revised interim specification for expansion joints given in MOST circular no. RW / NH-34059 / 1 / 96-S&R dated 30th Nov. 2002 and corrigendum of same no. dated 25th Jan. 2001. The expansion joints shall be procured only from those manufacturers / suppliers of expansion joints who are empanelled with MoRT&H.

SECTION 2700 WEARING COAT AND APPURTENANCES Clause 2702 WEARING COAT Clause 2702.1.1Replace under item i) “6 mm” with “12 mm”. Clause 2703 RAILINGS Clause 2703.3 Cast-in-Situ Concrete Railings

Last sentence of third para shall be replaced by the following: “Location of construction joints shall be determined in advance and approved by Engineer.” Add new clauses 2703.5 and 2703.6.

Clause 2703.5 Concrete crash barrier bridges

The Concrete Crash Barrier or Parapet shall be given two coats of Cement Paint of approved brand and shade.

Page 134: Volume i Nhai

Clause 2703.5.1 General This work shall consist of construction, provision and installation of concrete crash barrier on the bridge deck / approach slab at locations and of dimensions as shown on the drawings or as directed by the Engineer.

Clause 2703.5.2 Materials All materials shall conform to Section 1000 as applicable, and relevant Clauses in Section 1600 shall govern the steel reinforcement. The concrete barriers shall be constructed either by the “cast-in-place with fixed forms” method or the “extrusion or slip form” method or a combination thereof at the Contractor’s option with the approval of the Engineer. Where “extrusion or slip form” method is adopted, full details of the method and literature shall be furnished. Grade of concrete for Crash barriers on deck slab, approach slab etc. shall be M40. An expansion joint with Polysulphide Joint sealants and bituminous fiberboard shall be provided in the crash barriers at the location of expansion joints / gaps on the bridge, approaches etc.

Clause 2703.5.3 Construction Operations The location of crash barrier shall be strictly adhered to as shown on the drawing and as directed by the Engineer. Concrete crash barriers shall present a smooth, uniform appearance in their final position, conforming to the horizontal and vertical lines shown on the plans or as ordered by the Engineer and shall be free of lumps, sags or other irregularities. The top and exposed faces of the barriers shall conform to the specified tolerances, as defined in Clause 809.4, when tested with 3 m straight edge, laid on the surface. The Concrete Crash Barrier or Parapet shall be given two coats of Cement Paint or aqua based paint as directed by the Engineer of approved brand and shade.

Clause 2703.5.4 Tolerance

The overall horizontal alignment of crash barrier and rails shall not depart from the road alignment by more than ± 30 mm, nor deviate in any two successive lengths from straight by more than 6 mm and the faces shall not vary more than 12 mm from the edge of a 3 m straight edge. Barriers shall be at the specified height as shown in the plans above the edge of the nearest adjacent carriageway or shoulder, within a tolerance of ± 30 mm.

Clause 2703.5.5 The Contract crash barriers shall be given two coats of cement paint of approved brand and shade.

Clause 2703.5.6 Measurements for Payment

All barriers will be measured in cubic meters of concrete completed for the barriers including approach and departure ends. The steel reinforcement shall be measured in tones. The steel rails on the top of crash barrier shall be measured and paid separately. The sealing of opening in crash barrier at expansion joints with polysulphide rubber joint sealant and bituminous fibre board as per Clause 2703.6 shall be incidental to work. The painting on barrier shall be measured in square meter.

Clause 2703.5.7 Rate The Contract unit rate shall include full compensation for furnishing all labour, materials, tools, equipment and incidental costs necessary for doing all the work involved in constructing the concrete barrier complete in place in all respects as per these Specifications.

Page 135: Volume i Nhai

Clause 2703.6 POLYSULPHIDE RUBBER JOINT SEALANT Polysuiphide Joint sealants with bituminous fiberboard shall be provided in the Expansion Joints / gaps in Crash Barriers.

Before application it shall be ensured that the top of the bituminous fiberboard and the concrete faces are dry, sound, free from dirt, grease and other loose foreign matter. A thin coat of primer shall be applied on concrete faces with a brush to air dry before applying sealant. The components of the sealant i.e. base and hardener shall be mixed in a slow speed mixed sealant till uniform color is obtained. Placement of the mechanical mixer shall be done with either cartridge or fully enclosed gun barrels within 30 minute of mixing. Manufacturer’s recommendation shall be followed. The sealing compound shall be two packs, low modulus of elasticity Polysulphide elastomer having bituminous ingredients such as Cico T-680 or equivalent with following properties of the cured compound. Tensile strength - 0.4 Mpa ± 10% Modulus of elasticity - At 100% elongation: 0.15 Mpa Elongation - Elongation at break 550% Hardness - Shore A’ hardness 22 ± 3 @ 25°C Operating temperature - -20°C to + 80°C Shrinkage - Less than 1 % Permanent dynamic - ± 25% movement capability Polysulphide material shall be approved by the Engineer prior to procurement. Measurements for Payments Cost for providing Potysulphide Joint sealants and bituminous fiberboard in the Expansion Joints in Crash Barriers shall be deemed to be included in the unit rate of Crash Barrier and shall not be measured separately.

Clause 2704 APPROACH SLAB Substitute entire Clause as under: “Provision of approach slab shall be in accordance with “Guide lines regarding approach slab for bridges given in MOST circular no. RW / NH-34015 / 2 / 86-S&R dated 22nd June 1994.”

Clause 2706 WEEP HOLE

This clause shall read as under “Weep holes shall be provided in solid plain concrete / reinforced concrete / brick masonry abutments, wing walls, return walls as shown in the drawing or as directed by the Engineer to drain moisture from the back filling. Weep holes shall be provided with 100 mm dia AC. pipe and shall extend through the full width of concrete with slope of about 1 vertical: 20 horizontal towards the draining face. The spacing of weep holes shall generally be 1 m in either direction or as shown in the drawing with the lowest at about 150 mm above the low water level or ground level whichever is higher or as directed by the Engineer.”

Clause 2708 MEASUREMENT FOR PAYMENT

Add the following after (v) “Painting crash barrier and parapet shall be measured in square metre and paid for separately”

Page 136: Volume i Nhai

Clause 2709 RATE The second paragraph shall read follows: “The contract unit rate of parapets and railings shall include the cost of all labour, materials tools and plant required for completing the unit in accordance with specifications.” Add at the end of second para: “The contract unit rate for approach slab shall include cost of providing and laying in position bitumen joint filler with joint sealing compound in the 20 mm thick gap between dirt wall and approach slab.”

SECTION 2800 REPAIR OF STRUCTURES Clause 2809 DISMANTLING OF CONCRETE WEARING COAT

This clause shall be renamed as follows: Dismantling of Existing Wearing Coat, Expansion Joints and Drainage Spouts

Clause 2809.1 Add the following at the end of this Clause:

“The existing wearing coat, concrete as well as bituminous overlay, shall be removed for the entire length including approach slab for bridges.

Clause 2809.2 This Clause shall read as follows: “The removal operations shall be carried out mechanically using pavement breakers and compressors. Removal shall be done carefully to avoid damage to any part of the existing structure. In delicate locations for example around spouts, removal shall be done by manual methods. After removal, the concrete deck surface shall be closely inspected for identifying any distress such as cracks, pockets of loose or honeycombed concrete etc. The deck surface shall be thoroughly cleaned with special efforts to remove any loose material. Expansion joints and spouts shall be removed carefully so that deck concrete is not damaged.”

Clause 2809.3 Add the following at the end of the Clause:

“Dismantled material shall not be stacked on the deck nor shall it be thrown below the bridge. It shall be neatly piled at points designated by the Engineer with all lifts and leads up to 5000m. Materials, which can he used or auctioned, shall be stored in neat piles at locations designated by Engineer with all lifts and leads up to 1000m.” New Clauses 2811 to 2819 shall be added after Clause 2810 as given below and existing Clauses 2811, 2812 and 2813 shall be renumbered as 2820, 2821 and 2822.

Clause 2811 DISMANTLING OF EXISTING RAILING, KERBS, FOOTPATH SLABS, PART

or COMPLETE DECK SLABS, APPROACH SLABS AND DAMAGED CONCRETE IN WING WALLS / RETURNS, PIERS AND ABUTMENTS, RCC / BRICK MASONRY, ENCLOSURES OF BEARINGS

Railing, kerbs, footpath slabs, approach slabs, part or complete deck slabs and damaged concrete in wing walls / returns, piers and abutments, RCC / brick masonry exclusive of bearings of the existing structures shall be dismantled as shown in drawing or as directed by the Engineer. The work shall be executed in accordance with the clause 202. All damaged concrete in wing walls, returns, piers and abutment shall be thoroughly inspected to identify the extent of dismantling. The decision of Engineer shall be final. Care shall be taken to avoid damage to any part of the existing structure. Dismantling work for railing and kerbs shall be done carefully such that the existing reinforcement, which will project into the new work, is not damaged or lost. Reinforcement shall be cleaned thoroughly.

Page 137: Volume i Nhai

Dismantled material shall not be stacked on the deck nor shall it be thrown below the bridge. It shall be neatly piled at points designated by the Engineer with all lifts and lead upto 1000 m. Materials, which can be used or auctioned, shall be stored in neat piles at locations designated by Engineer with all lifts and lead upto 1000m. Water shall be sprayed to reduce dust while dismantling work is in progress. Dismantling work shall not be carried out at night, during storms or heavy rain. Goggles and gas masks shall be worn at the time of dismantling. Leather gloves shall be worn by the workers. Screens made of GI sheets shall be placed wherever necessary to prevent the flying pieces from injuring the workers. Damage caused to any component of the bridge structure during removal operations shall he restored by the Contractor at his cost. The service lines, if any, shall be disconnected / diverted before dismantling work commences.

Clause 2812 DISMANTLING OF EXISTING DAMAGED BRICK / COURSED RUBBLE

MASONRY IN WING WALLS / RETURNS, PARAPETS ETC. Damaged brick / course rubble masonry in wing walls / returns and all brick / coursed rubble masonry parapets shall be dismantled as shown in drawings or as directed by the Engineer. The work shall be executed in accordance with the clause 202. Damaged brick / coursed rubble masonry in wing walls, returns shall be thoroughly inspected to identify the extent of dismantling. The decision of Engineer regarding extent of dismantling shall be final. Care shall be taken to avoid damage to any part of the existing structure. Dismantled material shall not be stacked on the deck nor shall it be thrown below the bridge. It shall be neatly piled at points designated by the Engineer with all lifts and lead upto 1000m. Materials, which can be used or auctioned, shall be stored in neat piles at locations designated by Engineer with all lifts and lead upto 1000m. Leather gloves shall be worn by the workers. Screens made of GI sheets shall be placed wherever necessary to prevent the flying pieces from injuring the workers. Damage caused to any component of the bridge structure during removal operations shall be restored by the Contractor at his own cost.

Clause 2813 DISMANTLING OF EXISTING SPLAYED WING WALL FOR CONSTRUCTION

OF ADJACENT 2- LANE BRIDGE - a) BRICK / COURSED RUBBLE MASONRY b) CONCRETE Existing brick / coursed rubble masonry / concrete wing wall shall be dismantled for construction of adjacent 2-lane bridge as shown in drawings or as directed by the Engineer. The work shall be executed in accordance with the clause 202. Only portions which interfere with the construction of wing walls / return / median wall of adjacent 2-lane bridge shall be dismantled. The decision of Engineer regarding extent of dismantling shall be final. During dismantling all precautions shall be taken to prevent failure of retained earth of the approaches. Dismantled material shall not be stacked on the deck nor shall it be thrown below the bridge. It shall be neatly piled at points designated by the Engineer with all lifts and lead upto 1000 m. Materials, which can be used or auctioned, shall be stored in neat piles at locations designated by Engineer with all lifts and lead upto 1000 m.

Page 138: Volume i Nhai

Goggles and gas masks shall be worn at the time of dismantling. Leather gloves shall be worn by the workers. Screens made of GI sheets shall be placed wherever necessary to prevent the flying pieces from injuring the workers. Damage caused to any component of the bridge structure during removal operations shall be restored by the Contractor at his own cost.

Clause 2814 FIXING DOWEL BARS IN DECK SLAB AND GROUTING WITH NON-SHRINK

FREE FLOW CEMENT GROUT

20 mm dia holes, 150 mm deep, shall be drilled in existing slab at locations shown in the drawings. Holes shall be drilled vertically using rotary drill machines. Care shall be taken that the holes are drilled vertical and the deck concrete is not damaged. It shall be ensured that buried reinforcement of the deck is not damaged due to drilling by avoiding locations above reinforcement. Rebar detector shall be used for this purpose. 16 / 12 mm dia dowel bars shall be inserted in the hole and kept in undisturbed position with appropriate fixture. The annular space shall be filled by non-shrink free flow cement grout. Measurement for Payment Measurement shall be made for number of dowel bars to be fixed in deck slab. The reinforcement steel shall be measured separately. Rate Contract unit rate for each dowel bar fixed in deck slab shall cover cost of all material, labour, tools, plant and equipment required for drilling of holes in deck slab, non shrink cement grout etc. excluding cost of reinforcement steel.

Clause 2815 RAILINGS / PARAPETS

Cast-in-situ railings / parapets shall be constructed in accordance with the requirements of structural concrete Section 1700. The reinforcement shall conform to Section 1600. The framework shall conform to Section 1500. The work in general shall conform to the Clause 2703. The reinforcement of the railings / parapets shall be welded with the existing reinforcement of the deck slab and with the dowel bars as shown in the drawings or as directed by the Engineer. In case there are no dowel bars fresh dowel bars shall be fixed into deck slab as per Clause 2814.

Clause 2816 REPAIR TO CORRODED REINFORCEMENT

Repair of corroded reinforcement (where corrosion has reduced the diameter of the bar by more than 20%) shall be done by providing new reinforcement, which is either welded or firmly secured with the old reinforcement. Material Steel which is to be used as additional reinforcement where the diameter of existing main longitudinal reinforcement has been reduced to 80% of the original, then additional reinforcement of equivalent diameter free from rust shall be firmly secured with the old reinforcement, preferably by welding, if existing reinforcement

Clause 2817 PROVIDING AND FIXING DRAINAGE SPOUT INCLUDING SEALING WITH NON-SHRINK FREE FLOW CEMENT GROUT

Page 139: Volume i Nhai

For all existing bridge decks drainage spouts shall be replaced and new drainage spouts shall be provided as shown in the drawings. The waterproofing material shall be provided around the area of drainage spout from the top of the deck. The work shall be executed in accordance with the Clause 2705 except to the extent modified below: The work shall be done after the wearing coat is removed. The existing spouts shall be removed carefully with minimum damage to surrounding concrete. The pocket formed shall be sufficiently large to ensure good flow and compaction of non-shrink cement grout around the new spout. In case the earlier spouts were provided in railing kerb, holes shall be drilled in slab without excessively damaging surrounding concrete.

Clause 2818 REPAIR TO LEACHED, HONEY-COMBED AND SPALLED CONCRETE

Leached, honeycombed, spalled concrete (area of damage less than 0.5 sq m) shall be repaired with average 50 mm thick PMC mortar in two or more layers with a bond coat of PMC slurry between two successive layers. All loose concrete shall be chipped off with a chipping machine so that loose layers of concrete are removed exposing the reinforcement. All loose concrete sticking with the reinforcement shall be removed. Where reinforcement bars are already exposed, the chipping shall continue so as to expose half the diameter, prior to further treatment. The concrete surface shall be thoroughly cleaned with wire brush and oil free air blast. Where the damaged areas are large, sand blasting should be done to clean the reinforcement and the surrounding concrete. If reinforcement is seen the same shall also be cleaned thoroughly. The reinforcement shall be coated with PMC slurry within one hour of cleaning to prevent rusting. The PMC shall be brush applied on the cleaned reinforcement ensuring that full surface area is covered in accordance with the manufacturers recommendation. Before applying PMC repair mortar the prepared concrete substrata shall be thoroughly soaked with clean water. Free surface water shall he removed before priming. The substrata shall be primed with PMC slurry. Repair mortar shall he applied before primer has set i.e. within 20-30 minutes. The mortar shall be applied with trowel and shall be well worked inside and compacted paying particular attention to packing behind and in between the reinforcement. The surface shall be smooth finished to match the adjacent surface. Unused mortar or mortar which has partially set shall not be used. Mortar shall be applied in layers to avoid sagging. The specifications for polymer modified cementitious (PMC) mortar / debonding slurry are as follows: The anti corrosive polymer latex, which is to be used should consist of water based QA-Acrylic polymer incorporated with non alcoholic bipolar corrosion inhibitor .The polymer to be used shall be MONOBOND-2000 or equivalent. Colour: Milky white liquid Solid content : The polymer solid content shall be 36 ±1 percent. The particles shall be of nearly spherical shape with a diameter of 0.35±0.05 micrometer. The manufacture shall certify the above requirements about solid content and grain size. In order to keep control over the quality, the manufacture shall provide infrared absorption spectrum analysis for the material to be supplied by them. Mixing proportion : Anti-corrosive polymer modified mortar

Page 140: Volume i Nhai

Cement- 100 parts by weight Monobond-2000- 40 parts by weight Mix no. 10 Silica sand- 300 parts by weight

The sand which is to be used for constituting the PMC repair mortar shall be silica sand as the basic material which is categorized in two groups. a) Coarse Silica and b) Fine Silica The grading of the above groups shall follow the limits provide below:

Quartz sand Mix No. 10 I.S. Sieve No. Percentage passing by weight 10 mm 100 4.75 mm 100 2.36 mm 100 1.18 mm 85-90 600 microns 45 - 55 300 microns 15-20 l50microns 5-10 75 microns 0 - 3

In the event of using local sand, the sand to be used must satisfy the limits of deleterious materials and the requirements of soundness as given in Clause 3.2.1 and Clause 3.6 respectively of lS:383 , confirmatory test shall be conducted by the contractor and sample kept for comparison by the engineer.

Curing: Air-corrosive polymer modified mortar curing procedure outline apply to normal weather conditions. Under hot weather, take precautions to avoid drying. PMC work should be carried out at a temperature below 40° C.

