You are on page 1of 168

CA NO.

CE (P)RTNL/03/2020-21

BORDER ROAD ORGANISATION


(Ministry of Defence)
Government of India

NAME OF WORK: SLOPE STABILIZATION AND AVALANCHE


PROTECTION AT KM 14.700 ON APPROACH ROAD TO SOUTH
PORTAL (ARSP) UNDER PROJECT ROHTANG TUNNEL IN
HIMACHAL PRADESH
CA No. CE (P) RTNL/03/2020-21

REQUEST FOR PROPOSAL


(RFP)

June 2020

BORDER ROADS ORGANISATION


PROJECT ROHTANG TUNNEL
VILLAGE SOLANG VALLEY
MANALI HIMACHAL PRADESH - 175103

Signature of contractor For Accepting Officer


CA No. CE (P) RTNL/03/2020-21

BORDER ROADS ORGANISATION


Ministry of Defence, Govt. of India

CA No. CE (P) RTNL/03/2020-21


CHIEF ENGINEER PROJECT ROHTANG TUNNEL

NAME OF WORK: SLOPE STABILIZATION AND AVALANCHE PROTECTION AT KM


14.700 ON APPROACH ROAD TO SOUTH PORTAL (ARSP) UNDER PROJECT
ROHTANG TUNNEL
INDEX

Srl No CONTENTS PAGE NO


From TO
(A) PART I (UNPRICED/TECHNICAL BID)
1. Contents Sheets 01
2. Tender forwarding letter including eligibility criteria, list &format of
qualification documents and instruction to tenderers.
3. Notice of tender IAFA-2162
4. General Conditions of Contract IAFW-2249 (1989 Print) including
errata and amendments*
5. Special Conditions of contract
6. Particular / technical specifications
7. Integrity Pact
(B)
8. Total number of pages for (Q-Bid), available separately including
Schedule ‘A’ notes, Schedule A, B, C& D and tender pages
9. BOQ Excels sheet
(C) OTHERDOCUMENTS FORMING PART OF CONTRACT
AGREEMENT
10. Errata / Amendments to tender documents
11. Relevant correspondence
12. Acceptance letter
Total No of pages
Reference Drawings - 05 (Five) Sheets
Total - Sheets 167

Note
*These documents can also be seen in the office of the CE Project Rohtang Tunnel
Border Roads, C/O 56 APO, during working Hours.

Signature of Contractor Director/ SW


For Accepting Officer
CA No. CE (P) RTNL/03/2020-21

Fax : 01902-256075 Regd Post/Sds


Tele : 01902-256618 & 256067 Headquarters
Email: bro-rtg@nic.in,www.gref.nic.in Chief Engineer
http://www.bro.nic.in Project Rohtang Tunnel
C/o 56 APO

80035/Slope Protection/ /E8 June 2020

M/s………………………………...
……………………………………..
……………………………………..
……………………………………..

NAME OF WORK: SLOPE STABILIZATION AND AVALANCHE PROTECTION AT KM 14.700


ON APPROACH ROAD TO SOUTH PORTAL (ARSP) UNDER PROJECT ROHTANG TUNNEL

Dear Sir (s),

1. A set of tender documents for the above work is forwarded herewith. Please note that tender
will be received through on line only by the Chief Engineer (P) Rohtang Tunnel, C/o 56 APO
up to 1500 Hrs on 24th of July 2020. ‘T’-bid will be opened as per date / time as mentioned in the
tender critical date sheet. After online opening of T-Bid the results of their qualification as well Q-Bid
opening will be intimated later.

2. Tenderers or their duly authorized representative who have submitted their tenders and who
wish to be present at the time of opening of tenders may visit the office of Chief Engineer (P)
Rohtang Tunnel, C/o 56 APO at the above-mentioned time. However, they can view online tender
opening process at their premises.

3. Tender documents may also be downloaded from Central Public Procurement Portal (CPPP)
website https://eprocure.gov.in/eprocure/app. Scanned copies of all the documents, duly
authenticated, as per requirement of tender conditions be uploaded with the online submitted bid.
The hard copy original instruments in respect of Earnest Money, integrity pact duly singed on each
page by the bidder(s) and under taking given at page No____ of tender must be delivered to The
Chief Engineer Project within 05 days from the bid submission end date. If scanned copy of earnest
money and integrity pact is not uploaded along with the T-bid, same shall be rejected by the
accepting officer. Scanned and original copies should be same and no difference is acceptable.

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

Part-I (‘Technical Bid’- ‘T’ Bid)


Part-II (‘Price / Commercial’- ‘Q’ Bid)

Signature of Contractor Director/ SW


For Accepting Officer
CA No. CE (P) RTNL/03/2020-21

4. Part-I Technical Bid- ‘T’ -Bid

4.1 (a) The tender to be submitted (online) by the bidder will be comprised of the following
documents: -
(i) BLANK.
(ii) Scanned copy of earnest money deposit by un-enlisted contractor and enlisted
contractors who have not submitted standing security deposit.
(iii) Scanned and signed copy of all the eligibility /qualification documents required as per
tender conditions given at page No. to page No. of tender documents along with
Material Technical Performance Requirements and Experience of key construction activities
as given in particular specifications.
(iv) Scanned and signed copy of Integrity Pact.
(v) Scanned and signed copy of under taking by tenderer given at Serial Page No.____
of tender.
(b) Following documents will be deemed to be part of the contract during the time of
acceptance of contract: -

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


(ii) Notice Inviting Tender.
(iii) Special conditions of Contract.
(iv) Particular/Technical Specifications including Drawings, if any.
(v) Any other Amendment/errata to tender documents

4.2 Technical Evaluation Criteria

5.2.1 If contractor is not enlisted with BRO or enlisted with BRO but has not submitted
Standing Security Deposit, he should have submitted Earnest Money.

5.2.2 All the pages of T-bid should have been signed by the bidder / authorized rep having
valid Power of Attorney.

6. Eligibility Criteria: - Tenderers shall meet the following eligibility criteria for qualifying in
Technical bid.

(a) The tenderer should have working capital and /or credit facilities of at least 10% of the
estimated cost of the work (Applicable only for non-enlisted Contractors)

6.1 Experience:-
Tenderers should have successfully completed or substantially completed with any Govt
agencies/PSU/Municipal Corporation/local Govt. bodies/BRO
Three similar works costing not less than the amount equal to 40% of estimated cost of
work or two similar works costing not less than the amount equal to 50% of estimated cost of
work or one similar work costing not less than the amount to equal to 80% of estimated cost
of work in last seven & current financial years.

Signature of Contractor Director/ SW


For Accepting Officer
A.2 Experience: -

S/No. Experience Criteria Documents to be submitted by the


tenderers to prove eligibility: -
1. Tenderers should have successfully List of work completed / substantially
completed or substantially completed completed in the last seven years and
three similar works costing not less current financial years and ongoing works
than the amount equal to 40% of in the following format: -
estimated cost of work i.e. 3500.00
Lakhs (a) Name of Works & CA No.
(b) Brief scope of work
Or (c) Name and address of employer /clients
(d) Accepted contract amount
Two similar works costing not less than (e) Date of commencement of work
the amount equal to 50% of estimated (f) Original date of completion
cost of work i.e. 4375.00 Lakhs (g) Extended date of completion
(h) Actual date of completion / Present
progress
Or
(j) Cost of completed work
(k) Remarks explaining reasons of delay if
One similar work costing not less than any
the amount equal to 80% of estimated
cost of work i.e. 7000.00 Lakhs in last Note: - Work providing eligibility criteria of
seven & current financial years. These experience shall be highlighted and
similar works should have been performance certificate from client in
respect of the work completed shall be
successfully completed by the firm /
submitted from officer not below the rank
company. of Executive Engineer of the concerned
department.(Certificate from the officer not
below the rank of executive engineer of
the respective Government organization
for whom the work is executed must be
furnished for above along with the bid.)

A2.Similar works means: -

Design, supply and installation of major slope stabilization work using steel wire grid/mesh
Geo-composite along with deep surface anchoring on steep vertical rock slopes on Major
State Highway / National Highway / Border Roads project in India” in last seven years and
current financial year.

(Certificate from the officer not below the rank of executive engineer of the respective
Government organization for whom the work is executed must be furnished for above along
with the bid.)

Notes: -
1. Substantially completed works means those works which are 90% completed
on the date of submission (i.e. gross value of work done up to the last date of
submission is 90% or more of the original contract price) and continuing
satisfactorily.
2. Tenderer shall submit list of work executed in the past 7 years in their letter
head duly signed by the proprietor /partner/ director of the firm in the
proformacontained in clause 8.10.

3. Completion cost of works shall be brought to common base date of receipt of


tender as per following formula: -
Completion cost X (1+(Period in days from date of completion to date of receipt of
tender/365 days) x 0.10)

6.2 Available Bid Capacity (ABC): -

6.2.1 ABC as per formula given here under should be more than estimated cost work given in
NIT. Tenderers shall calculate ABC and submit details duly signed on letter head.
Available Bid Capacity = 2.5 x A x N- B
A - Maximum value of all civil Engg. works in any one year during the last 5 financial
years (updated to the current price level with enhancement factor as given below)
supported with duly certified Balance Sheets/ Certificates form Chartered Accountant.

Year Multiplying Factor


Last first year 1.10
Last second year 1.20
Last third year 1.30
Last fourth year 1.40
Last fifth year 1.50

N- Number of years prescribed for completion of work for which the current bid is invited
B- Value of the balance ongoing works to be executed in period N

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

6.2.3 The tenderer may be accorded an opportunity to clarify or modify his qualification
documents, if necessary, with respect to any rectifiable defects through option of short fall in
tender documents to be uploaded by the bidder. The tenderer will respond in not more than
07 days of uploading of the clarification letter through shortfall option failing which his tender
is liable to be rejected.

6.3 Vehicles, Equipments and Plants (VEP) : -


6.3.1 Tenderer should own or have assured access (through hire/lease/purchase
agreement/other commercial means) to the requisite Equipment, Plants and vehicles in
good working condition.

Note: Tenderer should provide undertaking of arranging VEP as per specific requirement of
this specialized nature of work as required for successful and timely completion of
work.
6.4 Performance and other requirements:-
(a) There is not poor/slow progress in running work. (If yes, he will submit details
and reasons of delay to check that these are not attributable to him or are beyond his
control).
(b) There are not serious defect observed in works which stand un-rectified (If yes
he will submit details and reasons).
(c) There are not cancelled / abandoned contracts in which Govt. unrealized
recoveries exist (If yes, he will submit details and reasons).
(d) He / They have not been blacklisted by any Govt. Deptt (If yes, he will submit
details and reasons).
(e) There are not any Govt. dues outstanding against the firm (If yes, he will
submit details and reasons).
(f) The proprietor/Partners/Directors of the firm are not habitual litigant i.e. having
more than 3 unsuccessful arbitration/court cases during last 5 years in which his
views / claims substantially rejected.
(g) Proprietor / partners / directors of firm are not involved in antinational / social
activities and have neither been convicted nor any proceedings are pending in court
for such activities during last 5 years (If yes, he will submit details).

6.5 Disqualification: -Even though the tenderer meet the above criteria, they are
liable to be disqualified if they have made misleading or false information in bidding
documents submitted.
Experience of key Construction activity in India for Materials to be used:

The Tenderer shall submit experience from completed or substantially completed


projects in India of following key construction activities:

(i) Surface Anchoring works using double corrosion-protected multi strand prestressed
cable anchors and / or steel anchors on steep slopes which includes Drilling, grouting,
providing and fixing anchors at locations in India for Government Organizations – 18750
Running Meter Approximate @ 40% quantity of BOQ (minimum)

(ii) Supply and installation of three-dimensional reinforced erosion control mat and / or
steel wire mesh / grid Geo-composite at locations in India for Government
Organizations – 11000 Sqm Meter Approximate @ 40% quantity of BOQ (minimum)

(iii) Experience in Avalanche / Rock fall protection barrier structures in India for
Government Organizations

Note: In case of JV, experience of the key construction activities can be met individually
or jointly, but each partner should have the experience of executing above items of key
construction activities.

(Certificate from the officer not below the rank of executive engineer of the
respective Government organization for whom the work is executed must be
furnished for (i), (ii) & (iii) above along with the bid.)
7. JOINT VENTURE –JV is allowed for this work as cost of work is above 50.00
Crores. (Only Indian companies JV is allowed)

7.1 Two firms are permitted to bid for the tender based on Joint Venture agreement between
them. Joint Venture (JV) shall not comprise more than two firms (called parties of JV). The
format of agreement at Annexure ‘I’. The JV shall be considered as un-enlisted contractor. The
JV shall submit earnest Money Deposit for all tenders and individual Security deposit as per
instructions, if contract is awarded.

7.2 JV shall be allowed for the following works: -

a. Road work with estimated cost more than Rs. 50 crore.


b. Bridge work and via duct with estimated cost more than Rs. 20 crores.
c. Tunnel Works of any value.
d. Runway Work of any value.
e. PEB structure works of any value.
f. Solar Power works of any value.
g. Works for specialist E/M services with estimated cost more than Rs. 20.00 crore.
h. Consultancy Work for Preparation of DPR for Bridges Tunnels & EPC roads with
estimated Cost more than Rs. 5.00 Crore.
Works other than the types at (a) to (h) above with estimated cost more than Rs.50 crore.

7.3 No JV shall be allowed for furniture works. No JV shall be allowed to participate if either
or both the parties are banned/adversely remarked in WLR of BRO or debarred from tendering
by any authority.

7.4 Foreign Companies shall not be permitted to participate in JV except in case of tunnel
project. Security clearance of Foreign Companies having foreign citizenship Directors shall dealt
with as prescribed under subsequent para.

7.5 (a) Indian Companies having Director (s) of foreign origin and Indian Companies
having Director (s) of Indian origin but residing abroad / having foreign citizenship shall be
permitted to participate in JV. However, security clearance in such cases shall be obtained by
following procedure laid down by Ministry of Home Affairs vide their letter No. II/20034/2013-IS II
dt 30 Jun 2015 and amendment there if vide OM No II/20034/2013-II dt 09 Dec 2015. These
letters, being classified, are not being shared. The case for security clearance shall be
processed to HQ DGBR for taking up matter with concerned authorities.

(b) Case for security clearance shall be processed to HQ DGBR on PRIORITY after opening
‘T’bid (Cover-1). Further processing of tender to open Finance Bid (Cover-2) shall not be held up
awaiting receipt of security clearance. However, if the JV requiring security clearance of Director
(s) becomes L1, the tender shall be accepted only on receipt of security clearance. For this, the
Accepting officer will pursue the security clearance vigorously.

(c ) For runway tenders, all other policies issued vide E-in-C’s Branch letter No.
A/37696/OSDPL/POL/E2 W (PPC) dt 15 May 2015 as amended vide their letter even No dt 14
Mar 2017 pertaining to experience, nature of works executed, requirement of tools, plants and
machinery, financial turnover, Available Bid Capacity etc shall be followed.

7. 6 A valid agreement shall exist between the parties of JV defining clearly the role,
responsibility and scope of work of each party, percentage share of each party along with
nomination of leader (lead Party) for the purpose of this work and a confirmation that the parties
of the JV are jointly and severally responsible.

7. 7 JV as a single unit or each party of the JV shall have Permanent Account Number (PAN)
and GSTIN. However, if the contract is awarded to the JV, then PAN & GST shall be obtained by
the JV as single unit.

7.8 The JV shall have two parties. The lead party of the JV shall meet minimum 60% or the
percentage of share in the JV (whichever is higher) of the qualifying criteria pertaining to (a) past
experience of completed works, (b) Average Annual Turnover, (c) Bank Solvency/ Financially
Sound for engagement and (d) Working Capital. Both the parties combined shall meet minimum
120% of the above qualifying criteria. The party other than the lead party shall meet minimum
30% of the above qualifying criteria.

7. 9 Both the Parties of JV shall jointly possess the required T&P, machinery and
engineering/ supervisory staff. T&P can be either on ownership basis or lease hold as stipulated
in NIT/ tender documents and documentary proof of the same shall be submitted. Other
qualification criteria shall be meet fully/ jointly by both the parties of JV or as a single unit of JV.

7. 10 In the Residual Bid Capacity ( in the formula 2.5 xAxN-B, where A= Maximum turnover in
last five financial years, N= Period of completion of contracted (tendered) work ( in years
calculated till two decimal places) and B= Value of balance work in all Govt & Private works), in
respect of a JV, values of A and B shall be the sum total of the respective figures of both the
parties.

7.11 Similarly when a Firm/ Contractor working in JV applies for tender (s) in his own capacity
(i.e. independently), the part value of A and B of his JV work (s) in proportion to his percentage
share in JV shall also be considered against the tender applied in his own capacity and hence
these details shall be submitted by the Firm/ Contractor in his ‘T’ bid.

7.12 JV concluded upto the date of bid submission are permitted to apply. Copy of JV should
be uploaded. The Department reserves the right to verify the particulars furnished by the
applicant independently. If any information furnished by the applicant JV is found incorrect and /
or misleading and/or false representation and/or deliberately suppressed information, at a later
stage, the JV and both the parties shall be liable to be debarred from tendering / taking up of any
work in BRO.

7.13 Party / parties will not be allowed to bid for the same tender in their independent capacity
as well as under JV. Also no party will be allowed to bid for the same tender under multiple JVs.
In case of violation (party/parties bidding independently as well as under JV for the same tender,
party/parties bidding for the same tender under multiple JVs), the bid of the party/parties
concerned as well as the bid(s) of the related JV(s) shall not be opened (ie shall not be qualified
in ‘T’ bid Cover ‘1’).

7.14 The lead party shall attend all progress review meetings and shall be answerable to all
issues relating to the project.
7.15 For any of the defaults as under of the JV, administrative action shall be taken against
both the parties of JV: -

In case of non –submission of physical original documents of cost of tender, EMD-Barring from
bidding for six months.

Due to default in performance of contract etc-Administrative actions as per existing instructions.

7.16 Any unrealized recovery from JV shall be recovered proportionately from the parties in
proportion to their percentage share in the JV. If it is not possible to recover proportionate share
(partly/fully) form one party, it shall be recovered from other party.

8. List & format of eligibility documents to be attached along with Part-I oftender
documents to prove eligibility: -
List of works completed/substantially completed in last seven and current financial years and
ongoing works in following format: -

Name Brief Name & Accepted Dateof Original Extended Actual date Cost of Remarks
of Scope address Contract Commen date of date of ofcompletion completed explaining
work of of Amount cement complete completion / Present work reasons of
&CA Work employer of work ion Progress delay if
No. / client any

Note: Works proving criteria of experience shall be highlighted and performance certificate from
client in respect of these works shall be submitted.

8.2 Available Bid Capacity

For – A: - Balance sheets/Certificates from Chartered Accountant indicating annual turnover of civil
Engg works constructed in last 5 years.
For – B: - Contractors shall submit details of ongoing works as per format stated in clause 8.1 of
above.
Tenderers shall calculate ABC and submit details duly signed
8.3 Equipments, Plants and Vehicles:

(a) Tenderer shall indicate source of requisite Equipment’s, Plants and Vehicles with vintage
required for execution of work in following format: -
S/ No. Item Year of Manufacture Source from where to be Location Based on known
arranged (Owned / lease presently commitments,
etc.) deployed whether will be
available for use in
the proposed
contract.

8.4 Integrity Pact (IP)


IP duly signed by Accepting Officer/ authorized officer has beenuploaded alongwith this
tender as Annx-II same shall be signed by bidder(s) on each page and scanned copy shall be
uploaded as part of Technical bid (cover-1) and original IP duly signed on each page shall be
forwarded by post along with tender fee and EMD (if applicable). IP will be an integral part of the
Contract and both parties are bound by its provision.
8.5 Performance and other Requirements
8.5.1 Tenderer shall submit undertaking that: -

(a) There is no poor/slow progress in running works. (If yes, he will submit details and reasons of
delay to check that these are not attributable to him or are beyond his control).
(b) There are no serious defects observed in works which stand un-rectified (If yes, he will submit
details and reasons).
(c) There are no cancelled/abandoned contracts in which Govt unrealized recoveries exist (If yes,
he will submit details and reasons).
(d) He/They have not been blacklisted by any Govt. Deptt. (Ifyes, he will submit details and
reasons).
(e) There are no Govt dues outstanding against the firm (If yes, he will submit details and
reasons).
(f) Proprietor/partners/directors of firm are not involved in anti-national/ anti-social activities and
have neither been convicted nor are any proceedings pending in court for such activities (If yes, he
will submit details).

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

8.6 Constitution of firm along with copy of partnership deed (in case of partnership
firms)
and memorandum of articles and association (in case of limited companies).
8.7 In case of un-enlisted firms, Copies of Passport of proprietor/partners/directors (if
available). Present address& photograph for verification of character and antecedents of
proprietor/partners/directors from police authorities.
8.8 Copies of PAN Card of proprietor/partners/directors.
8.9 Lowest bidder if un-enlisted firm in BRO (if his offer is decided for acceptance)
will be required to fill enlistment form for provisional enlistment.
Notes: -
1. Documents as listed at clause 8.6 to 8.8 above are exempted for tenderers
enlisted with BRO in any class.
2 Affidavits shall be submitted on Non-Judicial stamp papers of appropriate values
duly attested by the Magistrate/Notary Public.
3. Photocopies of documents shall be attested by Gazetted officer/Public notary and
also
self-attested.
4. The bidder should meet all the technical evaluation criteria indicated in the bid
documents in order that the bid is considered to be technically responsive and the bidder
qualifying to have its Financial Bid opened.
9. Part-II (‘Price/Commercial- ‘Q’ Bid)

9.1 Part – II (Price/Commercial Bid – Q Bid) shall comprise of the following:


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

10 Q-bid evaluation
(i) Arithmetical corrections shall be made as per General Condition of Contracts 6
(A)(A) of IAFW-2249.
(ii) Commercial Bids will be reviewed to ensure that the figures indicated therein
are consistent with the details of the corresponding Technical bids.
(iii) For the purpose of evaluation “cost” shall be inclusive of all taxes and duties.
(iv) Bidder who has quoted lowest total cost in Schedule A (L-1) shall be
considered successful bidder and all other bidders shall be considered unsuccessful.
Offer of successful bidder (L-1) shall only be considered for acceptance. If L-1 backs
out, retendering shall be resorted in a fair and transparent manner. (iii) Completion
Period as indicated in Tender Document have been accepted.
10.1 The Chief Engineer Project Rohtang Tunnel will be Accepting Officer here-in-
after referred to as such for the purpose of this contract.
10.2 If tenderers desire that any condition or stipulation given in the tender
documents is to be modified or deleted, they may submit their comments/suggestions
before last working date of clarification as shown in critical date details in subject
tender ID for consideration by the Deptt. for issue of corrigendum/amendments to
tender documents. If deptt. considers comments/ suggestions suitable,
corrigendum/amendments to tender documents shall be issued and also uploaded on
E- tendering Portal. If deptt. does not consider comments/suggestion suitable,
corrigendum/amendments to tender documents shall not be issued/uploaded on E-
tendering Portal and tenderers shall quote strictly complying with the various
provisions given in the tender documents. Any tender who stipulates any alterations to
any of the conditions/provisions laid down in tender documents (including
corrigendum/amendments) or which proposes any other conditions of any description
whatsoever is liable to be rejected.

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

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

10.5. Your attention is drawn to the Indian Official Secret Act-1923 (XIX of 1923) as
amended up to date particularly section 5 thereof.
11 Earnest Money: -
(a) Earnest money is not required to be submitted by the enlisted contractor with BRO
(term “enlisted contractor” used in tender documents means “enlisted contractor with
BRO”) who have submitted standing security but same is required from enlisted
contractor with BRO, who have not submitted standing security deposit.
(b) Un-enlisted contractors with BRO/Enlisted contractors with BRO, who have not
submitted standing security deposit will submit the tender accompanied with Earnest
Money amounting to Rs. 47,00,000/-(Rupees Forty-Seven Lakhs Only) in the shape
of call Receipt/Term Deposit Receipt/Special Term Deposit Receipt in favour of Chief
Engineer Project Rohtang Tunnel, C/o 56 APO by nationalized/scheduled Bank
payable at SBI, Manali Distt Kullu Himachal Pradesh. Technical Bid not accompanied
with earnest money will not be considered for opening of financial Bid. The amount of
this receipt should be basic amount and not their maturity value. Any deposit lying with
the department in any form against any other tender and/or contract shall not be
considered for adjustment as the earnest money against the tender. Any tender not
accompanied with the earnest money in the form as indicated here-in-before or
accompanied with any letter/communication containing any request for adjustment of
any other deposit as earnest money shall be treated as non bona fide tender.
(c) Earnest money shall be returned to unsuccessful bidder (other than L-1) after
opening of Financial Bids and to successful (L-1) bidder after receipt of security
deposit.
12 Performance Security: -
12.1 Within 28 days of the letter of acceptance, the successful bidder (L-1) shall
deliver to the Accepting Officer a Performance Security for an amount equivalent to
5% of the Contract sum as laid down under condition 19 of IAFW -2249 / Condition 14
A of IAFW -1815 Z (General Conditions of Contract).
12.2 Failure of the successful contractor to comply with the requirement of sub
clause 12.1 shall constitute sufficient grounds for cancellation of award of work and
forfeiture of the Earnest Money. In case of BRO enlisted contractor amount equal to
the Earnest Money stipulated in the Notice Inviting Tender, shall be notified to the
tenderer for depositing the amount through MRO, issue of tender to such tenderers
shall remain suspended till the aforesaid amount equal to the earnest Money is
deposited in Government Treasury.
12.3 In the event of contract being cancelled, under Condition 52, 53, & 54 of IAFW-
2249 or under conditions 26, 27 & 28 of IAFW-1815Z General Conditions of Contracts
the Performance Security & retention money as per last RAR shall be forfeited. ALL
T&P and material of contractor lying at site shall be confiscated by the Government
and shall be absolutely at the disposal of the President of India and no compensation
whatsoever shall be allowed by department.
12.4 Form for Bank Guarantee Bond against Performance Security Deposit shall be
as per Annx- III.
12.5 The period of validity of the Bank Guarantee Bond against Performance
Security shall be upto and including the scheduled date of expiry of Defects Liability
Period.
13. The Accepting Officer reserves the right to accept a tender submitted by a Public
Undertaking, giving a purchase preference over other tender(s) as are admissible
under the Government Policy. No claim for any compensation or otherwise shall be
admissible to such tenders whose tenders may be rejected on account of the said
policy.
14. The tender shall remain open for acceptance for a period of 120 days from bid
submission end date.
15. On acceptance of tender, the name of authorized representative (s) of the
contractors who would be responsible for taking instructions from Engineer-in-Charge
or its authorized representative shall be intimated by the contractor within 7 days of
issue of Acceptance letters.
16.
16 Revision/Modification of quotedPrice
(a) In case the tenderer has to revise /modify /withdraw his quoted rates / offer after it
is uploaded in e-tendering portal he may do so on before bid submission end date &
time in e-tendering portal only. Any revision/ modification in offer / withdrawal of offer
in the form of an open letter after bid submission end date & time and the same shall
be considered as revocation of offer and shall not be taken into account, while
considering his originally quoted offer.

17 Revocation of offer
In the event of lowest tenderer revokes his offer or revise his rates upward (which will
be treated as revocation of offer), after bid submission end date and before expiry of
original validity period stipulated in tender documents, the earnest money deposited by
him shall be forfeited. In case of BRO enlisted contractors, the amount equal to the
earnest money stipulated in the Notice Tender, shall be notified to the tenderer for
depositing the amount through MRO, failing which the amount shall be recovered from
any payment due to such contractor or shall be adjusted from the Standing Security
Deposit. In addition, L-1 tenderer revoking offer and his related firms shall not be
issued the tender in second or subsequent calls of subject work.

Yours Faithfully
Signature of Contractor For
Accepting Officer Dated :………………..
Enclosures: Tender Documents

18 Integrity Pact (IP): - Integrity Pact (Applicable for tender with estimated cost of Rs. 5.00
Crore and above for all works contracts and in tender for procurement of services, stores
equipments & plants with estimated cost of Rs. 1.00 Crore and above)

IP duly signed by Accepting Officer/ authorized officer has been uploaded along with this tender
as Annx-I Same shall be signed by bidder(s) on each page and scanned copy shall be uploaded
as part of Technical bid (Cover-1) and original IP duly signed on each page shall be
forwarded by post along with Tender fee and EMD (if applicable). IP will be an integral part of
the Contract and both parties are bound by provision.

19. Performance and other Requirements:-

Tenderer shall submit undertaking that:


-
(a) There is no poor/ slow progress in running works, (If yes, he will submit details
And reasons of delay to check that these are not attributable to him or are beyond
his control).
(b) There are no serious defects observed in works which stand un-rectified (If
yes, he will submit details and reasons).
(c) There are no cancelled/abandoned contracts in which Govt unrealized
recoveries exist (if yes, he will submit details and reasons).
(d) He/They have not been blacklisted by any Govt Deptt (If yes, he will submit
details and reasons).
(e) There are no Govt dues outstanding against the firm (If yes, he will submit
details and reasons).
(a) Working capital Copy of latest balance sheet / income tax return
The tenderer should have for working capital and / or Banker’s certificate
working capital and / or credit for credit facilities. If necessary dept.
facilities more than 10% of the will make inquiries with the
estimated cost of work i.e. tenderer’s Banker.
`875.00 Lakhs

(b) Immovable property:-


Tenderer also have an option to provide credit
The tenderer should have facility letter from any Nationalized / Scheduled
immovable property of residual Bank in India for minimum 10% of the
market value (i.e. free from loan/estimated cost of the work. Or provide
mortgage) of at least 10% of certificate from regd. Valuer that,
estimated cost of work. (a) That the immovable property is free from
mortgage, hypothecation or any other disputes
and encumbrances and clearly belongs to the
Note: - Immovable property contractor.
shall be exclusively in the name Or
of contractor / company and not That the immovable is free from any disputes
in the name of family members and encumbrances and clearly belongs to the
/ relatives / others. In case of contractor. The immovable property has been
limited companies, these mortgaged /hypothecated for ‘market value of
should also be reflected in immovable property as per valuation report
balanced sheet. given by Registered valuer is ` .........
Therefore, Residual market value of property i.e.
……... (market value minus mortgaged value) is
free from any mortgage/hypothecation.
(b)That the said immovable property has not
been shown for seeking enlistment for a sister
concern in BRO.
(c) That the said immovable property has not
been shown for seeking enlistment for a sister
concern in BRO.
c Engineering Establishment
Firm should have employed following Engineers on regular establishment.
Estimated cost of work Nos of Engineers
Up to ` 1 Crore One Engineer (Graduate or Diploma).
Between ` 1 Crore to 3 Crore Two Engineers (Graduate with minimum 2 years’
experience and /experience.

Between ` 3 Crore to 6 Crore Three Engineers (Graduate with minimum 2


years’ experience and / or Diploma with 4 years
experience).
Between ` 6 Crore to 12 Crore Four Engineers (Graduate with minimum 2
years’ experience and / or Diploma with 4 years
experience).
Between ` 12 Crore to 18 Crore Five Engineers (Graduate with minimum 3 years
experience and / Or Diploma with 06 years
experience) .
Between ` 18 Crore to 25 Crore Six Engineers (Graduate with minimum 3 years
experience and /
Or Diploma with 06 years
experience) .
Between ` 25 Crore to 50 Crore Seven Engineers (Graduate with minimum 3
years experience and/or Diploma with 6 years
experience).
Between ` 50 Crore to 100 Crore Eight Engineers (Graduate with minimum 3
years experience and / or Diploma with 6 years
experience).

20. Security Deposit: - In case of a enlisted contractor, who has submitted the Standing Security
deposit, but the tendered cost of the work exceeds the upper tendering limit of the contractor and the
Accepting Officer decides to accept his tender, as notified by the Accepting Officer in the prescribed
form within 30 days of the receipt by him of
notificationofacceptanceofthetender,failingwhichthissumshallberecoveredfromthefirst RAR payment,
and if the date of first RAR is prior to the period mentioned above, the same shall be recovered from
such payment.

(a) In case of un-enlisted contractor / enlisted contractor who has not deposited the standing
Security deposit, and the Accepting Officer decides to accept his tender, then contractor has to lodge
Security Deposit as notified by the Accepting Officer in the prescribed form within 30 days of the
receipt by him of notification of acceptance of the tender, failing which the sum shall be recovered
from the first RAR payment, and if the date of first RAR is prior to the period mentioned above, the
same shall be recovered from such payment. The Security Deposit amount will be communicated as
per departmental norms but no case the same shall be more than Rs. 18,75,000/- (Rupees Eighteen
Lacs Seventy-Five Thousand). Departmental norms of security deposit may be seen in any officer of
BRO.
c) The contractor may at his discretion furnish in lieu of Security Deposit a bank Guarantee Bond
executed by any nationalized / Schedule Bank for the said amount. The form of Bank Guarantee Bond
may be seen in any office of BRO.

20. Table for Earnest Money


Srl Estimated cost of work Earnest Money
No
(a) Up to Rs. 50.00 Lakh 2% of the amount subject to a minimum
of Rs. 5000/-
(b) Over Rs. 50.00 Lakhs& up to Rs 100.00 Rs. 1,00,000.00 +1.5%of the amount
Lakh exceeding Rs. 50.00/ Lakhs
(c) Over Rs. 100.00 Lakhs & up to Rs 500.00 Rs. 1,75,000.00 +1% of the amount
Lakhs exceeding Rs. 100.00/ Lakhs
(d) Over Rs. 500.00 Lakhs & up to Rs 1500.00 Rs. 5,75,000.00 + 0.50% of the amount
Lakhs exceeding Rs. 500.00/ Lakhs
(e) Over Rs. 1500.00 lakh Rs. 10,75,000 + 0.50% of the amount in
excess of Rs. 1500.00 lakh subject to
maximum of Rs. 15,00,000.00

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

21 BLANK

22. The tender shall remain open for acceptance for a period of One hundred twenty (120)
days from the date of opening of the Q bid of the tender (excluding the date of opening).
23. BLANK
(a) On acceptance of tender, the name of authorized representative (s) of the contractors who
would be responsible for taking instructions from Engineer-in-Charge or its authorized
representative shall be intimated by the contractor within 7 days of issue of Accepting
letters.

24. Revision / Modification of quoted price: -

(a) The tenderer shall quote his rates in figures only in the provided column in schedule
‘A’ given in Excel sheet only. In case the tenderer has to revise / modify the rates quoted in
the schedule ‘A’ before tender submission end date as mentioned in critical data sheet,
resubmission bid shall be allowed.

(b) In case the tenderer has to revise/ modify /withdraw his quoted rates / offer after it is
submitted, he may do so on his on line before the latest date & time fixed for submission of
tenders. Any revision / modification in offer / withdrawal of offer in the form of an open shall
not be taken into account, while considering in his originally offer.
(c) The tenderers shall not be permitted to revise / modify / withdraw priced bid
unopened after closure of the time fixed for receipt of tender.
ANNEXURE-I
To be signed by the bidder and same signatory competent/authorized to sign
the relevant Contract on behalf of BRO

INTEGRITY AGREEMENT

This Integrity Agreement is made at ……………… on this………dayof .....20…

BETWEEN

President of India represented through


CHIEF ENGINEER (PROJECT)
HQ CE (P) ROHTANG TUNNEL
BORDER ROADS ORGANIZATION
C/O 56APO
(Hereinafter referred as the ‘Principal/Owner’ which expression shall unless
repugnant to the meaning of contest hereof include its successors and permitted
assigns)
AND
(Name and Address of the Bidder / Contractor)

(Hereinafter referred as the “Bidder/Contractor” and which expression shall unless


repugnant to the meaning or context here of include its successors and permitted
assigns)
Preamble
Whereas the Principal /Owner has floated the Tender CE (P) RTNL/03/2020-21
(hereinafter referred to as “Tender/Bid) and intends to award, under laid down
organizational procedure, contract for “SLOPE STABILIZATION AND AVALANCHE
PROTECTION AT KM 14.700 ON APPROACH ROAD TO SOUTH PORTAL (ARSP)
UNDER PROJECT ROHTANG TUNNEL UNDER CA NO. CE (P) RTNL/03/2020-21”

“hereinafter referred to as the “Contract”

AND WHEREAS the Principal)/ Owner values full compliance with all relevant laws
of the land, rules, regulations, Economic use of resources and of
fairness/transparency in its relation with its Bidder(s) and Contractor(s)
AND WHEREAS to meet the purpose aforesaid both the parties have agreed to
enter into this integrity agreement (hereinafter referred to as “Integrity Pact” or
“Pact”), the terms and conditions of which shall also be read as integral part and
parcel of the tender/bid documents and contract between the parties.
NOW, THEREFORE, in consideration of mutual covenants contained in this
Pact, the parties hereby agree as follows and this Pact witnesses as under: -
1. Commitment of the Principal/Owner
(a) The Principal/Owner commits itself to take all measures necessary to prevent
corruption and to observe the following principles.
(i) No employee of the Principal/Owner personally or through any of his/her family
members, will in connection with the Tender, or the execution of the Contract, demand,
take a promise for or accept, for self of third person, any material or immaterial benefit
which the person is not legally entitled to.
(ii) The Principal/Owner will during the Tender process, treat all Bidders with
equity and reason The Principal/Owner will, in particular, before and during the
Tender process, provide to all Bidder(s)the same information and will not provide to
any Bidder(s) confidential/additional Information through which the Bidders could
obtain an advantage in relation to the Tender process or the Contract execution

(iii) The Principal/Owner shall endeavor to exclude from the Tender process
any person, whose conduct in the past has been of biased nature.

(b) If the Principal/Owner obtains information of the conduct of any of its


employees which is a criminal offence under the Indian Penal Code
(IPC)/Prevention of Corruption Act, 1988 (PC Act) or is in violation of the principles
herein mentioned or if there be a substantive suspicion in this regard, the
principle/Owner will inform the chief vigilance officer and in addition can also initiate
disciplinary actions as per its internal laid down policies and procedures.

2. Commitment of the Bidder(s)/Contractor(s)

(a) It is required that each Bidder/Contractor (including their respective officers,


employees and agents) adhere to the highest ethical standards, and report to the
Government/Department all suspected act of fraud or corruption or Coercion or
Collusion of which it has knowledge or becomes aware, during the tendering
process and throughout the negotiation or award of a contract.
(b) The Bidder(s)/Contractor (s) commits himself to take all measures necessary
to prevent corruption. He commits himself to observe the following principles during
his participation in the Tender process and during the Contract execution.

(i) The Bidder(s)/Contractor(s) will not directly or through any other person or
firm, offer promise or give to any of the Principal/Owner’s employees involved in
the Tender process or execution of the Contract or to any third person any material
or other benefit which he/she is not legally entitled to in order to obtain in exchange
any advantage of any kind whatsoever during the Tender process or during the
execution of the Contract.

(ii) The Bidders(s)/Contractor(s) will not enter with other Bidder(s) into any
undisclosed agreement or understanding, whether formal or informal. This applies
in particular to prices, specifications, certifications, subsidiary contracts, submission
or non-submission of bids or any other actions to restrict competitiveness or to
cartelize in the bidding process.

(iii) The Bidder(s)/Contractors(s) will not commit any offence under the
relevant IPC/PC Act. Further the Bidder(s) /Contractor(s) will not use improperly,
(for the purpose of competition or personal gain) or pass on to other, any
information or documents provided by the Principal/Owner as part of the business
relationship, regarding plans, technical proposals and business details, including
information contained or transmitted electronically.

The Bidder(s)/Contractor(s) of foreign origin shall disclose the names and


addresses of agents/representatives in India if any. Similarly
(iv) Bidder(s)/Contractor(s) of Indian Nationality shall disclose names and
addresses of foreign agents/representatives, if any. Either the Indian agent on
behalf of the foreign Principal or the foreign principal directly could bid in a tender
but not both. Further, in cases where an agent participates in a tender on behalf of
one manufacturer, he shall not be allowed to quote on behalf or another
manufacturer along with the first manufacture in a subsequent/ parallel tender for
the same item.
(v) The Bidder(s)/Contractor(s) will, when presenting his bid, disclose any and
all payments he has made, is committed to or intends to make to agents, brokers
or any other intermediaries in connection with the award of the contract.

(c) The Bidder(s)/Contractor(s) will not, instigate third persons to commit


offences outlined above or be an accessory to such offences.

(d) The Bidder(s)/Contractor(s) will not, directly or through any other person of firm
indulge in fraudulent practice means a willful misrepresentation or omission of facts
or submission of fake/forged documents in order to induce public official to act in
reliance thereof, with the purpose of obtaining unjust advantage by or causing
damage to justified interest of other and/ or to influence the procurement process to
the detriment of the Government interests.

(e) The Bidder(s)/Contractor(s) will not, directly or through any other person or firm
use Coercive Practice (means the act of obtaining something, compelling an action
or influencing a decision through intimidation, that or the use of force directly or
indirectly, where potential or actual injury may befall upon a person his/her
reputation or property to influence their participation in the tendering process)

3 Consequences of Breach

Without prejudice to any rights that may be available to the


Principal/Owner under law or the contractor its established polices and laid
down procedures, the Principal/Owner shall have the following rights in case
of breach of this Integrity pact by the Bidder(s)/Contractor(s) and the
Bidder(s)/Contractor(s) accepts and undertakes to respect and uphold the
Principal/Owner’s absolute right:

(a) If the Bidder(s)/Contractor(s) either before award or during execution of contract


has committed a transgression through a violation of Para 2 above or in any other
form, such as to put his reliability or credibility in question, the Principal/Owner after
giving 14 days’ notice to the contactor shall have powers to disqualify the
Bidder(s)/Contractor(s) from the tender process or terminate/determine the
contract, if already executed or exclude the Bidder(s)/Contractor(s) from further
contract award processes. The imposition and duration of the exclusion will be
determined by the severity of transgression and determined by the
Principal/Owner. Such exclusion may be forever or for a limited period as decided
by the Principal/Owner.

(b) Forfeiture of EMD/Performance Guarantee/Security Deposit. If the


Principal/Owner has disqualified the Bidder(s) from the Tender process prior to the
award of the contract or terminated/determined the contract or has accrued the
right to terminate/determine the contract according to Para 3(a) the
Principal/Owner apart from exercising any legal rights that may have accrued to the
Principal/Owner may in its considered opinion forfeit the entire amount of Earnest
Money Deposit/performance guarantee/security deposit of the
Bidder(s)/Contractor(s).

(c) Criminal Liability: If the Principal/Owner obtains knowledge of conduct of a


Bidder or Contractor, or of an employee or a representative or an associate of a
Bidder or Contractor which constitutes corruption within the meaning of IPC Act, or
if the Principal/Owner has substantive suspicion in this regard, the Principal/Owner
will inform the same to law enforcing agencies for further investigation.
4. PreviousTransgression

(a) The bidder declares that no previous transgressions occurred in the last 5 years
with any other company in any country confirming to the anticorruption approach or
with central Government or state government or any other central/state public
sector enterprises in India that could justify his exclusion from the tender process.

(b) If the Bidder makes incorrect statement on this subject, he can be disqualified
from the tender process or action can be taken for banning of business
dealing/holiday listing of the Bidder(s)/Contractor(s) as deemed fit by the
Principal/Owner.

(c) If the Bidder/Contractor can prove that he has resorted/recouped the


damage caused by him and has installed a suitable corruption
prevention system, the principal/owner may, at its own discretion revoke
the exclusion prematurely.

5. Equal Treatment of all Bidder(s)/Contractor(s) /Subcontractors

(a) The Bidder(s)/Contractor(s) undertake (s) to demand from all subcontractors a


commitment in conformity with this Integrity pact. The Bidder(s)/Contractor(s)shall
be responsible for any violation (s) of the principles laid down in this agreement/P
act by any of its Subcontractors/sub-vendors.

(b) The Principal/Owner will enter into pact on identical terms as this one with all
bidders and contractors.

(c) The Principal/Owner will disqualify bidders, who do not submit, the any signed
pact between the Principal/Owner and the bidder, along with the tender or violate
its provisions at any stage of the Tender process from the tender process.

6. Duration of the pact

This pact begins when both the parties have legally signed it, it expires for
the contractor/vendor after the final payment under the contract had been
made or till the continuation of defect liability period, whichever is more and
for all other bidders, till the contract has been awarded. If any claim is
made/lodged during the time, the same shall be binding and continue to be
valid despite the lapse of the pacts as specified above, unless it is
discharged/determined by the competent authority, BRO.

7. Other provisions
(a) This pact is subject to Indian Law, place of performance and jurisdiction is the
Headquarters of the formation of the Principal/Owner, who has floated the tender.

(b) Changes and supplements need to be made in writing. Side agreements have
not been made. If the contractor is a partnership or a consortium, this pact must be
signed by all the partners or by one or more partner holding power of attorney
signed by all partners and consortium members. In case of a company, the pact
must be signed by a representative duly authorized by board resolution

(c) Should one or several provisions of this pact turn out to be invalid; the
remainder of the pact remains valid. In this case, the parties will strive to come to
an agreement to their original intensions.
(d) It is agreed terms and condition that any dispute of difference arising between
the parties with regard to the terms of this Integrity Agreement / Pact, any action
taken by the Owner/Principal in accordance with this Integrity Agreement/Pact or
interpretation thereof shall not be subject to arbitration.

8. Legal and prior rights

All rights and remedies of the parties hereto shall be in addition to all the other
legal rights and remedies belonging to such parties under the contract and/or law
and the same shall be deemed to be cumulative and not alternative to such legal
rights and remedies aforesaid. For the sake of brevity, both the parties agree that
this Integrity pact will have precedence over the Tender/contact documents with
regard any of the provisions covered under this Integrity Pact.

9. Independent Monitors

(a) That the MoD has appointed following Independent Monitors for this Pact

(i) Shri Hem kumar Pande, IAS(Retd.)


E Mail: -hempande@nic.in
(ii) Shri Anjan Kumar Banerjee, IA&AS(Retd)
E Mail: -anjan.banerjee@gov.in

Any complaint with regard to violation of IP, whenever received, will be


referred to the independent Monitors for their comments/enquiry.

(b) The task of the monitor is to review independently and objectively, any
complaint received with regard to violation of Integrity pact and offer comments or
carry out enquiry as deemed fit.

(c) That the monitor is not subject to any instructions by the representatives of the
parties and would perform his functions neutrally and independently.

(d) That Bidder(s)/Contractor(s) accepts that if the monitor needs to access any
records then the monitor shall have the right to access without restriction to all
project documentation of the Principal/Owner including that provided by the
bidder/contractor. The Bidder/Contractor will also grant the Monitor, upon his
request and demonstration of a valid interest, unrestricted and unconditional
access to his project documentation including minutes of meeting. The same is
applicable to Sub-Contractors and Associates. The monitor is under obligation to
treat the information and documents of the Principal/Owner and
bidder/contractor/sub-contractors/Associates with confidentiality.
That if the monitor has reported to the Principal/Owner a substantiated suspicion of
an offence under relevant Anti-corruption Laws of India and the Principal/Owner
has not, within reasonable time, taken visible action to proceed against such
offence or reported it to the Vigilance Department, the Monitor may also transmit
this information directly to the Central Vigilance commissioner, Govt of India.
Name of Nodal Officer of BRO: Shri S K Deota,IDCMS
Director(Contracts)
E-mail ID santoshkd22868-cgo.nic.in
Mobile No 9409307524

(e) The word monitor would include Singular and Plural.

(For and on behalf of Principal/Owner)

(For and on behalf of Bidder/Contractor)

WITNESSES
1….

(Signature, name and

address) 2…..

(Signature, name and address)

Dated:
INTEGRITY PACT

To,

M/s
_
_

SUB: -SLOPE STABILIZATION AND AVALANCHE PROTECTION AT KM


14.700 ON APPROACH ROAD TO SOUTH PORTAL (ARSP) UNDER
PROJECT ROHTANG TUNNEL
Dear Sir,

It is hereby declared that BRO is committed to follow the principle


of transparency, equity and competitiveness in public procurement.

The subject Notice Inviting Tender (NIT) is an invitation to offer


made on the condition that the bidder will sign the Integrity
Agreement, which is an integral part of tender/bid documents,
failing which the tenderer/bidder will stand disqualified from the
tendering process and the bid of the bidder would be summarily
rejected.

This declaration shall form part and parcel of the Integrity


Agreement and signing of the same shall be deemed as
acceptance and signing of the Integrity Agreement on behalf of the
BRO.

Yours faithfully

Chief Engineer (P)


Accepting Officer
INTEGRITY PACT

To,

Chief Engineer, Project Rohtang Tunnel, C/O 56 APO

Sub:SLOPE STABILIZATION AND AVALANCHE PROTECTION AT KM 14.700 ON


APPROACH ROAD TO SOUTH PORTAL (ARSP) UNDER PROJECT ROHTANG
TUNNEL
Dear Sir,

I/We acknowledge that BRO is committed to follow the principles thereof as


enumerated in the Integrity Agreement enclosed with the tender/bid
document.

I/We agree that the Notice Inviting Tender (NIT) is an invitation to offer
made on the condition that I/We will sign the enclosed Integrity Agreement,
which is an integral part of tender documents, falling which, I/We will stand
disqualified from the tendering process. I/We acknowledge that THE
MAKINGOFTHEBIDSHALLBEREGARDEDASANUNCONDITIONALAND
ABSOLUTE ACCEPTANCE of this condition of the NIT

I/We confirm acceptance and compliance with the Integrity Agreement in


letter and spirit and further agree that the execution of the said integrity
Agreement shall be separate and distinct from the main contract, which will
come into existence when tender/bid is finally accepted by BRO. I/We
acknowledge and accept the duration of the integrity Agreement, which shall
be in the line with para 1 of the enclosed Integrity agreement.

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

Yours faithfully

(Duly authorized signatory of the Bidder)


ANNEXURE-II
PERFORMANCEGUARANTEE BOND
(to be used by approved Scheduled Banks)

1. In consideration of the President of India (hereinafter called “thegovernment”)


having agreedtoexempt ................... (hereinafter called “the said Contractor(s)”)from
the demand, under the terms and condition of an Agreement
dated……………
Made between…………………………… and…............................................. For
…………………………….. (hereinafter called “the said Agreement”), of security
deposit for the due fulfillment by the said Contractor(s) of the terms and conditions
contained in thesaid Agreement, on production of a Bank Guarantee for Rs
....................... (Rupees
……………….. only), we …………………. bank Ltd. (hereinafter referred to as “the
Bank) do hereby undertake to pay to the Government an amount not exceeding
Rs.……………against any loss or damage caused to or would be caused or
suffered by the Government by reason of any breach by the said Contractor(s) of
any the terms or conditions contained in the said Agreement.

2. We ……………………..Bank Ltd, do hereby undertake to pay the amounts


due and payable under this guarantee without any demur, merely on a demand
from the Government stating that the amount claimed is due by way of loss or
damage caused to or would be caused to or suffered by the Government by reason
of any breach by the said Contractor(s) of any of terms or conditions contained in
the said Agreement or by reason of the contractor’s (s) failure to perform the said
Agreement. Any such demand made on the Bank shall be conclusive as regards the
amount due and payable by the Bank under this guarantee. However, our liability
under this guarantee shall be restricted to an amount exceeding Rs.………….

3. We ………………………..Bank Ltd, further agree that guarantee herein


contained shall remain in full force and effect during the period that would be taken
for the performance of the said Agreement and that it shall continue to be
enforceable till all the dues of the Government under or by virtue of the said
Agreement have been fully paid and its claims satisfied or discharged ortill
………………… (Officer/Department), Ministry of …………………. Certifies that the
terms and condition of the said Agreement have been fully and properly carried out
by the said Contractor(s) and accordingly discharges the guarantee. Unless a
demand or claim under this guarantee Is made to us in writing on or before the
……………………. we shall be discharged from all liability under this guarantee
thereafter.
4. We ………………………..Bank Ltd, further agree the Government that the
Government shall have the fullest liberty without affecting in any manner our
obligations hereunder to vary any of the terms and conditions of the said Agreement
or to extend time of performance by the said Contractor(s) from time to time or to
postpone for any time or from time to time any of the powers exercisable by the
Government against the said contractor (s) and to forbear or enforce any of the
terms and conditions relating to the said agreement and we shall not be relieved
from our liability by reason of any such variation, or extension being granted to the
said contractor (s) or for any forbearance, act or omission on the part of the
Government or any indulgence by the Government to the said contractor (s) or any
such matter or thing whatsoever which under the law relating to sureties would but
for this provision have effect of so relieving us.

5. We .................................... Bank Ltd, lastly undertake not to revoke this guarantee


during its currency except with the previous consent of the Government in writing.
NOTICE INVITING TENDERS
(NATIONAL COMETITIVE BIDDING)
BORDER ROADS ORGANISATION
MINISTRY OF DEFENCE
CHIEF ENGINEER PROJECT ROHTANG
TUNNELTENDER NO. CE(P) RTNL/03/2020-21

1. Online bids are invited on single stage two bid system for “SLOPE STABILIZATION AND
AVALANCHE PROTECTION AT KM 14.700 ON APPROACH ROAD TO SOUTH PORTAL
(ARSP) UNDER PROJECT ROHTANG TUNNEL
The title of above heading on CPPP site https://eprocure.gov.in/eprocure/appis “SLOPE
STABILIZATION AND AVALANCHE PROTECTION AT KM 14.700 ON APPROACH ROAD TO
SOUTH PORTAL (ARSP) UNDER PROJECT ROHTANG TUNNEL”
2. Tender documents may be downloaded from BRO websitewww.bro.gov.in (for reference
only) and CPPP sitehttps://eprocure.gov.in/eprocure/app as per the schedule as given in CRITICAL
DATE SHEET as under.

CRITICAL DATE SHEET

Bid Document Published Date on CPPP 24 June 2020 (1800 Hrs)


Bid Documents Download / Sale Start Date 25 June 2020 (0900 Hrs)
Clarification Start Date 26 June 2020 (1000 Hrs)
Clarification End Date 01 July 2020 (1000 Hrs)
Pre-Bid meeting DUE TO (COVID-19) ONLY ONLINE
QUERIES TO BE CONSIDERED
Bid submission Start Date 02 July 2020 (1200 Hrs)
Bid submission End Date 23 July 2020 (1500 Hrs)
Opening date of Technical Bid 24 July 2020 (1500 Hrs)
Opening date of Financial Bid To be fixed later on

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


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

4. The work is estimated to cost Rs 8750.00 Lacs (Rupees Eighty Seven Crores Fifty Lakhs
only) approximately or as subsequently amended in tender documents or uploaded in BRO website
www.bro.gov.in and CPPP website https://eprocure.gov.in/eprocure/app This estimate, however, is
not a guarantee and is merely given as a rough guide and if works cost more or less, the tenderer
shall have no claim on that account of what so ever nature.

5. The tender shall be based on specifications and General conditions of contracts IAFW - 2249
(GCC) and item rate Contract form based on IAFW-1779A/lump sum contract based on IAFW-2159
with Schedule-A (listed of works) to be priced by the tenderers.
6. Not more than one tender shall be submitted by one contactor or contractors having
business relationship. Under no circumstance will father and his son(s) or other close relations who
have business relationship with one another (i.e. when one or more partner(s)/director(s) are
common) be allowed to tender for the same contract as separate competitors. A breach of this
condition will render the tenders of both parties liable to rejection.

7. The work is to be completed within 24 Months or as subsequently amended in tender


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

8. The Chief Engineer, Project Rohtang Tunnel, C/O 56 APO will be the Accepting Officer,
here in after, referred to as such for the purpose of this contract.

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

10. Earnest money is not required to be attached with tender by the valid enlisted contractors
with BRO who have submitted standing security deposit and MSME registered firms as per Rule
170 (i) of GFR 2017 but it is required from other contractors and to be attached (Scanned copy) with
Technical Bid for Rs. 47,00,000/-(Rupees Forty Seven Lakhs Only) in the shape of Call Deposit
Receipt/Term Deposit Receipt/Special Term Deposit Receipt in favour of Chief Engineer Project
Rohtang Tunnel, C/O 56 APO obtained from any Nationalized/ Scheduled Bank and having
maturity/validity period 90 days more than validity period of his offer payable at SBI, Manali Distt.
Kullu, (Himachal Pradesh).

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

12. Copies of drawings (if applicable) and other documents pertaining to the work (signed for the
purpose of identification by the Accepting Officer or his accredited representative) will be opened for
inspection at the following locations: -

Chief Engineer (P) Rohtang Tunnel C/O 56 APO

13. Tenderers are advised to visit the work site by making prior appointment with Chief Engineer
(P) Rohtang Tunnel (GREF), C/O 56 APO. Any query related to the tender condition may be
clarified at following telephone No. 9436223000, SW Rohtang Tunnel. All the work site are located
along the Approach Road to South Portal of Rohtang Tunnel (Now Atal Tunnel), in the State of
Himachal Pradesh.