Under unusual condition weather conditions e.g. high humidity and / or high wind velocity or imposed constraints special curing procedure shall be followed for which approval shall be obtained from the engineer.

Anti-drying shall be considered to be taken place only during favourable uninterrupted weather condition existing throughout the existing recommend drying period. Some judgments shall be made in this respect and if conditions are deemed unfavourable for drying to occur, then drying must be prolonged for the full recommend period after weather clears.

As PMC work proceeds, precautions shall be taken to prevent rapid drying of the PMC repair mortar. This is usually accomplished by covering the filled surfaces with an impermeable sheet shortly after the work has been done.

The sheet shall be kept in place until further work is carried out over the mortar or in case where the mortar is likely to be disturbed the sheet shall be kept in place for 24 hours.

No foot traffic for further work shall be allowed over mortar until 12 hours for the time of the completion of work.

Curing compound may also be used as curing membrane. Care shall be taken to ensure complete covering particularly around the interface with the host concrete.

For the first day the repaired concrete patch shall be protected from harsh environment by laying a polythene sheet over it, laping down the edges.

Mixing PMC

Page 141: Volume i Nhai

Methods of Mortar mixing

To mix PMC, it is necessary to have the following items: A suitable sized non ferrous mixing container preferably plastic; A high speed drill with mixing paddles; Promark batching containers for measuring out components to be mixed.

Pour all the liquid polymers latex into mixing container after shaking the latex to disperse the solid uniformly throughout the liquid before use. Begin mechanical mixing and while doing so, slowly add the dry components, i.e. cement & sand. Mix for about 5 minutes until solids have been well dispersed. The resulting mix should look uniform, feel creamy & be free from lumps & grits.

Precautions shall be taken not to entrap an excessive amount of air into the mix during mixing.

Since the desired consistency depends on type and brand of cement as well as weather conditions if necessary, to achieve the desired consistency records the amounts of cement required and use this for subsequent mixes. Do not reduce the quantity of cement noted in the Mix Proportions.

In case the slurry sets before application of mortar, a fresh coat of slurry shall be applied. Under no circumstances, water shall be added in PMC repairs mortar mix. Under mortar or mortar, which has partially set shall not be re-mixed and used.

Mechanical Strength of Mortar Anti-corrosive polymer modified mortar shall have the following:

7day 28 days Compressive strength 18 N / mm2 38 N / mm2 Flexural strength (IS 5816 —1959) - 10 N / mm2 Split tensile strength (IS 5816 —1959) - 6 N / mm2

Anti —corrosion polymer modified bonding slurry

The anti-corrosive polymer modified bonding slurry shall be QA Acrylic base MONOBOND 2000 or equivalent.

The bonding slurry should remain in tacky state prior to placing of the freshly mixed concrete or mortar. Mixing proportions of Bonding Slurry as follows:

Cement -100 parts by weight MONOBOND 2000 -40 parts by weight Fine Silica sand -100 parts by weight

The fine silica sand which is to be used for consistency in anti-corrosive polymer modified bonding slurry should be with fine silica sand with following sieve sizes.

I.S. Sieve No. Percentage passing by

weight 10 mm 100 4.75 mm 100 2.36 mm 100 1.18 mm 100 600 � 90-100 300 � 40-60 150 � 0-10

Page 142: Volume i Nhai

I.S. Sieve No. Percentage passing by weight

75 � 0-3

Mechanical Strength of Bonding Slurry Bond strength in wet condition 3-4 N / mm2 and in dry condition 7-8 N / mm2.

Bonding slurry shall confirm to following properties: ASTM-C1 059-86 (Latex agents for bonding fresh to old concrete) ASTM-C1 042-86(Bond strength of latex system with cement) Pot life 1 hour for 5 kg bonding slurry mix.

Clause 2819 INSPECTION AND CLEANING OF BRIDGE BEARINGS AND GREASING OF

STEEL ROCKER-ROLLER / PLATE BEARINGS AND REMOVAL OF ALL DEBRIS AROUND BEARINGS

The work shall consist of inspection of bearings to check whether the bearings are functioning properly and if any parts of the bearing or nuts and bolts are missing, to replace them. The work shall also include cleaning of bearings and oiling and greasing of metallic bearings, wherever required. Realignment / resettlement of missing parts of metallic bearings, requiring jacking up of super structure is excluded from the scope of work. Replacement of existing bearings with new bearings is also excluded from the scope of work. The area around the bearings and their pedestals shall be cleared of all debris, vegetation, dust etc. and cleaned for proper inspection. When grease boxes are fixed around the metallic bearings, (a) the same shall be permanently removed along with the old grease and (b) bearings shall be cleaned for proper inspection. In case of elastomeric bearings, these shall be inspected for their proper seating, rotation, bulging, cracking, splitting etc. and a record thereof shall be provided to the Engineer for necessary instructions. In respect of metallic bearings, fresh graphite grease as approved by the Engineer shall be applied to the surfaces, which are sliding, rotating or moving due to movement in bearings. The materials, specially, graphite grease, required for oiling and greasing of metallic bearings, wherever required, shall be as per approval of the Engineer. Grease used shall be such that it retains its properties for long life and shall not affect the bearing parts. All other surfaces of the metallic bearings shall be cleaned of all nuts, corrosion and a coat of anti corrosive oil paint applied as per directions of the Engineer. Missing parts of metallic bearings, nuts and bolts etc, shall be replaced by the contractor at no extra cost of the Employer.

Clause 2820 The existing clause 2811 of the Specifications shall be renumbered as 2820. Clause 2821 The existing clause 2812 of the Specifications shall be renumbered as 2821. Add the following as items (i) to (p).

i) Dismantling of parapets, footpaths, solid slab superstructures or part of slab and approach slabs, etc. RCC and masonry items shall be measured under separate heads.

Cum

j) Steel handrail, kerbs, railings running metre

k) Dismantling of existing damaged brick masonry Cum

Page 143: Volume i Nhai

l) Dismantling of course rubble masonry wings walls, piers, abutments and their foundations

Cum

m) Provision of dowel bars Nos n) Drainage spouts Nos o) Repairs to concrete with PMC mortar with average thickness of 50

mm of mortar applied. Sq.m.

p) Inspection, cleaning and greasing of bearings Nos Clause 2822 Rate

Add the following at the end of the Clause: i) “The contract unit rate for dismantling of existing railing / parapets shall include

the cost of the all materials, labour, tools and plants, disposal of dismantled materials, safety measures and all other incidental expenses necessary for the completion of work as per specifications.

ii) The contract unit rate for dismantling of existing wing walls shall include the cost of all materials, labour, tools and plants, disposal of dismantled materials, safety measures and all other incidental expenses necessary for completion of work as per specifications.

iii) The contract unit rate for providing dowel bars shall include the cost of all materials, labour, tools and plant, drilling of holes, placing dowel bar in position, grouting with non shrink free flow cement, wastage, sampling, testing and all other incidental expenses necessary for completion of work excluding steel reinforcement as per specifications.

iv) The contract unit rate for repair to leached, honeycombed, spalled concrete by PMC or guniting shall include the cost of all materials, tools and plants, safety measurers and all other incidental expenses necessary for completion of work as per specifications for the respective items.

v) The contract unit rate for cleaning of bearing shall include the cost of all materials, labour, operations, tools and plants and all other incidental expenses necessary for completion of work as per specifications.

SECTION 2900 PIPE CULVERTS Clause 2904 BEDDING FOR PIPE

Delete the word “rammed” in sixth line of para (i) and substitute it with “rolled / or plate vibrated”.

Clause 2906 JOINTING

Delete the first and second sentences of first para of this Clause and substitute: “The pipes shall be jointed by collar. The collars shall be of RCC 150 to 200 mm wide and having the same strength as the pipes to be jointed.”

SECTION 3000 MAINTENANCE OF ROAD Clause 3002 RESTORATION OF RAIN CUTS Clause 3002.4 Measurement for Payment

This Clause shall be deleted. Clause 3002.5 Rate

This Clause shall be read as under: “The contract unit rate for maintenance of road shall be inclusive of this item of work.”

Clause 3003 MAINTENANCE OF EARTHEN SHOULDER

Page 144: Volume i Nhai

Clause 3003.3 Construction Procedure

Replace “94” with “98” in sixth line of second para. Clause 3003.4 Measurement for Payment

This Clause shall be deleted. Clause 3003.5 Rate

This Clause shall be read as under: “The contract unit rate for maintenance of road shall be inclusive of this item of work.”

Clause 3004 BITUMINOUS WORKS IN CONNECTION WITH MAINTENANCE AND REPAIRS

Clause 3004.1 General

Delete fourth para and add the following at the end of the Clause: “Material used in the maintenance operation shall be as specified in the BoQ or in the respective specifications.”

Clause 3004.2.1Scope Add at the end of this Clause as under: “The minimum area and depth for a pothole shall be 25 sq.cm and 1 cm respectively. The areas to be patched / repaired shall be located by the Engineer. Pot hole or patching area shall be cut / trimmed either with jack hammer or hand tools like chisels, pick-axes etc., such that the areas are in the shape of rectangles or squares.”

Clause 3004.2.2Materials

This Clause shall read as under: “All materials used for pot-hole and patch repair of other than bituminous surface and for underlying layers shall be of the same type as of original construction. Bituminous Macadam as per Clause 504 shall be used for repair of bituminous surface.”

Clause 3004.2.4Backfilling Operation

This Clause shall read as under: “Bituminous macadam shall be prepared in accordance with the Clause 504. The bituminous mix shall be placed in layers of thickness of not more than 100 mm (loose) and shall be compacted in layers with smooth wheel roller to the compaction standards defined in Section 900. While placing the final layer, the mix shall be spread slightly above the adjoining surfaces so that after rolling, the surface shall be flush with the adjoining surface.”

Clause 3004.2.5Measurement for Payment

Add the following at the end: “Prime coat and tack coat if any shall be considered incidental to work and no extra payment shall be admissible.”

Page 145: Volume i Nhai

ADDITIONAL TECHNICAL SPECIFICATIONS A-1 CURING USING LIQUID MEMBRANE FORMING COMPOUND A-1.1 General

Liquid membrane forming compound are sometimes permitted to be used by the Engineer for curing concrete for part or whole of the total curing period as specified in sections dealing with concrete construction. These Membranes reduce the loss of water from concrete during early hardening period and some type of compounds also help in reducing the temperature rise of concrete exposed to the radiation from the sun. These specifications cover the type and use of such compounds. However, the use of the same will need specific permission from the Engineer, who may require a number of tests to be carried out for establishing the conformity of the product to these specifications and to establish that the curing compound and the method of use does not have any unacceptable effect on the quality of concrete. The cost of the initial acceptance testing and the quality control testing shall be borne by the Employer, if the method has been specified as a requirement by the Engineer. If on the other hand, it is suggested by the Contractor as an alternative to wet-curing, the full cost of testing shall be borne by him and deemed to be included in his rates for concreting. The cost of curing in any case shall be deemed to be part of the concrete rates and shall not be paid extra. All equipment, material etc., needed for curing and protection of concrete shall be at hand and ready for installing before actual concreting beings. Detailed plans, methods and procedures shall be firmly established, shall be settled and got approved in writing from the Engineer sufficiently in advance of the actual concreting.

The equipment and method proposed to be utilized shall provide for adequate control and avoid interruption or damage to the work of other agencies.

A-1.1.1 Curing Compound

The curing compound shall be conforming to ASTM-C-309-81, Type-2, white pigmented compound. The solids dissolved in vehicle shall be either A (no restrictions) or Class B (resin as defined in ASTM D-883) as approved by the Engineer. White pigmented compound (Type-2) shall consist of finely divided white pigments and vehicle solids, ready mixed for immediate use without alteration. The compound shall present a uniform white appearance when applied uniformly to a fresh concrete surface at the specified rate. It shall be of such consistency that it can be readily applied by spraying to provide uniform coating at temperatures above 4°C. If two coats are to be applied then it should be applied at an interval of approximate one hour. They shall adhere to freshly placed concrete that has stiffened or sufficient resist marking during the application and to damp hardened concrete and shall form a continuous film when applied at a rate of 0.2 litre / m. When dry, the covering shall be continuous flexible and without visible breaks or pin holes and shall remain as unbroken film at least 28 days after application. It shall not react deleteriously with the concrete. The compound shall meet with the requirement of water retention test as per ASTM designation C-156-80. The loss of water in this test shall be restricted to not more than 0.55 kg / m2 of exposed surface in 72 hours. The white pigmented compound (type 2) when tested as specified in accordance with method E-79 of ASTM shall exhibit a day light reflectance of not less than 60% of that of magnesium oxide. It shall fulfill the requirement of drying time when tested in accordance with ASTM-C-309-81. The compound applied shall be dry to touch in not more than 4 hours. After 12 hours it shall not be tacky or tack off (peel oft) concrete when walked upon nor it shall impart a slippery surface.

The liquid compound should be of a sprayable consistency.

Page 146: Volume i Nhai

A-1.1.2 Supply and Testing

Acceptance Testing Prior to the approval of the brand / trade name of compound and the source of supply and manufacturer acceptance testing shall be carried out to demonstrate the conformance of the compound to Clause A-1.1.1. In addition, testing shall be performed to demonstrate that no adverse / undesirable change in quality of concrete or concrete surface takes place as a result / by-product of the use of the compound. These tests should be designed to check properties such as loss of strength at 28 days of surface layer, or of concrete cube, change in surface texture, change in adhesion to subsequently applied layers like plaster, flooring, tiling etc. The type and number of tests are to be as specified by the Engineer.

A-1.1.3 Routine Testing 1. The liquid membrane forming curing compound should be brought in the

manufacturer’s original clear containers. Each container shall be legibly marked with the name of the manufacture, the trade name of the compound, the type of compound and class of vehicle / solids, the nominal percentage of volatile material and batch or lot number. The lot numbers will be assigned to the quantity of compound mixed supplied and tested as single product. The manufacturer shall exercise the care in filling the container so that all are equally representative of the compound produced.

2. Curing compound to be used on site shall be got tested at least 14 days in advance so

that the result of water retention tests, reflectance test, drying etc, are available before it can be permitted for use. All of the filled containers represented by the approved sample shall then be sealed - to prevent leakage, substitution or dilution

The Engineer should mark each container represented by the samples with a suitable identification mark for later identification and correlation and shall be kept in store with double lock arrangements. One key shall be kept with the Contractor and the other with the Engineer. Random samples shall be collected from every batch of the compound: Frequency of random sampling shall be done as directed by the Engineer. The contractor shall provide samples and labour for collecting samples free of cost. Testing shall be carried out by agency approved by the Engineer and in presence of his representative.

A-1.1.4 Method of Application

The compound shall he sprayed using mechanical sprayer of approved design to ensure uniform and continuous membrane on the concrete surface. The coverage shall be at the rate specified by the manufacturer or at the rate of 4m per litre or as specified by the manufacturer and approved by the engineer. Field trials shall be conducted to decide effective coverage rate, which depends upon surface finish. The Engineer after verification of the field trials and based on the actual experience shall order the rate of application as needed for achieving the proper curing. With a view to ensure thorough and complete coverage, approximately one half of the compound for a given area should be applied by moving the spray gun back and forth in one direction and the remaining half at right angles to this direction. In case the application is still not found uniform, the contractor shall have to apply the second coat as and when directed by the Engineer. If a second coat is to be applied, it should be applied approximately after an interval of one hour. The curing compound shall generally he applied as soon as the bleeding water or shine disappears, leaving dull appearance. If surface treatment by roughing, hand brushing etc., is required (e.g. as in case of road pavements) the curing compound should be applied immediately after the same. Equipment for spraying curing compound shall be of pressure tank type (5 to 7kg / cm2) with provision of continuous agitation. A curing jumbo with multiple traveling spray fans shall be provided for effective spray. Spraying on concrete lining shall be done in such a way that the green concrete is not disturbed or damaged or any foot impression left.

Page 147: Volume i Nhai

Necessary schemes for spraying by mechanized means shall be got approved by the Engineer. However, in emergency for very small areas / patches, it can be applied with wire or bristled brush.

A-2 PLANTATION OF TREES AND LOW HEIGHT SHRUBS

A-2.1 Scope

The work shall consist of: a. Plantation of tress on roadside or other designated locations. b. Planting of saplings in median. c. Planting of low height shrubs within median area.

A-2.2 Materials A-2.2.1 Dump manure - It shall be of well decayed (at least six months) organic or vegetable

matter, obtained in the dry state from the municipal dump or other similar sources approved by the Engineer. The manure shall be free from earth, stone, brickbats or other extraneous matter.

A-2.2.2 Farmyard Manure -It shall be well decayed (should be at least covered in dump) free from

grits and any other unwanted materials.

A-2.2.3 Good Earth - The soil shall be agricultural soil of sandy - 10 cm texture, free from Kankar, moorum, shingle, stone, brickbats, building rubbish and any other foreign matter. The earth shall be free from clods or lumps of sizes bigger than 75 mm in any direction. It shall have PI value ranging between 6 to 8.5.

A-2.2.4 Oil Cake - The cake (Neem / Castor / Groundnut) shall be free from bush, dust, grit and

any other foreign matter.

A-2.2.5 Sapling of Trees - The sapling of tress shall be of short growing type for median and for road side plantation, they shall be of quality and variety as approved by the Engineer, leafy type and draught resistant variety native to the area and be of good quality of minimum of 2 m height or caliper dia of 25 mm as directed by the Engineer.

A-2.2.6 Sapling for low Height Shrubs - The saplings (not less than 300 mm in height) shall be of

draught resistant variety normally grown for hedges in the area, approved by the Engineer.

A-2.3 Construction Operations A-2.3.1 The planting and refilling earth after mixing with oil cake, manure and watering - Holes of

circular shape of 90 cm dia and 100 cm in depth in ordinary soil shall be excavated and the excavated soil, broken to clods of sizes not exceeding 75 mm in any direction, shall be staked outside the hole. Stones, brickbats, unsuitable earth and other rubbish, all roots, and weeds etc. other undesirable growth met with during excavation shall be separated out and unserviceable material removed from the site as directed. Useful material, if any, shall be stacked properly and separately. Good earth in quantities required to replace such discarded stuff shall be brought and staked at site by the Contractor, depth not more than 50 cm from ground level. The pit shall be treated for termite by raking the soil upto 50 mm and treated with 5% aldrin or chlordone dust in soil.