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

15. Any qualification documents/ tender which stipulates any alternative to any of the conditions
laid down or which proposes any other conditions of any description whatsoever is liable to be
rejected.

16. The Accepting Officer reserves his right to accept a tender submitted by a Public Undertaking,
giving a purchase preference over other tender(s) which may be lower, as are admissible under the
Govt policy. No claim for any compensation or otherwise shall be admissible from such tenderers
whose tenders may be rejected on account of the said policy.
17. The submission of a tender by a tenderer implies that he had read this notice and conditions of
contract and has made himself aware of the scope and specifications of the work to be done and of
the conditions and rates at which stores, tools and plants etc. will be issued to him, local conditions
and other factors bearing on the execution of the work.

18. The Pre-Contract Integrity Pact (Applicable for tender with estimated cost of Rs. 5.00 Crore
and above for all works contracts and in tender for procurement of services, stores equipments &
plants with estimated cost of Rs. 1.00 Crore and above) has been signed by Accepting Officer or by
the Officer specifically designated by him and scanned copy uploaded as part of NIT along with
tender documents. Scanned copy of Integrity Pact duly signed on each pages by the bidder(s) shall
be uploaded as part of technical bid (Cover-I) and original Integrity Pact duly signed on each pages
shall be forwarded by post along with EMD and DD towards cost of tender.

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

20. BLANK.

21. BLANK.

22. In case of applications/bids from un-enlisted contractors if required as per tender conditions,
where scanned copies of requisite DD/ Bankers cheque towards cost of tender has been uploaded
but physical copies are not received by the stipulated date, finance bids will not be opened. Name
of such contractors along with complete address shall be circulated for not opening of their bids for
a period of six months commencing from the date of opening of finance bid.

23. In case of applications/bids (submitted by un-enlisted contractors) where scanned copies of


requisite Earnest money were uploaded but the same are not received in physical form within
stipulated time, such bids shall not qualify for opening of finance bid.

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

25. For any further particulars, you may refer BRO website http:/www.bro.gov.in and CPPP website
https://eprocure.gov.in/eprocure/app.
26. BRO appointed Independent Monitors for Integrity Pact in BRO contracts in consultation with
Central Vigilance Commission. Name and Address of the monitors as amended from time to time,
can be referred to on the MoD website at www.mod.nic.in. Following are the independent monitors
for thiswork:-

S/No. Name of IM Email-ID Remarks


(a) Shri SK Deota IDCMS Director (Contracts) santoshkd22868- Nodal Officer
cgo.nic.in,Mob- (IEM)BRO
9409307524
27. In the event of lowest tenderer revoking his offer or revising his rates upward (which will be
treated as revocation of offer), after opening of tenders, the earnest money deposited by him shall
be forfeited. In case of BRO enlisted contractors, the amount equal to the earnest money stipulated
in the Notice of tender, shall be notified to the tenderer for depositing the amount through MRO,
failing which the amount shall be recovered from payment due to such contractor or shall be
adjusted from the Standing Security Deposit. In addition, such tenderer and his related firm shall not
be allowed to participate in the tendering in second call or subsequent calls.

28. Important- Above particulars may change due to administrative or any other reason and
shall be available in BRO web site www.bro.gov.in and CPPP website
https://eprocure.gov.in/eprocure/app. Therefore bidders/ contractors are requested to visit
BRO web site www.bro.gov.in and CPPP website https://eprocure.gov.in/eprocure/app
frequently and at least once again 03 (three) days prior to bid submission date as per critical
date sheet, for any changes in above particulars.

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

EE (Civ.)
SW
For Accepting Officer

80035/Slope stabilization/ /E8 24th June 2020

Headquarters
Chief Engineer
Project Rohtang Tunnel
C/O 56 APO
PIN-931720

DISTRIBUTION FOR INFORMATION AND WIDE PUBLICITY

01 HQ DGBR/E8 Section For info wrt their letter No 6035/P/DGBR/02/Vig dated


Seema Sadak Bhawan 23 Mar 2004.
Ring Road, Delhi Cantt
New Delhi – 110010
02 HQ ADGBR (NW) For info
Near Motor Market
Sector 48-C
Chandigarh – 160047
03 Headquarters, Chief Engineer Project BEACON C/o 56 APO 931706
04 Headquarters, Chief Engineer Project CHETAK C/o 56 APO 931707
05 Headquarters, Chief Engineer Project DANTAK C/o 99 APO 931708
06 Headquarters, Chief Engineer Project HIMANK C/o 56 APO 931710
07 Headquarters, Chief Engineer Project PUSHPAK C/o 99 APO 931711
08 Headquarters, Chief Engineer Project SHIVALIK C/o 56 APO 931719
09 Headquarters, Chief Engineer Project SETUK C/o 99 APO 931 713
10 Headquarters, Chief Engineer Project SEWAK C/o 99 APO 931714
11 Headquarters, Chief Engineer Project VARTAK C/o 99 APO 931715
12 Headquarters, Chief Engineer Project UDAYAK C/o 99 APO 931716
13 Headquarters, Chief Engineer Project SWASTIK C/o 99 APO 931717
14 Headquarters, Chief Engineer Project ARUNANK C/o 99 APO 931718
15 Headquarters, Chief Engineer Project SAMPARK C/o 56 APO -
16 Headquarters, Chief Engineer Project HIMANK C/o 56 APO
17 Headquarters, Chief Engineer Project BRAHMANK C/o 99 APO
18 Headquarters, Chief Engineer Project HIRAK C/o 56 APO 440009
19 Headquarters, Chief Engineer Project VIJAYAK C/o 56 APO
20 Headquarters 38 BRTF C/o 56 APO
21 Headquarters 759 BRTF C/o 56 APO
22 Account Office 38 BRTF C/o 56 APO
23 Account Office 759 BRTF C/o 56 APO
24 70 RCC C/o 56 APO
25 68 RCC C/o 56 APO
26 108 RCC C/o 56 APO
26 94 RCC All By email Or SDS Post
27 EDP cell of HQ CE(P) Rohtang Tunnel Please upload NIT of subject work at bro website.
28 All India Traders Information Bureau For wide publicity at their end please.
Post Box No. 25 (Post Office)
Shastri Nagar, Jaipur (Rajasthan)
29 Executive Engineer - do-
Public Works Department
Nirman Bhawan,
Nigam Vihar,
Shimla – 171002
30 Superintending Engineer - do-
CPWD
Railway Board Building
Shimla – 171003
31 Commander works Engineer - do-
MES
Shimla Hills,
JutoghDistt :
Shimla
Pin – 171004
32 AGE, MES
Bahang, Manali
Himachal Pradesh
GENERAL CONDITIONS OF
CONTRACTSIAFW-2249: 1989 PRINT
FOR
* LUMP SUM CONTRACTS (IAFW-2159)
AND
* ITEM RATE CONTRACTS (IAFW-1779A)

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


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

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


CONTRACTS including conditions 70 thereof pertaining to settlement of disputes by arbitration,
under this Tender document are part of this tender.

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

* AS APPLICABLE

NOTE- COPY OF GENERAL CONDITIONS OF CONTRACTS IAFW-2249 CAN BE


REFERRED IN ANY OFFICE OF BRO

(Signature of Contractor) Dir Contract/SW


For Accepting Officer
Dated
Dated
GENERAL CONDITIONS OF THE CONTRACTS (IAFW-2249: PRINT: 1989)
FOR
LUMP SUM CONTRACTS (IAFW-2159)

1. DEFINITIONS ETC: (a) The “Contract” means the documents forming the tender and
acceptance thereof, together with the documents referred to therein including these conditions,
Schedules, ‘A’, ‘B’. ‘C’, ‘D’ and/or General summary attached to the form of tender, their B.R.O.
schedule, the specifications and the drawings, and all these documents, as applicable-taken
together shall be deemed to form one contract and shall be complementary to one another.

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

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

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

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

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

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

(g) The letters “Commander Contract” mean “Task Force Commander” who, in the
case of Measurement and Lump Sum Contracts directs the contract and the letters “OC
CONTRACT” mean OC, RCC or BCC who administers and in the case of Term Contracts
directs the Contract.
(h) The “Engineer-in-Charge” means the Assistant Executive Engineer or the Assistant
Engineer (A.E) or the Superintendent Grade-I appointed by the OC CONTRACT to
supervise the Works or part of the Works.

(i) “Approved” and “Directed” means the approval or direction of the Director
CONTRACT or OC CONTRACT or person deputed by him for the particular purpose.
(j) “M.D.” means the “Government of India (Ministry of Defence)”.
(k) “M.E.S” means the “Military Engineer Services”.
(l) “I.S.” means ‘Indian Standards’ as issued by the Bureau of Indian Standards.

In the case of Measurement and Term Contracts, “Specifications” means those


contained, in the M.E.S. Schedule together with any amendments, etc., authorized thereto
by the tender documents, “Drawings” refer to those accompanying the tender documents
and/or any Works Orders referred to therein.
(m) In the case of Lump sum Contracts “Contractor’s Percentage” means the
percentage entered by the Contractor in the General Summary as addition to or deduction
from the cost of buildings, etc., listed in Schedule ‘A’, to provide a lump sum quotation for
performance inclusive of any element required by him for extra costs, profit, establishment
charges and insurances.
In the case of Measurement and Term Contracts “Contractor’s Percentage” shall, if the
context so permits mean the uniform percentage tendered by the Contractor and accepted
by the Accepting Officer; and the expression ‘Contract Rates” shall likewise mean the rates
in the M.E.S Schedule as adjusted by the said contractor’s Percentage, if any.

(n) The “Contract Sum” means: -

(i) In the case of Lump Sum Contracts (I.A.F.W.-2159) the sum for which the
tender is accepted.

(ii) In the case of Measurement (Percentage Rate) contracts (I.A.F.W.-1779) the


estimated value of the Works at the rates contained in the M.E.S Scheduled adjusted
by Contractor’s percentage;

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

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

(p) “Accepted Risks” mean the risks on the Site accepted by the Accepting Officer or
the COMMANDER CONTRACT in case of Contracts accepted by OC CONTRACTs., of
riots (otherwise than among Contractor’s employees), war, invasion, act of foreign enemies,
hostilities, civil war, rebellion, revolution, insurrection, military or usurped power, damage
from air craft and acts of God such as earthquake, lightening, unprecedented floods and
tornado.
(q) The “Date for Completion” is the date or dates for completion of the whole or any
part of the works, set out or ascertained in accordance with the individual Works Orders or
the tender documents, or any subsequent amendment thereto as provided in the condition 9
and 11 hereinafter.
(r) A “Week” means seven days without regard to the number of hours
worked or not worked in any day in that week.
(s) A “Day” means a day of 24 hours irrespective of the number of hours
worked or not worked or not worked in that day.
(t) A “Working Day” means any day other than that prescribed by the
Negotiable Instruments Acts as being a holiday and consists of the number of
hours of labour as commonly recognized by good employers in the trade in
the district where the work is carried out.
(u) “Emergency Works” mean any urgent measures which, in the
opinion of the Engineer-in-Charge, become necessary during the progress of
the works to obviate any risk of accident or failure or which becomes
necessary during the progress of the Works to obviate any risk of accident or
which becomes necessary for security, or rectifications to essential services
like water supply and electrification during the maintenance period of the
contract.

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

(w) “Provisional Sum” or “Provisional Lump Sum” means a lump sum


included by the B.R.O. in the tender documents and represents the estimated
value of work for which details are not available at time of going to tender.

(x) “Provisional Items” mean items for which approximate quantities


have been included in the tender documents.

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

(z) Blank.

SCOPE OF THE CONTRACT: -


2. Headings to the Conditions:- The headings to these Conditions shall
not affect he interpretation thereof.

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

3. Contract Documents:- The Contract is confidential and must be


strictly confined to the Contractor’s own use (except so far as confidential
disclosure to sub-contractors or suppliers is necessary) and to the purposes of
the Contract.
The Accepting Officer or in the case of Term Contracts, the Officer
empowered to issue the Works Orders shall furnish to the Contractor free of
cost two copies of the signed Drawings, and of the Specifications and of the
blank Bills of Quantities, if any, and two copies of all further drawings issued
during the progress of the works. The Contractor shall keep one copy of all
drawings, and of the Specifications on the Site and the Engineer-in-Charge or
his representative shall at all reasonable times have access to them.

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

4. Works to be carried out (Applicable generally to Measurement and Lump


Sum Contracts) - The Contract shall, except as provided under Schedules ’B’, ‘C’
and/or ‘D’ include all labour materials, tools plant, equipment and transport which may
be required in preparation for, and for and in the full and entire execution and
completion of the Works. The descriptions given in Schedule ‘A’ and the Bills of
Quantities shall, unless otherwise stated, be held to include waste on materials,
carriage and cartage, carrying in, return of empties, hoisting, settings, fitting and fixing
in position and all other labours necessary in and for the full and entire execution and
completion aforesaid in accordance with good practice and recognized principles.

The Contractor shall be deemed to have satisfied himself as to the nature of the Site,
local facilities of access and all matters affecting the execution and completion of the
Works. No extra charges consequent on misunderstanding or otherwise will be
allowed.

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

(a) Periodical Services, viz, painting, lime or colour washing any tint and
distempering (except in connection with or arising out of the works mentioned
above, and, in addition any order, placed during he period of the Contract, the
gross total value of which orders, does not exceed Rs. 5,000) shall be excluded
from theContract.

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

(c) All roads, paths, parade grounds, runways, taxi tracks, aprons, landing
grounds, (except any order for periodical painting of lines circles or other markings
on runways, taxi tracks, aprons and landing grounds placed during the period of
the contract, the gross value of which does not exceed Rs. 2,500) tree planting,
gardening and the renewal of mud floors shall be excluded from the contract.
(d) All electrical and water supply work and steam or hot-water installations,
estimated to cost over Rs. 10,000 shall be excluded from the Contract and at the
discretion of the OC CONTRACT any such work estimated to cost Rs. 10,000 or
under may also be excluded.

(e) The OC CONTRACT may employ on work otherwise included within the scope
of Contract:

(i) any number of serving soldiers, the regular civilian staff of the B.R.O., store
men, and transport (the property of Government, or hired locally);

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

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

The estimates referred to above shall be based on the Contract Rates and shall include
contingencies, but exclude the surplus B.R.O stores referred to in Condition 10 hereof
and any stores to be obtained under special contract; the shall be the sole judge as to
what constitutes a single work, job or service or to treat the Contract Area as a whole
for the purpose of grouping work as may be convenient, and his decision in these
matters shall be final and binding.

The Contractor will be deemed to have satisfied himself as to the nature of the Works
likely to be ordered upon him, local facilities for the supply of labour and materials
within the Contract Area and of access to the Site or Sites and all other matters
affecting the execution and completion of the Works. No extra charges consequent on
misunderstanding or otherwise will be allowed.

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

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

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

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

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

The extent of quantities or items described as “Provisional” shall not be varied beyond
the limits laid down in Condition 7.

No addition or deduction shall be made by the Contractor to the amount of the


provisional lump sums as included in the tender documents.

6A. Discrepancies and Adjustment of Errors (Applicable generally to


Measurement and Lump Sum Contracts) - The several documents forming the
contract are to be taken as mutually explanatory of one another, detailed drawings
being followed in preference to small scale drawings and figured dimensions in
preference to scale.

In the case of discrepancy between Schedule ‘A’, the Bills of Quantities, the
Specifications and/or the Drawings the following order of precedence shall be
observed: -

(a) Description of Schedule ‘A’/Bills of Quantities.


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

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

Any error in description, quantity or rate in Schedule ‘A’ and Bills of Quantities, or any
omission there from shall not vitiate the Contract or release the Contractor from the
execution of the Whole or any part of the Works comprised therein according to the
Drawings and Specifications or from any of his obligations under the Contract. Any
error in quantity, rate or amount in Schedule ‘A’/Bills of quantities and general summary
shall be adjusted in accordance with the following rules:

(A) General (applicable to all types of contracts)

(a) In the event of a discrepancy between description in words and


figures quoted by a tenderer the description in words shall prevail.

(b) In the event of an error occurring in the amount column of


Schedule ‘A’ or Bill of Quantities as a result of wrong extension of unit
rate and quantity, the unit rate whether inserted by B.R.O prior to
issue of tenders or quoted by tenderers, shall be regarded as firm and
the extensions shall be amended on the basis of the rate. Where
Provisional Lump Sum, Provisional Sum and/or ‘Prime Cost’ Sum
is/are inserted by B.R.O and Contractor is required to quote a
percentage as well as an amount of addition/deduction thereon, and
there is any discrepancy between the percentage and the
corresponding amount of addition/deduction, the percentage quoted
by the Contractor shall be regarded as firm, the amount and total shall
be amended on the basis of the percentage.

(c) All errors in totaling in the amount column and in carrying


forward totals shall be corrected.

(d) Any omissions to include in the totals or to carry forward, the


Prime Cost Sums and the percentage thereon, or the Provisional
Sums, shall be corrected. If no percentage on Prime Cost Sums is
quoted by the Contractor, the percentage shall be considered as ‘NIL’.

(e) In case of Contracts for addition/alteration works where


Contractors are required to quote credit for demolished materials
specified to become Contractor’s property, in the event of omission on
the part of a Contractor to indicate any credit, the tender shall be
treated as one with ‘nil ‘credit.

(f) The total of Bills of Quantities, as amended above, shall be


carried over to Schedule ‘A’. Similarly, totals of various sections of
Schedule ‘A’ as amended shall be carried over to the General
Summary and the tendered sum amended accordingly. The tendered
sum so altered shall, for the purpose of the tender, be substituted for
the sum originally tendered and considered for acceptance instead of
the original sum quoted by the Contractor. Any rounding off of totals in
various sections of Schedule ‘A’ or in General Summary by the
tenderer shall be ignored.

(B) Lump Sum Contracts based on prescribed Schedule ‘A’: - The


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

(C) Lump Sum Contracts based on Schedule ‘A’ with supporting Bills of
Quantities
- There shall be no rectification of any errors, omissions or wrong estimates
in the prices inserted by the Contractor in the Bills of Quantities.

If there are any errors in quantities (not shown as provisional) or any


omissions of items the cumulative effect of all of which varies the Contract Sum by
more than the limits mentioned below, then the errors shall be rectified and the
Contract sum increased or decreased accordingly: -
i) Contract sum not exceeding Rs. 4 Lakhs 5% of the Contract Sum
ii) Contract Sum Exceeding Rs. 4 Lakhs but not exceeding 3% of the Contract Sum subject to
Rs. 10 Lakhs. a minimum of Rs. 20,000/-
iii) Contract Sum exceeding Rs. 10 Lakhs. 2% of the Contract Sum subject to
a minimum of Rs. 30,000/- and a
maximum of Rs. 75,000/-

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

(D) Lump Sum Contracts based on Drawings and Specifications and


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

(E) Contracts comprising Sections/parts conforming to types (B), (C) and


(D)above
- The principles enunciated in paras B,C and D above for rectification of
errors shall apply to the corresponding parts of the Contract.

7. Deviations (Applicable specifically to Measurement and Lump Sum


Contracts and generally to Term Contracts - The Contractor shall not make any
alteration in, addition to or omission from the Works as described in the tender
documents except in pursuance of the written instructions of the OCCONTRACT.

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

The Accepting Officer, or person specially authorized by him on his behalf,


may vary either by way of addition to and/or deduction from the Works so described
provided that the Contract Sum be not thereby varied on the whole by more than the
percentage set out in the tender documents (referred to herein below as the
‘Deviation Limit’), subject to the following restrictions: -

(a) The Deviation Limit referred to above is the net effect (algebraically
sum) of all additions and deductions ordered.

(b) In no case shall the Additions/Deductions (arithmetical sum) exceed


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

(d) The value of additions of items of any individual trade not already
included in the Contract shall not exceed 10% of the Deviation Limit.

Note: -Individual trade means the trade sections into which a Bill of
Quantities or Schedule ‘A’ has been divided or, in the absence of any such
division, the individual sections of
B.R.O. Standard Schedule of Rates such as Excavation and Earthwork,
Concrete, Wood Works and Joinery, etc.

All additions and deductions will be priced as per Condition 62 hereof and
added to or deduced from the Contract Sum. Whenever the Accepting Officer intends
to exercise such right his intention shall be communicated to the contractor by the
OC CONTRACT whose order in writing shall specify the deviations which are to be
made, the lump sum assessment or the proposed basis of payment, the change if
any, in the date or completion of the relevant phase and/or the entire contract. Any
objection by the Contractor to any matter concerning the Deviation Order, shall be
notified by him in writing to the OC CONTRACT within fifteen days from the date of
receipt of such order, but under no circumstances shall be progress of the Works be
stopped (unless so ordered by the OC CONTRACT) owing the differences or
controversy that may arise from such objection. In default of such notification the
Contractor will be deemed to have accepted the order and

the conditions stated therein without in any way affecting the right of the parties to
rectify any mistake on the basis of payment only to the extent it differs from condition
62. in the event of the Contractor failing to agree with the OC CONTRACT regarding
the proposed alteration of time the objection shall be referred to the Accepting Officer
or, in the case of Contracts (other than Term Contracts) accepted by the OC
CONTRACT to the Chief Engineer, whose decision shall be final and binding.

8. Emergency Works - If any Emergency Works become necessary and the


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

9. Suspension of Works-

(a) The Contractor shall, on receipt of the order in writing of the OC


Contract, suspend the progress of the Works or any part thereof for such time
and in such manner as the OC Contract may consider necessary for any of
the following reasons: -
(i) On account of any default on the part of the Contract; or
(ii) for proper execution of the Works or part thereof for reasons
other than the default of the Contractor; or
(iii) for safety of the Works or part thereof.

The Contractor shall, during such suspension, properly protect and secure
the Works to the extent necessary and carry out the instructions given in that behalf
by the OC Contract.

(b) If the suspension is ordered for reasons (ii) and (iii) in Sub-para(a)above.
(i) the contractor shall be entitled to an extension of time equal to
the period of every such suspension plus 25% for completion of the
item or group of items of work for which a separate period of
completion is specified in the Contract and of which the suspended
work forms a part, and

(ii) if the total period of all suspensions in respect of an item or


group of items of work for which a separate period of completion is
specified in the Contract exceeds 60 days the contract shall, in
addition, be entitled to the compensations, as the OC Contract may on
the basis of facts consider reasonable, in respect of salaries and/or
wages paid by the Contractor to his employees and labour at site
actually remaining idle during the period of suspension.

(c) If the Works or part thereof is suspended on the orders of the


OC Contract for more than four months at a time, except when
suspension is ordered or reasons (i) in Sub-para (a) above, the
Contractor may after 60 days from receipt of such order serve a
written notice on the OC Contract requiring permission within fifteen
days from receipt by the OC Contract of the said notice, to proceed
with the Works or part thereof in regard to which progress has been
suspended and if such permission is not granted within that time, the
Contractor if he intends to treat the suspension, where it affects only
of the Works as an omission of such part by Government under
Condition 7 or where it affects the whole of the Works, as an
abandonment of the Works by Government, shall within ten days of
expiry of such period of 15 days give notice in writing of his intention
to the OC Contract. In the event of the Contractor treating the
suspension as an abandonment of the Contract by Government. He
shall have no claim to payment of any compensation on account of
any profit or advantage which he may have derived from the execution
of the work in full but which he could not derive in consequence of the
abandonment. He shall, however, be entitled to compensation, as the
OC Contract may on the basis of facts consider reasonable, in respect
of salaries and/or wages paid by him to his employees and labour at
Site actually remaining idle in consequence and also for loss on
materials collected which could not be utilized on these or other Works
including 5% as overheads on materials, salaries and wages.

10. Materials:-
(a) Materials to be provided by the Contractor-

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

All materials to be provided by the Contractor shall be new and in conformity


with the specifications laid down in the Contract and the Contractor shall, if requested
by the Engineer-in- Charge, furnish proof, to the satisfaction of the Engineer-in-
Charge that the materials so comply.

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

The Engineer-in-Charge shall have full powers to require removal of any or all
of the materials brought to Site by the Contractor which are not new and in
accordance with the Contract specifications or do not conform in character or quality
to samples approved by him. In case of default on the part of the Contractor in
removing rejected materials the Engineer-in-Charge shall be at liberty to have them
removed by other means at the Contractor’s expense and risk. The Engineer-in-
Charge shall have full powers to require other proper materials to be substituted for
rejected materials and in the event of the Contractor refusing to comply, he may
cause the same to be supplied by other means. All costs/charges and expenses
which may attend upon such substitution shall be borne by the Contractor.

The Contractor shall indemnify Government or any Agent, servant or


employee of Government against any action, claim or proceeding relating to
infringement or use of any patent or design or any alleged patent or design rights and
shall pay any royalties of other charges which
maybepayableinrespectofanyarticleormaterialorpartthereofincludedintheContract.Inth
eevent of any claims being made or action being brought against Government or any
such material as aforesaid the

Contractor shall immediately be notified thereof. Provided that such indemnity shall
not apply when such infringement has taken place in complying with the specific
directions issued by Government but the Contractor shall pay any royalties or other
charges payable in respect of any such use the amount so paid being reimbursed to
the Contractor only if the use was the result of any drawing and/or specifications
issued after submission of the tender.

Subject as hereinafter provided in Condition 63 all charges on account of octroi,


terminal or sales tax and other duties on materials obtained for the Works from any
source (excluding materials supplied by government) shall be borne by the
Contractor.

The Engineer-in-Charge shall be entitled to have tests carried out as specified


in the Contract for any materials supplied by the Contractor other than those for
which, as stated above, satisfactory proof has already been furnished, at the cost of
the Contractor and the Contractor shall provide at his expense all facilities which the
Engineer-in-Charge may require for the purpose. If no tests are specified in the
contract, and such tests are required for the purpose and the charges for these tests
shall be borne by the Contractor only if the tests disclose that the said materials are
not in accordance with the provision of the Contract. The cost of materials consumed
in tests shall be borne by the Contractor in all cases except when otherwise provided.

(B) Materials to be supplied by Government-

Materials which Government which Government, shall supply are shown in


Schedule ‘B’ which also stipulates place of issue and rate (s) to be charged in
respect thereof. Soon after acceptance of the tender the Contractor shall agree in
writing with the Engineer-In-Charge on phased programme of his requirement with
regard to delivery of materials.
In the event of delay in the supply of any stores and materials mentioned in
Schedule ‘B’ the Contractor shall be entitled to reasonable extension of time as
provided for under Condition 11 but no claim for compensation or damages on any
ground whatsoever shall be entertained by the Government. In case of Term
Contract for Artificers’ work, the OC CONTRACT may further issue old serviceable
materials not exhibited in Schedule ‘B’ but not exhibited in Schedule ‘B’ but included
in MES Schedule, at the rates given in that Schedule plus or minus (as applicable)
the Contractors’ tendered percentage or at market rates for new materials whichever
is higher. Provided further in the case of Term Contracts:

(i) the Contractor will be paid for “fixing only” in respect of materials
savaged from and refixed in the same building or another building situated within a
radius of 200 metres whether such

SUBJECT: RECOVERY OF CHARGES FOR TESTING OF MATERIALS.