A-2.3.2 The tree hole shall be manured with powdered neem / castor oil cake along with farm yard

manure / dump manure screened through 16 mm sieve and these shall be uniformly mixed with the excavated top soil after the manure has been broken down to powder (size of particles not to exceed 6 mm in any direction) in equal proportion. A 2m high sapling of tree shall be placed at the center of the hole and then the mixture shall be filled into the hole upto the level of adjoining ground and then profusely watered to enable the soil to subside. The refilled soil shall than be dressed evenly with its surface about 50 to 70 mm below the adjoining ground level or as directed by the Engineer.

Page 148: Volume i Nhai

A-2.3.3 The planting shall be completed soon after completion of median construction.

A-2.4 Circular mild steel Tree guard with Bars

a) The tree guard shall be 90 cm in diameter. b) The tree guards shall be formed of (i) 3 nos 25 x 25 x 3 mm angle iron verticals 1.95m

long excluding splayed outward at lower end upto on extent of 5 cm, (ii) 3 nos 25 x 5 mm MS Flat rings fixed as per design (iii), 15 nos 1.55 m long 6m dia bars. Each ring shall be in two parts in the ratio of 1:2 and their ends shall be turned in radially for a length of 4cm at which they are bolted together with 8 mm dia and 30 mm long MS bolts and nuts.

c) The vertical iron shall be welded to rings along the circumference of ring. The lower

end of the angle iron verticals shall be splayed outwards upto on extent of 5 cm. The lower end of the flat of lower ring shall be at the height of 1.95 m. The middle ring shall be in the center of top and lower ring. The bars shall be welded to the rings as directed by the Engineer. The entire tree guard shall be given two coats of paint of approved brand and of required shade over a priming coat of ready mixed primer of approved brand. The design of the tree guard shall be approved by the Engineer.

A-2.5 Planting of low height shrubs

a) The low height shrub saplings shall be planted in two rows, one each along each edge

of the median. Bed for the saplings shall be prepared with necessary manning and the live saplings shall be plated in lines parallel to the median edge to the directions of the Engineer. Spacing between saplings in a row shall be such that a thick shrub can be grown, and this shall generally be not further away than 3 m.

b) The planting shall be completed soon after completion of the medians.

A-2.6 Grassing of median areas

The included area of the median between the shrubs shall be seeded and mulched to develop grass over in accordance with clause 308.

A-2.7 Maintenance

The saplings of trees and low height shrubs planted shall be watered and maintained by the contractor till issue of final taking over certificate. Maintenance shall also include watering, weeding out of undesirable plants, replacement of dead plant, manuring and trimming of the hedges.

A-2.8 Measurement for payment

Planting of tree saplings excluding provision of trees guards and maintenance shall be measured in numbers. Planting of low height shrubs along median along median edges including maintenance shall be measured as length of double rows in running kilometre. Provision of tree guards shall be measured in numbers. Seeding and mulching of the median area between the shrubs shall be measured as per Clause 308.

Page 149: Volume i Nhai

A-2.9 Rates

The contract unit rates for planting of trees and shrubs shall include the cost of labour and material involved in all the operations described above including cost of saplings and maintenance as mentioned above, the cost of sapling and staking the requisite quantity of manure and oil cake and other incidentals. The contract unit rates for providing and fixing tree guard shall include the cost of labour, material involved, painting in green colour in two coats, transportation, digging foundation for fixing and other incidentals.

A-3 UTILITY DUCTS A-3.1 Scope

The work shall consist of providing and laying P.C.C. Utility Ducts in accordance with the requirements of these specifications with RCC manhole at either end of duct and PVC pipe.

A-3.2 Materials

The PVC pipes shall confirm to IS:14787.

A-3.3 Jointing

The Pipes shall be jointed by collar joint and or directed by the Engineer.

A-3.4 Back Filling

Where directed by the Engineer shall be carried out in accordance with the Clause 305 of the specifications.

A-3.5 Closing of Ends

The ends of Pipes shall be closed with plastic covers to prevent ingress of foreign materials.

A-3.6 Measurement of Payments

The utility ducts shall be measured from end to end in running metres.

A-3.7 Rate

The contract rate for ducts shall include the cost of PCC duct, RCC manhole, PVC pipes including collars and covers, handling and storing of Pipes, laying in positions and jointing complete and all incidental works necessary for completion. Excavation including back filling where necessary shall not be measured and paid separately and the same be included in the rate for Utility Ducts.

A-4 REFLECTIVE PAVEMENT MARKERS (ROAD STUDS)

A-4.1 General

Reflective pavement marker (RPM) or road stud is a device which is bonded to or anchored within the road surface for lane marking & delineation for night time visibility. It reflects incident light in directions close to the direction from which it came.

A-4.2 Definition

Coefficient of luminous intensity (OIL) or specific intensity- The ratio of luminous intensity of the retro reflector in the direction of observation to illuminance at the retro reflector on a plane perpendicular to the direction of the incident light expressed in terms of millicadel as per incident lux (mcd / Ix).

Page 150: Volume i Nhai

Horizontal entrance angle- The angle in the horizontal plane between the direction of incident light and the normal to the leading edge of the marker.

Observation angle-The angle at the reflector between the illumination axis and the observation axis. Retro-reflection- Reflection in which the radiation is returned in direction close to the direction from which it came, this property being maintained over wide variations of the direction of incident radiation. Head- That part of the road stud which is above the road surface when the road stud is fixed in position in the road. Upper Surface- That part of the external surface of the road stud which is visible when the road stud is fixed in position in the road. Anchorage- That part of a road stud which is below the road surface when the road stud is fixed in position in the road.

A-4.3 Material

Plastic body of RPM / road stud shall be moulded from ASA (Acrylic Styrene Acrylonitrite) or HIPS (High- Impact Polystyrene) or ABS or any other suitable material approved by the Engineer. The marker shall support a load of 13635 kg tested in accordance with ASTM D4280. Reflective panels shall consist of number of lenses containing single or duel prismatic cube capable of providing total internal reflection of the light entering the lens face. Lenses shall be moulded of methyl methecrylate conforming to ASTM 0788 or equivalent.

A-4.4 Design

The slope or retro reflecting surface shall preferably be 35 ± 5o to base. The area of each retro reflecting surface shall not be less than 13.0 sq.cm.

A-4.5 Optical performance A-4.5.1 Unidirectional

Each reflector or combination of reflectors on each face of the stud shall have a CIL not less than that given in table below:

Entrance angle Observation angle CIL in mcd / Ix for white 0o U 5o L&R 0.3o 220 0o U 10o L&R 0.5o 120

Note:- The entrance angle of 0o U corresponds to the normal aspects of the reflectors when the reflecting road stud is installed in horizontal road surface.

A-4.5.2 Tests

Co-efficient of luminance intensity can be measured by procedure described in ASTM E809 “Practice For Measuring Photometric Characteristics” or as recommended in BS: 873 Part IV— 1973. Under test conditions, a stud shall not be considered to fail the photometric requirements if the measured OIL at any one position of measurement is less than the values specified in table provided that; (i.) the value is not less than 80% of the specified minimum, and (ii.) the average of the left & right measurements for the specific angle is greater than

the specified minimum.

Page 151: Volume i Nhai

A-4.6 Fixing of reflective markers A-4.6.1 Requirements

(i.) The enveloping profile of the head of the stud shall be smooth and the studs shall

not present any sharp edges to traffic. (ii.) The reflecting portions of the stud shall be free from crevices or ledges where dirt

might accumulate.

(iii.) All road studs shall be legibly marked with the name, trade mark or other means of identification of the manufacturer.

(iv.) Marker height shall not exceed 20 mm. (v.) Marker width shall not exceed 130 mm and shall not be less than 100 mm. (vi.) The base of the marker shall be flat within 1.3 mm. If the bottom of the marker is

configurated, the outer most faces of the configuration shall not deviate more than 1.3 mm from a flat surface.

A-4.6.2 Placement

The reflective marker shall be fixed to the road surface using the adhesives and the procedures recommended by the manufacturer. No nails shall be used to affix the marker as nails are hazardous for the roads. Regardless of the type of adhesive used, the markers shall not be fixed if the pavement is not surface dry and the surfacing has not been open to traffic for a period of not less than 14 days. The portions of the highway surface, to which the marker is to be bonded by the adhesive, shall be free of dirt, curing compound, grease, oil, moisture, loose or unsound layers, paint and any other material which would adversely affect the bond of adhesives. Use a wire brush, if necessary to loosen & remove dirt, then brush or blow clean. The adhesive shall be placed uniformly on the cleaned pavement surface or on the bottom of the marker in a quantity sufficient to result in complete coverage of the area of contact of the marker with no voids present and a slight excess after the marker has been lightly pressed in place. For epoxy installations, excess adhesive around the edge of the marker excess adhesive on the pavement and adhesive on the exposed surfaces of the markers shall be immediately removed. Soft rags moistened with mineral spirits or kerosene may be used if necessary to remove adhesive from exposed faces of pavement markers.

A-4.7 Warranty & Durability

The Contractor shall obtain from the manufacturer a two year in-field test / evaluation report for performance as per the table mentioned above and submit to the Engineer. In addition, a two year warranty for satisfactory in-field performance of the finished road marker shall also be given by the Contractor who carries out the work of fixing of reflective road markers. In case the markers are displaced, damaged, get worn out or lose their reflectivity compared to stipulated standards, the Contractor would be required to replace all such markers within 15 days off the intimation from the Engineer at his own cost and with no extra remuneration to be paid for such work.

A-4.8 Measurement for payment

The measurement of reflective road markers shall be in numbers of markers supplied and fixed.

Page 152: Volume i Nhai

A-4.9 Rate

The contract unit rate for reflective road markers shall be payment in full compensation for furnishing all labour, material, tools, equipment including all incidental costs necessary for carrying out the work at site conforming to the specifications complete as per approved drawings or as directed by the Engineer.

A-5 USER FEE PLAZA COMPRISING USER FEE COLLECTION BOOTHS AND

GENERATOR ROOM AND OTHER ANCILLARY STRUCTURES

A-5.1 Scope The Contractor shall arrange to provide fully furnished user fee plaza comprising user fee collection booths, electric power room, sewerage facility, and toll office as shown in drawings. The Work includes providing electric supply, all electrical items like lights, fans and complete wiring; tank, sewer lines drains, boundary wall, internal surfaced / concrete roads, parking lots, lawns etc. complete as shown in the drawings. The Contractor shall provide the accommodation including its all services, fittings and complete furnishings. The Contractor shall provide detailed design and working drawings, layout of internal and external services, site development including parking and details of furnishing at least 60 days before the scheduled execution.

A-5.2 Ownership

After completion of the construction, the user fee collection booths and user fee office building(s) with all services, furniture and fittings shall be the property of the Employer. The land for the toll booths and toll office building shall be provided by the Employer free of cost and the location shall be as indicated in the drawings.

A-5.3 General Requirement

A-5.3.1 User Fee Booth and Canopy Roof

User fee booths shall be as per drawings provided herewith the document.

A-5.3.2 Lighting Arrangement for User fee Plaza area The lighting arrangements shall include providing, fixing and installation of post (except for high mast light), lamps, wiring, junction boxes, switch boards etc for operating and illumination system of user fee booths, electric power room as shown in drawings and as approved by the Engineer. Power supply will be supplied from the public power supply system but standby Diesel Generating (DG) sets along with AMF panel of adequate capacity for automatic switchover in 7 seconds shall be provided. The Contractor shall arrange the electric connection for public power supply.

A-5.3.3 Miscellaneous Fire-fighting equipment including smoke detectors and audio-visual alarm system shall be planned and installed as per Clause 4.17.1 of NBC. Water supply arrangement including pipeline, borewell (if requires), stainless steel taps and drinking water kiosk as shown in drawings shall be installed as per Clause A-13. Public toilets including sewerage arrangement shall be provided as per Clause A-14.

Page 153: Volume i Nhai

A-5.4 Deleted A-5.5 Measurement for payment

Provision for steel truss roof and its support system including foundation and cladding shall be measured in square meter in terms of completed roof truss and cladding.

Electric power room, weighbridge and user fee booths shall be measured in number in terms of finished items.

A-5.6 Rates

It is a specialized work and the Contractor shall arrange to provide detailed design and drawings as incidental to the work. The Contract unit rate shall include all labour, equipment, material and technical expertise required to construct user fee plaza. Provision of electric supply system and appliances shall be incidental to the work and shall not paid extra.

A-6 USER FEE COLLECTION SYSTEM

A-6.1 Scope The Contractor shall arrange to provide semi-automatic toll collection system with all accessories and technical know-how. The collection system shall be arranged from a reputed manufacturer having proven track record in respect of similar kind of work. The guarantee period for the user fee collection system shall be 10 years form the date of commissioning irrespective of defect liability period specified elsewhere in the Contract. The Contractor shall furnish the guarantee bond as directed by the Engineer. The Contractor shall submit 60 days prior to scheduled execution, the complete design, working methodology, working drawings and the list of accessories.

A-6.2 General Requirement For the purpose of user fee collection, semi automatic toll barrier and electromagnetic loop detector / counter shall be provided in each toll lane, which will automatically control and record each class of vehicle. Semi-automatic type system shall at minimum be equipped with a vehicle detector on the entry lane, which counts the number of vehicles and the number of axles. A ticket-issuing machine shall issue a toll ticket at the press of a button on the touch panel and an entry lane controller will control this equipment of the entry lane. The Barrier gate provided at each user fee collection booth shall be electrically operated and shall consist of; i) Motor

A single-phase capacitor start 0.5 HP motor of standard manufacturer running at 1440 rpm. Power transmission shall be by V-Belt with an adjustable friction clutch mounted on the input shaft. The clutch should slip in case the boom is obstructed to avoid damage to the motor.

ii) Drive Unit

Drive unit shall be compact in design and the compact gear unit having a ratio of up to 1:600, totally enclosed and oil filled to ensure smooth operation of the system and minimize maintenance. A gear profile should enable self Locking of the drive

Page 154: Volume i Nhai

in every position to ensure that the boom gets locked wherever the motor is stopped.

The rotation of the motor should be suitably reduced at the output shaft of the drive unit, to provide operation time of 5-10 secs.

iii) Counterbalance Arms

Mounted directly on both sides of the output shaft of the drive unit and joint together at the front of the mechanism box at the centre where the boom is fixed. Counter-weights shall be provided on both channels to achieve a balanced design and so adjusted to fully counterbalance the weight of the boom.

iv) Boom

Boom shall be fabricated from two rectangular hollow aluminum extruded sections of size 100 x 40 mm (2 mm thick) joined to form a boom of size 100 x 80 mm.

Boom shall be fabricated from 12 and 14 SWG aluminum sheets die pressed to form two tapering channels, which are then joined flange to flange to form tapering box section. Special stiffening bends shall be provided in the web of the channels to give high strength. Boom shall be made up of sections, each 2.5 in long, except the last section, which shall be provided as per required boom length. The boom is painted with alternate bands of 250 mm in yellow and black paint to improve the visibility. A reflective Stop sign and bands of reflective tape shall be provided for night warning. The design of the boom and splice joint shall be such as to facilitate quick replacement in case of accidental damage.

v) Control Switchgear

The rotation of the motor shall be controlled by 2 contactors, one for lowering and the other for rising. Motor overload protection shall be provided by means of a “G” series MCB. Contactors should automatically be tripped in the fully raised and lowered position of the barrier by means of adjustable cam operated limit switches. Extra limit switch contacts shall also be provided for operating traffic lights, boom lights or other external circuits. Suitable arrangement shall be provided for the surveillance feature of the system to automatically trip the motor in case boom is obstructed, non-adjustment in belts of limit switches or slippage in clutch.

vi) Housing

The drive unit, motor and control switch gear shall be mounted on a robust 50 x 50 x 6 mm angle iron framework, all sides of which shall be covered with die pressed 14 SWG MS sheet covers to form a weather proof mechanism box. Two large lockable doors shall be provided for easy access to all parts inside. The size of the mechanism box shall be approx 400 x 550 x 1350 and it shall be directly mountable on a RCC foundation having 4 bolts to achieve boom height of 1.0 m above road level. Where mechanism is fixed on separator, the height shall be reduced to 0.775m to achieve same boom height.

vii) Control Box

The barrier shall be controlled by the operator by means of push buttons provided in a small box, which will be connected to the barrier by a 4-core control cable. For automatic raising and lowering, an override switch shall be provided to switch off automatic operation and revert to push button control.

viii) Manual Operation during Power Failure

Page 155: Volume i Nhai

The counter balance channels shall be mounted on the output shaft of the drive unit on bearings so that the boom, counter balance arms and weights are free to rotate on the output shaft. The channels shall be coupled to the output shaft by means of a multiple key type coupling which can be decoupled by a screw by a handle provided, decouples the boom and channels from the drive unit and it can then be moved to the raised or lowered position by hand. On resumption of power supply the boom can be recoupled to the drive unit by the same handle.

ix) The equipment generally shall conform to Indian Railways Signalling

Specifications IRS-41 and shall be type tested by RDSO, Ministry of Railways, Lucknow.

A-6.3 Measurement and Rates

It is a specialized work and the Contractor shall arrange to provide detailed methodology and drawings as incidental to the work. The Contract unit rate shall include all labour, equipment, material and technical expertise required to provide user fee collection system. This shall include the minimum three months training to supervisors and three year warranty for free service repair. The work shall be measured and paid in number of user fee collection system centres commissioned.

A-7 DRINKING WATER KIOSK

A-7.1 Scope

This work consists of providing drinking water kiosk at the locations approved by the Engineer.

A-7.2 General Requirement

Drinking water kiosks at the locations approved by the Engineer shall have a minimum of 4 taps of push-button type. The drinking water kiosks shall be easily accessible to children and handicapped people. The water kiosks shall be properly segregated and shall be at least 3 m away from the toilet blocks, if any. Water supply shall be through existing water pipe line. In absence of this, provisions for ground water extraction shall be made.