Condition 10A of IAFW-2249 is amply clear on the liability of the contractor towards
the cost of testing building materials and manufactured products supplied by the
contractor under his own arrangements or conducted by the Department in Zonal
laboratories.
Thus for all material tests conducted under conditions specified in clause 10A of
IAFW-2249 by the Department in Zonel laboratories or SEMT or any other
recognized laboratory for which contractor had to bear the cost, the recovery shall be
effected from the contractors bill. The rates for testing of materials in Zonal
laboratories shall be fixed in consultation with SEMT, Kirkee.
(ii) the OC CONTRACT may issue for “fixing only” materials such as
sanitary fitting for which rates for “fixing only” exist and for which the rear no
“supply and fix” rates in the
B.R.O. Standard Schedule of Rates, even though such materials are not
exhibited in Schedule ‘B’.
If after acceptance of the tender the Contractor desires Government to supply
any further materials out of those mentioned in the Schedule and/or any other
materials, such materials may be supplied by Government, if available, at rates to be
agreed upon between the parties.
For the materials listed in Schedule ‘B’ the Contractor shall give a reasonable notice
in writing of his requirements to the Engineer-in-Charge in accordance with the
agreed phased programme. Such materials shall be supplied for the purposes of the
Contract only and the value of materials so supplied at the rates specified in the
aforesaid Schedule shall be set off or deducted from any sums then due or which
may thereafter become due to the Contractor, under the Contract.
The Contractor shall bear the cost of loading, transporting to Site, unloading, storing
under cover as required, assembling and joining the several parts together as
necessary and incorporating or fixing materials in the Works including all preparatory
work of whatever description as may be required and of closing. Preparing loading
and returning empty cases or containers to the place of issue.
All materials issued to the Contractor by Government for incorporation or
fixing in the Works (including preparatory work) shall, on completion or on foreclosure
of the works and before submission of bills, be returned by the Contractor at his
expense, at the place of issue, after making due allowance for actual consumption,
reasonable wear and tear and/or waste. If the Contractor is required to deliver such
materials at a place other than the place of issue he shall do so and the
transportation charges from the Site to such place, less the transportation charges
which would have been incurred by the Contractor had such materials been delivered
at the place of issue, shall be borne by Government.
Surplus materials returned by the Contractor shall be credited to him by the
Engineer-in- Charge at rates not exceeding those at which these were originally
issued to him after taking into consideration any deterioration or damage which may
have been caused to the said materials whilst in the custody of the Contractor.
If on completion of Works the Contractor fails to return surplus materials out
of those supplied by Government, then in addition to any other liability which the
contractor would incur, the Engineer-in-Charge may, by a written notice to the
Contractor, require him to pay within a fortnight of receipt of the notice for such
unreturned and surplus materials at double the prevailing market rate as decided by
the OC CONTRACT If however, the contractor is not satisfied with the decision of the
OC CONTRACT with regard to market rate, he shall be entitled to represent the
matter to Commander Contracts within seven days of receipt of OC CONTRACT’s
decision and the decision of the Commander Contracts thereon shall be final and
binding.
If cement is to be supplied by Government, every cement go down shall be
provided with two locks on each door. The key of one lock at each door shall remain
with the Engineer-in-Charge or his representative and that of the other lock with the
Contractor’s authorized agent at Site of Works so that cement is removed from the
go down only according to daily requirement with the knowledge of both the parties.
(C) General -

Materials required for the works, whether brought by the Contractor or


supplied by Government, shall be stored by the Contractor only at places approved
by the Engineer-in-Charge. Storage and safe custody of materials shall be at the risk
and the responsibility of the contractor.

Government officials concerned with the Contract shall be entitled at any time
to inspect and examine any materials intended to be used in or on the Works, either
on the Site or at factory or workshop or other place(s) where such materials are
assembled, fabricated or manufactured or at any place(s) where these are laying or
from which these are being obtained and the contractor shall give such facilities as
may be required for such inspection and examination.
All materials brought to the Site shall become and remain the property of
Government and shall not be removed off the Site without the prior written approval
of the Engineer-in-Charge. But whenever the Works are finally completed and
advance, if any, in respect of any such materials is fully recovered, the Contractor
shall at his own expense forthwith remove from the Site all surplus materials
originally supplied by him and upon such removal the same shall retest in and
become the property of the Contractor.

11. Time, Delay and Extension-


(A) Time is of the essence of the Contract and is specified in the contract
documents or in each individual Works Order.
As soon as possible after contract is let or any substantial Works Order is
placed and before Work under it is begun, the OC CONTRACT and the Contractor
shall agree upon a Time and Progress Chart. The Chart shall be prepared in direct
relation to the time stated in the contract documents or the Works Order for
completion of the individual items thereof and/or the Contract or Works Order as a
whole. It shall indicate the forecast of the dates for commencement and completion
of the various trade processes or sections of the work, and shall be amended as may
be required by agreement between the OC CONTRACT and the Contractor within
the limitation of time imposed in the Contract documents or Works Order. If the
Works be delayed: -
(i) by force majeure, or

(ii) by reason of abnormally bad weather, or


(iii) by reason of serious loss or damage by fire, or
(iv) by reason of civil commotion, local combination of workmen, strike or
lockout, affecting any of the trades employed on the work, or
(v) by reason of delay or part of nominated sub-contractors, or nominated
suppliers which the Contractor has, in the opinion of OC CONTRACT,
taken all practicable steps to avoid, or reduce, or
(vi) by reason of delay on the part of Contractors or trades men engaged
by Government in executing works not forming part of the contract, or
(vii) by reason of any other cause, which in the absolute discretion of the
Accepting Officer is beyond the Contractor’s control;

then, in any such case the Officer hereinafter mentioned may make
fair and reasonable extension in the completion dates of individual items or groups of
items of Works for which separate periods of completion are mentioned in the
Contract documents or Works Order, as applicable.
Upon the happening of any such event causing delay, the Contractor shall
immediately, but not later than 30 days of the happening of the event, give notice
thereof in writing to the OC CONTRACT but shall nevertheless use constantly his
best endeavor to prevent or make good the delay and shall do all that may
reasonable be required to the satisfaction of OC CONTRACT to proceed with the
works. Extension of time shall be granted as under: -

(a) by OC CONTRACT for all Term Contracts;


(b) by Accepting Officer of the Contract for all other Contracts.

In case the Contractor fails to notify the OC CONTRACT of happening of an


event(s) causing delay within the period of 30 days stipulated in sub-Para 3 above,
he shall forfeit his right to claim extension of time for the delay caused due to such
event(s).
Extension of time, as granted above, shall be communicated to the Contractor by OC
CONTRACT in writing and shall be final and binding. Provided that in the case of
contracts (other than Term contracts) accepted by the OC CONTRACT, in the event
of the Contractor not agreeing to the extension granted by the OC CONTRACT, the
matter shall be referred to the COMMANDER CONTRACT whose decision shall be
final and binding.

(a) Byreasonofnon-availabilityorbreakdownofGovt.ToolsandPlantlistedinSchedule‘C’.,
then, in any such event, notwithstanding the provisions hereinbefore contained, the
Accepting Officer may in his discretion grant such extension of time as may appeal
reasonable to him and the same shall be communicated to the Contractor by the OC
CONTRACT in writing. The decision so communicated shall be final and binding and
the Contractor shall be bound to complete the works within such extended time.

(B) If the Works be delayed:

(a) by reason of non-availability of Government stores shown in Schedule


‘B’; or

(C) No claim in respect of compensation or otherwise, howsoever arising,


as a result of extensions granted under Conditions (A) and (B) above shall be
admitted.

12. Blank.

13. Blank.

14. Royalties - No royalty will be recovered for materials, which the Contractor
may be allowed to remove

1 CLARIFICATION: ADMINISTRATION OF CONTRACTS: EXTENSION OFTIME

Wherever it becomes necessary for accepting officer of the contract to grant


extension of time which will have effect of elongating the period of completion to
more than double the originally allowed period, such cases should be brought to the
notice of the next higher Engineer Authority immediately after grant of extension of
time, with a self-contained statement of Case explaining the circumstances under
which grant of such extension has become necessary. Such higher authority will
examine the cases in detail from administrative/disciplinary action point of view and
order further steps to be taken to avoid recurrence of such lapses on the part of the
department which may come to light.
Simultaneously the case will also be examined whether the contractor has displayed
sufficient planning and organizational ability which could have averted or reduced the
delay and a note kept on record for inclusion in the performance report of the
contractor on the job. from quarries situated on land which is in charge of the M.E.S.
authorities or from land in Cantonments in charge of the Military Estate Officers.

15. Plant and Equipment- Subject to the provision made hereinafter, the
Contractor shall at his own cost and expense, supply all tools, plants and
equipment’s (hereinafter referred to as T&P) required for the execution of work. In
case, the Contractor so requires, some or all items of T&P listed in Schedule ‘C’ will
be given to him on hire by Government at the rates shown in the Schedule provided
that he has indicated his requirement while submitting his tender. The Contractor
shall, however, have no option but to hire from the Govt. particular items of T&P
listed in Schedule ‘C’ for which specific provision has been made in tender document
to indicate that hiring by contractor is compulsory. In respect of, the other items of
Schedule ‘C’ (hiring of which has not been indicated as compulsory), such of those
item(s) as has/have not been indicated (while submitting tender) to be hired by
contractor shall be automatically deemed to have been deleted from Schedule ‘C’.
Soon after acceptance, of tender, the Contractor shall agree, in writing with the OC
CONTRACT on a phased programme of his requirement with regard to the issue of
such of the Govt. T&P which are to be hired by him from the Govt., and in respect
whereof the contractor shall give the Engineer-in- Charge a notice in writing at least a
week in advance of the date of his requirement as per the aforesaid phased
programme. Government T&P hired to the Contractor shall be conveyed by him at
his expense from the place of issue to the site and back.

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

For purposes of this Condition, the day will be deemed to start from 0800 hours in the
morning (or any other hour-hereinafter referred to as ‘D’ hour-fixed by the OC
CONTRACT in writing at the commencement of the Hire Period) up to the
corresponding hour next day.
The Contractor shall pay to the Government Hire Charges and Standby
Charges as per rates shown in Schedule ‘C’ for the Working days and off-days
respectively.
The Hire Charges cover Depreciation, Interest, Maintenance, Running
Expenses and expenses for “on cost” (with crew as listed in Schedule ‘C’ and fuel
and lubricants).

During the Hire period if the T.&P. is rendered unworkable either due
to mechanical breakdown or other minor repairs provided always that they are not, in
the absolute discretion of the OC CONTRACT attributable to the Contractor’s (or his
workmen’s) neglect, the period the T.& P. remained inoperative will be termed the
Breakdown Period and the Contractor will be charged for half a working day if any
item of Government T&P has stopped working on account of breakdown before it has
worked for four hours in a day. If the item of Government T. & P. has stopped
working after it has worked for more than four hours but less than eight hours, the
Contractor will be charged for a full working day. Off-days immediately preceding or
succeeding the Breakdown period will not count towards the Breakdown Period but
only be treated as Off-days and be charged as Standby Charges. The Contractor will
also be exempted from levy of any charges for the number of days he is called upon
in writing by the OC CONTRACT to suspend the execution of the Works, provided
the T. & P. in question has in fact remained idle with the Contractor because of the
suspension.
The Contractor shall be wholly responsible for the care and custody of T. & P
during the whole of the Hire Period and any damage to it (except accepted risks,
provided always the Contractor has taken precaution necessary to protect it from
such risk) which in the absolute discretion of the OC CONTRACT is attributable to
neglect on the part of the Contractor, his agent, or his workmen, shall be made good
at contractor’s cost, charges and expense to the entire satisfaction of the OC
CONTRACT

Government give no guarantee for the output of T. & P. hired to the


Contractor and no reduction in rates or any compensation otherwise is permissible
on the ground that the out turn or performance of the T. & P. is not to Contractor’s
expectation.

Government T. & P. hired to Contractor shall be returned to OC CONTRACT


on the completion of the Work or section of Work or earlier if so required by the OC
CONTRACT The Contractor shall have no claim no any payment of compensation or
otherwise howsoever on account of determination of hire T. & P. which the
Government are entitled to do without assigning any reason whatsoever.

In the event of the Contractor not requiring any of the T. & P. at any time after
commencement of the Hire period he may return it to the OC CONTRACT
immediately after a two clear days’ prior notice, or at any time without notice if he
agrees to pay the Standby Charges for two additional days without in any way
affecting the rights of the OC CONTRACT to use the T. & P. during this period as he
likes including Hiring out to a third party. The Hire Charges during the notice period
will be charged for as “Working Days” and “Off-days” as they actually occur.

The Working Day for levy of the Hire Charges shall reckon as under: -

(a) The first eight hours (excluding a break of one hour) commencing 1 Working day
from the ‘D’ hour.
(b) Any period exceeding eight hours (excluding a break of 1-1/4 1-1/4 Working days
hours) upto and including 10 hours from the ‘D’ hours.
(c) Any period exceeding 10 hours (excluding a break 1-1/2 hours) 1-1/2 Working days
upto and including 12 hours from the ‘D’ hour).
(d) Any period exceeding 12 hours (excluding a break of 2 hours) upto 2 Working days
and including 16 hours from the ‘D’ hours)

16. Transport (Applicable only to Measurement and Lump Sum Contracts) -


The Contractor shall at his own expense supply all transport required for the
execution of the Contract, other than that listed in Schedule ‘D’ which will be provided
by Government.

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

The Contractor shall be responsible for the loading and unloading of vehicles
and shall comply with such restrictions regarding weight carrying capacities, nature of
materials to be transported and routes to be followed as may be notified to him by the
Engineer-in-Charge from time to time during the period of hire, as well as to observe
reasonable precautions at all times to prevent damage to and undue wear and tear of
the vehicles.
Government transport shall remain under the control of Government while on
hire to the Contractor but Government accept no liability for any loss or damage to
goods conveyed therein, arising out of or in any way connected with the operation of
the said vehicles. The Contractor shall indemnify Government against any loss or
damage to the person or property of Government, or any agent, servant, or employee
of Government, or to any third party due to any neglect or default of the Contractor,
his agents, servants, or work-people, connected with the use by him of the transport.

16A. Transport (Applicable only to Term Contracts) - The Contractor


shall at his own expense supply all transport required for the execution of the
Contract.

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

18. Sub-contracts - The Contractor shall not sub-let any portion of the Contract
without the prior written approval of the Accepting Officer. The Accepting Officer may
invite offers for performance by sub-contractors of any work in satisfaction of prime
cost sumsincluded in the tender documents. In the exercise of this option, offers will
be made returnable to the Accepting Officer who shall select the firm to do the Work
and inform the Contractor, who will be required to conclude a contract with the
nominated sub-contractor for the execution of the work as specified by the Accepting
Officer to the sub-contractor. The Accepting Officer shall not nominate any sub-
contractor against whom the contractor shall make reasonable objection.

The Contractor shall be responsible for any sub-contractor or contractor who


may carry out any work or supply any material in connection with the Contract,
whether such person be selected by the Accepting Officer or by the Contractor. The
Contractor shall make good any loss or damage suffered by Government by reason
of any default, neglect or failure on the part of such person in relation to such work or
material.
Nothing herein contained shall relieve the Contractor of his liabilities and
obligations under the Contract or in any way affect the Contractor’s direct
responsibility to Government nor shall it render Government in any way responsible
to such sub-contractor.
19–21. Blank.
PERFORMANCE OF THE CONTRACT
22. Security Deposit - In the case of a Contractor who has not executed the
standing Security Bond, and the Accepting Officer decides to accept his tender, the
contractor shall lodge with the Controller of Defence Accounts concerned as Security
Deposit in the prescribed form, the sum as notified by the Accepting Officer, within
thirty days of the receipt by him of notification of acceptance of his tender.
Alternatively, the Earnest Money deposited by the Contractor may be
converted as part of the Security Deposit, wherever such a transaction is feasible
and the Contractor shall lodge with the controller of Defence Accounts concerned the
balance amount of Security Deposit, as notified by the Accepting Officer within thirty
days of the receipt by him of notification of acceptance of his tender. In case the
Contractor fails to deposit the Security Deposit/balance amount of Security Deposit,
within thirty days as stipulated hereinbefore, the same will be recovered from the first
RAR payment or from the first final Bill. In the case of Term (Running) Contracts, if
the amount from the first final Bill is not adequate the remaining sum shall be
recovered from the subsequent bill(s) of the Contractor in full. However, in cases
where any payment under this contract is made to the contractor within thirty days of
the receipt by him of notification of acceptance of his tender, the amount of Security
Deposit/balance amount of Security Deposit shall be recovered from such payment.
Earnest Money will be refunded to the Contractor after the full amount of Security
Deposit is lodged/recovered.

In case of a Contractor who has executed the standing Security Bond but
where the tendered cost of the work exceeds the financial limit of the Contractor, and
the Accepting Officer decides to accept his tender, the Contractor shall lodge with the
Accepting Officer concerned additional Security Deposit as notified by the Accepting
Officer within thirty days of the receipt by him of notification of acceptance of his
tender, failing which this sum will be recovered from the first RAR payment or from
the first final Bill. In the case of Term (Running) Contracts, if the amount from the first
final bill is not adequate, the remaining sum shall be recovered from the subsequent
bill(s) of the contractor in full. However, in cases where any payment under this
Contract is made to the contractor within thirty days of the receipt by him of
notification of acceptance of tender the amount of additional Security Deposit shall be
recovered from such payment.

In case of a Contractor who is not enlisted for the area in which the work lies,
but whose name is in the BRO approved list of any BRO formation and has
deposited standing security and executed standing security bond and the Accepting
Officer decides to accept his tender the Contractor shall lodge with the Controller of
Defence Accounts concerned before acceptance of tender, the sum as notified by the
Accepting Officer as Security Deposit in the prescribed form.

Such sum shall be deposited in securities of the market value of such sum in
accordance with the Regulations for the Military Engineer Services for the time being
in force and any securities so deposited shall be endorsed in accordance with the
Government Securities Manual for the time being in force and, if the securities are in
the name of the Contractor, they shall be transferred to the Controller of Defence
Account concerned in such a way that they can be realized by him without reference
to the Contractor.

All compensation or other sums of money payable by the Contractor to the


Govt. under the terms of this contract or under any other contract with Govt. may be
deducted from, or paid by the sale of a sufficient part of the Security Deposit or from
the interest arising there from or from any sums which any be due or may become
due to the Contractor by the Govt. on any account whatsoever and in the event of his
Security Deposit being reduced by reason of any such deduction, or sale as
aforesaid, the Contractor shall within 10 days thereafter make good in cash or
securities, endorsed as aforesaid, any sum of sums which may have been deducted
from or realized by the sale of, his Security Deposit or any thereof.

Government shall not be responsible for any loss of securities or for any depreciation
in the value of securities while in their charge nor for loss of interest thereon.
23. Orders under the Contract - All orders, notices etc., to be given under the
Contract shall be in writing, typescript or printed and if sent by registered post to the
last known place of abode or business of the Contractor shall be deemed to have
been served on the date when in the ordinary course of post it would have been
delivered to him.

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

24. Admission to Site - The Contractor will not be permitted to enter on (other
than for inspection purposes) or take possession of the Site until instructed to do so
by the OC CONTRACT The portions of the Site to be occupied by the Contractor will
be clearly defined and/or marked on the Site plan, and the Contractor will on no
account be allowed to extend his operations beyond these areas. In the event of the
areas of land so allotted for the purposes of Accommodation of Labour, erection of
Temporary Workshops, stores, etc. Storage of Materials and the like being other than
Class A-1 land (which fact shall be ascertained by the Contractor from the OC
CONTRACT), the Contractor shall pay a nominal rent of Re-1 per year, or part of a
year, in respect of each and every separate area of land allotted to him.

The Contractor shall provide if necessary or if required on the Site all


temporary access thereto and shall alter, adapt and maintain the same as required
from time to time and shall take up and clear away as and when no longer required
and make all good.
The OC CONTRACT shall have power to execute other Works (whether or
not in connection with the Works) on the Site contemporaneously with the execution
of the Works and the Contractor shall give reasonable facilities for such purpose.
The M.D. reserves the right of taking over, at any time, any portion of the Site
which it may require and the Contractor shall at his own expense clear such portion
forthwith No photographs of the Site or of the Works or any part thereof shall be
taken, published or otherwise circulated, without the prior written approval of the
OCCONTRACT

No such approval shall however exempt the Contractor from complying with
any statutory provisions in regard to the taking and publication of such photographs.
Any B.R.O. Officials connected with the Contract shall have right of entry to the Site
at all times.
The Engineer-in-Charge shall have the power to exclude from the site any labour
whose admission thereto may in his opinion be undesirable for any reason
whatsoever. The OC CONTRACT shall have the power to exclude from the site any
person whose admission thereto may in his opinion be undesirable for any reason
whatsoever. The Contractor shall not be allowed any compensation on account of the
foregoing.
25. Contractor’s Supervision: The Contractor shall either himself supervise the
execution of the Contract or shall appoint a competent Agent approved by the OC
CONTRACT to act in his stead.
Where the Contractor is not a qualified Engineer or even if he is so qualified,
he cannot in the opinion of the OC CONTRACT, give his full personal attention to the
works, he shall at his own expense, employ a person/persons possessing the
following qualifications and/or experience as his accredited Agent (s) to supervise the
Works and to receive instructions from the Engineer-in- Charge.
(a) For works costing over Two Degree holders in Engineering from a Government
Rs. 300 Lakhs other recognized Institution or equivalent/final or direct final pass of
than those covered in sub-division II of the Institution of Surveyors (India)) with at least 5
(g) below. years practical experience of Works.
AND
Adequate numbers of Diploma holders in Engineering from a

Government recognized institution with at least 8 years practical


experience of works.

(Note-The above provision shall be applicable irrespective of the fact whether contractor
himself is a qualified Engineer or not).
(b) For Works costing A Degree holder in Engineering from a Government recognized
between Rs. 100 lakhs Institution or equivalent/final or direct final pass of sub-division II
and Rs. 300 lakhs other of the Institution of Surveyors (India) with at least 4 years practical
than those covered in experience of works.
(g) below OR
Two Diploma holders in Engineering from a Government
recognized Institution with at least 6 years practical experience of
works.
(c) For Works costing A Degree holder in Engineering from a Government recognized
between Rs. 60 lakhs Institution or equivalent/final or direct final pass of sub-division II
and Rs. 100 lakhs other of the Institution of Surveyors (India) with at least 3 years practical
than those covered in experience of works.
(g) below OR
A Diploma holder in Engineering from a Government recognized
Institution with at least 5 years practical experience of works.
(d) For Works costing A Degree holder in Engineering from a Government recognized
between Rs. 7.5 lakhs Institution or equivalent/final or direct final pass of sub-division II
and Rs. 60 lakhs other of the Institution of Surveyors (India with at least 2 years practical
than those covered in experience of works.
(g) below OR
A Diploma holder in Engineering from a Government recognized
Institution with at least 4 years practical experience of works.
(e) For works costing A Degree or Diploma holder in Engineering from a Government
between Rs. 2 lakhs recognized Institution/final or direct final pass of sub-division II of
and Rs. 7.5 lakhs other the Institution of Surveyors (India) with adequate practical
than those covered in experience of Works.
(g) below
(f) For Works costing A competent person with adequate practical experience of works.
uptoRs. 2 lakhs other
than those covered in
(g)
below.
(g) For works of any value A competent person with adequate practical experience of works.
for repairs to buildings
and roads, periodical
services to buildings,
term contracts, grass
cutting and fencing.
The employment of Agent (s) as aforesaid shall be to the approval of the OC
CONTRACT who may verify his/their qualifications and experience by referring to
original degree/diploma/testimonials which shall be made available to him by the
Contractor or by the individual employed or proposed to be employed.
If the Contractor fails to appoint a suitable Agent on being ordered to do so,
the OC CONTRACT shall have full powers to suspend the execution of the Works
until such date as a suitable Agent is appointed and the Contractor shall be held
responsible for the delay so caused to the Works.
Orders given to the Contractor’s Agent shall be considered to have the same
force as if they had been given to the Contractor himself.
The Contractor or his Agent shall be in attendance at the Site during all
working hours and shall superintend the execution of the Works with such additional
assistance in each trade as the OC CONTRACT may consider necessary.
The Contractor or his accredited Agent shall attend, when required and
without making any charge for doing so, either at the office of the Engineer-in-Charge
or on the Works to receive instructions.
The OC CONTRACT shall have full powers, and without giving any reason, to
require the Contractor immediately to cease to employ in connection with this
contract any Agent, servant or employee whose continued employment is in his
opinion undesirable. The Contractor shall not be allowed any compensation on this
account.
26. Labour - The Contractor shall employ labour in sufficient number to maintain
the required rate of progress and of quality to ensure workmanship of the degree
required by the Specifications and to the satisfaction of the Engineer-in-Charge.
The Contractor shall remain liable for the payment of all wages or other
moneys to his work people or employees under the payment of Wages Act, 1936,
Minimum Wages Act, 1948, Employer’s Liability Act, 1938, Workmen’s
Compensation Act, 1923 or any other Actor enactments relating thereto and rules
framed there under from time to time. The Contractor shall work only on and during
the hours of a working day unless he obtains the prior written approval of the
Engineer- in-Charge to do otherwise. If such approval is given no liability in respect of
any excess cost arising there from shall be incurred by Government.
The Contractor shall furnish to the Engineer-in-Charge every morning a
distribution return of the number and description by trades of his work-people
employed on the Works.
The Contractor shall during the progress of the Works comply at his own
expense with all the rules and provisions contained in the B.R.O Model Rules for the
protection of health and sanitary arrangements for workers employed by contractors
(appended hereto as Annexure “C” to these Conditions) and shall at his own
expense provide for all facilities on his failure to do so, the OC Contract shall be
entitled to provide the same and recover the cost thereof from the contractor.
The Contractor shall not employ in connection with the Works any
person who has not completed his fifteenth year of age.

The Contractor shall at his own expense arrange for all the safety provisions as per
the B.R.O Safety Code (appended to these Conditions as an Annexure ‘B’) and shall
at his own expense provide for all facilities in connection therewith to the satisfaction
of the Engineer-in-Charge and on his failure to do so, the OC CONTRACT shall be
entitled to provide the same and recover the cost incurred in that behalf from the
Contractor. Provided further that in case of failure to arrange for the safety provisions
as above the Contractor should in addition be liable to pay a penalty of Rs. 50 for
each default.
27. Training of Apprentices - The Contractor shall comply with the provisions of
the Apprentices Act, 1961 and the rules and orders issued there under from time to
time. If he fails to do so, his failure will be a breach of contract and the Accepting
Officer may, in his discretion, cancelthe contract. The contractor shall also be liable
for any pecuniary liability arising on account of any violation by him of the provisions
of the Act.

27A. Maternity Benefit Rules for Female Workers employed by Contractor: -


Leave and pay during leave shall be regulated as follows:

(a) Leave: -
(i) In case of delivery: - Maternity leave not exceeding 8 weeks,
4 weeks up to and including the day of delivery and 4 weeks
following that day.

(ii) In case of miscarriage: - Upto 3 weeks from the date of miscarriage.


(b) Pay –

(i) In case of delivery - Leave pay during maternity leave will be


at the rate of the woman’s average daily earnings calculated
on the total wages earned on the days when full time work was
done during a period of
three months immediately preceding the date of which she
given notice that she expects to be confined or at the rate of
seventy-fivepaise a day whichever is greater.
(ii) In case of miscarriage - Leave pay at the rate of average
daily earnings calculated on the total wages earned on the
days when full time work was done during a period of 3 months
immediately preceding the date of such miscarriage.

(c) Conditions for the grant of Maternity Leave-

No maternity leave benefit shall be admissible to a woman unless she has


been employed for a total period not less than six months immediately proceeding
the date on which she proceeds on leave.

28. Anti-malarial Precautions - The Contractor shall, at his own expense


conform to all anti- malarial instructions given to him by the Engineer-in-Charge,
including the filling up of borrow-pits.
29. Blank.
30. Nuisance - The contractor will not at any time do, cause or permit any
nuisance on the site or do anything which shall cause unnecessary disturbance or
inconvenience to the owners, tenants or occupiers of other properties near the Site
and to the public generally and will secure the efficient protection of all streams and
waterways against pollution.
31. Water - The Contractor shall allow in his tender and provide at his cost all
water required for the use of Works or his employees on the Works, together with all
pipes and fittings, or other means that may be necessary or required to ensure a
proper and ample supply of water for all purposes for the works.

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

Normally in all cases of water supplied from B.R.O. piped system, the supply
shall be metered and paid for by Contractor at the ‘All India flat rate per 1,000 gallons
which includes hire charges for meter to be provided by B.R.O. In exceptional cases
where metering is not feasible, i.e., water from B.R.O. wells or static tanks, or in the
case of Term Contracts where the Contractor draws water not from any ONE
sources, the Contractor shall pay Rs. 3.75 per every Rs. 1,000 worth of work done
priced at Contract rates. In the event of breakdown of B.R.O. Supply of water or in
the event of the said supply of B.R.O. water becoming intermittent, the Contractor
shall have no claim whatsoever on this account.

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

32. Temporary Workshops, Stores, etc. - The Contractor shall during the
progress of the Works provide, erect and maintain at his own expense all necessary
temporary workshops, stores, offices, etc., as are required for the proper and efficient
execution of the Works. The planning, siting and erection of these buildings shall be
to the approval of the Engineer-in-Charge and they shall at all times be kept tidy and
in a clean and sanitary condition to the entire satisfaction of the Engineer- in-Charge
and at the Contractor’s expense.

On completion of the Works the whole of such temporary buildings shall be


cleared away and the Site reinstated and left clean and tidy to the entire satisfaction
of the Engineer-in-Charge and at the Contractor’s expense.