Water storage in the drinking water kiosks shall be as per the National Building Code (NBC), subject to a minimum of 200 litres. At least 2.0 sq.m. area around the drinking water kiosks shall be paved with concrete blocks with adequate cross slopes and drainage to ensure speedy disposal of split water. These shall be constructed in M 20 grade of reinforced cement concrete as per Section 1700. Concrete block paving shall be carried out as per Clause 409.

A-7.3 Measurement and Rates The completed work shall be measured in number of dinking water kiosk. The Contract unit rate shall include site clearance, excavation, provision of RCC structure with foundation, concrete block paving and backfilling. These shall cover all labour, material, equipment required to complete the work as per these specifications. The provision of adequate drainage and connection with existing water pipe line shall be considered incidental to work and shall not be paid extra.

Page 156: Volume i Nhai

A-8 PUBLIC TOILETS

A-8.1 Scope This work consists of providing public toilet blocks at the locations approved by the Engineer.

A-8.2 General Requirement Requisite number of urinals and water closet (WC) supported by adequate water supply and sewerage facilities and appurtenances as per the NBC shall be provided at the locations approved by the Engineer subject to minimum of 1 WC and 3 urinals. Number of urinals and WC will be as per the NBC. The entrance of ladies toilet shall be clearly marked and segregated from the men’s toilet.

At least 2.0 sqm wide area around the toilet blocks shall be paved with adequate cross slopes and drainage to ensure speedy disposal of water. Arrangement for sewerage disposal shall be provided.

These shall be constructed in brick masonry in cement mortar 1:4 as per Section 1300. Concrete block paving shall be carried out as per Clause 409.

A-8.3 Measurement and Rates

The completed work shall be measured in number of dinking water kiosk.

The Contract unit rate shall include site clearance, excavation, provision of masonry structure with foundation, concrete block paving and backfilling. These shall cover all labour, material, equipment required to complete the work as per these specifications. The provision of adequate drainage and connection with existing water pipe line shall be considered incidental to work and shall not be paid extra.

A-9 HIGH MAST LIGHTING

A-9.1 Scope

The scope of this specification covers the manufacture, transport, installation, testing and commissioning of the complete lighting system, using Raising and Lowering type of High mast Towers, including the Civil Foundation Works. The owner will only provide the supply point and the feeder cable of the required size, up to the bottom of the high mast. However, all items required for the safe and efficient operation and maintenance of the lighting system, including the high mast, whether explicitly stated in the following pages or not, shall be included by the Contractor.

A- 9.2 APPLICABLE STANDARDS: The following shall be the Reference Standards for the loading of the High mast: Code No. Title a). I.S.875 (Part III) 1987. Code and practice for design loads for Structures. b). BSEN 10025/DIN 17100. Grades of MS. Plates. c). BS. 5135/AWS. Welding. d). BS.ISO 1461. Galvanising. e). TR. No.7 1996 of ILE, UK. Specification for Mast and foundation.

A-9.3. HIGHMAST : Structure: The Highmast shall be of continuously tapered, polygonal cross section, at least 20 sided, presenting a good and pleasing appearance and shall be based on proven In-Tension design

Page 157: Volume i Nhai

conforming to the standards referred to above, to give an assured performance, and reliable service. The structure shall be suitable for wind loading as per IS 875 part3 1987. The mast height shall be 25 meters, with minimum diameters of 150mm at the top and 520 mm at the bottom. Minimum plate thickness of bottom section shall be 5mm and other sections 4 mm. The PCD of the mast flange shall be minimum 660 mm. Construction : The mast shall be fabricated from special steel plates, conforming to BS-EN10-025 or equivalent, cut and folded to form a polygonal section as stated at 4.01 above and shall be telescopically jointed and welded. The welding shall be in accordance with BS.5135/AWS. The procedural weld geometry and the workmanship shall be exhaustively tested on the completed welds. Mast shall be delivered to site in three sections. Each section shall be fabricated out of individual plates duly folded and welded. There shall be only one longitudinal seam weld per section. Sections fabricated out of multiple plates or with more than one weld shall not be accepted. At site the sections shall be joined together by slip-stressed-fit method. No site welding or bolted joint shall be done on the mast. The minimum over lap distance shall be 1.5 times the diameter at penetration. The dimensions of the mast shall be decided based on proper design and design calculations shall be submitted for verification The mast shall be provided with fully penetrated flange, which shall be free from any lamination or incursion. The welded connection of the base flange shall be fully developed to the strength of the entire section. The base flange shall be provided with supplementary gussets between the bolt-holes to ensure elimination of helical stress concentration. For the environmental protection of the mast, the entire fabricated mast shall be hot dip galvanised, internally and externally, having a uniform thickness of 65 micron for the bottom and top sections. The mast sections shall be galvanised by single dipping method. Sections galvanised by double / multiple dipping methods shall not be accepted. Door Opening : An adequate door opening shall be provided at the base of the mast and the opening shall be such that it permits clear access to equipment like winches, cables, plug and socket, etc. and also facilitate easy removal of the winch. The door opening shall be complete with a close fitting, vandal resistant, weatherproof door, provided with a heavy-duty double internal lock with special paddle key. The door opening shall be carefully designed and reinforced with welded steel section, so that the mast section at the base shall be unaffected and undue buckling of the cut portion is prevented. Size of door opening shall not be more than 1100 x 280 mm to avoid buckling of the mast section under heavy wind conditions. Dynamic Loading for the Mast: The mast structure shall be suitable to sustain an assumed maximum reaction arising from a wind speed as per IS 875 (three second gust), and shall be measured at a height of 10 metres above ground level. The design life of the mast shall be a minimum of 25 years. Lantern Carriage: Fabrication: A fabricated Lantern Carriage shall be provided for fixing and holding the flood light fittings and control gearboxes. The Lantern Carriage shall be of special design and shall be of steel tube construction, the tubes acting as conduits for wires, with holes fully

Page 158: Volume i Nhai

protected by grommets. The Lantern Carriage shall be so designed and fabricated to hold the required number of flood light fittings and the control gearboxes, and also have a perfect self-balance. The Lantern Carriage shall be fabricated in two halves and joined by bolted flanges with stainless steel bolts and nyloc type stainless steel nuts to enable easy installation or removal from the erected mast. The inner lining of the carriage shall be provided with protective PVC arrangement, so that no damage is caused to the surface of the mast during the raising and lowering operation of the carriage. The entire Lantern Carriage shall be hot dip galvanised after fabrication. Junction Box. Weather proof junction box, made of Cast Aluminium shall be provided on the Carriage Assembly as required, from which the inter-connections to the designed number of the flood light luminaries and associated control gears fixed on the carriage, shall be made. Raising and lowering mechanism: For the installation and maintenance of the luminaries and lamps, it will be necessary to lower and raise the Lantern Carriage Assembly. To enable this, a suitable Winch Arrangement shall be provided, with the winch fixed at the base of the mast and the specially designed head frame assembly at the top. Winch: The winch shall be of completely self sustaining type, without the need for brake shoe, springs or clutches. Each driving spindle of the winch shall be positively locked when not in use, by gravity activated PAWLS. Individual drum also should be operated for fine adjustment of lantern carriage. The capacity, operating speed, safe working load, recommended lubrication and serial number of the winch shall be clearly marked on each winch. The gear ratio of the winch shall be 53 : 1. However, the minimum working load shall be not less than 750 kg. The winch shall be self-lubricating type by means of an oil bath and the oil shall be readily available grades of reputed producers. The winch drums shall be grooved to ensure perfect seat for stable and tidy rope lay, with no chances of rope slippage. The rope termination in the winch shall be such that distortion or twisting is eliminated and at least 5 to 6 turns of rope remains on the drum even when the lantern carriage is fully lowered and rested on the rest pads. It should be possible to operate the winch manually by a suitable handle and/or by an integral power tool. Operation of the winch with manual handle shall be independent of the power tool. Winches with manual operation through the power tool shaft shall not be accepted. Individual drum operation of the winch shall be possible. A double drum winch shall have 2 drums and two worm gears independent in operation for increased safety. It shall be possible to remove the double drum after dismantling, through the door opening provided at the base of the mast. Also, a winch gear box for simultaneous and reversible operation of the double drum winch shall be provided as part of the contract. The winch shall be type tested in presence of a reputed Institution and the test certificates shall be furnished before supply of materials. A test certificate shall be furnished by the Contractor from the original equipment manufacturer, for each winch in support of the maximum load operated by the winch. Head Frame: The head frame, which is to be designed, as a capping unit of the mast, shall be of welded steel construction, galvanised both internally and externally after assembly. The top pulley shall be of appropriate diameter, large enough to accommodate the stainless steel wire

Page 159: Volume i Nhai

ropes and the multi-core electric cable. The pulley block shall be made of non-corrodible material, and shall be of die cast Aluminium Alloy (LM-6). Pulley made of synthetic materials such as Plastic or PVC are not acceptable. Self-lubricating bearings and stainless steel shaft shall be provided to facilitate smooth and maintenance free operation for a long period. The pulley assembly shall be fully protected by a canopy galvanised internally and externally. Close fitting guides and sleeves shall be provided to ensure that the ropes and cables do not dislodged from their respective positions in the grooves. The head frame shall be provided with guides and stops with PVC buffer for docking the lantern carriage. Stainless Steel Wire Ropes : The suspension system shall essentially be without any intermediate joint and shall consist of only non-corrodible stainless steel of AISI 316 or better grade. The stainless steel wire ropes shall be of 7/19 constructions, the central core being of the same material. The overall diameter of the rope shall not be less than 6 mm. The breaking load of each rope shall not be less than 2350 kg. giving a factor of safety of over 5 for the system at full load as per the TR-7 referred to in the beginning of this specification. The end constructions of ropes to the winch drum shall be fitted with talurit. The thimbles shall be secured on ropes by compression splices. Two continuous lengths of stainless steel wire ropes shall be used in the system and no intermediate joints are acceptable in view of the required safety. No intermediate joints/terminations, either bolted or else, shall be provided on the wire ropes between winch and lantern carriage. Electrical System, Cable and Cable Connections : A suitable terminal box shall be provided as part of the contract at the base compartment of the high mast for terminating the incoming cable. The electrical connections from the bottom to the top shall be made by special trailing cable. The cable shall be EPR insulated and PCP sheathed to get flexibility and endurance. Size of the cable shall be minimum 5 core 2.5 sq mm copper. The cable shall be of reputed make. At the top there shall be weatherproof junction box to terminate the trailing cable. Connections from the top junction box to the individual luminaries shall be made by using 3 core 1.5 sq. mm flexible PVC cables of reputed make. The system shall have in-built facilities for testing the luminaries while in lowered position. Also, suitable provision shall be made at the base compartment of the mast to facilitate the operation of internally mounted, electrically operated power tool for raising and lowering of the lantern carriage assembly. The trailing cables of the lantern carriage rings shall be terminated by means of specially designed, metal clad, multipoint plug and socket provided in the base compartment to enable easy disconnection when required. Power Tool for the Winch: A suitable, high-powered, electrically driven, internally mounted power tool, with manual over ride shall be supplied for the raising and lowering of the lantern carriage for maintenance purposes. The speed of the power tool shall be to suit the system. The power tool shall be single speed, provided with a motor of the required rating. The power tool shall be supplied complete with a suitable control switch so that the operation of the mast can be done at a safe distance. The capacity and speed of the electric motor used in the power tool shall be suitable for the lifting of the design load installed on the lantern carriage. The power tool mounting shall be so designed that it will be not only self supporting but also aligns the power tool perfectly with respect to the winch spindle during the

Page 160: Volume i Nhai

operations. Also, a handle for the manual operation of the winches in case of problems with the electrically operated tool shall be provided and shall incorporate a torque-limiting device. There shall be a separate torque-limiting device to protect the wire ropes from over stretching. It shall be mechanical with suitable load adjusting device. The torque limitor shall trip the load when it exceeds the adjusted limits. There shall be suitable provision for warning the operator once the load is tripped off. The torque limitor is a requirement as per the relevant standards in view of the over all safety of the system. Each mast shall have its own power tool motor. Lightning Finial One number heavy duty hot dip galvanised lighting finial shall be provided for each mast. The lightning finial shall be minimum 1.2 M in length and shall be provided at the centre of the head frame. It shall be bolted solidly to the head frame to get a direct conducting path to the earth through the mast. The lightning finial shall not be provided on the lantern carriage under any circumstances in view of safety of the system. Aviation Obstruction Lights: Suitable Aviation Obstruction Lights of reliable design and reputed manufacturer shall be provided on top of each mast. Earthing Terminals: Suitable earth terminal using 12 mm diameter stainless steel bolts shall be provided at a convenient location on the base of the Mast, for lightning and electrical earthing of the mast. Feeder Pillar Each mast shall be provided with a feeder pillar fabricated out of 14 SWG CRCA sheet and finished with two coats of red oxide primer and gray enamel paint of shade 631 of IS-5. The feeder pillar shall comprise of incoming 32 amp TPN switch, HRC fuses, Copper wiring, outgoing 32 amp SP, TP MCB for powertool contactors for reversing the motor. Feeder pillar shall be mounted on suitable foundation near to the mast. Incoming Power Cable A cable of size 4 x 10 sq.mm Aluminium conductor, Armoured cable for power supply (max 10 M) and 4 x 1.5 sq.mm Copper conductor Armoured cable for motor supply shall be provided from feeder pillar to the base compartment of the highmast. Cable shall be taken to the base compartment of the highmast through the provision made in the foundation. Power cable of suitable size upto the feeder pillar from supply point shall be provided by purchaser. LUMINAIRES Luminaries shall be specially designed with suitable lamp housing and control gears for 400 W HPSV Lamps. The luminaries shall be tested as per Indian standards and test reports shall be submitted along with the materials. The luminaries shall be suitable for installation on high masts. Make of the luminaries shall be Bajaj or equivalent make only. The model shall be Bajaj BGENF 22 R.(2X400W METAL HALIDE) or equivalent make 9 nos. on each mast.

A-9.2 Measurement and Rates

It is a specialized work and the Contractor shall arrange to provide detailed design and drawings as incidental to the work. The Contract unit rate shall include all labour,

Page 161: Volume i Nhai

equipment required to erect the mast, material and technical expertise required to complete the work as per these specifications. This shall include the minimum one year warranty for free service repair except for sodium vapour lamp. The work shall be measured and paid in number of high mast pole and lamp separately.

A-10 BUILDING WORKS This part shall comprise the latest “Specifications for Building Works” Volume I to Volume IV, 1996 as published by the Central Public Works Department, Govt. of India and deemed to be bound into this document. In general the respective parts of building work shall comply the following: 1. The contractor shall submit in sqm. for plinth area just above the plinth level the rates for

construction of generator room for all costs of earthwork foundation, superstructure, finishing works, plaster, flooring, doors, windows, sanitary, water suuply, electrical, false ceiling, land scaping and all incidental works for making the building functional in all respects. The general specifications of the building works shall be as below but not limited to the following:

2. All building works shall be designed to meet the functional requirements and shall be compatible

with the regional architecture and microclimate. Locally available materials shall be given preference but not at the cost of construction quality. All brick and stone masonry works shall be of First Class type and as per good practice. All steel works shall conform to Section 6, Part VI of the NBC and Sections 1000 and 1900 MoRT&H specifications. All building works shall conform to Central Public Works Department (CPWD) specifications for class 1 building works and standards given in the National Building Code (NBC) as amended and / or modified from time to time. However, whenever any specific provision for any building works is given in the MoRT&H specification / IRC standards and codes, those shall apply. For the purpose of this clause, building words shall be deemed to include road furniture, landscape elements and / or any other works incidental to the building works.

3. All the open spaces around the building(s) shall be landscaped. Boundary walls, fencing, controlled entry points and cattle-catches at all entry and exit points to the buildings shall be provided to protect them from intruders and animals.

4. The design of water distribution and storage systems, laying of mains and pipes, cleaning and

disinfecting of the water supply system shall be as per relevant clauses of Section 1, Part IX of the NBC.

5. The design, layout and construction of drains for sewage disposal system with all ancillary works such as connections, manholes, inspection chambers and septic tanks shall be as per relevant clauses of Section 2, Part IX of the NBC. Each septic tank, if provided, shall have a soakage pit of adequate size. The location of the septic tanks and subsurface absorption system shall be as per Clause 12.15.1 of Part I of NBC.

6. Roofing shall be of RCC in M-20 grade cement concrete as per drawing approved by Engineer-In-charge.

7. Rolling shutter shall be of approved make, made of 80 x 1.25 mm. MS laths interlocked together through their entire length and jointed together at the end by end locks mounted on specially designed pipe shaft with brackets, side guides and arrangements for inside and outside locking with push and pull operation complete including cost of spring hooks, providing and fixing necessary 25.3 cm long wire springs grade no. 2 and MS top cover 1.25 mm thick Sas per design. (Clear openable area to be measured for payment).

8. Polished 25 mm thick Blue Kota Stone flooring and skirting shall be laid over 20 mm thick base of CM 1:4 and jointed with grey cement slurry to match the shade of the slab including rubbing and polishing complete.

9. The doors shall be fully panelled single leaf shutter as per approved design and drawing with

Page 162: Volume i Nhai

approved brass fittings and width of styles and top rails of 125 mm and bottom and lock rail of width of 150 mm and intermediate style including teak wood moulding and beading to 25 mm x 5 mm size on both faces complete. 35 mm thick Assam Teak Wood grade-I, 12 mm thick shuttering ply (both faces) panels.

10. Windows shall be fully panelled double leaf shutters as per approved design and drawings with approved brass fitting and width of style and bottom and top rail 75 mm including beading of 25 mm x 15 mm size on both faces. 25 mm thick Assam teak wood Grade-I, 3.0 mm thick glass panels.

11. False ceiling system (for Operating room only in size 3m x 4m) shall be of Gypsum board using 12.5 mm gypsum plaster board screwed on Aluminium frame work.

12. Distempering shall be with oil bound washable distemper of approved brand and manufacture to give an even shade including all scaffolding.

13. Outer faces of the building shall be painted with water proofing cement paint of approved brand and manufacture and or required shade to give an even shade including all scaffolding.

14. Windows shall be covered with fixed wire gauge of 14 mesh x 24 gauge including providing grill made of square bars of 12 mm dia as directed by the engineer in-charge.

15. The foundation concrete for walls shall be of 1: 3 : 6, the brick masonry shall be in CM 1:4 and plaster shall be 20 mm thick in CM 1: 4. The chhajjas and lintel shall be cast-in RCC as per the drawings.

16. One septic tank of size 2 m x 1 m x 1.3 m and soakage pit of 2.4 m outer dia and 2.4 m depth and required man holes shall be provided as per the direction of engineer-in charge.

17. The complete water supply, sanitary and electrical fittings shall be provided as directed by engineer-in-charge including providing 5 no. fans and 10 no. tube lights in the generator room.

18. The door and window chawkhats shall be of salwood grade – I including anti-termite treatment,

MS flats, hold fasts of size 250 mm x 40 mm x 3 m fixed with MS bolt 5 mm dia and 50 mm long dully embedded in C.C. M-15 grade.

19. Glazed ceramic tiles shall be provided in toilets and water room up to height of 1.5 m of Kajaria/ Somani make.

20. Providing and fixing PVC storage tank of 2000 Lt. capacity conforming to IS (12701/89) standards of approved make including all connections, GI pipe etc. complete

A-11 ELECTRICAL WORKS

1 The design and location of all electrical installations, distribution system, wiring, fittings, accessories and lighting protection of buildings shall be as per relevant clauses of Section 2, Part VI of the NBC. The complete electrical works of Toll Plaza are specialised works and the contractor shall arrange to provide detailed design and drawings as incidental to the work and submit the same including ducting, cabling to the engineer for approval. After approval of the design, layout, required nos. and make, the contractor shall proceed with the work at site. The make of all electrical installation, distribution system, wiring, fitting, accessories and lighting protection shall be of approved make from the list as mentioned below.

a. Aluminium Conductor – National/ Gloster/ Nicco make b. Copper Conductor – National/ Norton/ Gloster make c. Wooden Block and Boards – Hylam/ Formica make d. Exhaust Fans (ISI marked/ approve) – GEC make e. Fresh Air Fan (ISI marked/ approved) – New Tek make f. Ceiling Fans – GEC/ Crompton/ Usha/ Orient/ Bajaj/ Khaitan/ Ortem make g. Electronic Regulator (ISI marked/ Approved) – Rider/ Magic/ Precision/ Anchor h. Wall mounting/ Cabin Fan – Crompton/ Usha i. Surface Type Accessories – SK/ 555, RK/555/ KInjal/ Emperor j. Flush Type Accessories – Racold, MK, KAY (Topline), Northwest k. Brass/ Bakelite Holder - SSK, SK 555

Page 163: Volume i Nhai

l. Bulk Head Fitting – G.E.C. m. M.C.B’s and DB’s – Indo- Kopp/ Standard/ Geco/ Havells n. Industrial Plug Socket – Cutler Hammer o. Fluorescent Tube Light Fixtures (Indoor) – Philips/ Crompton/ Bajaj/ Glolite/ Keselec/

Wipro p. CFL Lights – Philips/ Crompton/ Bajaj/ Wipro q. ACB and MCCB – L&T/ English Electric/ Siemens/ ABB/ Merlin Gerin r. Aluminum Conductor Cables Armoured and un-armoured –Category II – Paragon/ Romex. s. Street Light Luminaries (H.P.M.V. and Sodium Vapour Lamps) – Philips / OSRAM t. Street Light Luminaires (OUT DOOR LIGHTS)/ High Masts – Phillips / Bajaj/ Keslac

Schredder. u. Panel boards – CPRI approved Fabricators v. Contactors – L&T/ Seimens/ CG w. Timers – MDS/ L&T x. Diesel Generator Set – Kirlosker/ Leyland / Greaves/ Field Marshal y. Telephone wire/ Data Cable – Finolex/ Delton/ Hewels z. Conduits – Precision / Nihir/ GB aa. Switch Socket and other accessories – Anchor/ Pointer/ SSK/ ELLE Make of items which have not been mentioned will be purchased with the prior approval of Engineer in charge or CPWD/ State PWD approval make.

2 Generator

Supply of Complete Diesel Generating Set factory assembled, pre-aligned and pre-tested incorporating :

A. Engine

KIRLOSKAR / ASHOK LEYLAND make diesel engine Water cooled rated at 1500 rpm as per BS 5514, with all standard accessories as follows : Radiator with tan (for water cooled set) Flywheel to suit flexible coupling with starter ring Mico fuel pump with mech. Governor Oil bath type air cleaner Exhaust silencer Lub oil filter Fuel oil filter 12V / 24V electric starting system Battery charging alternator Engine control panel consisting of ON / OFF START Key Lub oil pressure gauge Water temperature gauge (on water cooled engine only) Ammeter battery charging

B. Alternator KIRLOSKAR / CROMPTON make alternator, suitable for continuous operation rated at 1500 rpm 415 V, 0.8 PF, 50Hz, 3Ph in SPDP enclosure, self-exited and self-regulated, floor mounted with Ball or bearings on end shields. The alternator conforms to IS:4722/BS/2613 and will be suitable for tropical condition.

C. Electrical Control Panel Floor mounting type, totally enclosed, steel construction control panel suitable for indoor installation, dust and vermin proof comprising of : 1 No. MCCB of Crompton / Havells / C & S make

Page 164: Volume i Nhai

1 No. Volt meter AE make 1 No. Volt meter selector switch Kaycee make 1 No. Ammeter AE make 1 No. Ammeter selector switch Kaycee make 1 No. Frequency meter 45-55 Hz AE make 3 Nos. CT’s with suitable CT ratio and accuracy class 2 Nos. indicating lamps.

D. Fuel Tank 8 hrs. capacity, with inlet and outlet arrangement with air vent and drain plug arrangement

E. Base Frame Suitable to couple above engine and alternator. The steel shall be TESCO / SAIL make.

F. Batteries Standard / equivalent make 12 V with leads and battery cable

Warranty / Guaranty The DG set shall be guaranteed against manufacturing defects arising out of bad workmanship / manufacturing defects for a period of 12 months from the date of commissioning, 15 months from the date despatch, whichever is earlier, defects arising out of improper handling, storage, installation, maintenance and normal wear and tear and damages caused due to accidents or otherwise are specifically excluded. However electrical and other proprietary items would be covered as per their respective manufacturer’s standard guarantee clause.

Page 165: Volume i Nhai

NATIONAL HIGHWAYS AUTHORITY OF INDIA

(Ministry of Shipping, Road Transport & Highways)

Page 166: Volume i Nhai

Golden Quadrilateral Project

Construction of Toll Lanes & Plaza at Km.13/0,

village Daulatpura (Km.0/0 at Harmara) of Jaipur Bypass connecting Km.220 (Chandwaji) & Km.273/500 (Heerapura) of

NH-8 in the State of Rajasthan

BID DOCUMENT – ITEM RATE CONTRACT

NATIONAL COMPETITIVE BIDDING

Page 167: Volume i Nhai

VOLUME – III SECTION 6: CONTRACTOR’S BID SECTION 7: BILL OF QUANTITIES

SECTION 8: FORM(S)

D-35/1, Sanjeevani Marg, Hanuman Nagar, Jaipur–302021 Phone : 0141-2351417/ 2351427

Fax : 0141-2351333

Page 168: Volume i Nhai

OCTOBER 2005

Page 169: Volume i Nhai
Page 170: Volume i Nhai
Page 171: Volume i Nhai

SECTION 6 CONTRACTOR’S BID

Page 172: Volume i Nhai

CONTRACTOR’S BID To

Project Director, National Highways Authority of India D-35/1, Sanjeevani Marg, Hanuman Nagar, Jaipur-302021.

Dear Sir, Having examined the Bid Documents including Invitation for Bid, Instructions to Bidders, Conditions of Contract, Contract Data, Technical Specifications, Bill of Quantities, Drawings, Forms and Annexes for the execution of the above named Works, we the undersigned, offer to execute and complete such Works and remedy any defects therein in conformity with the said Bid Documents for the sum of Indian

Page 173: Volume i Nhai

Rs……………..… (Rupees …………………………….) or such other sum as may be ascertained in accordance with the said Bid Documents.

2. We undertake, if our Bid is accepted, to commence the Works within twenty one days of receipt of the Engineer’s order to commence, and to complete and deliver the sections and whole of the Works comprised in the Contract within the period stated in the Contract Data.

3. If our Bid is accepted we will furnish a Performance Security in the form of a bank guarantee to be bound on us, in accordance with the Conditions of Contract.

4. We agree to abide by this Bid for the period of ninety (90) days from the date of Bid Opening, as prescribed in Clause 15 of the Instructions to Bidders, and it shall remain binding upon us and may be accepted at any time before the expiry of that period.

5. Unless and until an Agreement is prepared and executed, this Bid, together with your written acceptance thereof, shall constitute a binding Contract between us,

Page 174: Volume i Nhai

but without prejudice to your right to withdraw such Acceptance under the provisions of the Conditions of Contract.

6. We understand that you are not bound to accept the lowest or any Bid you may receive.

Dated this ____________ day of _______________ 2004

Signature _______________ in the capacity of ** _____________duly authorized to sign

Bid for and on behalf of ____________________________________________________ (in block capitals)

Address ________________________________________________________________

_______________________________________________________________________

Name of Witness _________________________________________________________

Page 175: Volume i Nhai

Address of Witness _______________________________________________________

_______________________________________________________________________

Signature of Witness __________________________________________________ ** Certified copy of the Power of Attorney/authorisation for signature shall be

furnished by the Contractor, in accordance with Clause 4.2 (iv) of Instructions to Bidders.

Page 176: Volume i Nhai

SECTION-7 Bill of Quantities

Page 177: Volume i Nhai

Section 7

BILL OF QUANTITIES

Page 178: Volume i Nhai

A. PREAMBLE 1. The Bill of Quantities shall be read in conjunction with the Instruction to

Bidders, Conditions of Contract, Technical Specifications, Drawings, Schedules, Annexure and Addendums.

Page 179: Volume i Nhai

2. The quantities given in the Bill of Quantities are estimated and provisional and are given

to provide a common basis for bidding. The basis of payment will be the actual quantities of work ordered and carried out, as measured by the Contractor and verified by the Engineer and valued at the rates and pries bid in the priced Bill of Quantities, where applicable, and otherwise at such rates and prices as the Engineer may fix within the terms of the Contract.

Page 180: Volume i Nhai

3. The rates and prices Bid in the priced Bill of Quantities, except in so far as it is otherwise,

provided under the Contract, include all constructional plant, labour, supervision, materials, all temporary works and false works, erection, maintenance, establishment and overhead charges, profit, taxation and levies and other charges together with all general risks, liabilities and obligations set out or implied in the Contract and including remedy of any defects during the Defects Liability Period.

Page 181: Volume i Nhai

4. The rates and prices shall be quoted entirely in Indian Rupee Currency. 5. The rate of price shall be entered both in figures and words against those items in the Bill

of Quantities, for which the quantities are given. The cost of items against which the Contractor has failed to enter a rate or price shall be deemed to have been covered by

Page 182: Volume i Nhai

other rates and prices entered in the Bill of Quantities. However, rates are not to be quoted against those items for which quantities are not given.

6. The whole cost of complying with the provisions of the Contract shall be deemed to have

been included in the items provided in the priced Bill of Quantities.

Page 183: Volume i Nhai

7. General directions and descriptions of work and materials are not necessarily repeated or summarised in the Bill of Quantities. Reference to the relevant sections of the contract documentation shall be made before entering rates or prices against each item in the Bill of Quantities.

8. The method of measurement of completed work for payment shall be in accordance with

the requirements are stated in the individual sections of the Technical Specifications.

Page 184: Volume i Nhai

9. Errors will be corrected by the Employer for any arithmetical errors pursuant to Clause 27

of the Instruction to Bidder.

Page 185: Volume i Nhai
Page 186: Volume i Nhai

B. ABBREVIATIONS

Page 187: Volume i Nhai

Abbreviations For

Rs. Indian Rupees

LS or SUM Lump Sum

Page 188: Volume i Nhai

Nr. or No. Number

Lm or m Linear metre

KM. or km. Kilometre

Page 189: Volume i Nhai

hct. Hectare

m222 or sq.m. Square metre

m333 or cu.m. Cubic metre

Page 190: Volume i Nhai

cc, c3 or cucm Cubic centimetre

cum.km. Cubic metre kilometre

KG or kg. Kilogram

Page 191: Volume i Nhai

mt Metric tonne

HP Horse Power

PS Provisional Sum

Page 192: Volume i Nhai

IRC Indian Roads Congress

MOST Specification Specifications for Road and Bridge Works Issued by the (latest revision) Ministry of Surface Transport (Roads Wing), Government of India 1995 Edition (Reprint Jan. 1998)

Page 193: Volume i Nhai

BIS Bureau of Indian Standards

Prov. Provisional

P.O.L. Petrol, Oil and Lubricants

Page 194: Volume i Nhai

Veh. month : Vehicle Month

Page 195: Volume i Nhai

SECTION-8

FORMS

Page 196: Volume i Nhai

SECTION 8

FORMS A. Bid Security (Bank Guarantee) B. Performance Security (Bank Guarantee) C. Bank Guarantee for Advance Payment D. Letter of Acceptance E. Letter of Proceed F. Agreement

Page 197: Volume i Nhai

FORM OF BANK GUARANTEE FOR BID SECURITY

WHEREAS________________________________________________ (Name of Bidder) (hereinafter called “the Bidder”) wishes to submit his bid for the construction of (Name of works)_______________________________________ hereinafter called “the Bid”, KNOW ALL MEN by these presents that we ________ _________ _______ _____ _________ (Name of Bank) of ______ _____________(Name of Country) having our registered office at ___________ _____________ ________________ _____________ ____ __ (hereinafter called “the Bank”) are bound unto (Name of Employer)_____ ____ __ ____________________________________(hereinafter called “the Employer”) in the sum of Rs_______________(Rupees_________________________ _________ _____ __________________)* for which payment can truly be made to the said Employer. The Bank bind themselves, their successors and assigns by these presents. Sealed with the Common Seal of the Bank this _______ day of __________ 2004. We have undertaken to pay the amount of Rs.____________________ (Rupees___ ___ __ _____________________________________________________) to the employer upon receipt of his first written demand without the employer upon receipt of his first written demand without the employer having to substantiate his demand. This Guarantee will remain in force upto and including the date forty five (45) days after the date of expiry of the period of bid validity as stated in the Instructions to Bidders or as extended by the Employer at any time prior to the closing date for submission of the bids, notice of which extension(s) to the Bank being hereby waived and any demand in respect thereof should reach the Bank not later than the date of expiry of this guarantee.

Signature of Authorised Representative of the Bank_________________________ Name and Designation_________________________ Seal of the Bank_________________________

Signature of Witness________________________ Name of the Witness________________________ Address of the Witness______________________ * The bidder should insert the amount of guarantee in words and figures denominated in Indian rupees.

Page 198: Volume i Nhai

BANK GUARANTEE (UNCONDITIONAL) FOR PERFORMANCE SECURITY

To, Project Director National Highways Authority of India D-35/1, Sanjeevani Marg, Hanuman Nagar, Jaipur-302021. WHEREAS _________________________________________________(name and address of Contractor) (hereinafter called “the Contractor”) has undertaken, in pursuance of Work No.______________dated__________ to execute _________ _________ ______(name of Contract and brief description of Works) (hereinafter called “the Contract”); AND WHEREAS it has been stipulated by you in the said Contract that the Contractor shall furnish you with a Bank Guarantee by a Nationalized/Scheduled bank of India for the sum specified therein as security for compliance with his obligations in accordance with the Contract. AND WHEREAS we have agreed to give the Contractor such a Bank Guarantee. NOW THEREFORE we hereby affirm that we are the guarantor and responsible to you on behalf of the Contractor,

upto a total of Rs.____________________ (amount of guarantee) (Rupees______________

________________________), such sum being payable in the types and proportions of currencies in which the

Contract Price is payable, and we undertake to pay you, upon your first written demand and without cavil or

argument, any sum or sums within the limits of _________________ (amount of guarantee) as aforesaid without

your needing to prove or to show grounds or reasons for your demand for the sum specified therein.

We hereby waive the necessity of your demanding the said debt from the Contractor before presenting us with the demand.

We further agree that no change or addition to or other modification of the terms of the Contract or of the Works to be performed thereunder or of any of the Contract documents which may be made between you and the Contractor shall in any way release us from any liability under this guarantee, and we hereby waive notice of any such change, addition or modification.

Contd… This guarantee shall be valid until 28 days from the date of issue of the Defects Liability Certificate.

Page 199: Volume i Nhai

Signature and seal of the guarantor___________________

Name and Designation _______________________________

Name of the Bank____________________________________

Address______________________________________________

Date_________________________________________________

Page 200: Volume i Nhai

UNCONDITIONAL BANK GUARANTEE FOR ADVANCE PAYMENT

To, Project Director National Highways Authority of India, D-35/1, Sanjeevani Marg, Hanuman Nagar, Jaipur-302021. Gentlemen: In accordance with the provisions of the Conditions of Contract, sub-clause 51.1 (“Advance Payment”) of the above-mentioned Contract. ________________(name and address of Contractor) (hereinafter called “the Contractor”) shall deposit with ________ (name of Employer) a bank guarantee to guarantee his proper and faithfull performance under the said Clause of the Contract in an amount of __________(amount of guarantee)1___________(in words). We, the __________(bank or financial institution), as instructed by the Contractor, agree unconditionally and irrevocably to guarantee, as primary obligator and not as Surety merely, the payment to __________ (name of Employer) on his first demand without whatsoever right of objection or our part and without his first claim to the Contractor, in the amount not exceeding_________________ (amount of guarantee)_______________ (in word). We further agree that no change or addition to or other modification of the terms of the Contract or of Works to be performed thereunder or of any of the Contract documents which may be made between __________ (name of Employer) and the Contractor, shall in any way release us from any liability under this guarantee, and we hereby waive notice of any such change, addition or modification. This guarantee shall remain valid and in full effect from the date of the advance payment under the Contract until____________ (name of Employer) receives full payment of the same amount from the Contractor. Yours truly, Signature and seal:__________________________ Name and Designation_______________________ Name of Bank/Financial Institution_____________ Address:__________________________________ Date:_____________________________________

1. An amount shall be inserted by the bank or financial institution representing the amount of the Advance Payment, and denominated in Indian Rupees.