Additionally, the OC CONTRACT may at his discretion permit the Contractor


to occupy as workshops and stores such Government buildings as may be available
at the Site or Station for that purpose and, in the event of the Contractor occupying
such accommodations, the prescribed rent for the same shall be recoverable from
him. The Contractor undertakes to maintain such premises at his own expense in a
clean and sanitary or the termination of the Contract, or in the event of the said
buildings being required by the OC CONTRACT within one month of an order to that
effect in a clean state complete in every particular (damage from the accepted risks
and fair wear and tear excepted).

33. Blank.

34. Tools and Plant on Site - All tools, plant and equipment brought to the Site
shall become the property of Government and shall not be removed off the Site
without the prior written approval of the OC CONTRACT But whenever the Works are
finally completed or the Contract is determined for reasons other than the default of
the Contractor, the Contractor shall forthwith remove from the Site all tools, plant and
equipment (other than such as may have been provided by Government) and upon
such removal, the same shall revest in, and become the property of the Contractor.

35. Statement of Hire Charges: - A weekly detailed statement of the hire


charges incurred in respect of Government tools, plant, equipment and/or transport
shall be given to the contractor by theEngineer-in-Charge.

36. Precautions against Risks. - The Contractor shall be responsible at his own
expense, for precautions to prevent loss or damage from any and all risks other than
for Accepted Risks and to minimize the amount of any such loss or damage and for
the provision of all protective works, casing, coverings, etc., required for the purpose,
until the Works have been handed over complete to the Engineer-in-Charge.
All Government buildings rented to the Contractor for workshops or stores shall be
insured by the Contractor in favour of Government to their full value against risk of
loss or damage from whatsoever cause arising other than the accepted risk, and the
policy of insurance and receipts for premiums shall be produced when required by
the OC CONTRACT; provided always that where part only of a building is rented to
the Contractor he will be required to insure the building only if used by him for the
purpose of storing or using materials of a combustible nature, as to which the
decision of the OC CONTRACT shall be final and binding.

The Contractor shall provide all watchmen necessary for the protection of the
Site, the Works and of materials and plant and all things on the Site during the
progress of the Works, and shall solely be responsible for and shall take all
reasonable and proper steps for protecting, securing, lighting and watching all places
on or about the Works and the Site which may be dangerous to any person whom so
ever.

37. Notices and Fees - The Contractor shall give all notices required by any
statutory provisions or by the regulations and/or bye-laws of any local authority
and/or of any public service, company of authority affected by the Works or with
whose systems the same are or will be connected and he shall pay and indemnify
Government against any fees, or charges demandable by law under such acts,
regulations and/or bye-laws in respect of the Works and shall make and supply all
drawings and shall make and supply all drawings and plans required in connection
with any such notices.
38. Setting out the Works - The OC CONTRACT or Engineer-in-Charge, shall
supply dimensioned drawings, levels and other information necessary to enable the
Contractor to set out the Works. The Contractor shall set out the Works and shall
provide and fix all settings out apparatus required and solely be responsible for the
correctness and maintenance of the setting out. No Work shall commence till the
setting out is approved by the Engineer-in-Charge.
39. Site Drainage - All water that may accumulate on the Site during the
progress of the Works, or in trenches and excavations, from other than the accepted
risks, shall be removed from the Site to the entire satisfaction of the Engineer-in-
Charge and at the Contractor’s expense.
40. Excavation - Materials of any kind obtained from excavation on the Site shall
remain the property of Government and shall be disposed off as Engineer-in-Charge
directs.

41. Foundations - The Contractor shall not lay any foundations until the
excavations for the same have been examined and approved in writing by the EIC.
42. Covering in Work - The Contractor shall give reasonable notice in writing to
the Engineer- in-Charge whenever any work is to be permanently covered or
concealed, whether by earth or other means and in default of so doing shall, if
required by the Engineer-in-Charge uncover such work at his own expense.

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

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

44. Execution of the Works. - The Works shall be executed in a workmanlike


manner and to the satisfaction in all respect of the Engineer-in-Charge.

In the case of Measurement and Lump Sum Contracts, and in special


circumstances Term Contracts, the Engineer-in-Charge will communicate or confirm
his instructions to the Contractor in respect of the execution of work in a “Works Site
Order Book” maintained at his office and the Contractor shall visit his office daily
and shall confirm receipt of such instructions by signing the relevant entries in this
book. Such entries will rank as orders or notices in writing within the intent and
meaning of these conditions.

In additions, in case of Major Works exceeding rupees one lakhs and Special
Repairs exceeding rupees five lakhs, the Engineer-in-Charge will maintain a Works
Dairy (IAFW-2347) incorporating daily record of all important events in the execution
of work and the Contractor or his accredited agent will sign it daily in the office of the
Engineer-in-Charge.

45. Day-Work - No day-work shall be performed without the prior written


instructions of the Engineer-in-Charge.

The Contractor shall give to the Engineer-in-Charge reasonable notice of the


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

An invoice in duplicate signed by the Contractor or his Agent shall be sent with each
delivery of materials for day-work and the Contractor will be furnished with a receipt,
signed by the Engineer- in-Charge, specifying the description, quantities, weight or
measurement (as the case may be) of the articles approved; reference will be made
to this receipt in the return aforesaid and the receipt itself is to be produced in
support of the Contractor’s bill.

In the case of Lump Sum Contracts, the rates to be charged and the percentage
addition for profit and establishment charges, etc., will be agreed upon between the
COMMANDER CONTRACT and the Contractor prior to the execution of the work.

46. Inspection of the Work. -B.R.O Officers concerned with the Contract shall
have power at any time to inspect and examine any part of the Works and the
contractor shall give such facilities as may be required to be given for such
inspections and examination.

Should the OC Contract consider, at any time during the construction or


reconstruction or prior to the expiration of period of a thirty six (036) calendar month
after the works have been handed over to Government (hereinafter referred to as the
“defects liability period’) that any work has been executed with unsound, imperfect
or unskillful workmanship or of a quality inferior to that contracted for or not otherwise
in accordance with the Contract (in respect whereof the decision of the OC contract
shall be final and binding), the Contractor shall, on demand in writing from the OC
contract specifying the fault notwithstanding that the same may have been
inadvertently passed, certified and paid for, forthwith rectify or remove and
reconstruct the Work so specified, in whole or in part as the case may require, at his
own expense : and in the event of his failing to do so within a period to be specified
by the OC contract in his demand aforesaid, the OC contract may carry out the Work
by other means at the risk and expense in all respects of the Contractor. Provided
always that the liability of the Contractor under this Condition shall not extend beyond
the defects liability period except as regards workmanship which the OC contract
shall have previously given notice to the Contractor to rectify.

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

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

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

In the event of any loss or damage to works and materials on the Site from
any of the accepted risks, or loss or damage from accepted risk and fire to
Government buildings handed over to contractor for execution of works referred to in
condition 47, the following provisions shall have effect: -
(i) The contractor shall, as maybe directed in writing by the Engineer – in –
Charge, remove from the site any debris and so much of the Works as shall
have been damaged, taking to the OC Contract store such articles and/or
materials as may be directed;

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

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

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

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

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

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

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

Immediately after completion of an item of works or a group of items of works


for which a separate period of completion has been mentioned in contract, the
Contractor shall give notice thereof to the OC Contract.

In the case of groups of items of Works for which separate periods of


completion are given in the ‘Contract, the OC Contract may take over from
Contractor such individual items as are completed to his satisfaction before the
completion of the entire group, but for all purposes of the Contract except for
compensation for delay, the completion of the entire group shall be taken into
account.
The OC Contract shall take over from the Contractor from time to time items or
groups of items of Works for which separate periods of completion have been
mentioned in the contract and which have been completed to the satisfaction of the
OC Contract.
The OC contract shall certify to the Contractor the Date(s) on which
the items or group of items of Works are completed and taken over and the state
thereof.

The OC Contract shall also certify to the Contractor the state of items or
groups of items of the Works at the end of the defect’s liability period.

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

(a) In the case of Term contracts, one per cent of the estimated value of
the Requisition or the Works order for every week that the whole of the
work remains uncompleted;

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

When the delay is not a full week or in multiples of a week but involves a fraction of a
week the compensation payable for the fraction shall be proportional to the number
of days involved.
Provided always that the total amount of compensation to be paid under this
condition shall not exceed as mentioned below: -
(a) In the case of Term Contracts, ten percent of the estimated value of the
Requisition or works order as a whole;
(b) In the case of other contracts: -

(i) Where the Contract sum does not Ten percent of the Contract value of the item of group of
exceed Rs 10 Lakhs. items of works for which a separate period of completion
is given.
(ii) Where the Contract sum exceeds Ten percent of the Contract value of the item or group of
Rs 10 Lakhs but does not exceed items of works for which a separate period of completion
Rs 20 lakhs. is given or Rupees one and a half lakhs whichever is
less.
(iii) Where the Contract sum exceeds Seven and half percent of the contract value of the item
Rs 20 Lakhs but does not exceed or group of items of work for which a separate period of
Rs 150 lakhs. completion is given, or Rupees seven and a half lakhs
whichever is less.
(iv) Where the Contract sum exceeds Five percent of the contract value of the item or group of
Rs 150 Lakhs but does not exceed items of work for which a separate period of completion is
Rs 300 lakhs. given or Rupees twelve and a half lakh whichever is less.
(v) Where the Contract sum exceeds Four percent of the Contract value of the item or group of
Rs 300 lakhs. items of work for which a separate period of completion is
given subject to a maximum of Rupees twenty-five lakhs.

Items (III) to (V) of the table amended vide amendment No 3.

51. Laws Governing the Contract. - This Contract shall be governed by the Indian
Laws for the time being inforce.

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

If the contractor shall-

(a) offer or give or agree to give to any person in Government service any
gift or consideration of any kind as an inducement or reward for doing
or forbearing to do or for having done or forborne to do any act in
relation to the obtaining or execution of this or any other Contract for
Government service, or
(b) enter into a contract with Government in connection with which
commission has been paid or agreed to be paid by him or to his
knowledge, unless the particulars of any such commission and the
terms of payment thereof have previously been disclosed in writing to
the Accepting Officer, or
(c) Obtain a contract with Government as a result of ring tendering or
other non bonafide methods of competitive tendering without first
disclosing the fact in writing to the Accepting Officer.

53. Cancellation of contract for insolvency, Sub-letting, etc- the accepting


officer may without prejudice to any other right or remedy which shall have accrued
or shall accrue thereafter to Government, cancel the Contract in any of the following
cases: -

If the Contractor: -

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

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

(c) assigns, transfers, sub-lets or attempts to assign, transfer or sub-let


any portion of the works without the prior written approval of the
Accepting Officer.

Whenever the Accepting Officer exercises his authority to cancel the Contract
under this condition, he may complete the works by any means at the contractor's risk
and expense provided always that in the event of cost of completion of after
alternative arrangement have been finalized by the Government to get the Works
completed. Estimated cost of completion (as certified by OC Contract) being less than
the Contract cost the advantage shall accrue to the Govt. If the cost of completion or
after alternative arrangement have been finalized by the Government to get the works
completed, estimated cost of completion) as certified by OC Contract) exceeds the
moneys due to the contractor under this contract, the contractor shall either pay the
excess amount ordered by OC Contract or the same shall be recovered from the
Contractor by other means. The Government shall also be at liberty to hold and retain
in their hands materials, tackle machinery and stores of all kind on site, as they may
think proper and may at any time sell any of the said materials, tackle, machinery and
stores and apply the proceeds of sale in or towards the satisfaction of any loss which
may arise from the cancellation of the Contract as aforesaid.

The Government shall also be at liberty to use the materials, tackle,


machinery and other stores on site of the contractor as they think proper in completing
the work and the Contractor will be allowed the necessary credit. The value of the
materials and stores and the amount of credit to be allowed for tackle and machinery
belonging to the Contract and used by the Government in completing the work shall
be assessed by the OC Contract and the amount so assessed shall be final
andbinding.

In case the Government completes or decides to complete the Works under


the provisions of this Condition the cost of such completion to be taken into account in
determining the excess cost to be charged to the Contractor under this condition shall
consist of the cost or estimated cost (as certified by OC Contract) of materials
purchased or required to be purchased and/or the cost of the contractor's materials
used with an addition of such percentage to cover superintendence and establishment
charge as may be decided by the Commander Contract whose decision shall be final
and binding.

54. Cancellation of Contract in part or in full for Contractor's default: If the


contractor

(a) makes default in commencing the works within a reasonable time from
the date of the handing over the site, and continues in that state after
a reasonable notice from OC Contract.
or
(b) in the opinion of the OC Contract at any time whether before or after
the date or extended date for completion, makes default in proceeding
with the works, with due diligence and continues in that state after a
reasonable notice from OC Contract.
or
(c) fails to comply with any of the terms and conditions of the contract or
after reasonable notice in writing with orders properly issued
thereunder,

(d) fails to complete the works, works order and items of works with
individual dates for completion and clear the site on or before the date
of completion
The Accepting Officer may, without prejudice to any other right or
remedy which shall have accrued or shall accrue thereafter to Government
cancel the Contract as a whole or only such work orders of items of work in
default from the Contract. Whenever the Accepting Officer exercises his
authority to cancel the contract as a whole or in part under this condition he
may complete the work by any means at contractor's risk and cost, provided
always that in the event of cost of completion or after alternative
arrangements have been finalized by the Government to get the works
completed, estimated cost of completion (as certified by OC Contract) being
less than the Contract cost, the advantage shall accrue to the Govt. If the cost
of completion or after alternative arrangements have been finalized by the
Government to get the works completed, estimated cost of completion (as
certified by OC Contract) exceeds the money due to contractor under this
contract, the contractor shall either may the excess amount ordered by OC
Contract or the same shall be recovered from the Contractor by other means.
The Government shall also be at liberty to hold and retain in their hands
materials, tackle, machinery and stores of all kinds on site, as they may think
proper and many at any time sell any of the said materials, tackle, machinery
and stores and apply the proceeds of sale in or towards the satisfaction of
any loss which may arise from cancellation of the Contract as aforesaid.

The Government shall also be at liberty to use the materials, tackle,


machinery and other stores on Site of the Contractor as they think proper in
completing the work and the Contractor will be allowed the necessary credit.
The value of the materials and stores and the amount of credit to be allowed
for tackle and machinery belonging to the Contractor and used by the
Government in completing the work shall be assessed by the OC Contract
and the amount so assessed shall be final and binding.
In case the Government completes or decides to complete the works
or any part thereof under the provision of this Condition, the cost of such
completion to be taken into account in determining the excess cost to be
charged to the Contractor under this condition shall consist of the cost or
estimated cost (as certified by OC Contract) of materials purchased or
required to be purchased and/or the labour provided or required to be
provided by the Government as also the cost of the Contractor's materials
used with an addition of such percentage to cover superintendence and
establishment charges as may be decided by the Commander Contract
whose decision shall be final and binding.
55. Termination of Contract for Death: Without prejudice to any of the rights or
remedies under this Contract, if the Contractor dies, the Accepting Officer
shall have the option of terminating the Contract without compensation to the
Contractor.

56. Termination of Contract (Applicable only to Term Contracts) - The


Contract shall remain in force for a period of not less than six months and may be
terminated at the end of that period or at any time thereafter provided that six week
notice in writing to that effect shall have previously been given by either party. Any
works for which written orders are issued before the termination of the contract shall
be deemed to be within the contract although the time for completion is beyond the
date of termination of the Contract.
57. Special Powers of Determination (applicable only to Measurement and
Lump Sum Contracts) - If at any time after the acceptance of the tender
Government shall for any reason whatsoever not require the whole or any part of the
works, to be carried out the Commander Contract shall give notice in writing of the
fact to the Contractor, who shall have no claim to any payment of compensation or
otherwise howsoever on account of any profit or advantage which he might have
derived from the execution of the works in full but which he did not derive in
consequence of the foreclosing of the works.

He shall be paid at Contract rates for the full amount of the work executed
including such additional works, e.g. clearing of site, etc as may be rendered
necessary by the said foreclosing. He shall also be allowed a reasonable payment
(as decided by the Accepting Officer) for any expenses sustained on account of
labour and materials collected but which could not be utilized on the Works as
verified by the OC Contract.

58. FairWage-

(a) The Contractor shall pay not less than the fair wage as defined below
or the minimum wage fixed under the Minimum Wages Act, whichever is
higher to labourers engaged by him on the work.

"Fair Wage" means wage whether for time or piece-work notified at the time
of inviting tenders for the work and where such wages have not been so notified the
wages prescribed by the Chief Engineer for the Stations at which the work is done.

(b) The Contractor shall notwithstanding the provision of any Contract to


the contrary, cause to be paid a 'fair wage' or minimum wage fixed
under the Minimum Wages Act whichever is higher to labourers
indirectly engaged on the work including any labour engaged by his
sub-contractors in connection with the said work, as if labourers had
been directly employed by him.
(c) In respect of all labour directly or indirectly employed on the works for
the performance of the Contractor's part of this Agreement, the
Contractor shall comply with or cause to be complied with the MES
Contractor's Labours Regulations Appended hereto as Annexure `A'
to these Conditions) in regard to all matters provided therein and with
all other Labour Laws as may be applicable.
(d) The OC Contract concerned shall have the right to deduct, from the
money due to the Contract, any sum required or estimated to be
required for making good the loss suffered by a worker or workers by
reason of non-fulfillment of the conditions of the Contract for the
benefit of the workers, non-payment of wages or of deductions made
from his or their wages, which are not justified by the terms of the Contract or
non- observance of the regulations.

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

59. The Regulations aforesaid shall be deemed to be a part of this Contract and
any breach thereof shall be a breach of this Contract.
60. BLANK.

CHAPTER-IV

VALUATIONAND PAYMENT

61. Record and Measurement - All items having a financial value shall be
entered in the MES Measurement Book IAFW-2261 or in the case of terms Contracts
for maintenance and repair work, on other approved Army Form, as applicable so
that a complete record is obtained of all work performed under the Contract.

Building, etc priced in Schedule "A" as a unit lump sum will be entered by
number as the unit lump sum.

Work carried out for agreed lump sums will be described and similarly recorded.

Lump sum omissions will be entered for deductions. Measurement shall be


restricted to that required to ascertain the financial liability of Government under the
Contract.

Work which falls to be measured in detail shall be measured physically,


without reference to any local custom that may obtain, excepting where it may
otherwise be directed in the tender documents. The measurement shall be taken
jointly by any person or persons duly authorized on the part of the B.R.O. and by the
Contractor.
The Engineer-in-Charge shall give reasonable notice in writing to the
Contractor of appointment for measurement.
The Contractor shall bear all the costs of his own measurement.
Measurements shall be entered in the B.R.O measurement Book or other
approved Army Form as applicable and signed and dated by both parties each day
on the Site on completion of measurement. If the Contractor objects to any of the
Measurements recorded on behalf of the
B.R.O. a note to that effect will be made in the M.E.S Measurement book or other
approved Army Form as applicable against the item or items objected to; and such
note shall be signed and dated by both parties engaged in taking the measurements.
If as a result of such objection, it becomes necessary to re-measure the work
wholly or in part the expense of such re-measurement shall be borne by the party
requiring the measurements to be re-taken provided that a net error is found by this
re-measurements to amount to less than 5 percent of the value as recorded by the
first measurements. But where the net error amount to 5 percent or over of the said
value then the cost is to be borne by the other party. In any case, if the net value of
errors found exceeds Rs. 500, the expense of re-measurement is to be borne by the
other party.
If the Contractor's representative fails to attend when required, the Engineer-
in-charge shall have power to proceed by himself to take measurements and in that
case these measurements shall be accepted by the Contractor as final.

62. Valuation of Deviations. - The value of items of work covered by deviation


orders shall be ascertained by measurement of lump sum assessment in the
following order of precedence: -

(A) Applicable to Lump Sum Contract based on Bills of Quantities: -

(a) At applicable rate in the Bill of Quantities for the building/items or work,
in which the deviation is involved:
(b) At lowest applicable rate in any other bill of Quantities;
(c) At pro-rata rate based on lowest rate for analogous item in the Bill of
Quantities for the building/item of work to which the deviation refers;
(d) At pro-rata rate based on lowest rate for analogous items in any other
bill of quantities.

(B) Applicable to Lump Sum Contract based on Pre-priced Schedule "A"-

(a) At applicable rate in relevant part of Schedule "A" in which the deviation is
involved.
(b) At pro-rata rate based on analogous items in relevant part of Schedule
"A" in which the deviation is involved.
(c) At applicable rate in the MES Schedule.
(d) At pro-rata rate based on analogous items in the MES Schedule.

The rates at (a) to (d) above shall be subject to the Contractor's percentage.
(C) Applicable to Lump Sum Contracts based on Drawings and Specifications-

(a) At applicable rate in relevant part of Schedule "A" in which the deviation is
involved;
(b) At pro-rata rate based on analogous items in relevant part of Schedule
"A" in which the deviation is involved;
(c) At applicable rate in the MES Schedule.
(d) At pro-rata rate based on analogous items in the M.E.S. Schedule.

The rates at (c) and (d) above shall be subject to the percentage inserted in
tender documents for pricing deviations.

(D) Applicable to Measurement (Percentage Rate) and Term Contracts-

(a) At applicable rate in the BRO Schedule;


(b) At pro-rata rate based on analogous items in the MES Schedule.

The rates at (a) and (b) above shall be subject to the Contractor's percentage.

(E) Applicable to Item Rate Contracts-


(a) At applicable rate in Schedule "A"
(b) At pro-rata rate based on analogous items in Schedule "A"
(F) Applicable to contracts Comprising Sections/Parts conforming to
Types (A) to (E) above-

The principles enunciated in paras (A) to (E) shall apply to the corresponding
parts of the contract.
(G) For all Contracts–
If any Work, the rate for which cannot be obtained by any of the methods
referred to in paras (A) to (E) above, has been ordered on the Contractors, the rate
shall be decided by the OC Contract on the basis of the cost to the Contractor at Site
of Works plus {15%} to cover all overheads and profit. Provided that if the Contractor
is not satisfied with the decision of the OC CONTRACT, he shall be entitled to
represent the matter to Commander Contract, within seven days of receipt of the OC
Contract's decision and the decision of the COMMANDER CONTRACT thereon shall
be final and binding.

If any alterations or additions (other than those authorized to be executed by


day work or for an agreed sum) have been covered up by the Contractor without his
having given notice of his intention to do so, the Engineer-in-Charge shall be entitled
to appraise the value thereof and in the even of any dispute the decision of the OC
CONTRACT thereon shall be final and binding.

63. Reimbursement/refund on variation in price. – If during the progress of the


Works the price of any materials required to be incorporated in the Works (not being a
material supplied from the G.E.‟s stores in accordance with Condition 10 hereof)
and/or wages of labour increases as a direct result of the coming into force of any
fresh law, or statutory rule or order (but not due to any changes in sales tax) and such
increase exceeds ten per cent of the price and/or wages prevailing at the time of
acceptance of the tender for the Work and the Contractor thereupon necessarily and
properly pays, in respect of that material (incorporated in the Works) such increased
price and/or in respect of labour required for and engaged on the execution of the
work such increased wages, then the amount of contract shall accordingly be varied
protanto, provided always that any increase so payable is not in the opinion of the
C.W.E. (whose decision shall be final and binding) attributable to delay in the
execution of the contract within the control of the contractor. Provided, however, no
re-imbursement shall be made if the increase is not more than 10% of the said
prices/wages and if so, the re-imbursements shall be made only on the excess over
10% and provided further that any such increase shall not be payable if such increase
has become operative after the contract or extended date of completion of the work in
question. If during the progress of the Works, the price of any material incorporated in
the Works (not being a material supplied from the G.E.‟s stores in accordance with
Condition 10 hereof) and/or wages of labour is decreased as a result of coming into
force of any fresh law or statutory rule or order (but not due to any changes in sales
tax) and such decrease exceeds ten per cent of the prices and/or wages prevailing at
the time of acceptance of the tender for the Work, Government shall in respect of
materials incorporated in the Works (not being materials supplied from the G.E.‟s
stores in accordance with Condition 10 hereof) and/or labour engaged on the
execution of the Work after the date of coming into force of such law, statutory rule or
order be entitled to deduct from the dues of the Contractor such amount as shall be
equivalent to difference between the prices of materials and/or wages as they
prevailed at the time of acceptance of tender for the Work minus ten per cent thereof
and the prices of materials and/or wages of labour on the coming into force of such
law, statutory rule or order. The Contractor shall, for the purpose of this condition
keep such books of account and other documents as are necessary to show the
amount of any increase claimed or reduction available and shall allow inspection of
the same by a duly authorized representative of Government, and further shall, at the
request of the Garrison Engineer furnish, verified in such a manner as the Garrison
Engineer may require, any documents so kept and such other information as the G.E.
may require. The Contractor shall, within a reasonable time of his becoming aware of
any alteration to the prices of any such material, and/or wages of labour, give written
notice thereof to the G.E. stating that the same is given pursuant to this condition
together with all information relating thereto which he may be in a position to supply.

64. Advances on Account: The contractor may at intervals of not less than 30
days submit claims on I.A.F.W.-2263 for payment of advances on account of work
done and of materials delivered in connection with Measurement and Lump Sum
Contracts. Advance payment against each individual work order issued under a
Term Contract shall be made also at intervals of not less than one month provided the
estimated value of the work performed is not less than Rs.3,000 for new works and
Rs.10,000 for repair services and the value of payment on account is not less than
Rs.1,500 and Rs.5,000 respectively. The Contractor shall be entitled to be paid in
respect of such claims at the following percentages of the value of work executed on
the Site to the satisfaction of the Engineer-in-Charge:- (a) For Works not exceeding
Rs.5 lakhs-90 per cent of the value of work executed (b) For Works exceeding Rs.5
lakhs but not exceeding Rs.10 lakhs – 90 per cent of the value of work executed for
the first 5 lakhs and 92 ½ per cent of the value of work executed for the balance. (c)
For Works exceeding Rs.10 lakhs - 90 percent of the value of work executed for the
first 5 lakhs; 92 ½ per cent of the value of work executed for the next 5 lakhs and 95
per cent of the value of work executed for the balance. Provided the amount the
retention money recovered from the contractor under the contract shall not exceed
Rs.1.5 lakhs. Provided further, the Contractor may be paid advance on account to the
full value of work executed on the Site on his furnishing Guarantee Bond(s) or Fixed
Deposit Receipt(s) from a Scheduled Bank for the amount of the retention money
which should otherwise be recoverable from him under the contract.
The Guarantee Bond shall be executed for a period and on a form as directed by the
Accepting Officer. The Contractor shall further arrange to extend the period of
Guarantee Bond or shall furnish a fresh Guarantee Bond of similar value so as to
cover the period till the payment of the final bill. In the case of Fixed Deposit Receipts,
the same shall be for a period exceeding 6 months beyond the period of contract and
shall be endorsed in accordance with the Government Securities Mannual for the time
being in force. If the Fixed Deposit Receipts are in the name of the Contractors, they
shall be transferred/endorsed to the Controller of Defence Accounts concerned in
such a way that they can be encashed by the said Controller of Defence Accounts
without reference to the Contractor. In the event of delay in the preparation of the final
bill, the Contractor shall make arrangements with the Bank for suitable extension of
the fixed deposit period. In the case of Measurement and Lump Sum Contracts the
Contractor shall also be entitled to be paid during the progress of the Works 85 per
cent of the value of any materials which are in the opinion of the Engineer-in-Charge
in accordance with the Contract and which have reasonably been brought on the Site
in connection therewith and are adequately stored and/or protected against damage
by weather or other causes, but which have not at the time of the advance been
incorporated in the Works. Provided always that payment shall not be made under
these periodical certificates in respect of perishable materials (the discretion of the
G.E. as to what is perishable being final and binding). Any sum due from the
Contractor on account of Transport, Stores, or any such matter provided by
Government shall be deducted from the first or next subsequent advance. The G.E.
shall from time to time certifies the sums to which the Contractor is entitled after
retaining the reserve. Any certificate relating to Work done or materials delivered may
be modified or corrected by any subsequent interim certificate or by the final
certificate and no certificate of the G.E. supporting an advance payment shall of itself
be conclusive evidence that any Work or materials to which it relates are in
accordance with the Contract.

65. Final Bill (Applicable only to Measurement and Lump Sum Contract): -
The Final Bills shall be submitted by the Contractor on IAFW-2262 in duplicate within
three months of physical completion of the Works to the satisfaction of the Engineer-
in-Charge.
It shall be accompanied by all abstracts, voucher, etc, supporting it and shall be
prepared in the manner prescribed by the OC CONTRACT.
No further claims shall be made by the Contractor after submission of the Final Bill
and these shall be deemed to have been waived and extinguished.
The Contractor shall be entitled to be paid the final sum less the value of payments
already made on account, subject to the certification of the final bill by the OC
CONTRACT
No charges shall be allowed to the Contractor on account of the preparation of the
final bill. 65 A. Final Bill (Applicable only to Term Contracts):-The final Bill
shall be submitted by the Contractor on I.A.F.W.-2262 in duplicate, accompanied by
all supporting abstracts a, vouchers, etc., except IAFs W-2158 and 1833 prepared in
the manner prescribed by the OC CONTRACT within three months of physical
completion of the Works to the satisfaction of the Engineer-in-Charge. In respect of
Works orders arising out of unit requisitions or B.R.O inspections for maintenance
and repairs, any portion of such an order which remains uncompleted at the date of
the next subsequent requisition or inspection may, purely to facilitate payment of
completed work and without prejudice to any other right or remedy of Government in
respect of any such delay, be deleted and the Works order, as so amended forthwith,
billed for final payment.

No further claims shall be made by the contractor after submission of a final


bill and these shall be deemed to have been waived and extinguished. The
Contractor shall be entitled to be paid the full measured value of the Works order less
the value of payments made on account and of any charges property preferred under
the conditions of contracts for Government stores, etc. supplied on repayment,
subject to the certification of the final bill by the OCCONTRACT.

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

No charges shall be allowed to the Contractor on account of the preparation of a final


bill.

66. Payments of Bills- Payment of those items of the Final Bill in respect of
which there is no dispute shall be made within the period specified hereunder, the
period being reckoned from the date of receipt of the Bill by the OCCONTRACT: -

(a) Contract amount not exceeding Rs. 5 lakhs-Four months

(b) Contract amount exceeding Rs. 5 lakhs- Six months

After payment of the amount of the final bill payable as aforesaid has been
made, the contractor, may if he so desires, reconsider his position in respect of the
disputed portion of the final bill and if he fails to do so within 90 days, his disputed
claim shall be dealt with as provided in the Contract.
All payments due under this contract shall be made by means of a crossed
cheque to the Contractor ‘A/c Payee’ only at the treasury located in the station where
either the work is executed or services rendered or at the treasury nearest to the
station where the office of the OC CONTRACT is located.
The Contractor is required to acknowledge receipt of all cheques
issued in his favour. With regard to cheques sent to him by post, he shall
acknowledge receipt within fifteen days from the date of their receipt. Failure on the
part of the Contractor to acknowledge receipt will render him liable to forfeit the
facility of receiving cheques by post and unless the Contractor furnishes a
satisfactory explanation for his default in this respect payment through cheques sent
by post shall not be resumed, and on this Contract from the office of the OC Contract
after rendering proper receipt.

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

(b) It is an agreed condition of this Contract that the sum of money so


withheld or retained as and by way of lien under this condition by the Government,
will be kept withheld or retained as such by the Government, till the claim (s) arising
out of or under this Contract is/are settled or adjudicated upon and that the contractor
will have no claim for interest or damages whatsoever on any account in respect of
such sum so withheld.
(c) For the purpose of this condition, where the contractor is a
Partnership Firm, the Government shall been titled to withhold in whole or in a part
as may be
(d) necessary, to cover the amount claimed, any sum found payable to
any partner of the Firm, whether in his individual capacity or otherwise.
(e) Any amount due to the Contractor under this contract may be withheld
by way of lien against any amount claimed or which may at any time hereafter be
claimed by the Government from the contractor on any account whatsoever, under
this or any other contract between them and retained, till the claim (s) is/are settled or
adjudicated upon.

(f) Government reserve the right to carry out post-payment audit and
technical examination of the works and Final Bill, including all supporting voucher,
abstracts, etc. Government further reserve the right to carry out the aforesaid
examination and enforce recovery when detected, notwithstanding the fact that the
amount of the Final Bill may have been included by one of the parties as an item of
dispute before an arbitrator appointed under the Arbitration clause of the Contract
and notwithstanding the fact that the amount of the Final Bill figures in the Arbitrator's
award.

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

(h) Provided, that, nothing hereinbefore contained shall entitle the


Government to recover any over-payment in respect of any price agreed between in
Commander Contract or the OC contract and the Contractor under the circumstances
specially prescribed for such method of assessment and that the said right of the
Government to adjust over-payment from any sum due or from any sum which may
become due to the Contractor or from Security Deposit or Security Bond amount and
adjust under payment, shall not extend beyond a period of two years from the date of
payment of the undisputed portion of the Final Bill or in the case of a minus Bill, from
the date, the net amount of the final bill is communicated to the contractor,

(i) All notices under this condition shall be given by the OC contract

68. Refund of Security Deposit - The Security Deposit mentioned in condition


22 above may be refunded to the Contractor after the Expiration of the defects
liability period of 36 months after completion period (vide Condition 46) by the OC
Contract provided always that the Contractor shall first have been paid the Final Bill
and have rendered a No-Demand certificate(IAFA-451).

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

70. Arbitration - All disputes, between the parties to the Contract (other than
those for which the decision of the Commander Contract or any other person is by
the Contract expressed to be final and binding) shall, after written notice by either
party to the Contract to the other of them, be referred to the sole arbitration of an
[Serving Officer having degree in Engineering or equivalent or having passed
final/direct final Examination of sub-Division II of Institution of Surveyor (India)
recognized by the Govt of India.] to be appointed by the authority mentioned in the
tender documents.

1 A detailed compilation on Arbitration Procedure including arbitration Manual is


available with M/S C.B. Lall, Meerut.
2 Substituted vide GOI, MOD, ND, letter No. 33487/70/E8/7492/DW-II dated
10/12/91. This takes effect from 15/3/92. This takes effect from 15/3/92. (Amendment
No. 8) appointed by the authority mentioned in the tender documents.
Unless both parties agree in writing such reference shall not take place until
after the completion of alleged completion of the works or termination or
determination of the Contract under Condition Nos 55, 56 and 57 hereof.

Provided that in the event of abandonment of the works or cancellation of the


Contract under Condition Nos 52, 53, or 54 hereof, such reference shall not take
place until alternative arrangement have been finalized by the Government to get the
Works completed by or through any other Contractor or Contractors or Agency or
Agencies.
Provided always that commencement or continuance of any arbitration
proceeding hereunder or otherwise shall not in any manner militate against the
Government's right of recovery from the contractor as provided in Condition 67
hereof.
If the arbitrator so appointed resigns his appointment or vacates his office or
is unable or unwilling to act due to any reason whatsoever, the authority appointing
him may appoint a new Arbitrator to act in his place.
The Arbitrator shall be deemed to have entered on the reference on the date
he issues notice to both the parties, asking them to submit to him their statement of
the case and pleadings in defence.
The Arbitrator may proceed with the arbitration, expert, if either party, in spite
of a notice from the Arbitrator fails to take part in the proceedings.

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

The Arbitrator shall give his award within a period of six months from the date
of his entering on the reference or within the extended time as the case may be on all
matters referred to him and shall indicate his findings, along with sums awarded,
separately on each individual, item of dispute. [The arbitrator shall give reason for the
award in each and every case irrespective of the value of claims or counter claims]
The venue of Arbitration shall be such place or places as may by fixed by the
Arbitrator in his sole discretion.

The Award of the Arbitrator shall be final and binding on both parties to the Contract.

71. Jurisdiction of Courts - Irrespective of the place of issue of tender, the place
of acceptance of tenders, the place of execution of contract or the place of payment
under the contract, the contract shall be deemed to have been made at the place
from where the acceptance of tenders has been issued and the work is
executed/executable. The Courts of the place from where the acceptance of the
tender has been issued or the place where the work is executed/ under execution
shall alone have jurisdiction to decide any dispute arising out of or in respect of the
contract.
1 Amended vide amendment No. 6 Previously amendment No. 4 stipulated (If
the value of the claim or counter claims in an arbitration reference exceeds
Rs. 1 lakh the arbitrator shall give reasons for the award.)
2 CONTRACTS: RECOVERY OF RISK PURCHASE LOSS OR GENERAL
DAMAGES FROM DEFAULTING CONTRACTORS
All amount due to the Govt from the Contractor by way of risk purchase
recoveries or forfeited security deposit/pending bills are outstanding “claims”
only, and cannot be recovered till these have been converted into “due” (debt)
by an award of the arbitrator. Once the award is given, the sum due to the
Government against the contractor will be in the nature of a “due’ (debt) and
the Government would be entitled to withhold any other sum under any other
contract, due to the same contractor to safeguard recovery of above “due”
(debt). Once the award become ‘Rule of the Court’ the Government can
legally adjust the amount of award from the pending bills/security deposit of
the contractor available with the Government, of any other contract.
Withholding of security deposit/pending bills of any other contract for
realization Govt claim of a disputed contract, without obtaining an arbitration
award, is not tenable before a Court of law. It is therefore necessary that all
cases where the Government claims are in excess to the pending
bills/security deposit of the contractor for the contract under dispute,
immediate steps will be taken to get the dispute adjudicated and obtain an
arbitration award. Then only, the security deposit/pending bills of other
contracts can be withheld to safeguard the interest of the State.
Headquarters, No. 68988/Q/ST-26 dated 12.12.1989.]
3 New condition 71 added vide amendment No. 9
ANNEXURE ‘A
CONTRACTOR’S LABOUR
REGULATIONS

1. Short Title. - These regulations may be called “The Contractor’s Labour


Regulations.”

2. Definitions. - In these Regulations, unless otherwise expressed or indicated,


the following words and expressions shall have the meaning hereby assigned to
them respectively, that is to say: -

(a) ‘Labour’ means workers employed by a Border Roads Organization


Contractor directly or indirectly through a sub-contractor or other person or by
an agent on his behalf, on a payment not exceeding 1 [Rs.500] per month and
will not include supervisory staff like overseers, etc.

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

(c) ‘Contractor’ shall include every person whether a sub-contractor or


headman or agent, employing labour on the Work taken on Contract.

(d) ‘Wages’ shall have the same meaning as defined in the Payment of
Wages Act and include time and piece-rate wage.

3. Display of Notices regarding Wages, etc. – The Contractor shall-

(a) before he commences his Work on Contract, display and correctly


maintain and continue to display and correctly maintain, in a clean and
legible condition in conspicuous places on the Work, notices in
English and in the local Indian languages, spoken by the majority of
the workers, giving the rate of wages which have been certified by the
OC Contract as fair wages and the hours of Work for which such
wages are earned, and
(b) send a copy of such notices to the certifying officers.
4. Payment of Wages. -
(a) Wages due to every worker shall be paid to him direct.
(b) All wages shall be paid in current coin or currency or in both.

5. Fixation of Wage Periods-


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

(b) No wage period shall exceed one month.

(c) Wages of every workman employed on the Contract shall be paid


before the expiry of seven days, after the last day of the wage period in
respect of which the wages are payable.

(d) When the employment of any worker is terminated by or on behalf of


the Contractor, the wages earned by him shall be paid before the expiry of
the second working day from the day on which his employment is terminated.

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

Note. – The terms “working day” means a day on which the work on which
the labour is employed is in progress.

6. Wage Book and Wage Slips etc. – (a) The Contractor shall maintain a
Wage Book of each worker in such form as may be convenient, but the same shall
include the following particulars: -
(i) Rate of daily or monthly wages.
(ii) Nature of work on which employed.
(iii) Total number of days worked during each wage period.
(iv) Total amount payable for the work during each wage period.
(v) All deductions made from the wages with an indication in each
case of the ground for which the deduction is made.
(vi) Wages actually paid for each wage period.

(b) The Contractor shall also maintain a Wage Slip for each worker
employed on the Work.

7. Fines and Deductions which may be made from Wages – (a) The Wages
of worker shall be paid to him without any deductions of any kind except the
following:
(i) Fines
(ii) Deductions for absence from duty, i.e. from the place or places
where by the terms of his employment he is required to work.
The amount of deduction shall be in proportion to the period for
which he was absent.
(iii) Deductions for damage to or loss of goods expressly entrusted
to the employed person for custody or for loss of money for
which he is required to account, where such damage or loss is
directed attributable to his neglect or default.
(iv) Any other deductions which the Central Government may from
time to time allow.
(b) No fines shall be imposed on a worker and no deduction for damage
or loss shall be made from his wages until the worker has been given an
opportunity of showing cause against such fines or deduction.
(c) The total amount of fines which may be imposed in any one wage
period on a worker shall not exceed an amount equal to three paise in a
rupee of the wages payable to him in respect of that wage period.
(d) No fine imposed on any worker shall be recovered from him by
installments or after the expiry of 60 days from the date of which it was
imposed.
8. Register of fines, etc - (a) The Contractor shall maintain a Register of fines
and of all deductions for damage or loss. Such register shall mention the reason for
which fine was imposed or deduction for damage or loss was made.

(b) The contractor shall maintain a list, in English and in the Local Indian
Language clearly defining acts and omissions for which penalty of fines can be
imposed. He shall display such list and maintain it in a clean and legible condition in
conspicuous places on Work.

9. Preservation of Registers - The Wage Book, the Wages slip and the
Register of Fines and Deductions require to be maintained under these Regulations
shall be preserved for 12 months after the date of last entry made in them.

10. Powers of labour welfare officers to make investigation or enquiry – The


Powers of Labour Welfare Officer or any other person authorized by the Government
of India on their behalf shall have power to make enquiries with a view to
ascertaining and enforcing due and proper observances of the fair wage clauses and
the provisions of these Regulations. He shall investigate into any complaint regarding
the default made by the Contractor sub-contractor in regard to such provisions.

11. Report of Labour Welfare Officer- The Labour Welfare Officer or other
person authorized as aforesaid shall submit a report of the results of his investigation
or enquiry to the OC Contract concerned, indicating the extent, if any, to which the
default has been committed, with a note that necessary deductions from the
contractor’s bill be made and the wages and other dues be paid to the labourers
concerned. [The OC Contract shall arrange payments to the labour concerned within
45 days from the receipt of the report from the labour welfare officer or other person
authorized as aforesaid, as the case may be]. In case an appeal is made by the
Contractor under clause 12 of these Regulations, the actual payment to labourers will
be made by OC contractor after the Regional Labour Commissioner has given his
decision on such appeals.

12. Appeal against the decision of Labour Welfare Officer- Any person
aggrieved by the decision and recommendation of the Labour Welfare Officer or
other person so authorized may appeal against such decision to the Regional
Labour Commissioner within 30 days from the date of decision, forwarding
simultaneously a copy of his appeal to the OC Contract concerned but subject to
such appeal, the decision of the Officer shall be final and binding upon the
Contractor.

13. (a) A workman shall be entitled to be represented in any investigation or


enquiry under these Regulations by: -

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


(ii) an officer of a federation of trade unions to which the trade
union referred to in clause (i) is affiliated;
(iii) where the worker is not a member of any registered trade
union, by an officer of a registered trade union connected with or by
any other workman, employed in the industry in which the worker is
employed.

(b) An employer shall be entitled to be represented in any investigation or


enquiry under these regulation by:-
(i) an officer of an association of employers of which he is a member;
(ii) an officer of a federation of association of employers to which
the association referred to in clause (i) is affiliated;

(iii) where the employer is not a member of any association of


employers, by an officer of an association of employers
connected with or by any other employer, engaged in the
industry in which the employer is engaged.
(c) No party shall be entitled to be represented by a legal practitioner in
any investigation or enquiry under these Regulations.

14. Inspection of Registers- The Contractor shall allow inspection of the Wage
Book the Wage slips and the Register of Fines and Deductions to any of his workers
or to his agent at a convenient time and place after due notice is received or to the
Labour Welfare Officer, or any other person authorized by the Government of India
on his behalf.
15. Submission of Return - The Contractor shall submit periodical returns as
may be specified from time to time.

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

ANNEXURE ‘B’

SAFETY CODE
1. Suitable scaffolds should be provided for workmen for all Works that cannot
safety be done from the ground or from solid construction except such short period
Works as can be done safely from ladders. When a ladder is used an extra Mazdoor
shall be engaged for holding the ladder and if the ladder is used for carrying
materials as well suitable foot-holds and hand-holds shall be provided on the ladder
and the ladder shall be given an inclination not steeper than ¼ to 1 (1/4 horizontal
and 1 vertical).
2. Scaffolding or staging more than 3.5 metres above the ground or floor, swung
or suspended from an overhead support or erected with stationary support shall have
a guard rail properly attached, bolted, braced and otherwise secured at least 1 Metre
high above the floor or platform of such scaffolding or staging and extending along
the entire length of the outside and ends thereof with only such openings as may be
necessary for the delivery of materials. Such scaffolding or staging shall be so
fastened as to prevent it from swaying from the building or structure.
3. Working platform Gangways and stairways should be so constructed that they
should not sag unduly or unequally, and if the height of the platform or the Gangway
or the Stairway is more than 3.5 Metres above ground level or floor level they should
be closely boarded, should have adequate width and should be suitably fenced, as
described in (2)above.
4. Every opening in the floor of a building or in a working platform be provided
with suitable means to prevent the fall of persons or materials by providing suitable
fencing or railing whose minimum height shall be 1 metre.
5. Safe means of access shall be provided to all working platforms and other
working places. Every ladder shall be securely fixed. No portable single ladder shall
be over 9 Metres in length while the width between side rails in rung ladder shall in
no case be less than 30 cms. For ladder upto and including 3 metres in length. For
longer ladders this width should be increased at least 6 mm for each additional 30
cms. Uniform step spacing shall not exceed 30 cms.

Adequate precautions shall be taken to prevent danger from electrical


equipment. No materials on any of the sites of work shall be so stacked or placed as
to cause danger or inconvenience to any person or the public. The Contractor shall
also provide all necessary fencing and lights to protect the public from accident and
shall be bound to bear the expenses of defence of every suit, action or other
proceeding at law that may be brought by any person for injury sustained owing to
neglect of the above precautions and to pay any damages and costs which may be
awarded in any such suit, action or proceedings to any such person or which may
with the consent of the contractor be paid to compromise any claim by any such
person.

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

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

(a) All roads and open areas adjacent to the Works site shall either be
closed or suitably protected;
(b) No electric cable or apparatus which is liable to be a source of danger
over a cable or apparatus used by the operator shall remain
electrically charged;
(c) All practical steps shall be taken to prevent danger to persons
employed from risk or fire or explosion or flooding. No floor, roof or
other part of the building shall be so over-loaded with debris or
materials as to render it unsafe.
8. All necessary personal safety equipment as considered adequate by the
Engineer-in- Charge should be kept available for the use of the person employed on
the Site and maintained in a condition suitable for immediate use; and the Contractor
should take adequate steps to ensure proper use of equipment by those concerned.
(a) Workers employed on mixing Asphalted materials, Cement and lime
mortars shall be provided with protective footwear and protective
goggles.
(b) Those engaged in white washing and mixing or stacking of cement
bags or any materials which is injurious to the eyes shall be provided
with protective goggles.
(c) Those engaged in welding works shall be provided with Welder’s
protective eye shields.
(d) Stone breakers shall be provided with protective goggles and
protective clothing and seated at sufficiently safe intervals.
(e) When workers are employed in sewers and manholes, which are in
use, the contractor shall ensure that the manhole covers are opened
and are ventilated at least for an hour before the workers are allowed
to get into the manholes and the manholes so opened shall be
cordoned off with suitable railing, and provided with warning signals or
boards to prevent accident to the public.
(f) The Contractor shall not employment below the age of 18 and women
on the work of painting with products containing lead in any form.
Whenever men above the age of 18 are employed on the Work of lead
painting the following precautions should be taken: -
(i) No paint containing lead or lead products shall be used except
in the form of paste or ready-made paint.
(ii) Suitable face masks should be supplied for use by the workers
when paint is applied in the form of spray or a surface having lead
paint dry rubbed and scraped.
(iii) Overalls shall be supplied by the Contractors to the workmen
and adequate facilities shall be provided to enable the working
painters to wash during and at cessation of work.

9. When the Work is done near any place where there is risk of drowning all
necessary equipment’s should be provided and kept ready for use and all necessary
steps taken for prompt rescue of any person in danger and adequate provision
should be made for prompt first-aid treatment of all injuries likely to be sustained
during the course of the Works.

10. Use of hoisting machines and tackle including their attachments, anchorage
and supports shall conform to the following standard or conditions: -

(a) (i) These shall be of good mechanical construction, sound


material and adequate strength and free from patent defect
and shall be kept in good repairs and in good working order.
(ii) Every rope used in hoisting or lowering materials or as a
means of suspension shall be of durable quality and adequate
strength and free from patent defects.

(b) Every crane driver or hoisting appliance operator shall be


properly qualified and no person under an age of 21 years
should be in-charge of any hoisting machine including any
scaffold winch or give signals to the operator.

(c) In case of every hoisting machine and of every chain ring


hook, shackle swivel and pulley block used in hoisting or
lowering or as means of suspension the safe working load
shall be ascertained by adequate means. Every hoisting
machine and all gear referred to above shall be plainly marked
with the safe working load of the conditions under which it is
applicable shall be clearly indicated. No part of any machine or
of any gear referred to above in this paragraph shall be loaded
beyond the safe working load except for the purpose of testing.
(d) In case of departmental machine, the safe working load shall
be notified by the Electrical Engineer-in-Charge. As regards
contractor’s machines the Contractor shall notify the safe
working load of the machine to the Engineer- in-Charge
whenever he brings any machinery to site of work and get it
verified by the Electrical Engineer concerned.
11. Motor, Gearing, Transmission, Electric wiring and other dangerous parts of
hoisting appliances should be provided with efficient safeguards, hoisting appliances
should be provided with such means as will reduce to the minimum the risk
accidental descent of the load adequate precautions should be taken to reduce to the
minimum the risk of any part of a suspended load becoming accidentally displaced.
When workers are employed on electrical installation, which are already energized,
insulating mats, wearing apparel such as gloves, sleeves and boots as may be
necessary should be provided. The workers should not wear any rings, watches and
carry keys or other materials which are good conductors of electricity.
12. All scaffolds, ladders and other safety devices, mentioned or described herein
shall be altered or removed while it is in use, Adequate washing facilities shall be
provided at or near places of work.

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

14. To ensure effective enforcement of the rules and regulations relating to safety
precautions, the arrangements made by the contractor shall be open to inspection by
the Labour Officer, Engineer-in-Charge of the department or their representatives.

15. Notwithstanding the above clauses from (1) to (14) there is nothing in these to
exempt the Contractor, to exclude the operations of any other Act or Rules in force in
the Republic of India.

ANNEXURE – “C'
MODEL RULES FOR THE PROTECTION OF HEALTH AND SANITARY
ARRANGEMENTS FORWORKSMEN EMPLOYED BY
CONTRACTORS
1. Application - These rules shall apply to all the building and construction
Works in charge of BRO.

2. Definitions - (a) Workplace means a place at which on an average fifty or


more workers are employed in connection with construction work.

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

3. First-Aids- (a)At every workplace, there shall be maintained in a readily


accessible place first-aid appliances including an adequate supply of sterilized
dressing and sterilized cotton wool. The applicants shall be kept in good order and in
large work places, they shall be placed under the charge of a responsible person
who shall be readily available during working hours.

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

(c) Where large workplaces are removed from regular hospitals, an indoor
ward shall be provided with one bed for every 250 employees.

(d) Where large workplaces are situated in cities, towns or in their


suburbs and no beds are considered necessary owing to the proximity of city or town
hospitals suitable transport shall be provided to facilitate removal of urgent cases to
these hospitals. At other workplaces, some conveyance facilities such as a car, shall
be kept readily available to take injured person or persons suddenly taken seriously
ill, to the nearest hospitals.
4. Accommodation of Labour: The Contractor shall during the progress of the
works provide, erect and maintain at his own expenses and to approved standards
and scales all necessary temporary-

(a) living accommodation (b) bazar

5. Drinking Water- (a) In every workplace, there shall be provided and


maintained at suitable places easily accessible to labour a sufficient supply of cold
water fit for drinking.

(b) Where drinking water is obtained from an intermittent public water


supply, each workplace shall be provided with storage where such drinking water
shall be stored.

(c) Every water supply of storage shall be at a distance of not less than
15 Metres from any latrine, drain or other source of pollution. Where water
has to be drawn from an existing well, which is within such proximity of latrine,
drain or any other source of pollution, the well shall be properly chlorinated
before water is drawn from it for drinking. All such wells shall be entirely
closed in and be provided with a trap door which shall be dust and
waterproof.

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

6. Washing and Bathing Places-

(a) Adequate washing and bathing places shall be provided separately for
men and women.
(b) Such places shall be kept in clean and drained condition.

7. Scale of Accommodation in Latrine and Urinals - There shall be provided


within the precinct of every workplace latrine and urinals in an accessible place and
the accommodation, separately for each of them shall not be less than the following
scales: -

No. of Seats
(a) Where the number of persons does not exceed 50 2
(b) Where the number of persons exceeds 50 but does not exceed 100 3
(c) For every additional 100 3 per hundred

In particular cases the OC Contract shall have the power to vary the scale,
where necessary.

8. Latrines and Urinals for Women - If women are employed, separate latrines
and urinals screened from those for men and marked in the vernacular in
conspicuous letter "FOR WOMEN ONLY" shall be provided on the scale laid in rule
7. Those for men shall be similarly marked "FOR MEN ONLY". a poster showing the
figure of a man and women shall also be exhibited at the entrance of latrines for each
sex. There shall be adequate supply of water close to the latrines and urinals.

9. Latrines and Urinals - Except in workplaces provided with water flushed


latrines connected with a water borne sewage system all latrines shall be provided
with receptacles on dry earth system which shall be cleaned at least four times daily
and at least twice during working hours and kept in a strictly sanitary condition. The
receptacle shall be tarred inside and outside at least once a year.

10. Construction of Latrines - The inside walls shall be constructed of masonry


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

11. Disposal of Excreta- Unless otherwise arranged for by the local


sanitary authority, arrangements for proper disposal of excreta by incineration at the
workplace shall be made by means of a suitable incinerator approved by the local
Medical, health and Cantonment Authorities. Alternatively excreta may be disposed
off by putting a layer of night soil at the bottom of pucca tank prepared for the
purpose and covering it with a 15cms. Layer of waste or refuse and then covering it
up with a layer of earth for a fortnight (when it will turn into manure).

The Contractor shall at his own expense carry out all instructions issued to
him by the Engineer-in-Charge to effect a proper disposal of soil and other
conservancy work in respect of the Contractor's work people or employees on the
site. The contractor will bear the cost of any charge levied by the Cantonment
Authority for the execution of such Work on his behalf.

12. Provision of shelters during rest: At every workplace there shall be


provided free of cost four suitable sheds two for meals and two other for rest
separately for men and women for the use of labour. The height of the shelter shall
not be less than 3.5 Meters from the floor level to the lowest part of the roof.

13. Creche - (a) At every workplace, at which 50 or more women workers are
ordinarily employed, there shall be provided two huts for the use of children under the
age of 6 years, belonging to such women, One hut shall be used for infant's Games
and Plan, and the other as their bed room. The huts shall not be constructed on a
lower standard than the following: -

(i) Thatched roofs (ii) Mud roofs and walls (iii) Plants spread
over mud floor and covered with mattings.

(b) Where the number of women workers is more than 25, but less than 50, the
Contractor shall provide at least one hut and one Dai to look after the children
of women workers. The size of crèche or crèches shall very according to the
number of women workers
(c) The Crèche or crèches shall be properly maintained and necessary
equipment like toys etc shall be provided

The huts shall be provided with suitable and sufficient openings for light and
ventilations. There shall be adequate provision of sweepers to keep the place clean.
There shall be two daises in attendance. Sanitary utensils shall be provided to the
satisfaction of the local Medical, Health and Cantonment Authorities. The use of the
huts shall be restricted to children, their attendants and mothers of the children.
14. Canteen: - A cooked food canteen on a moderate scale shall be provided
for the benefit of workers wherever it is considered expedient.

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

On completion of the works the whole of such temporary buildings shall be


cleared away all rubbish burnt, excreta or other disposal pits or trenches filled in and
effectively sealed off and the whole of site left clean and tidy to the entire satisfaction
of the Engineer-in-Charge and at the contractor's expense.
SPECIAL CONDITIONS

1. GENERAL:

The following special conditions shall be read in conjunction with the


General Conditions of Contract IAFW- 2249 and whereas variation exists, the
Special Conditions shall take precedence over the aforesaid General
Conditions.