Page 201: Volume i Nhai

Letter of Acceptance

(letter head paper of the Employer)

To:

________________________________________________________________________

(name and address of the Contractor)

Dear Sirs,

This is to notify that your Bid dated______ for execution: completion and maintenance of the project Construction of (1) Toll Lanes and Plaza in km 164 of NH-79 on Bhilwara–Chittorgarh Section and (2) Toll Plaza in km 81 of NH-79 on Gulabpura–Bhilwara Section in the State of Rajasthan as prescribed in the bidding document, for the Contract Price of Rs._____________(Rupees __________________________________________________) is hereby accepted by NHAI.

You are hereby requested to furnish Performance Security equal to 5 percent of Contract price within 10 days of the receipt of this letter of acceptance in accordance with clause 34.1 of “Instruction to Bidders” (Section 1) valid upto 28 days from date of expiry of the Defects Liability Period and sign the contract failing which action as stated in clause 34.3 of “Instructions to Bidders” will be taken.

Please acknowledge receipt of this letter.

Yours faithfully

Authorised signatory

(Name & title of signatory)

(Name of Agency)

Page 202: Volume i Nhai

Issue of Notice to proceed with the work

(Letterhead of the Employer)

________(date)

To,

___________________________ (name and address of the Contractor)

___________________________

___________________________

___________________________

Dear Sirs,

Pursuant to your furnishing the requisite performance security as stipulated in ITB clause 34.1 and signing of the contract for the construction of ___________at a Contract Price of Rs._____________ you are hereby instructed to proceed with the execution of the said works in accordance with the contract documents.

Yours faithfully,

(Signature, name and title of

signatory authorised to sign

s on behalf of Employer)

Page 203: Volume i Nhai

Agreement Form

Agreement

This agreement made the____________________day of ______________19_________. between____________________________________________________________________________________________________________________________________(name and address of Employer) (hereinafter called “the Employer)” and______________ __ _ _ _____________________ __________________ ______________________ ________ __________________________________________________________________________________________(name and address of Contractor) (hereinafter called “the Contractor” of the other part).

Whereas the Employer is desirous that the Contractor execute____________________ ____________________________________________________________________________________________________________________________________________________________________(name and identification number of Contract) (hereinafter called “the Works”) and the Employer has accepted the Bid by the Contractor for the execution and completion of such Works and the remedying of any defects therein, at a contract price of Rs._____________________________

NOW THIS AGREEMENT WITNESSED as follows:

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

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

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

4. The following documents shall be deemed to form and be read and constructed as part of this Agreement viz: i) Letter of Acceptance ii) Notice to proceed with the works: iii) Contractor’s Bid; iv) Contract Data: v) Conditions of Contract (including Special Conditions of Contract); vi) Technical Specifications: vii) Drawings: viii) Bill of quantities and ix) Any other document listed in the Contract Data as forming part of the contract.

Page 204: Volume i Nhai

In witness whereof the parties thereto have caused this Agreement to be executed the day and year first before written.

The Common Seal of______________________________________________________

was hereunto affixed in the presence of:

Signed, Sealed and Delivered by the said

________________________________________________________________________

in the presence of :

Binding Signature of Employer______________________________________________

Binding Signature of Contractor

(Attach Power of Attorney)

Page 205: Volume i Nhai

In Figure In Words 1.01 Clearing and grubbing road land complete as per Technical Specification Clause

201. Hectare 1.00

1.02 Dismantling structures & pavement including disposal of resulting material and/orsalvaging useful materials complete as per Technical Specifications Clause 202.

a) Bituminious Courses Cum 100.00 b) Granular/Kaubas base including GSB and drainage layer Cum 350.00 c) RR Stone masonary in cement sand mortar Cum 600.00 d) Stone Pitching Cum 1,300.00 e) Plain or reinforced Cement concrete Cum 150.00 f) Road kerbs/Gutters/Pipe/Guard railling/fencing Lm 800.00 g) Road signs / Kilometer stones / Hectometer Stones/ Delinators posts, etc. Nr. 40.00

1.03 Rebate towards salvage value of dismantled material received after dismantlingas given below as per technical specification a) Bituminous Pavement. Cum 100.00 b) Granular/Kaubas base including GSB and drainage layer Cum 350.00 c) RR Stone masonary in cement sand mortar Cum 600.00 d) Stone Pitching Cum 1,300.00 e) Plain or reinforced Cement concrete Cum 150.00 f) Road kerbs/Gutters/Pipe/Guard railling/fencing Lm 800.00 g) Road signs / Kilometer stones / Hectometer Stones/ Delinators posts, etc. Nr. 40.00

Total -

Project : Construction of Toll Lanes & Plaza in Jaipur Bypass at Km 13 ( Zero at Haramara )BILL OF QUANTITIES

Bill No. : 1SITE CLEARANCE AND DISMANTLING

Amount(Rs.)

ItemNo. Description Unit Quantity Unit Rate (Rs.)

Page 1 of 27

Page 206: Volume i Nhai

Project : Construction of Toll Lanes & Plaza in Jaipur Bypass at Km 13 ( Zero at Haramara )BILL OF QUANTITIES

In Figure In Words 2.01 Road work in excavation including removal of unsuitable soil at embankment

foundation necessary for construction of roadway in all types of soil includingmarshy soil as also excavation of existing shoulders & medians to designatedwidths and depths in existing roadway embankment including transportation &disposal of surplus & unsuitable material complete as per technical specificationclause 301, Ordinary soil.

Cum 5,500.00

2.02 Construction of embankment with approved materials from borrow pitscomplete as per Technical Specification Clause 305 with all leads and lifts. Cum 4,500.00

2.03 Construction of subgrade and earthen shoulder with approved materials fromborrowpits complete as per Technical Specification Clause 305, with all leadsand lifts.

Cum 6,000.00

2.04 Construction of embankment and subgrade with materials obtained fromroadway, structure foundation and drainage excavation complete as perTechnical specifications clause 305 with all leads and lifts.

Cum 5,000.00

2.05 Loosening and recompacting the existing subgrade in all kinds of soil completeas per technical specifications clause 301 and 305. Cum 1,000.00

2.06 Earthwork for filling median area including the agricultural soil cover with soilfrom approved borrow area and compaction to 95% MDD as per TechnicalSpecification clause 407.

Cum 500.00

Total

Bill No. :2EARTHWORKS

Amount(Rs.)

ItemNo. Description Unit Quantity Unit Rate (Rs.)

Page 2 of 27

Page 207: Volume i Nhai

Project : Construction of Toll Lanes & Plaza in Jaipur Bypass at Km 13 ( Zero at Haramara )BILL OF QUANTITIES

In Figure In Words

3.01 Construction of Granular Sub Base (GSB) with approved materials as perTechnical specifications clause 401 confirming to Grading - I (Table 400-1 &Table 400-2). Cum 2,500.00

3.02 Constructing Wet Mix Macadam (WMM) to full width for widening with approvedmaterial complete as Technical Specification Clause 406.

Cum 2,950.00

Total

Bill No. : 3SUBBASE AND BASE COURSE

Amount(Rs.)

ItemNo. Description Unit Quantity

Unit Rate (Rs.)

Page 3 of 27

Page 208: Volume i Nhai

Project : Construction of Toll Lanes & Plaza in Jaipur Bypass at Km 13 ( Zero at Haramara )BILL OF QUANTITIES

In Figure In Words 4.01 Providing bituminous prime coat @ 10 kg/10 sqm complete as per technical

specifications clause 502 Sqm 10,000.00

4.02 Variation in the rate of pay item no. 4.01 above for every 0.1 kg addition (+) andsubtraction (-) of bituminous material per 10 sqm in the specified rate ofapplication.

Sqm 10,000.00

4.03 Providing bituminous tack coat @ 2.5 kg/10 sqm complete as per technicalspecification clause 503. Sqm 30,000.00

4.04 Variation in the rate of pay item no. 4.03 above for every 0.1 kg addition (+) andsubtraction (-) of bituminous material per 10sqm in the specified rate ofapplication.

Sqm 30,000.00

4.05 Providing bituminous tack coat @ 3 kg/10 sqm complete as per technicalspecification clause 503. Sqm 10,000.00

4.06 Variation in the rate of pay item no. 4.05 above for every 0.1 kg addition (+) andsubtraction (-) of bituminous material per 10sqm in the specified rate ofapplication

Sqm 10,000.00

4.07 Providing Dense Bituminous Macadam course (DBM) with a bitumen content of5% of total weight of the mix complete as per technical specification clause 507 Cum 1,750.00

4.08 Variation (plus or minus) in the rate of pay item no. 4.07 above for every changein bitumen content to the extent of 0.05% by weight of total mix for DenseBituminous Macadam.

Cum 1,750.00

4.09 Providing Bituminous Concrete (BC) wearing course complete as per technicalspecification clause 509 Cum 650.00

4.10 Variation (plus or minus) in the rate of pay item no. 4.09 above for every changein bitumen content to the extent of 0.05% by weight of total mix for BituminousConcrete.

Cum 650.00

4.11 Providing Mastic Asphalt 25mm thick complete as per Technical Specificationclause 515 Sqm 17,000.00

4.12 Providing and laying 20 mm thick Mix Seal Surfacing Type 'A' on a preparedsurface in a single course composed of specified graded crushed aggregates asper table 500-26 premixed with bituminous binder (60/70 grade) complete astechnical specification clause 512.

Sqm 1,350.00

Total

Amount(Rs.)

ItemNo. Description Unit Quantity

Unit Rate (Rs.)

Bill No. : 4BITUMINOUS WORKS

Page 4 of 27

Page 209: Volume i Nhai

Project : Construction of Toll Lanes & Plaza in Jaipur Bypass at Km 13 ( Zero at Haramara )BILL OF QUANTITIES

In Figure In Words

5.01 Supplying and fixing high intensity grade retro reflective traffic sign boards madeout of 2.0mm thick aluminum sheet confirming to IS 736 complete as per drawingor as directed by Engineer and Technical Specification Clause 801

a) Informatory sign(i) Advance direction, Destination, Direction, Re-assurance and place identification size (size 1200x1500mm) No. 4.00

(ii) Facility information sign (800 mm x 600 mm) No. 2.00 (b) Cautionary/Warning signs

(ii) Triangular 900 mm side No. 4.00 (c) Mandatory/Regulatory sign

(i) Octagon 'STOP' sign No. 12.00 (ii) 600 mm dia circular sign No. 11.00

5.02 Supplying traffic sign boards made out of 2 mm thick aluminum sheet dulyframed with square box section 50x50x3 mm and/or ISA 35x35x3 to form panelsat the back of board capable of with standing wind load applicable in the regionand connecting it to structural frame work and installation at site by embedding incement concrete/RCC pedestals by anchor bolts complete as per drawing andTechnical Specification Clause 801 and as directed by Engineer, excluding costof foundation and supporting structure.

Sqm 850.00

5.03 Steel work in single section / built-up section from M.S. black pipes as per IS-1239 (Part I) 1979 with connecting plate and anchor bolts including cutting,welding, bolting, hoisting, fixing in position and applying a primer coat ofapproved steel primer and two coats of synthetic enamel paint.

kg 55,000.00

5.04 Providing and laying Plain cement concrete/ RCC M20 grade excluding cost ofreinforcement, including all materials, labour, shuttering, curing, compaction,excavation, backfilling etc., using stone aggregate 20 mm nominal size infoundation and plinth complete.

Cum 300.00

5.05 Providing & fixing in position HYSD reinforcement in foundation & plinth completeas per drawing & technical specifications. MT 30.00

Total

ItemNo.

Bill No. : 5ROAD APPURTENANCES AND WAYSIDE AMENITIES

Unit Rate (Rs.) Description Unit Quantity Amount

(Rs.)

Page 5 of 27

Page 210: Volume i Nhai

Project : Construction of Toll Lanes & Plaza in Jaipur Bypass at Km 13 ( Zero at Haramara )BILL OF QUANTITIES

In Figure In Words 5.06 Pavement marking with hot applied thermoplastic compound materials (yellow or

white) for road marking with surface application of glass beads at specified ratecomplete as per drawing or directed by the Engineer and Technical SpecificationClause 803 for 2.5 mm thickness (a) Lane, Centerline, Edge and other marking along strips Sqm 300.00 (b) Directional arrows, letters, as per drawing and as directed by engineer. No. 50.00 (c) Diagonal and chevron marking as per drawing and as directed by engineer Sqm 300.00

5.07 Providing and fixing road delineators complete as per drawing and TechnicalSpecification Clause 805, consisting of:(a) Triangular red reflector / object markers No. 22.00 (b) Circular red reflector / roadway indicators No. 50.00

(c) One way hazard marker No. 12.00

5.08 Supplying and fixing over head sign boards including cost of frame/ supports/foundation etc, and high intensity grade retro reflective sign board of height2.10m and length equal to length of frame made of 2mm thick aluminum sheetduly framed at the back of board capable of with standing wind load applicable inthe region, complete as per drawing and as directed by Engineer and TechnicalSpecification Clause 802. Portal mounted. ( 12.0 to 14.0 m span )

No. 2.00

5.09 Providing and erecting single faced W-Beam metal crash barrier , complete asper drawing and Technical Specification Clause 810

Lm 800.00

Total

Quantity Amount(Rs.)

Unit Rate (Rs.)

ROAD APPURTENANCES AND WAYSIDE AMENITIES

ItemNo. Description

Bill No. : 5

Unit

Page 6 of 27

Page 211: Volume i Nhai

Project : Construction of Toll Lanes & Plaza in Jaipur Bypass at Km 13 ( Zero at Haramara )BILL OF QUANTITIES

In Figure In Words 6.01 Earth work in excavation for all types of soils for road side drains / retaining walls

etc. to the required line and grade complete as per drawing or as directed by theEngineer as per Technical Specification Clause 309.

Cum 3,000.00

6.02 Providing Plain Cement Concrete M10 grade in the foundation of drains includingcost of all materials, labour, mixing, transportation, placing, vibration, curing etc.complete as per drawing and Technical Specification Section1500,1700,2100,and 2200.

Cum 325.00

6.03 Providing and laying RCC M20 in drains and retaining walls as shown in thedrawings, Technical Specification Section 1700 and as directed by the Engineer. Cum 1,000.00

6.04 Supply and fixing of pre-cast slab M-20 concrete including the cost of all material,labour transportation etc. excluding reinforcement complete as per drawing andTechnical Specification Section 1700.

Cum 150.00

6.05 Supplying and fixing of cast iron grating of size 400 mm x 125 mm in covereddrain and for entry of water at junction as per drawing and TechnicalSpecification Clause 309.

Nos. 100.00

6.06 Providing and fixing in position HYSD reinforcement complete as per drawingand Technical Specification Section 1600. MT 100.00

6.07 Providing and Fixing 300mm dia NP4 RCC pipe as per technical specificationsclause 309 & as directed by Engineer. RM 80.00

6.08 Providing and Fixing 150mm dia NP2 RCC pipe as per technical specificationsclause 309 & as directed by Engineer. RM 120.00

6.09 Stone Pitching in slopes , apron and flooring complete as drawing and TechnicalSpecification Section 2504 Cum 1,100.00

6.10 Providing and laying graded stone aggregate filter material underneath pitchingon slopes complete as per drawing and technical specification clause 2504. Cum 550.00

6.11 Random Rubble Stone masonry work in cement mortar 1:4 including stagingupto 3 m and pillar masonry complete as per drawing, Technical Specification(Section 1400) and as directed by Engineer.

Cum 2,500.00

6.12 Providing and laying RCC/ PCC M15 in chute drains, etc. as shown in thedrawings, Technical Specification Section 1700 and as directed by the Engineer. Cum 550.00

Total

Description Unit Quantity Unit Rate (Rs.) Amount(Rs.)

ItemNo.

Bill No. : 6DRAINAGE AND PROTECTIVE WORKS

Page 7 of 27

Page 212: Volume i Nhai

Project : Construction of Toll Lanes & Plaza in Jaipur Bypass at Km 13 ( Zero at Haramara )BILL OF QUANTITIES

In Figure In Words 7.01 Providing and laying M-20 grade cast in situ Plain cement concrete/ RCC Kerbs

L-type and foundation in M-15 concrete and other barrier type kerbs, of size andshape shown in the drawings for islands and median excluding cost ofreinforcements if any, complete as per Technical Specification Clause 408.

a) L- Type for flexible Pavement Lm 1,100.00

b) Kerb at Section A-A ( Semi Raised Barrier ) Lm 100.00

c) Kerb at Section B-B ( New Jersey Barrier ) Lm 100.00

c)Kerb at Section C-C ( New Jersey Barrier ) Lm 100.00 7.02 Supplying and fixing of Galvanized Barbed wire fencing comprising of 9

horizontal lines and two diagonal for boundary purposes along with MS- L iron(50x50x6) embedded in M15 concrete block at every 2 m interval c/c complete asshown in the drawings, Technical Specification referring to IS:278-1978 and asdirected by the Engineer.

Lm 100.00

7.03 Brick masonry work in cement mortar 1:4 including staging upto 3 m and pillarmasonry complete as per drawing, Technical Specification (Section 1300) and asdirected by Engineer.

Cum 50.00

7.04 40mm thick DPC provided and laying over foundation of brick masonry includingfinishing complete as per drawings and Technical specification. Sqm 270.00

7.05 Providing 20mm thick plastering with cement mortar (1 cement : 4 sand),complete as per Technical Specification and as directed by Engineer. Sqm 650.00

7.06 Providing M-15 grade Structural Cement Concrete / PCC for booth floor level andIsland portion with skin reinforcement (excluding the cost of reinforcement)complete as per drawing and Technical Specification Clause 309 & Section1700.