The special conditions given in succeeding paragraphs shall be read


in conjunction with Schedule ‘A’, Technical Specifications and General
Conditions of Contract IAFW-2249. In case of any discrepancies in the
various provisions of the contract, the following order of precedence shall be
observed: -

(a) Description given in Schedule ‘A’& BoQ


(b) Special Conditions
(c) Particular / technical specifications
(d) Drawings and sketches
(e) MoRT&H specifications for road and bridge works (latest revision)
published by India Roads Congress, New Delhi
(f) General Condition of Contracts

2. INSPECTION OF SITE:

The contractor is particularly advised to inspect the site (s) of work by


making prior appointment with Chief Engineer Rohtang Tunnel, C/O 56
APO so as to acquaint himself with regard to the nature and conditions of site,
nature and means of local communication, working hours, conditions of
access and all other cognate matters concerning the execution and
completion of the work. Any paths, truck, approaches etc, required for the
movement of plants, equipments, machine and vehicles etc to the work site
and platform, bund etc required for the execution of work will be the
responsibility of the contractor and rates quoted must include these aspects
also where required. The tenderer shall be deemed to have inspected the site
and made himself familiar with various factors which may affect his quotation,
whether he actually inspects the site or not. No extra charges, consequent on
misunderstanding or otherwise will be allowed.
2(a) SUBMISSION OF BIDS/TENDER- Bidders are not required to submit
any sample of items given in tender documents due to COVID-19 pandemic
situation & contact less tendering action. However, during the execution of
works for any material to be supplied test reports and certificates for
confirmation of particular items as mentioned in Schedule-A / BOQ including
tender specifications is required before start of work or supply of material.

3. LAND OF OFFICE ETC:

The contractor shall have to make his own arrangements for land as
may be required by him for housing of his staff and labour and for erection of
stores sheds, office, godowns etc required by him for the work. The contractor
must ensure that the staff, labour, plants, equipments, machines, vehicles &
stores etc, employed or collected in connection with the work are so located
that there is no hindrance to the free flow of the traffic on the highway.
Suitable warning & sign boards and other measures are to be provided by the
contractor at his own cost, for safety of the traffic.

4. MINIMUM FAIR WAGES PAYABLE TO LABOURERS:

(a) The contractor shall pay wages not less than the fair
wage fixed from time to time by the State Govt. or minimum
wages fixed under the Minimum Wages Act by Central Govt.

Whichever is higher. He shall have no claim whatsoever, if on account of any local


regulations or otherwise he is required to pay wages in excess of the wages so fixed.

(b) The contractor shall observe the Laws / rules / regulations


of Govt. regarding the employment of labour, mode of payment
of wages and cognate matters relating to the local conditions.

(c) In case local labourers are not available, the contractor


may have to obtain written permit from appropriate authority of
State Govt. to import labour from outside the State.

(d) The contractor shall ensure compliance to all labour


wages laws and benefit rules for the labour employed by him.

(e) The contractor shall maintain Muster Roll of labourer


engaged in the work along with wages being paid to labourer
(trade wise). The master roll shall be available at site for
inspection by Engineer-In-Charge or any authorized
Government Officials.

5. ROYALTIES:-

(a) The contractor shall make his own arrangement for


procuring materials required under the contract and he shall
ensure that the royalty for the material procured by him under
this CA has been correctly paid to the concerned authority. Any
claim of royalty by the concerned department on the material
procured under this CA shall be settled with concerned authority
directly by the contractor. Further the contractor should ensure
that the supply of material is not arranged illegally. An
undertaking to this account will be given by contractor before
payment of RAR/FinalBill.

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


then he shall submit the royalty payment certificate as per specimen
given hereunder, since he himself pays the royalty to concerned state
deptt. In addition to royalty payment certificate he shall also submit
vehicle wise Challan for transit of materials. These documents
shall be sand to mining department for information and verification at
their end.
ROYALTY PAYMENT CERTIFICATE

It is certified that I/We, M/s (Primary License Holder) having


supplied the following materials to M/s (contractor)
against CA No CE(P) RTNL/03/2020-21 during the period from

S/No Material Quantity Supplies

(a) ………… …………….

(b) ………… …………….

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


applicable rates have been paid by us to concerned dept of the Govt. of . A
copy of no demand certificate/Challan /Permit. Affidavit duly verified by the
concerned dep’t etc is attached herewith.

(M/s )

(Primary License Holder as well as contractor)

(c) If contractor is purchasing materials from primary license holders


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

(i) Purchase voucher (original purchase vouchers shall be


defaced by the Engineer-in-Charge / OC under his dated
signature stating “verified against CA No CE (P) Rohtang
Tunnel/03/2020-21, so as to avoid these being used again.
CTC of defaced purchase voucher shall be kept on record).

(ii) Vehicle wise Challan for transit of material.

The above documents shall be sent to mining deptt for information


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

(e) Since as per condition 10(A) of IAFW-2249, the contractor has to


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

(f) Receipt of confirmation of verification of documents sent to mining


deptt shall not be mandatory before making payment to contractor,
unless there are statutory order
/ instructions in any state that verification of payment f royalty is
mandatory.
(g) Dispatch details of all intimations / documents sent to concerned
State Govt. Authorities shall be properly kept in records and should be
readily available with the respective units of BRO.

6. BLASTINGROCKS- Blank

7. MOVEMENT OF CONTRACTOR’S VEHICLE:

7.1 Minimum classification of existing bridges on the roads are “Class 18


R bridges”, contractor should not bring any heavier plant / equipment as such
vehicle / plant / equipments shall not be allowed on the bridges. The
contractor’s vehicles may be required to ply in convoys as per directions
given by the concerned Civil / Military authorities. No extra payment / time will
be admissible on this account.
7.2 In case the condition of these bridges warrants further downward load
classification due to any unforeseen circumstances, the same will be done by
the OC Contract whose decision shall be final and binding. In case of any
such eventuality, the contractor may have to unload his heavy load carried at
locations, indicated to suit the load classification indicated by the OC
Contract. Any such heavy load carriage thus necessitated across such
indicated bridge(s) shall have to be done by the contractor without any
additional payment and no claim whatsoever on this account will be
entertained.

8. SECURITY RESTRICTIONS:

8.1 Contractors, intention is invited to conditions 25 of IAFW-2249.


Contractor shall employ only Indian national after verifying their antecedents
and loyalty. The contractor shall on demand by the Engineer-in-Charges / OC
Contract, submit list of his agents, employees and work people concerned
and shall satisfy the Engineer-in-Charges / OC Contract as to the Bonafede
credential of such people.

8.2 The contractor and his workmen shall observe all the rules
promulgated by the authority controlling the area in which work is to be
carried out e.g. prohibition of smoking, lighting, firm precautions, search of
persons on entry and exit, keeping to specified routes and restricted hours of
work etc. Thorough search of all persons and transport may be conducted by
the departmental authorities at the site of works at time and any number of
times for security reasons necessary permits etc to be obtained from Civil
authorities by the contractor, for himself, his staff and labour. Nothing shall be
paid extra on this account.

8.3 Necessary assistance, to the extent feasible, will be extended to the


contractor by the department for providing passes / permits to the contractor,
his representatives and workmen to enter the State.

9. FREE ACCESS TO SITES AND LOOKING AFTER OF WORKS:

The contractor shall give all reasonable facilities to the department


personnel for the inspection of the works being executed under this contract.
He will also provide free access to the works if being executed by this
department or other agencies and if such works are located near the sites
covered under this contract. Responsibility of all the works covered in this
contract will lie on the contractor and these works will be fully completed and
accordingly handed over to this department.

10. TAXES ETC:

The tendered amount shall inter-alia deemed to include all charges /


expenses for completing the work as specified in Schedule “A”, GST, Sale
Tax, Income Tax, VAT, Service Tax, Work Contract Tax, Octroi, 1% labour
welfare cess, Royalty, stacking of materials, interstate barrier charges all
other taxes inforce by Central/ State Govt on date of submission of tender
which may have not been mentioned anywhere in this tender document,
which are required for completion work as per Schedule “A” / Work Order. No
claim on account of any taxes will be payable to contractor whatsoever except
as provided in sub Para 11(b) here-in-after Tender cost will be inclusive of all
type of social security cost like EPF, gratuity, NPS etc to be provided by
contractor to their workers.

11. REMIBURSEMENT/REFUND ON VARIATION IN “TAXES DIRECTLY


RELATED TO CONTRACTVALUE:

(a) The rates quoted by the contractor shall deemed to be


inclusive of all taxes (including GST on materials, GST on Works
Contracts, Turnover Tax, Labour Welfare Cess / Tax, Ecological and
Environment Cess etc), duties, Royalties, Octroi & other levies
payable under the respective statutes. No re-imbursement / refund for
variation in rates of taxes, duties, royalties, Octroi & other levies, and /
or imposition / abolition of any new / existing taxes, duties, Royalties,
Octroi & other levies shall be made except as provided in sub Para (b)
here-in-below.

(b) (i) The taxes which are levied by Government at certain


percentage rates of contract Sum/Amount shall be termed as “taxes
directly related to contract value” such as GST on works contracts,
Turnover Tax, Labour Welfare Cess /tax and like but excluding
Income Tax. The tendered rates shall deemed to be inclusive of all
“taxes directly related to contract value” with existing percentage rates
as prevailing on last due date for receipt of tenders. Any increase in
percentage rates of “taxes directly related to contract value” with
reference to prevailing rates on last due date for receipt of tenders
shall be reimbursed to the contractor and any decrease in percentage
rates of “taxes directly related to contract value” with reference to
prevailing rate on last due date for receipt of tenders shall be refunded
by the contractor to the Govt / deducted by the Govt from any
payments due to the contractor. Similarly imposition of any new “taxes
directly related to contract value” after the last due date for receipt of
tenders shall be reimbursed to the contractor and abolition of any
“taxes directly related to contract value” prevailing on last due date for
receipt of tenders shall be refunded by the contractor to the Govt
/deducted by the Government from the payments due to the
contractor.

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

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

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


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

Note :- The word Goods & Service Tax (GST) in the above clause
includes Central Goods & Service Tax (CGST), States Goods &
Service Tax ( SGST), Union Territory

Goods & Service Tax (UTGST) and Integrated Goods & Service Tax
(IGST) all as applicable.
12. SECURITY OFDOCUMENTS:

The contractor shall not communicate any classified information


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

13. FOREIGN EXCHANGE / IMPORTLICENSE:

No foreign exchange and/or import license will be arranged by the


department in connection with the work under this contract.

14. CONTRACTORS’S VEHICLES / PLANT AND EQUIPMENT AT SITE:

(a) The contractor shall furnish to the Engineer-in-charge a distribution return of his plant/
equipment on the site of works, stating the following particulars: -

(i) Particular of Plant/ equipment i.e. Make, machine No, Model


No, if any, registration No, if any, capacity, year of manufacture, year
and place of purchase etc.

(ii) Total quantity on site of work.

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

(b) For the purpose of this condition, plant /equipment shall


include vehicles, trucks and Lorries but not the workmen’s tools
and / or any manually operated tools /equipment.

(c) The Engineer-in-Charge shall record the particulars


supplied by the contractor as aforesaid, in the works diary and
send a return to OC Contract for record in his office.

(d) The first return shall be submitted immediately after any


plant or equipment is brought to the site. Thereafter every week
changes in the return shall be furnished in the following form: -

S/No Particular of Plant / Total No at Location Remarks


Equipment site of work

Addition
since……………………………
Reduction since
……………………….

- (Signature of contractor)

(e) A complete return showing the up to-date position of plant


th
/ equipment at site shall be submitted on 15 of every month till
the works are completed and the site cleared.

(f) The contractor’s attention is invited to condition 34 of


General Conditions of Contracts according to which no tool,
plant / equipment shall be removed off the site without written
approval of the OC Contract.

15 FIXING OF PERMANENT AND TEMPORARY BENCHMARKS:

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

16 TOTAL STATIONEQPT: BLANK

17 JOINTSURVEY:
Before commencement of the work, the contractor along with the rep of department/Engineer-
in- Charge/OC Contract, shall carryout detailed joint survey with total station.

Required L and X section of the existing road profile at an interval of 20 mtrs be verified.
Changes if any be incorporated in the X-sectional drawing provided with tender documents.
Details of fresh section be intimated duly signed by rep of contractor, OC Contract and
Engineer-in-Charge and Accepting Officer.

After completion of formation cutting, joint survey to be carried out with the help of Total Station.
L and X section be prepared at interval of 20 mtrs.

Volume of earth work to be computed with the help of survey details obtained before
commencement and after completion of work.

Records of the above survey details duly signed by rep of contractor, Engineer-in-Charge and
OC Contract be maintained by the contractor and copy of same be forwarded to OC Contract
and HQ CE(P).

Contractor must furnish the details of survey for release of RAR pertaining to earthwork.

18 Retrieved Material:
Hard rock encountered during the formation cutting and excavation shall become property of
the contractor after affording credit to Govt as specified here-in-after. Retrieved material of
Hard rock cutting shall be stacked neatly on specified ground as directed by Engineer- In-
Charge/OC Contract and no extra payment shall be made for stacking on ground. Credit for
retrieved hard rock @ Rs 400 /- per Cubic Mtr (to be specified by AO equal to prevailing market
rate of hard rock at site) shall be deducted from the bills of the contractor. In no case credit for
retrieved material shall be less than thirty three percent of hard rock cutting. Tested quality of
retrieved material may be incorporated in the work.

19 FOSSILS:

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

The contractor shall, upon discovery of any such findings, promptly give notice to
the Engineer-In-Charge / OC Contract, who shall issue instruction for dealing with it.
If the Contractor suffers delay and/or incurs cost from complying with the
instructions, the Contractor shall give a further notice the Engineer-In-Charge / OC
contract describing in detail the delay sustained by him and cost measured by him
for following the instructions of the Engineer-In-Charge/ OC Contract in dealing with
the fossils along with all supporting documents / proof, within 7 days of the
occurrence. The contractor then be certified for the following: -

An extension of time for any such delay, if completion is or will be delayed due to
such act in following the instructions of the Engineer-In-Charge / OC Contract.

Payment of any such cost, which shall be included in the contract price.

After receiving this further notice, the Engineer-In-Charge / OC Contract shall


examine the case with facts and figures and disagreements if any will be
communicated to the contractor.

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

20. TIME AND PROGRESS CHART:

(g) The time and progress chart to be prepared as per General Conditions
of Contracts shall consist of detailed network analysis and a time schedule.
The critical path network will be drawn jointly by the OC Contract and the
contractor soon after acceptance of the tender. The time scheduling of the
activities including a network for all preliminary arrangements for mobilization
of resources e.g. manpower, plant & machinery will be done by the
contractor, so as to complete the work within the stipulated time.

(h) On completion of the time schedule a firm calendar date schedule will be
prepared and submitted by the contractor to OC Contract who will approve it,
after due scrutiny. The schedule will be submitted in quadruplicate within six
weeks from the date of handing over the site.

(i) During the currency of the work the contractor is expected to adhere to
the time schedule and this adherence will be a part of the contractor’s
performance under the contract. During the execution of the work the
contractor is expected to participated in the review and updating of the
network undertaken by OC Contract. These reviews may be undertaken at
the discretion of the OC Contract either as periodic appraisal measures or
when the quantum of work ordered on the contractor is substantially changed
through deviation orders or amendments. Any revision of the schedule as a
result of the review will be submitted by the contractor to the OC Contract
within a week who will approve it after due scrutiny. The contractor will
adhere to the revised schedule thereafter. In case of the contractor’s not
agreeing to the revised schedule the same will be referred to the Accepting
Officer whose decision will be final, conclusive and binding. OC’s approval to
the revised schedule resulting in a completion date beyond the stipulated
date (s) of completion shall not automatically amount to grant of extension of
time. Extension of time shall be considered and decided by the appropriate
authority mentioned in condition 11 of General Conditions of Contracts and
separately regulated.

(j) The contractor is expected to mobilize and employ sufficient resources


to achieve detailed time schedule within the broad frame work of the
accepted methods of working and safety.

(k) No additional payments will be made to the contractor for any multiple
shift work or other incentive methods contemplated by him in his work
schedule even though the time schedule is approved by the department.

19. PERMIT FROM LOCAL AUTHORITY FOR PLYING VEHICLES:

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

20. ELECTRICITY & WATER SUPPLY:

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


shall make his own arrangement for execution of the work.

21. RATE QUOTED:

(a) Unit rates shall be deemed to include the provisions for all materials,
stores, labour, process, operations and requirements detailed in particular
specifications/special conditions irrespective of whether these appear as
specific items or not in the Schedule “A”.

(b) Unit rates quoted shall also deemed to include all charges / expenses
on account of all Veh/Eqpt required for completing the work as specified in
Schedule “A”, GST, Sale Tax, Service Tax, Work Contract Tax, Octroi, 1%
labour welfare cess, social security cost to work force, Royalty, stacking of
materials, interstate barrier charges which are required for completion work
as per Schedule “A” / Work Order.

(c) The rate quoted shall also been include transportation of materials
required for completing the work including loading / unloading charges.

22. APPOINTMENT OF ARBITRATOR IN CASE OF CONTRACT


AGREEMENTS TO BE EXECUTED BETWEEN BRO AND GOVT OF INDIA
UNDERTAKING /ENTERPRISES:

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

25 MEASUREMENTS:- Measurements pertaining to the work completed under


this contract will be recorded and signed in the measurement book (IAFW-2261) by
the Junior Engineer after taking into account that the required laboratory tests have
been done as per the limits stipulated and as per the frequencies laid down in the
“Particular Specifications” of this contract agreement and MORT&H specification for
road and Bridge Works (latest revision) and connected documents thereof and test
results are found satisfactory and proper records are maintained.

(a) The measurement recorded by the Junior Engineer shall be 100%


checked and signed by the Engineer-in-charge.

(b) 25 % test check will be carried out by OC Contract on each day of


measurement by the Engineer-in-Charge.

(c) 5% test check will be carried out by the Director before making
payment to the contractor.

(d) The measurement should also be signed by the contractor as token of


acceptance of the measurement.

(e) In case of discrepancies in arriving out work done details, the decision
of the Accepting Officer will be final and binding for both the parties.

26. ACCEPTANCE OF WORKDONE:

The Engineer-In-Charge shall exercise control over the quality of


materials and work done be carrying out tests for the specified properties as
per frequencies given in particular specifications and section of MoRT&H
(Ministry of Road Transports and Highways) for roads and bridge latest
revision.

27. ARBITRATION (REFER CLASUE 70 OF CONDITION OF CONTRACTIAFW-2249

27.1 All disputes or difference arising as aforementioned, other than those


for which the decision of the Accepting Officer or any other person is by the
contract expressed to be final and binding shall be referred to Sole Arbitrator
under condition No 70 of General Condition of Contract IAFE-2249 after
written notice by either party of the contract to the other of them, in
accordance with the rules specified hereunder:-

Rules for Arbitration

(a) Matter to be arbitrated shall be referred to the sole arbitration of an


Engineer Officer to be appointed by Director General Border Roads, or in his
absence the officer Officiating as the DGBR whose decision shall be final and
binding.
(b) The venue of arbitration be such a place or places as may be fixed by
the Arbitrator at his sole discretion.

(c) The arbitration proceedings shall be governed by the Arbitration and


Reconciliation Act 1996.

(d) The Arbitrator shall give reasons for the award in each and every case
irrespective of the value of claims or counterclaims.

(e) The award of the arbitrator shall be final and binding on both the parties.

(f) The High Court at Shimla shall alone have jurisdiction to decide any
dispute arising out of or in respect of this contract.

(g) The expenses incurred by each party in connection with preparation,


presentation, etc of its proceedings as also fees and expenses paid to the
arbitrator shall be borne by each party.

28. BLANK

29. RECORD/CONSUMPTION OF MAJOR CONSTRSTORES/MATERIALS: BLANK

30. PAYMENT:

The Contractor will plan for supply and application of material on ground as soon as
possible, after the Work Order has been signed by the OC / Engineer – In Charge
Contract (which will be done within 30 days from the signing of Contract). 65% of the
BOQ Item Rate of Material Schedule A at site (brought by the contractor) will be made
immediately after the measurement by Engr-In-Charge/OC Contract and entry in MB.
Balance amount of the payment will be released after successful application of this
material on site in the proportionate manner as per progress of work on ground.

Commencement of any works at site and the start date shall be reckoned w.e.f. the
date of issue of Work Order by the OC Contract.

The contractor can submit the RAR once in 30 days, as per progress of work made on
the ground and payment shall be released through E-Payment mode, for which the
contractor is required to submit the NEFT/RTGS Mandate Form (enclosed at Appendix
‘A’) duly filled in the specified details.
Payment of RAR/Final bill will be made based on the rate quoted in Schedule “A” to the
Contractor after Standard Deductions as applicable. The retention money will be
cleared in the final bill and performance guarantee / bond will be released on
production of No claim/No demand certificate from the Contractor and OC Contract
respectively duly verified by AO TF after payment of Final Bill and completion of Defect
Liability Period.
Payment of the parties will be made in INR.GST, Sale Tax, Income Tax, VAT, Service
Tax, Work Contract Tax, Octroi, 1% labour welfare cess, Royalty, stacking of
materials, interstate barrier charges all other taxes in force by Central/ State Govt on
date of submission of tender which may have not been mentioned anywhere in this
tender document, which are required for completion work as per Schedule “A” / Work
Order shall be deducted at sources from the payment due to contractors as per
prevailing laws / statutory orders and TDS certificate shall be issued to the contractor.
All payments will be made by e-payment / account payee Cheque.

31. CO-OPERATION WITH OTHER AGENCIES:


The Contractor shall permit free access and generally afford reasonable
facilities to other Agencies and or Departmental workman engaged by the Govt. to
carry out their part of the work, if any, under separate arrangements.

32. SUPPLY OF COLOUR RECORD PHOTOGRAPHS, ALBUMS AND VIDEO


CDS: Contractor shall provide / supply of colour record photographs, Album, soft copy
of Photo sin CD and videography duly loaded in CD at various stages/facts of the work
without any extra cost as per clause 125.1, 125.2 & 126.1 of MORT&H specification.
33. FIELD LABORATORY:
To maintain proper quality control at site, contractor shall establish
adequately equipped filed laboratory without any extra cost. All required materials
testing equipment shall be provided to carry out requisite tests– Not Applicable

34. TRAFFIC MOVEMENT:


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

35. VENUE OF ARBITRATION:


35.1 Place of arbitration hearings shall be at New Delhi or as decided by the Arbitrator.
35.2 All disputes or difference arising as aforementioned, other than those for
which the decision of the Accepting Officer or any other person is by the contract
expressed to be final and binding shall be referred to sole arbitrator under condition
No 70 of General Condition of Contract IAFW- 2249 after written notice by either
party of the contract to the other of them.

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

Defects liability period shall be thirty-six calendar months, security deposite


shall be refunded to the contactor after the defects liability period provided that the
contactor have been paid the final bill and have rendered a No-Demand certificate
(I.A.F.A.-451).

The Guarantee Bonds (s) or Fixed Deposit Receipt (s) shall be executed for a
period and on a form as directed by the Chief Engineer Project. The Contractor shall
further arrange to extend the period of Guarantee Bond(s) or fixed Deposit Receipt
(s) or shall furnish a fresh Guarantee Bonds(s) or Fixed Deposit Receipt(s) of similar
value so as to cover the period as stated above for its refund.

37 CONTRACT LABOUR (R&A) ACT-1970

The contractor shall get himself registered with Astt Labour Commissioner,
Chandigarh as required under contract labour (Regulation and Abolition) Act, 1970. If
he does not fall within the purview of said act, he shall obtain a no objection
certificate from ALC Jammu to above effect. A copy of the certificate of Registration
or the no objection certificate (as the case may be) shall be submitted by him to the
Accepting officer within 15 days of the awarded of the work. In event of his non-
compliance, the contractor shall be liable for punitive action under CL (R&A)
Act1970.
38. LOSS OR DAMAGE ON ACCOUNT OF ENEMY ACTION
(a) If as result of enemy action, the contractor suffers any loss or damage,
the government shall reimburse to the contractor such loss or damages, to
the extent and in the manner herein after provided: -

(i) The loss suffered by him on account of any damage or


destruction of his plant / equipment (as defined in condition 11 (b)
above) or materials or any part or parts thereof. The amount of losses
assessed by the Accepting Officer of the contract on this account shall
be final and binding.
(ii) Compensation paid by him under any law for the time being in
force to any workmen employed by him for any injury caused to him or
the workmen’s legal successor for loss of the workmen’s life.
(b) No requirement shall be made nor shall any compensation be payable
under the above provisions unless the contractor had taken Air Defence
Precautions. No re- imbursement shall be made nor shall any compensation
be payable for any plant / Eqpts or materials not laying on the site of work at
the time of enemy action.

39. REGISTRATION FEE / TRADE TAX. Tendered rates / amount shall also be
deemed to include the payment of all taxes to be like Registration fee. Trade Tax and
other taxes / levies to be paid to the Govt. of Himachal Pradesh or Central
Government already in force and as may be modified from time to time. The
contractor may ascertain full details on this respect from the concerned
department(s).

40. ADJUSTMENT OF TAX CONSEQUENT UPON AMENDMENT TO


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

41. ESCALATION: No escalation shall be applicable to this work on any account.

BILLING SCHEDULE: -Blank

42 INCOME TAX Income Tax along with surcharge including education cess, will be
deducted at source as applicable.

43. DEDUCTION TAX ATSOURCE


43.1 Income Tax along with surcharge including education cess, service/works
contract tax, GST, labour welfare cess and all other taxes inforce by Central/State
Govt on the date of submission of tender will be deducted at source as applicable.

44. REGISTRATION: Contractor is required to get his firm registered with GST,
Sales Tax Department and Asst Labour commissioner Shimla, Himachal Pradesh
under contract labour (R&A) Act and Building and other construction workers Act
1996. A copy of valid registration certificate issued will be submitted to Commander
Contract while processing RARs /Bills.

45. RECORD/CONSUMPTION OF MAJOR CONSTRSTORES/MATERIALS: BLANK

46. LEGALJURISDICTION
Legal jurisdiction for this Contract Agreement shall be High Court, Shimla only.

47. Notes: - Technical Drawings-

(ii) Drawings: - The Tender reference drawings*/** are as under: -

S/No. Description of Tender Drawings Remarks


1 Slope Stabilization measures for sinking zone near Rohtang 01 copy
tunnelSouth Portal Indicative Plan
2 Slope Stabilization measures for sinking zone near Rohtang 01 copy
tunnelSouth Portal Indicative Cross Section
3 Slope Stabilization measures for sinking zone near Rohtang 01 copy
tunnelSouth Portal Detail -1
4 Slope Stabilization measures for sinking zone near Rohtang 01 copy
tunnelSouth Portal Detail -3
5 Slope Stabilization measures for sinking zone near Rohtang 01 copy
tunnelSouth PortalPre StressedAnchor Details
Total 05 Drawings

Note:- *Tenderers are advised to look over tender reference drawings as above before
expiry of clarification end date and pre-bid meeting.

** The work shall be executed as per Tender documents and Drawingsattached


separately with tender documents.
Annxure-1 to special
conditions

FORMAT FOR BANK GURANTEE FOR ADVANCE PAYMENT


From:

Bank............................................

To,
ThePresident of India,

Sir,
1. With reference to Contract Agreement No........................... concluded
between the President of India, hereinafter referred to as “The Government”
andM/s..........................
Hereinafter referred to as the “The Contractor” for............................................... as
detailed in the above Contract Agreement hereinafter referred to as “the said
contract” and consideration of the Government having agreed to make an advance
payment in accordance with the terms of the said contract to the said contractor, we
the ............................................... bank, hereinafter call “the bank” hereby irrevocably
undertake and guarantee to you that if the said contractor would fail to provide work
in accordance with the terms & conditions of the said conditions of the said contract
for any reasons whatsoever or fail perform the said contract in any respect or should
whole or part of the said on account payments at any time become repayable to you
for any reasons whatsoever, we shall demand and without demur pay to you all and
any sum up to maximum of
`............................ (Rupees............................. only) paid as advance to the said
contractor in accordance with the provisions contained in clause. of the said
contract.

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

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

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

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

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

Yours faithfully

For ....................................................... Bank

Place................................
Seal of Bank
Date..................................
SCHEDULE -A
Project SLOPE STABILIZATION AND AVALANCHE PROTECTION AT KM 14.700 ON APPROACH ROAD TO SOUTH PORTAL (ARSP) UNDER
Name: PROJECT ROHTANG TUNNEL, CA No. CE (P) RTNL/03/2020-21

Sl.No: Item Description Quantity Unit BASIC RATE PER UNIT In Total
Figures To be entered by
the Bidder INCLUDING
Amount
ALL Taxes (Rs.)