Cum 165.00

7.07 Providing and fixing new GI 100 mm dia pipe (B-Class) Guard rail and support inToll islands as per drawing and as directed by the Engineer including labour,material, painting with yellow anticorrosive paint of approved brand andmanufacture, all complete.

Lm 500.00

Total

ItemNo.

MISCELLANEOUS ITEMS

Amount(Rs.) Quantity

Bill No. : 7

Description Unit Rate (Rs.) Unit

Page 8 of 27

Page 213: Volume i Nhai

Project : Construction of Toll Lanes & Plaza in Jaipur Bypass at Km 13 ( Zero at Haramara )BILL OF QUANTITIES

In Figure In Words

7.08 Providing and fixing 150 mm dia PVC (IS:4958 mark) 6Kg/cm2 pipe at inlets ofcatchpits of lined surface as shown in the drawings and as directed by theEngineer.

Lm 1,040.00

7.09 Laying of 60 mm thick CC Interlocking pavers blocks flooring laid (over 40 mmthk bedding coarse sand) integral at top level of booth island finish as perdrawings and Technical specification and directions of engineer incharge. Sqm 300.00

7.10 Providing and maintaining vehicle for the employer, Ambassador A/C orequivalent as per specification clause124

Vehicle-month 5.00

7.11 Providing mobile phone for the employer as per specification clause 123 No. 2.00

7.12 Operation and maintenance of mobile phone for the employer as perspecification clause 123. Months 10.00

7.13 Construction of Manhole in all types of soil inner size 600 x 600 MM with 230 mmthick Brick masonry in CM 1:4, 150 mm. thick cement concrete 1:3:6 infoundation, 20mm thick inside plaster in CM 1:4, finished with floating neatcement, 100mm thick M-15 grade C.C flooring, making channels, and fixingheavy duty CI cover (Hinged at one end) earthwork etc. complete as per designincluding disposal of surplus earth within 50 mtr. lead. For depth 1.0 to 1.50M

Nos. 11

7.14 Supply and fixing of MS manhole covers of heavy duty size of 600 x 600provided at central portion of islands for cable duct complete as per TechnicalSpecification.

Each 11.00

7.15 Painting of Kerbs with Higloss synthetic enamel paint. Sqm 330.00

Total

Amount(Rs.)Unit Quantity

Bill No. : 7MISCELLANEOUS ITEMS

ItemNo. Description

Unit Rate (Rs.)

Page 9 of 27

Page 214: Volume i Nhai

Project : Construction of Toll Lanes & Plaza in Jaipur Bypass at Km 13 ( Zero at Haramara )BILL OF QUANTITIES

In Figure In Words

8.01 Providing and fixing space frame structures as per IS 875 including cost of allmaterials, labour, transportation, accessories(ball support,bolts, cones,balls SSpins etc.), incidentals, painting with synthetic enamel paint of approved shadecomplete (the members of space frame shall be made out of MS tubesconfirming to IS 1239) as per drawings and as directed by the engineer incharge.Solid spherical nodes connecting to nodal points.

Sqm. 925

8.02 Providing and laying of purlins to set the GI colour coated sheet at suitedinterval and shall be painted with synthetic enamel paint including cost of allmaterials, labour, transportation, accessories (pipes for stool post, bolts, cones,top plate etc.) complete with also providing frame work for gutter as per drawingand as directed by the engineer incharge.

Sqm. 1000

8.03 Providing and fixing M.S. Pipe column of 250 mm dia (nominal Bore) heavyclass including cutting, hoisting, welding erection in position, and painting withsynthetic enamel paint complete etc. including stiffener & base plate, anchorbolts and as per drawings and as directed by the engineer incharge

Kgs. 2100

8.04 Providing & fixing 1.0 mm thick (TCT) galvanized precoated trapezoidal roofingprofiled sheet with high durable polyester coated (HDP) which is ultraviolet raysresistance and weather resistance of approved make including cost of allmaterial. labour, transportation, accessories incidentals etc. complete as perdrawings and directions of engineer in charge.

Sqm. 1000

8.05 Providing, fixing, and painting gutter of 1.45 mtr. made of GI sheet 2.0 mm thick,fixed with GI "J" hooks, bolts including necessary brackets and fixing to mainstructure complete as per drawing and directions of engineer in charge. Rmt. 70

8.06 Providing, fixing 100 mm dia rigid PVC pipe (class II-4 Kg/cm2 ) for rain waterpipe including all accessories like bend, shoe etc. as per drawings and thedirections of the engineer incharge

Rmt. 100

8.07 Construction of foundation for columns for space frame structure includingexcavation, backfilling, R/F, cement concrete complete work from bottom offoundation to top of pedestal as per drawings and the directions of the engineerincharge.

No. 10

Total

Description Unit Unit Rate (Rs.) Amount

(Rs.)ItemNo.

Bill No. : 8 DESIGN, FABRICATION & INSTALLATION OF SPACE FRAME

Quantity

Page 10 of 27

Page 215: Volume i Nhai

Project : Construction of Toll Lanes & Plaza in Jaipur Bypass at Km 13 ( Zero at Haramara )BILL OF QUANTITIES

In Figure In Words MAIN DISTRIBUTION PANEL METER BOARDS AND DISTRIBUTION BOARDS

9.01 Supplying fixing, testing and commissioning of MV cubical type having followingincoming and outgoing MCCB and MCBs complete as required.A) Main Distribution PanelMain Distribution Panel with a composite control scheme which on failure ofRSEB supply should automatically turn on 100 KVA DG set & all electricalinstallations ( Subject ot DG Set capacity). In case of failure of 100 KVA DG Setthis scheme should automatically turn on 40 KVA DG Set and should be able tosupply power to all emergency electrical installations like computers, fans, lights,2 Nos High Masts and toll booth installations (without ACs).

Set 1.00

S.I.T.C. of following TPN main Distribution panel 415V. Wall/pedestal mountedmade by 14/16 swg. M.S. sheet with earth bar, detachable gland plate includingpaintingIncomer :- 250A. TPN SFU 2 No.Bus bar :- 300A copper A meter, V meter, with selector switch including lamp set RYBChange over switch:- 200 Amp. 4 P 1 No.Out going :- 63/100 A. TPN MCCB 2 No. 32/50 A. 4P MCCB 3 No. 40 A. 4P MCB 3 No. 32 A. 4P MCB 2 No. 32 A. 4P MCB 2 No.

Total

Bill No. : 9ELECTRICAL WORKS OF TOLL PLAZA

ItemNo. Description Unit

Unit Rate (Rs.) Quantity Amount

(Rs.)

Page 11 of 27

Page 216: Volume i Nhai

Project : Construction of Toll Lanes & Plaza in Jaipur Bypass at Km 13 ( Zero at Haramara )BILL OF QUANTITIES

In Figure In Words 9.01 B) Feeder pillar (EXT. LIGHTING)

S.I.T.C. of 415V. Totally enclosed pedestal standing dust, vermin proof out doortype feeder pillar made out of 14 SWG M.S. sheet complete with bus bar, dangernotice board, volt meter, Amp. Meter with selector switch, indicating lampsoutgoing connector

Set 3.00

INCOMERS:-1) 63/100 Amp. 415 volt TPN MCCB 1 No.2) A meter, V. Meter with selector switch 1 No.3) 100 Amp. Copper bus bar TPN 1 Set.4) 40 Amp. TPN MCB 4 Nos.5) 32 Amp. TPN MCB 2 Nos.6) 6/20 Amp. DP MCB 4 Nos.7) Digital Time Switch 24 Hour 1 No.8) 70 Amp. Connector 1 No.9) Bypass toggle switch 1 No.C) UPS PanelS.I.T.C. of following TPN sheet steel double door MCB Distribution boardsuitable 230/415V on recess/surface complete with tined copper bus bar, N.L.,earth bar, din bar detachable gland plate, Inter connection Including painting etc.as required.

Set 1.00

Incomers:- 32 Amp. TPN MCB 1 No.Out going:-1) 16 Amp. SPN MCB 18 No.2) Ammetre, voltmetre and selector switch Indicating Lamp 3 Nos. with controlfuse, bypass toggle switch.

Total

Bill No. : 9

ELECTRICAL WORKS OF TOLL PLAZA (Contd . . . )Amount

(Rs.)ItemNo. Description Unit Quantity Unit Rate (Rs.)

Page 12 of 27

Page 217: Volume i Nhai

Project : Construction of Toll Lanes & Plaza in Jaipur Bypass at Km 13 ( Zero at Haramara )BILL OF QUANTITIES

In Figure In Words 9.02 Supply of main plaza feeder pillar including the cost of 63/100A TPN MCCB

(DPX E 125 - 25KA), Ammeter, Volt Meter, Selector switch, 100A copper busbar, 2 Nos. 16 to 32A TPN MCB, 4 Nos. 6 to 20A DP MCB, Hard ware &painting, Fabrication, Connection wire, lugs etc. and handling, erection,connecting & testing, termination & foundation, commissioning etc. complete inall respects as per the directions of Engineer.

Set 1.00

9.03 Supply & fixing of MCBs in sheet enclosure including din rail, handling, erection,connection, termination and commissioning etc. complete as per the directions ofEngineer.A) 32 Amp. Set 3.00

9.04 Providing, fixing, testing, commissioning of surface/recess mounting sheet steeldistribution boards constructed or 16 gauge sheet and finished with stoveenameled paint and comprising of suitable rating copper busbar & neutral linscomplete in all respect including repairs etc. as required as per the directions ofA) 4 Way TPN (Panel Room) Set 1.00 B) 4 Way SPN ( Plaza Lighting) Set 8.00

9.05 Wiring for light/fan point with 1.5 sqmm PVC insulated copper conductor cable ofappproved make in approved make PVC casing/piping capping, including cost ofround block, switch board complete, switch with accessories & makingconnections complete in all respect.A) Short Point (upto 3 mtr.) P.Point 36.00 B) Medium point (upto 6 mtr.) P.Point 36.00

Total

Description Unit Unit Rate (Rs.) Amount(Rs.)

Bill No. : 9ELECTRICAL WORKS OF TOLL PLAZA (Contd . . . )

ItemNo. Quantity

POINT WIRING

Page 13 of 27

Page 218: Volume i Nhai

Project : Construction of Toll Lanes & Plaza in Jaipur Bypass at Km 13 ( Zero at Haramara )BILL OF QUANTITIES

In Figure In Words

9.06 Wiring for 3 pin 5 amp. plug point with 1.5 sqmm PVC insulated copperconductor cable of appproved make in approved make PVC casing/pipingcapping, including cost of round block, switch board complete, switch withaccessories & making connections complete in all respect.A) Short Point (upto 3 mtr.) P.Point 12.00 B) On board P.Point 12.00

9.07 Wiring for call bell point with 1.5 sqmm PVC insulated copper conductor cable ofappproved make in approved make PVC casing/piping capping, including cost ofbell push, 2 pin socket and plug board for call bell/buzzer with accessories &making connections complete in all respect.A) Short Point (upto 3 mtr.) P.Point 6.00 B) Long point (upto 6 mtr.)

P.Point 6.00

9.08 Wiring for 3 pin 15 amp. power plug point with 4.0 sqmm PVC insulated copperconductor cable of appproved make in approved make PVC casing/pipingcapping, alongwith copper bare conductor of 2.24 mm dia including cost of plugboard, 15 Amp. switch and socket, earthing third pin and accessories & makingconnections complete in all respect.

A) Short Point (upto 3 mtr.) P.Point 24.00 B) Medium point (upto 6 mtr.) P.Point 12.00

9.09 A) Supply and fixing of 20 Amp DP MCB with industrial type socket. Set 1.00 B) Supply and fixing of 32 Amp TPN industrial type socket with isolator 40 Amp. Set 1.00 C) Supply and fixing of UPS points comprising of 3 nos.5 Amp socket controlledby one no.16 Amp switch with indication light Set 12.00

9.10 Supply and fixing of ISI PVC conduit of approved make along with theiA) 20mm dia Rm 125.00

B) 25mm dia Rm 125.00 C) 32mm dia Rm 70.00

Total

Unit Rate (Rs.)

ELECTRICAL WORKS OF TOLL PLAZA (Contd . . . )

ItemNo. Description Unit Quantity Amount

(Rs.)

Bill No. : 9

Page 14 of 27

Page 219: Volume i Nhai

Project : Construction of Toll Lanes & Plaza in Jaipur Bypass at Km 13 ( Zero at Haramara )BILL OF QUANTITIES

In Figure In Words 9.11 Wiring for circuit/sub main wiring with following size of PVC insulated copper

conductor single core of approved make in PVC casing/conduit capping ofapproved make including laying of bare copper make including laying of barecopper conductor size 2.24 mm dia complete with making connections.

a) 2 x 1.5 sqmm P.mtr. 125.00 b) 2 x 2.5 sqmm P.mtr. 250.00 c) 2 x 4 sqmm P.mtr. 125.00 d) 2 x 6 sqmm P.mtr. 70.00

9.12 Supply and Laying of PVC insulated copper conductor cable of approved make inexisting PVC casing/ conduit capping including making connections complete inall respect. 1 x 6 sqmm P.mtr. 70.00

9.13 Providing erecting and commissioning of floor/ceiling junction PVC boxesA)150mm x 150mm x 50mm Set 7.00 B) 200mm x 200mm x 50mm Set 7.00 C) 300mm x 300mm x 50mm Set 4.00 D) 300mm x 450mm x 50mm Set 2.00

9.14 Supplying testing and commissioning of telephone knot distribution board 16 Pairincluding EPABX system 2 x24 of approved make Set 1.00

9.15 Supplying and laying of 0.61 mm diameter tinned copper conductor (ATC) PVCof approved make.A) 2 Pair Rm 50.00 B) 16 Pair Rm 100.00

9.16 Providing and fixing trim fluorescent tube light with copper wound choke & startermounted at the ends & covered with decorative type covers in brown finishcomplete with all accessories (with road) including connections etc. as required1x40/36 Watt

Each 12.00

9.17 Providing and fixing surface mounting energy saving mirror opties decorativecompact fluorescent lamp luminaire made of MS enamelled/powder coated white& complete with ballast, CFL holder and aluminiumanodized reflector with MSwhite louver suitable for twin lamps.2 x 11 watt including the cost of lamps.

Each 12.00

9.18 Supply and fixing of following incandescent light fixtureA) 1 x 60 watt outdoor bulkhead surface mounting light fixture with lamp. Each 12.00

Total

Unit Rate (Rs.) Quantity ItemNo. Description Amount

(Rs.)

Bill No. : 9ELECTRICAL WORKS OF TOLL PLAZA (Contd . . . )

Unit

Page 15 of 27

Page 220: Volume i Nhai

Project : Construction of Toll Lanes & Plaza in Jaipur Bypass at Km 13 ( Zero at Haramara )BILL OF QUANTITIES

In Figure In Words 9.19 P & F wall mounting/cabin fan of 400 mm sweep of approved make with the help

of studs and nuts etc. A) Wall mounting fan (oscillating) Each 10.00 B) Cabin fan (non-oscillating) Each 2.00

9.20 Providing and fixing of exhaust fan single phase 300mm (12") marked in theexisting opening with angle iron frame making good the damages, testingincluding making connection etc. as required900 RPM Heavy Duty Each 4.00

9.21 Supplying testing and commissioning of Rechargeable Emergency light 1 x 9WCFL Set 12.00

9.22 Supplying Installing testing and commissioning of prewired Medium bayasymmetrical luminaire with anodised aluminum wide beam reflector completewith all accessories 1 x SON 250 W

Set 30.00

9.23 Supply, laying testing of following size M.V. cable 1.1 KV grade PVC insulatedPVC sheathed Alu. Conductor armoured cable Including excavation of 30 cm x75 cm size trenches. As per IS 1255, 25cm thick under layer of sand IInd classesbrick covering, refilling earth in the remaining portion, making necessaryconnections including testing etc. as required of size.

A) 3½ x 240 sq. mm Rm 150.00 B) 3½ x 150 sq. mm Rm. 625.00 C) 4 x 35 sq. mm Rm 2,050.00 D) 4 x 25 sq. mm Rm 1,100.00 E) 4 x 16 sq. mm Rm 800.00 F) 4 x 10 sq. mm Rm 120.00 G) 2 x 6 sq. mm copper conductor Rm 1,250.00

9.24 Supplying installation effecting connection testing and commissioning cable andjoints with solder less crimping lugs single compression brass glands etc. asrequired with earthing of cable glandsA) 3½ x 240 sq. mm Set 8.00 B) 3½ x 150 sq. mm Set 4.00 C) 4 x 35 sq. mm Set 45.00 D) 4 x 25 sq. mm Set 35.00 E) 4 x 16 sq. mm Set 21.00 F) 4 x 10 sq. mm Set 4.00 G) 2 x 6 sq. mm copper conductor Set 66.00

Total

Unit Rate (Rs.) Unit Quantity Amount

(Rs.)ItemNo. Description

L T CABLES

Bill No. : 9ELECTRICAL WORKS OF TOLL PLAZA (Contd . . . )

Page 16 of 27

Page 221: Volume i Nhai

Project : Construction of Toll Lanes & Plaza in Jaipur Bypass at Km 13 ( Zero at Haramara )BILL OF QUANTITIES

In Figure In Words

9.25 Earthing with copper earth plate 600mm x 600 x 3mm thick including accessoriesembodying by digging 3 to 4 mtr. below the ground level and re-filling with 6 to 10alternate layers of salt charcoal and providing masonry enclosure with coverplate and watering pipe with funnel, cost of GI pipe etc. as per Complete asrequired.

Set 8.00

9.26 Earthing with G.I. earth plate 600 mm x 600 mm x 6mm thick includingaccessories embodying by digging 3 to 4 mtr. below the ground level and re-filling with 6 to 10 alternate layers of salt and charcoal and providing masonryenclosure with cover plate and watering pipe with funnel ., cost of GI pipe etc. asper complete as required.

Set 4.00

9.27 Supplying and laying earth conductor from electrode to source inground/floor/wall/on iron saddles etc. as required including making connectionsduly soldered or crimped.,A) 25mm x 3mm GI strip Kg 140.00 B) 6mm dia GI wire Kg 10.00 C) 4mm dia GI wire Kg 10.00 D) 25mm x 3mm Copper Strip Kg 35.00 E) 32mm x 6mm Copper Strip Kg 35.00

9.28 Supplying of non skid rubber mat 12mm thick and 900mm width Rm 7.00 9.29 Supplying of fire bucket painted red & approved quality (sets of 5 buckets) &

filling with sand Set 3.00

9.30 Supplying and fixing danger plate 440 volts written in two languages Each 3.00 9.31 Supplying and fixing carbondioxide fire extinguisher type 4.5 kg capacity of

approved make complete as per the directions of Engineer. Each 20.00

9.32 Supplying of first aid box as approved complete Each 5.00 9.33 Supplying and fixing of shock treatment chart Each 4.00

9.34 Providing and fixing of lightning arrestor with Trishul Spike etc. Set 4.00 9.35 Providing fixing & resetting fixing GI tap off 20 mm x 3mm for horizontal run Kg. 25.00

9.36 Providing fixing & resetting fixing GI tap off 20 mm x 3mm for vertical run Kg 50.00

9.37 Providing and fixing test point 25 x 3mm thick GI strip 4 Nos. Kg 1.00 9.38 Earthing with GI earth pipe of 4.5 mts.Long and 40mm dia class B Set 4.00

Total

Bill No. : 9

Unit Quantity Unit Rate (Rs.)

LIGHTING ARRESTOR

ItemNo. Description

ELECTRICAL WORKS OF TOLL PLAZA (Contd . . . )Amount

(Rs.)EARTHING & MISCELLANEOUS ITEMS

Page 17 of 27

Page 222: Volume i Nhai

Project : Construction of Toll Lanes & Plaza in Jaipur Bypass at Km 13 ( Zero at Haramara )BILL OF QUANTITIES

In Figure In Words

9.39 A) Supplying fixing testing and commissioning of water cooled DG Set with ratedcapacity of 100 KVA at 0.8 PF, 1500 RPM,4 stroke complete as per technicalspecifications A-11(2) and as per the directions of Engineer.

Set 1.00

B) Supplying fixing testing and commissioning of water cooled DG Set with ratedcapacity of 40 KVA at 0.8 PF, 1500 RPM,4 stroke complete as per technicalspecifications A-11(2) and as per the directions of Engineer.

Set 1.00

9.40 A) Supplying fixing testing commissioning of AMF panel for the 100 KVA DG set Set 1.00

B) Supplying fixing testing commissioning of AMF panel for the 40 KVA DG set Set 1.00

9.41 Supplying fixing testing commissioning 990 ltrs capacity 16 SWG MS steel tankwith angle iron frame, hardware, clamps, termination, foundation etc. completeas per the directions of Engineer.

Set 1.00

9.42 Supply erection and commissioning additional exhaust piping complete as perthe directions of Engineer. Job 1.00

9.43 Supplying fixing testing and commissioning of 25mm dia CMS pipe complete asper the directions of Engineer. Mts 15.00

9.44 Fabrication, Supply Installation, testing and commissioning of 25 Mtr. High mastcomplete as per technical specifications A-9. Set 4.00

9.45 Supplying and fixing of 2 x 400 watts metal halide lamps on the mast. Set 36.00 9.46 (A) Supply and erection of M.S. steel welded/swaged tubular pole on M.S. base

plate of size 400 mm x 400 mm x 6 mm incl. excavation of pit and filling the samewith C.C. of 1:3:6 from the bottom of pole and upto 300 mm above the groundlevel with the help of steel frame in 400 mm dia around the pole incl. painting withred oxide primer and aluminium paint in two coats complete in all respect.Thepole shall conform to the following specifications ; Overall length 9.0 metre (top2.0 M x 76.1 mm outer dia x 3.25 mm thickness, middle 2.0 M x 88.9 mm outerdia x 3.25 mm thickness, bottom 5.0 M x114.3 mm outer dia x 3.65 mm thickness) with 2 nos. over hang 1.0 M long and made of 76.1 mm O.D. and 3.25 mmthickness and controlling fuse box for terminating 4 core cable upto 25 sqmmwith terminal plate and 2 nos. 6 amp MCB complete including painting overpoles, making surface well finished clean & smooth and applying one coat of redoxide primer then applying two coats of aluminium paint with brush etc. asrequired.

No. 68.00

Total

Unit Rate (Rs.) Amount(Rs.)

OUTDOOR LIGHTING

ItemNo. Description

Bill No. : 9ELECTRICAL WORKS OF TOLL PLAZA (Contd . . . )

Unit Quantity

DG SET

Page 18 of 27

Page 223: Volume i Nhai

Project : Construction of Toll Lanes & Plaza in Jaipur Bypass at Km 13 ( Zero at Haramara )BILL OF QUANTITIES

In Figure In Words

9.46 (B) Supply and fixing 40 mm G.I. cable entry pipe for Incoming and Outgoing perpole with pole clamp & Bending etc. complete. Mtr. 204.00

(C) Wiring inside pole for 2 Nos. fitting with 3 core 2.5 sq. mm copper Flexi. Wire. Mtr. 1,360.00

(D) Providing and fixing of street light luminair 1 x 50 watts confirming to IP 66 inposition suitable for sodium vapour lamp with integrated control gear comprisingheavy duty copper wound ballast, condenser, electronic ignitor and porcelainterminal block prewired with PVC wire in copper conductor on detachabaletray.The canopy is to be covered with clear acrylic cover adequately gasketedand clamped rigidly with togglrs, nickel plated chrome reflectors in one place diecast body including testing and making connections etc. as required with P/Fhigh pressure sodium vapour lamps 250 watts.

Nos. 136.00

9.47 Supply and fixing LED blinkers/signals at toll plaza canopy in each traffic lanewith red & green indicator etc. complete including all accessories/assembly asper the directions of Engineer.

Nos 10.00

9.48 Supply and fixing 10A SP (MCB) for distribution board. Nos 509.49 Supply and fixing 32A TPN MCB for disribution board. Nos 79.50 Supplying and laying of 40mm Dia. HDPE duct complete including all

accessories. LM 450.00

9.51 Supplying, laying and jointing of 100mm Dia. HDPE duct of approvedquality/make complete including all accessories. LM 60.00

9.52 Construction of Manhole in all types of soil inner size 750 x 600mm with 100mmthick RCC walls/foundation in M15 grade concrete 100mm thick cement concrete1:3:6 in leveling course and fixing CI cover at the top hinged at one end

No. 70.00

9.53 Liaison charges for power connection, approval etc. with power supply companyand electrical inspectorate. Full fees for the same will be paid by NHAI onsubmission of receipt. Job. 1.00

Total

Amount(Rs.)

Bill No. : 9ELECTRICAL WORKS OF TOLL PLAZA (Contd . . . )

Unit Rate (Rs.) ItemNo. Description Unit Quantity

MISCELLANEOUS

Page 19 of 27

Page 224: Volume i Nhai

Project : Construction of Toll Lanes & Plaza in Jaipur Bypass at Km 13 ( Zero at Haramara )BILL OF QUANTITIES

In Figure In Words 10.01 Construction and installation of Single Booth for collection of Toll including one

no. air conditioner of 0.75 ton capacity of Carrier/ Hitachi/ LG/ General make orequivalent.

Nos. 8.00

10.02 Construction and installation of Double Booth for collection of Toll including oneno. air conditioner of 1.5 ton capacity of Carrier/ Hitachi/ LG/ General make orequivalent. Nos. 1.00

10.03 Construction of Generator room complete as per technical specifications A- 10and as per drawings and the directions of the engineer incharge. Sqm 75.00

10.04 Providing, installing and commissioning of water cooler of Blue star SDIx 2-40 orequivalent make of storage capacity 40 lit. and nominal cooling capacity of 40 litper hour (approximate size 450 X 450 X 1235 mm) as per drawing and fixingwater purifier of 'Aqua guard classic' or equivalent make.

Nos. 1.00

10.05 Providing, fixing mortised boom barriers length varies 4.2m to 6.5 m and openingtime 3 second with rectangular boom, foundation plate, and structure made ofsteel finished with scratch proof epoxy powder, orange Ral 2000. Aluminumbeam, mounting plate, mounting accessories, key operated release system, formanual maneuvers, 1 push button and multi function complete in all respects asdirected by Engineer in charge.a) Motorized Checks barriers push button type Mechanical operated boom length3.5m to 4.5m as per drawing. Nos. 8.00

b) Motorized Checks barriers push button type Mechanical operated boom length5.5m to 6.5m as per drawing. Nos. 2.00

Total

Bill No. : 10

UnitItemNo. Description

TOLL BOOTHS, GENERATOR ROOM and ADMINISTRATION BLOCK

Amount(Rs.) Quantity

Unit Rate (Rs.)

Page 20 of 27

Page 225: Volume i Nhai

Project : Construction of Toll Lanes & Plaza in Jaipur Bypass at Km 13 ( Zero at Haramara )BILL OF QUANTITIES

In Figure In Words 10.06 Supply and installation of administrative toll block (4.88m x 17.08m main block +

1.52m x 17.08m varanda) with wall panels of Overall thickness of 45 mm madeof 2 Nos. of 10 mm thick cement bonded particle boards with 25mm gap inbetween the panels to be filled with 25 mm thick expanded polystyrene corehaving bulk density of 16 kg/Cum and roof penls made out of 6mm thickexpanded polystyrene core with GI corrugated sheet 0.63 mm thick over top,false ceiling with 12.50mm thick Gypsum board complete in all respect, etc withall necessary partition, toilet blocks, flooring, doors, windows, sanitary, watersupply, electrical works/fittings etc. of class I quality compIete includingfoundation work as per drawing and as per the directions of the engineer incharge. The building shall be made completely functional in all respects includingfixing of fans, tubelights, connection to water source & electrical distributionboard etc. (but excluding Airconditioners) .

Nos. 1.00

The electrical installations would include 14 No.- 15 A points, 25 Nos. -5A points,25 No. liht points, all wiring including wiring for air conditioners, switch boards,switches, holders, switches, holders, 8 No. ceiling fans with electronic regulators13 No. tube lights of 36/40 watts main distribution board with MCB's of suitablesizes etc complete in all respects. The supply cable from main panel board willbe paid extra.

The sanitary installations would include one No. European type white glazedW.C. pan, one No. water closet ( wall mounting) or extended, seat cover, 2 Nos.urinals (456 x 355 x 265mm ), one No. wash basin (510 x 400 mm ) with C.P.brass bottle trap 40mm , soap tray, napkin holder, connection to existing septictank, chambers of required size, one No. beveled edges mirror (Atul orequivalent ) size 600 x 450 x 4mm thick with 6mm thick asbestos cement sheetand frame etc. complete in all respects.The plinth level of the building shall be 600mm above the road level of outer mostlane and all earthwork filling / cutting for building shall be included in this item.The earthwork around the building shall be paid extra.

Total 0

Amount(Rs.)Description Unit Quantity

Bill No. : 10TOLL BOOTHS, GENERATOR ROOM and ADMINISTRATION BLOCK

ItemNo.

Unit Rate (Rs.)

Page 21 of 27

Page 226: Volume i Nhai

Project : Construction of Toll Lanes & Plaza in Jaipur Bypass at Km 13 ( Zero at Haramara )BILL OF QUANTITIES

In Figure In Words

11.01 Providing Computer Chairs of Godrej make PCH-4103/I or equivalent. Nos. 17.00

11.02 Providing simple, rectangular shaped, opened from both end multi floor NetworkRacks of size 72" x 36" x 15" having 4 Nos. floor @ of equal distance of makeGodrej or equivalent.

Nos. 2.00

11.03 Providing steel almirah of size 1270x765x440 mm for the server room makeGodrej storewel mirror with locker & one shelf or equivalent. Nos. 2.00

11.04 Providing Work Tables of size 1365x680x750 mm of Godrej make T-102 orequivalent. Nos. 5.00

11.05 Providing Work Tables of size 1200x600 mm for operators at toll booth with onedrawer and to accommodate the PC and Printer of Godrej make Companion C2or equivalent.

Nos. 13.00

11.06 Providing PVC chairs with arms to Administrative block (ISI make) Nos. 10.00

11.07 Providing work Table of size 1825x900x735 mm of Godrej make WT-718 orequivalent plus computer table of Godrej make Companion C-1 or equivalent. Nos. 2.00

11.08 Providing work chair of Godrej make PCH 5001 T or equivalent.Nos. 2.00

11.09 Providing visitor-chair of Godrej make PCH-2003 or equivalent.Nos. 6.00

11.10 Providing "Safe" for keeping cash of Godrej make Defender 61 single door orequivalent. Nos. 1.00

Total

Bill No. : 11

FURNITURE

ItemNo. Description Unit Quantity

Unit Rate (Rs.) Amount(Rs.)

Page 22 of 27

Page 227: Volume i Nhai

Project : Construction of Toll Lanes & Plaza in Jaipur Bypass at Km 13 ( Zero at Haramara )BILL OF QUANTITIES

In Figure In Words

12.01 a) Construction of tube-well upto 100 Meter depth and above in all type of rocksby DTH system and over burden, to accommodate casing pipe of 150 mm dianominal bore in all types of soils and over-burden including lowering of casingpipes, but excluding cost of casing pipes as per IS:2800 (Part-I & II) 1979specifications. The work would be completed after obtaining sand free water. Thetube-well should have a throughout bore as per nominal dia of casing pipe

Rmt. 100.00

b) 100.0 M to 150.0 M Rmt. 50.00 12.02 Supply of ERW M.S. black casing pipe ISI marked (IS:42270/1992) of grade Fe

410 of following size at site of work.150mm dia Nominal bore, Outside dia 168.3mm, thickness of pipe 5mm Rmt. 10.00

12.03 Supply & and installation of submersible pump set ISI marked of approved makeCrompton Greaves/Kriloskar or equivalent and suitable capacity 7.5HP. The jobincludes screwing and welding of flanges on G.I. riser pipes including cost ofpipes and fittings, installation of complete fitting & accessories with riser pipes,jointing, electrical cables, connections, starter, etc. Testing the submersiblepump sets and supply of water to water storage tank mains, complete in allrespects.

Job 1.00

12.04 Water pumping arrangement from underground water tank to overhead tank ofAdministrative Block and Generator room building with 1HP mono block pump(Crompton Greeves or equivalent) along with its accessories complete asdirected by engineer.

Set 1.00

Total

Amount(Rs.)

ItemNo. Description Unit Quantity

BORE WELL

Bill No. : 12

Unit Rate (Rs.)

Page 23 of 27

Page 228: Volume i Nhai

Bill No. Description Total Cost in Rupees

1 Site Clearance and DismantlingPage No. : 1

Sub Total2 Earthworks

Page No. : 2Sub Total

3 Granular Base Course and Sub-basePage No. : 3

Sub Total4 Bituminous Works

Page No. : 4Sub Total

5 Road Appurtenances and wayside amemitiesPage No. : 5Page No. : 6

Sub Total6 Drainage and Protective Works

Page No. : 7Sub Total

7 Miscellaneous ItemsPage No. : 8Page No. : 9

Sub Total8 Space Frame

Page No. : 10Sub Total

9 Electrical works Page No. : 11Page No. : 12Page No. : 13Page No. : 14Page No. : 15Page No. : 16Page No. : 17Page No. : 18Page No. : 19

Sub Total10 Toll Booths & Generator Room

Page No. : 20Page No. : 21

Sub Total11 Furniture

Page No. : 24Sub Total

12 Bore WellPage No. : 25

Sub Total

Signature of Contractor Project DirectorPIU-Jaipur, NHAI

PAGE COLLECTION

Project :Construction of Toll Lanes & Plaza at Km.13/0, village Daulatpura (Km.0/0 at Harmara) of Jaipur Bypass connecting Km.220 (Chandwaji) & Km.273/500 (Heerapura) of NH-8 in the State of Rajasthan

Page 229: Volume i Nhai

Bill No. Description Total Bid Price (Rupees in Figures and Words)

1 Site Clearance and Dismantling -

2 Earthworks -

3 Granular Base Course and Sub-base -

4 Bituminous Works -

5 Road Appurtenances and wayside amemities -

6 Drainage and Protective Works -

7 Miscellaneous Items -

8 Space Frame -

9 Electrical Works -

10 Toll Booths & Genarator Room -

11 Furniture -

12 Bore Well -

-

Total Bid Price (in Word) :

Rupees :

Project DirectorSignature of Contractor PIU-Jaipur, NHAI

SUMMARY OF COST

Total Bid Price

Project :Construction of Toll Lanes & Plaza at Km.13/0, village Daulatpura (Km.0/0 at Harmara) of Jaipur Bypass connecting Km.220 (Chandwaji) & Km.273/500 (Heerapura) of NH-8 in the State of

Rajasthan

Page 230: Volume i Nhai

Bill No. Description Total Cost in Rupees

1 Site Clearance and Dismantling -

2 Earthworks -

3 Granular Base Course and Sub-base -

4 Bituminous Works -

5 Road Appurtenances and wayside amemities -

6 Drainage and Protective Works -

7 Miscellaneous Items -

8 Space Frame -

9 Electrical Works -

10 Toll Booths & Genarator Room -

11 Computer System #REF!

12 Furniture -

13 Bore Well -

#REF!

14 Contingencies @ 3% #REF!

Total (1 to 14) #REF!

15 Work changed Establishment @ 1.5 % . #REF!

16 Quality Control @ 1 % #REF!

Total (1 to 16) #REF!

17 Supervision Charges @ 5 % of item 1-12 #REF!

Total (1 to 17) #REF!

ABSTRACT OF COST

Total Cost

Project : Construction of Toll Lanes & Plaza in Jaipur Bypass at Km 13 ( Zero at Haramara )

Page 231: Volume i Nhai