1 Excavation in soil in hilly area by mechanical means including cutting and 29439 cum
trimming of side slopes and disposing of excavated earth with all lifts and
lead upto 1000 metres.

2 Providing & Backfilling behind Facia Units with approved selected


reinforced granular fill material to be obtained from private querry or land
as available within lead of 1-2 km including all leads and lifts, including
segregation, complete as per drawing and technical specification
(Reference to MoRT&H's specification Clause 3100 and IRC:78 caluse
710.1.4) & 2200. (reinforced fill)

a) Available from excavated material, screened, meeting the 17663 cum


specifications.
b) Material to be procured -Borrow material meeting the specifications 22883 cum

3 Providing & Backfilling behind reinforced soil wall with available backfill 3998 cum
material including all leads and lifts, including segregation, complete as
per drawing and technical specification (Reference to MoRT&H's
specification Clause 3100 and IRC:78 clause 710.1.4) & 2200. (Backfill)
4 Supplying and installation of Gabion facia unit with integrated tail as
secondary reinforcement of length 2m that is made of mechanically
woven, double twisted, hexagonal shaped wire mesh, Mesh type 10x12
as per IS 16014:2018, having D=100mm with tolerance of +/-10%, wire
dia ID/OD 2.7/3.7mm, (Zn +10%Al) + polymer coated, mechanically
edged/selvedged and shall have minimum 10 numbers of mesh openings
per meter of mesh perpendicular to twist, with partition at 1 m interval etc.
complete as per detailed technical specifications attached and as directed
by Engineer-in –Charge.

Size of Gabion Units 3m x 2m x 0.5 m (LxBxH). 1760 Nos


5 Supply and installation of Green facia unit with Biodegradable erosion
control blanket and welded mesh panel and integrated tail as secondary
reinforcement of length 2m that is made of mechanically woven, double
twisted, hexagonal shaped wire mesh, Mesh type 10x12, having
D=100mm with tolerance of +/-2%, wire dia ID/OD 2.7/3.7mm,
Zn+10%Al+PVC coated, MORTH specification No 3100

Size 3mX2mX0.8 m 385 Nos


Size 3mX2mX0.63 m 1120 Nos
6 Providing and laying of high strength flexible geo-grid as primary
reinforcement at site store maintained by contractor with a high quality
coating like LDPE or equivalent. Latex or Polymer coating or geo-textile
or any other coating shall not be permitted. Selection of geo-grid be
strictly based on long term design strength values for a design life of
120 years at 20°C. GEOGRID shall have High Strength Flexible Uniaxial
with low creep characteristics consisting of polyester (PET) & having an
outer protective coating of low density polyethylene sheath. It shall have
Ultimate tensile strength as mentioned below against each sub item for
reinforcement in Flexible Retaining Wall etc. complete as per detailed
technical specifications attached and as directed by Engineer-in –charge.
High Strength Geogrid of tensile strength (MD) : 115 kN/m (long term) 33320 Sq.m.
High Strength Geogrid of tensile strength (MD) : 145 kN/m (long term) 30800 Sq.m.
High Strength Geogrid of tensile strength (MD) : 175 kN/m (long term) 14520 Sq.m.
7 Supply and installation of polyester needle punched non-woven 8882 Sq.m.
geotextile as filter media behind Gabion/Reinforced soil wall, behind
gabion wall and wrapped around PVC pipe, as per MoRTH 700 Type-III
geotextile. The width of geotextile roll shall not be less than 4.5 m, at
easily accessible location including top and bottom, with all leads and
lifts, manpower and machinery, materials, labour etc. complete and as
directed by Engineer - In - Charge.

8 Supplying and laying drainage composite for use behind walls, between 2750 Sq.m.
two different fills, alongside and below drains of road, below concrete
lining of canals etc.having three dimensional composite with
thermobonding a draining core having “W” configuration in extruded
monofilaments of minimum thickness 7.2mm, with two filtering UV
stabilized polypropylene nonwoven geotextile of minimum thickness of
0.75mm charactersitic opening size (O90) of 110 micron and tensile
strength of 8.0 kN/m that will be working as separation or protecting layer,
Geocomposite having in plane flow capacity of 2.1 L / (m.s) at hydraulic
gradient of 1.0 & 20 kPa pressure and tensile strength of 18 kN/m, with
mass per unit area of 740 gsm, having minimum creep reduction factor of
1.15 for 100 years life at 100 kPa, at easily accessible location including
top and bottom, with all leads and lifts, manpower and machinery,
materials, labour etc. complete as per detailed technical specifications
and as directed by Engineer - In - Charge.
9 Supply and installation of Gabion units of 1 m height made of 1828 cum
mechanically woven, double twisted, hexagonal shaped steel wire mesh
as per IS 16014:2018, MORTH clause 2500 of required sizes, Mesh type
10x12 with mesh opening tolerances -10% to +10%, Mesh wire dia
2.7/3.7mm (ID/OD ), (Zn+10%Al + Polymer coated), mechanically edged/
selvedged ,with partition at 1 m interval and shall have minimum 10
numbers of mesh openings per meter of mesh perpendicular to twist,
tying with lacing wire of diameter 2.2/3.2 mm (ID/OD), placing at indicated
places in dry condition at easily accessible location as per direction of
Engineer including tools, plant, labour etc. complete in all respect,
carrying the material from nearest approach with all leads & lifts,
manpower & machinery, materials, labor etc. complete as per detailed
technical specifications and as directed by Engineer-In-Charge.

10 Supply and installation of 0.5 m thick Gabion mattress made of 1100 cum
mechanically woven, double twisted, hexagonal shaped steel wire mesh,
Mesh type 10X12 as per IS 16014:2018, Mesh wire dia 2.7 / 3.7 mm
(ID/OD ), (Zn+10%Al)+ Polymer coated, Mechanically edged/ selvedged,
with partition at 1 m interval , tying with lacing wire, placing at indicated
places in dry condition at easily accessible location as per direction of
Engineer including tools, plant, labour etc. complete in all respect,
carrying the material from nearest approach with all leads & lifts,
manpower & machinery, materials, labor etc. complete as per detailed
technical specifications and as directed by Engineer-In-Charge.

11 Supply and Installation of Self Drilling Anchors of 32 mm diameter, yield 7043 RM


load > 230 kN, drill hole of 110 mm, hexagonal nut, washer plate, coupler
for connecting bars, drill bit (in case of self-drilling anchors) and full length
grouting with admixture including all ancillary items for foundation
anchoring and as per technical specifications etc. complete as per
detailed technical specifications and as directed by Engineer - In -
Charge.
12 Supply and installation of double corrosion-protected multi strand 39020 RM
prestressed cable anchors with initial prestress load > 1094 kN (with 6
no.s of 15.2 mm dia strands with breaking load per mono strand of 260.7
kN) and drill hole dia of 150 mm with full length grouting in two phases
(grout length for prestress = 30%), protective sheath for exposed part
above the anchor head, centrallizers, including all ancillary items for
anchoring, grouting and stressing on the slope surface along with casing
(if required) for drilling in collapsible strata as per detailed technical
specifications and as directed by engineer in charge.

13 Providing and spreading High Resistance steel wire grid/mesh 3166 Sqm.
Geocomposite consisting of hexagonal double twisted wire mesh type
8x10 woven with steel wire with a diameter of 2.70 mm (EN 10223-3; EN
10218), Zn-5%Al coated (EN 10244 - class A), interlaced during
manufacturing in longitudinal and transversal directions with steel cable ,
grade 1770 MPa, having a diameter of 8 mm (EN 12385-4) Zl-5%Al
coated (EN 10244 - class A), at a spacing of less than 0.7 m, meeting the
minimum requirements:

Longitudinal and Transversal Tensile Strength of High Resistance Steel


Wire mesh /Grid Geocomposite : 85 kN/m

Puncture Resistance of High Resistance steel wire mesh/grid


Geocomposite : 180 kN at maximum displacement of 50 cm

including top and bottom support rope, lacing wire or rope required to
connect the nets and all accessories such as U-clamps, thimbles,
including safety, all other ancillary works, material, machinery, labour,
etc., with all leads and lifts and as per detailed technical specifications
and as directed by Engineer - In - Charge.
14 Supply and installation of three dimensional erosion control mat made of 24739 Sqm.
polypropylene polymer of minimum mass per unit area 450 gm / sqm
extruded on to a mechanically woven double twisted hexagonal shaped
steel wire mesh (as per EN 10223-3) made up of 2.7 mm dia having a
combined mass per unit area of the composite more than 2000 gm/sqm.
Steel wire and mesh type 8 x 10 having Zn-Al 5% coating as per EN
10244-2 longitudinally weaved with steel cable of 8 mm diameter at a
spacing of 2.0 m. Including all necessary accessories like U pins etc.
required for erosion control mats in place as per detailed technical
specifications and as directed by engineer in charge.

15 Providing and application of hydraulically applied erosion control products 26444 Sqm.
by means of hydroseeding/ hydromulching on the hill side and valley side
slope surface for erosion control by means of vegetation including
safety, all other ancillary works, material, machinery, labour, etc., with
all leads and lifts and as per detailed technical specifications and as
directed by Engineer - In - Charge.

16 Construction of RCC nail head for pre-stressed anchors 664 cum

17 Construction of RCC pedestal and RCC jacketing 2475 cum

18 Providing and installing subsurface drainage pipes (horizontal / inclined) 6953 RM


in the slope (long drains suitable for collapsible strata) drilling and
inserting the perforated PVC pipe as per the drawings etc. complete and
as directed by Engineer -In -Charge.

19 Providing and placing drainage pipes behind the reinfiorced soil structure 500 RM
with perforated PVC pipe (lined with Non -woven Geotextile) of 160 mm
internal diameter by placing the perforated PVC pipe as per the drawings
etc. complete and as directed by Engineer -In -Charge.

20 Providing big size boulders of size more than 0.75m diameter designed 880 cum
as per IRC-89 to be placed in front of river side toe gabion wall and on top
of mattress (scour apron) as a protective layer from the impact of river
flow and debris.
21 Construction of PCC base for providing support below the reinforced soil 280 cum
structure

22 Construction of drains (berm drains, catch drains etc.) 1 m deep and 1 m 516 m
wide including excavation for drains and 0.2 m thick PCC/RCC lining of
M-15 grade concrete.

23 Providing and Installation of Flexible Snow avalanche mitigation units 120 Nos
made of cruciform shaped frame structure of height 4.25 m (minimum)X
3.40 m (minimum) of metallic beams in steel grade E275 or above
connected to steel tubular tieby flexible universal ball joint having
breaking load greater than 300 kN (along with 4/8 no.s of steel cable ties
to transfer the load from front facia to the tie) and having front facing steel
wire rope panel made of 8 mm diameter of mesh size 300 mm x 300 mm
with steel wire double knot connection at joint and mechanically woven
double twisted hexagonal shaped Zn coated wire mesh panel attached to
the cross-shaped frame and as per technical specifications and as
directed by Engineer-In-Charge.

24 Supply and Installation of Self Drilling Anchors of 32 mm diameter, yield 822 m


load > 280 kN, nut, washer plate, coupler for connecting bars, drill bit and
full-length grouting with admixture including all ancillary items for
foundation anchoring etc. complete as per technical specifications and as
directed by Engineer - In - Charge.

Total of Schedule “A” – Infigures(Rupees___________________________________________________________________________________________only)

Date:
PARTICULAR SPECIFICATIONS

SCOPE OF WORKS: -

Please find ANNEXURE – A – TECHNICAL SPECIFICATION attached with tender


documents.

Appedix ‘B’(Ref para-30 of Special Condition of tender)

NEFT /RTGS MADATE


FORM

(1) Name of firm / contractor as per


account in the Bank
(2) Beneficiary’s Account Number
(as appearing on the Cheque
Book)
(3) Name of Bank where a/c is held
(4) Name of Branch

(5) Address of branch


(6) Telephone No of Branch
(7) IFSC Code of Branch
(8) 9-Digit MICR Code Number of
the Bank & Branch
(9) E-Mail ID of Contract

Note Please attach a blank cancelled cheque for verification of the above particulars.

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

Dated : Signature of the contractor(Seal)

CERTITIFACTE BY
BANK

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

SealofBank Signature of the branch manager

of the Bank Dated: -


Appendix ‘C’

(Ref para-15 (f) of forwardingletter)


UNDERTAKING BY AUTHORISED SIGNATORY

I, the undersigned do hereby under take that our firm M/s__________________ agree to
abide by Terms and conditions of TENDER No. CE (P) RTNL/03/2020-21 for SLOPE
STABILIZATION AND AVALANCHE PROTECTION AT KM 14.700 ON APPROACH
ROAD TO SOUTH PORTAL (ARSP) UNDER PROJECT ROHTANG TUNNELfrom page
Notions advertised the CPPP site https://eprocure.gov.in/eprocure/app and it shall be
binding on us and may accepted at any time before the expiration of stipulated tender
conditions.

(Signed by an Authorized Officer of the


Firm)

Title of Officer

Name of Firm

Date
TECHNICAL SPECIFICATIONS

1.0 Supplying and placing of Mechanically Woven Double Twisted


Hexagonal Shaped Wire Mesh Gabion Boxes / Gabion Mattresses of
required sizes, Mesh Type 10x12, Zn-90%AI 10% alloy + Polymer
coated, Mesh Wire dia. 2.7/3.7mm (ID/OD), mechanically edged /
selvedged, with partitions at every 1m interval as per IS 16014:2018,
IRC SP 116 and MoRTH (Fifth Revision) 2013, Clause 2500.

1.1 Description
This work shall consist of furnishing, assembling, and filling mechanically
woven double twist hexagonal wire mesh gabions/gabion mattresses with
rock as specified in the contract to the dimensions, lines and grades shown
on the plans, or as determined by the engineer. These specifications are
mainly in accordance with Indian Standards IS 16014:2018, IRC SP 116
and MoRTH (Fifth Revision) 2013, Clause 2500 and specifications
mentioned in this section.

Lid

Diaphragm
End

Back

H
End

Front
L
W

Fig 1
1.2 Material- Gabion
1.2.1 Wire:
All tests on the mesh, lacing wire and selvedge wire must be performed
prior to manufacturing the mesh.
Tensile strength: The wire used for the manufacture of Mesh shall have a
tensile strength minimum 350 N/mm2 in accordance with IS 280. Wire
tolerances (Table 1) shall be in accordance with IS 16014:2018 (Class T1).
Elongation: Elongation shall not be less than 10%, in accordance with IS
16014:2018 and MoRTH (Fifth Revision) Clause 3100. Test must be carried
out on a sample at least 20 cm long.
1.2.2 Internal Connecting Wires:
Cross Ties/ stiffener wire: Diameter 2.2 mm, Zn coated wire with
Polymer coating, 3.2mm when measured with Polymer coating.

1.2.3 Metallic Coating (Zn-Al Alloy)


 Metallic coating: The wire shall have minimum quantities of Zn-Al alloy
shown in Table 1 g i ven bel ow in c lau se “ To le r an ce s ” .
 Adhesion of metallic coating: The adhesion of the metallic coating to the
wire shall be such that, when the wire is wrapped ten turns around a
mandrel having four times the diameter of the wire, it does not flake or
crack when rubbing it with the bare fingers in accordance with IS
4826:1979.
 Outwearing accelerated aging test: when subjected to test in sulphur
dioxide environment (EN ISO 6988) after 56 cycles of discontinuous test
the mesh shall not show more than 5% of DBR (Dark Brown Rust).

1.2.4 Polymer Coating


 Polymer coating thickness: Nominal – 0.5 mm, Minimum – 0.4 mm;
 Colour: grey
 Resistance to UV radiation: the tensile strength and elongation at break
of the base compound after 2500 hours QUV-A (ISO 4892-3, exposure
mode 1) shall not change more than 25% from the initial test results.
 Chemical resistance: the polymer shall resist to the chemical agents in
concentrations that are representative of soil and water normally found
in civil works.
 Outwearing accelerated aging test: when subjected to the neutral salt
spray tests (ISO 9227) after 6000 hours of exposure the mesh shall not
show more than 5% of DBR (Dark Brown Rust).
 Abrasion test, in accordance with the procedure described in par.
4.1.2.1 of EN 60229:2008, with a vertical force of the steel angle of 20N:
after 100,000 cycles the polymer coating shall not expose the metal
wire.
 When the mesh is tested at 50 % of the nominal tensile strength in
accordance to EN 10223-3:2013 / IRC SP 116 / IS 16014:2018, the
wires will not show cracks in the organic coating within the double twist
region.

1.2.5 Wire mesh (10x12 mesh type):


Metallic +Polymer coated
Mesh type “D”(mm) Diameter of wire (Inner/Outer wire)

2
Mesh wire(mm) Selvedge wire (mm) Lacing wire(mm)
10X12 100mm 2.7/3.7 3.4/4.4 2.2/3.2

Mesh opening: Nominal Dimension D = 100, as per


Fig. 2 Tolerances in Mesh Opening size: -10% to
+10%
DT mesh shall have minimum 10 numbers of mesh openings per meter of
mesh perpendicular to twist of mesh.
Procedure for verification of mesh opening
a. Gabion Box/Mattress shall be unfolded on the plain ground.
b. Any shrink in the unfolded Gabion Mesh shall be removed, by
stretching the Mesh panel.
c. Marking on the ground shall be made from the Centre of the twist of
one mesh and the second. Marking shall be done at 1 m distance.
d. The number of mesh Openings in the 1 m shall be counted & verified.

Figure (2)

1.2.6 Tolerances
Wire: wire diameter tolerance and minimum metallic coating (Zn-Al10%)
coating requirement shall be as per following table

Table (1)
Wire Diameter mm 2.2 mm 2.7 mm 3.4 mm
Wire Tolerance (+/-) mm 0.06 0.07 0.09
Minimum Qty of Metallic coating (gm per sqm) 240 260 270

1.2.7 Standard Sizes


Standard sizes (Length x Breadth x Height) of gabion boxes/mattresses are
4mx1mx1m, 3mx1mx1m, 2mx1mx1m, 1.5mx1mx1m, 4mx1mx0.5m,

3
3mx1mx.5m and 2mx1mx0.5m as shown in table of standard sizes
Tolerance in gabion dimensions of + 5% in all dimensions (length, breadth
and height) shall be allowed as tolerance for Gabion units.

1.2.8 Fabrication
Gabions shall be manufactured with all components mechanically
connected at the production facility. The front, base, back and lid of the
gabions shall be woven into a single unit. The ends and diaphragm(s) shall
be factory connected to the base. The lid may be a separate piece made of
the same type mesh as the basket. All perimeter edges of the mesh forming
the basket and top, or lid, shall be selvedge with wire having a larger
diameter.
Gabion is divided into cells by means of diaphragms positioned at
approximately 1m centres. The diaphragms shall be secured in position to
the base so that no additional lacing is necessary at the jobsite.
1.3 Construction Requirements
Gabion filling and lacing and erection at site should be strictly as per the
instruction of approved (by engineer) manufacturer’s instructions as per the
site-specific requirements.
1.3.1 Assembly
Gabions are supplied folded flat and packed in bundles. Larger units may be
supplied in rolls. The units are assembled individually by erecting the sides,
ends, and diaphragms, ensuring that all panels are in the correct position,
and the tops of all sides are satisfactorily aligned. The four corners shall be
connected first, followed by the internal diaphragms to the outside walls.
The procedure for using lacing wire consists of cutting a sufficient length of
wire, and first looping and/or twisting the lacing wire to the wire mesh.
Proceed to lace with alternating double and single loops through every
mesh opening, pulling each loop tight and finally securing the end of the
lacing wire to the wire mesh by looping and/or twisting. Refer figure 3.

Figure (3)
1.3.2 Installation
After initial assembly, the gabions are carried to their final position and are
securely joined together along the vertical and top edges of their contact

4
surfaces using the same connecting procedure(s) described earlier.
Whenever a structure requires more than one layer, the upper empty
baskets shall also be connected to the top of the lower layer along the front
and back edges of the contact surface using the same connecting
procedure(s) described in Section 1.3.1.
1.3.3 Filling
Rock for the Gabion facia shall be hard, angular to round, durable and of
such quality that they shall not disintegrate on exposure to water or
weathering during the life of the structure. The rocks shall range between
150 mm to 250 mm for 10x12 type mesh. Each range of sizes may allow for
a variation of 5% oversize rock by number of particles, or 5% undersize rock
by number of particles, or both. The size of any oversize rock shall allow for
the placement of minimum of three layers of rock must be achieved when
filling the 1 m high units and a minimum of two layers for the 0.50 m high
units. The rock used for filling the gabion facia shall have a minimum density
of 24kN/m3 and Los Angeles abrasion value not more than 45.
The facing section shall be filled with rock in a careful way to get good
horizontal and vertical alignment. During the filling operation skilled manual
stone placement is required to minimize voids. The maximum permitted
porosity of stone filling shall be 40%. For vertical or near vertical structures
the exterior of the basket may be carefully hand placed to give a neat, flat,
and compact appearance. Care shall be taken when placing fill material to
ensure that the sheathing on the Polymer coated baskets is not damaged.
The facing stones should orient in such a way to get their flat surfaces
facing to the front.
The cells shall be filled in stages so that local deformation may be avoided.
At no time shall any cell be filled to a depth exceeding 0.30 m higher than
the adjoining cell. It is also recommended to slightly overfill the baskets by
25 mm to 50 mm to allow for settlement of the rock.
1.3.4 Internal Connecting Wires installation
Internal Connecting Wires shall connect the exposed face of a cell to the
opposite side of the cell. An exposed face is any side of a gabion cell that
will remain exposed or unsupported after the structure is completed. Lacing
wire or prefabricated internal connecting wires shall be used as internal
connecting wires.
1.3.4.1 1 meter High Gabions
1 meter high gabions shall be filled in three layers, 300 mm at a time.
Connecting wires shall be installed after the placement of each layer, that is,
at 300 mm high.

1.3.4.2 0.5m High Gabions


0.5 meter high gabions do not require connecting wires unless the baskets
are used to build vertical structures. These units shall be filled in two layers

5
250 mm at a time. Connecting wires shall be installed after the placement of
the first layer, which is at 250 mm high.

1.3.5 Lid Closing


Once the gabion baskets are completely full, the lids will be pulled tight until
the lid meets the perimeter edges of the basket. The lid must then be tightly
laced and/or fastened along all edges, ends and tops of diaphragm(s) in the
same manner as described in earlier sections.

1.3.6 Mesh cutting and folding


Where shown on the drawings or otherwise directed by the engineer, the
gabions shall be cut, folded and fastened together to suit existing site
conditions. The mesh must be cleanly cut and surplus mesh either folded
back or overlapped so that it can be securely fastened together with lacing
wire or fasteners in the manner described in earlier Section. Any reshaped
gabions shall be assembled, installed, filled and closed as specified in the
previous sections.

1.4 Method of Measurement


The payment quantities for excavation shall be determined by the outside
limits of the gabion structure. Quantities will be determined from cross
sections and the linear distance, and paid for under the appropriate bid
items.
The quantity to be paid for “In place gabions” shall be the number of cubic
meters of gabions. Project conditions and material availability will determine
the actual size of gabions to be used.
Excavated material beyond the limits of the gabions shall be backfilled with
gravel, crushed rock or other material approved by the engineer.

1.5 Basis of Payment


Accepted gabions / gabion mattresses shall be paid for at the unit price for
each pay item included in the contract.

1.6 Testing and Acceptance criteria


The material should get approval from the client before the actual supply
start. The manufacturer of the Gabion facing unit should provide
“Manufacturers Test Certificate’ for the material with every lot/shipment.
Tensile strength test and zinc coating test on basic wire shall be done on
one sample per every 10,000 numbers of units supplied.

6
Polymer Coating Thickness: The thickness of the Polymer coating shall be
determined on a randomly chosen individual piece of wire removed from the
coil at 3 places 1 metre apart.
Measure with a micrometer the diameter of the galvanized steel wire with
Polymer coating. Determine the thickness of the Polymer coating by
stripping the Polymer coating from the wire and measure the reduced
diameter with a micrometer. The thickness of the coating is the difference
between the diameter of the galvanized steel wire with Polymer coating and
the measured diameter of the galvanized steel wire divided by two. The
thickness values should be as per clause 1.2.4. While removing the
Polymer coating by stripping, take care not to remove any of the metallic
surfaces.

The punch strength test results shall be 19 kN in accordance with MoRTH


section 2500 and test specified therein.

1.6.1 Selvedge strength test:


A tensile test on mesh sample shall be carried out in order to estimate
selvedge strength test. The test shall be carried out as per procedure
outlined below. The selvedge strength shall be minimum 25 kN/m.
a. Take a DT mesh of approximately 1.0 m width.
b. The height of the sample shall be such that after selvedging on both
the sides (1m), there shall be at least two mesh repetitions between
the two selvedged wires, so that effective height of the sample shall
be more than 300 mm.
c. Sample shall be loaded on the UTM in a direction parallel to twist,
with the samples being gripped at the two selvedged wires & not
mesh twist.
d. The distance between the two selvedge wires shall be recorded as
Initial gauge length.
e. Distance between the two end gripping points (pins) along the width
of the sample shall be recorded as the unit width under test. The
width shall be at least 700 mm.
f. The load shall be applied gradually to the sample and the test be
continued till the break point.
g. The peak load and the % elongation shall be recorded.
h. The strength of the selvedge connection shall be (peak load/unit
width under test) expressed in kN/m.
Note. If the sample slips at any of the gripping point during the test, such a
test shall be discarded and a new sample shall be taken.

7
Supply and placing of gabion facia with integrated tail as secondary
reinforcement for Reinforced soil system, made of Mechanically Woven
Double Twisted Hexagonal Shaped Wire Mesh per IS 16014:2018, IRC SP
116 and MoRTH (Fifth Revision) Clause 3100, Mesh Type 10x12, Zn+10%Al
alloy + Polymer coated Mesh Wire dia. 2.7/3.7mm (ID/OD), mechanically
edged / selvedged, with partitions at 1m interval, tying with lacing wire of
dia 2.2/3.2 mm (ID/OD).

1. Material
These units are fabricated soft flexible Zn + 10% Al with polymer coated
double twisted steel woven wire mesh units (Figure 1). The facing section of
the unit is formed by connecting the back panel and a diaphragm to the main
unit. This creates rectangular shaped cells used for stone confinement.

Figure (1)
2. Wire
All tests on the mesh, lacing wire and selvedge wire must be performed prior
to manufacturing the mesh.
Tensile strength: The wire used for the manufacture of Mesh shall have a
tensile strength minimum 350 N/mm2 in accordance with IS 280. Wire
tolerances (Table 1) shall be in accordance with IS 16014:2018 (Class T1).
Elongation: Elongation shall not be less than 10%, in accordance with IS
16014:2018 and MoRTH (Fifth Revision) Clause 3100. Test must be carried
out on a sample at least 20 cm long.

2.1 ZN+10%Al coating

 Zn+ 10% Al alloy coating: Minimum quantities of Zn+ 10% Al alloy shall be
as shown in Table 1 in clause 4 “Tolerences”.

8
 Adhesion of Zn+ 10% Al alloy coating: The adhesion of the Zn+ 10% Al
alloy coating to the wire shall be such that, when the wire is wrapped ten
turns around a mandrel having four times the diameter of the wire, it does
not flake or crack when rubbing it with the bare fingers in accordance with
IS 4826:1979.

2.2 Polymer Coating


2.2.1.1 Polymer coating thickness: Nominal – 0.5 mm, Minimum – 0.4 mm;
2.2.1.2 Colour: grey
2.2.1.3 Resistance to UV radiation: the tensile strength and elongation at break
of the base compound after a UV-rays exposition of 4000 hours to Xenon
Arc (ISO 4892-2) or 2500 hours QUV-A (ISO 4892-3, exposure mode 1)
cannot change more than 25% from the initial test results.
2.2.1.4 Chemical resistance: the polymer shall resist to the chemical agents in
concentrations that are representative of soil and water normally found in
civil works.
2.2.1.5 Outwearing accelerated aging test: when subjected to the neutral salt
spray tests (ISO 9227) after 6000 hours of exposure the mesh shall not
show more than 5% of DBR (Dark Brown Rust).
2.2.1.6 Abrasion test, in accordance with the procedure described in par. 4.1.2.1
of EN 60229:2008, with a vertical force of the steel angle of 20N: after
100,000 cycles the polymer coating shall not expose the metal wire.
2.2.1.7 When the mesh is tested at 50 % of the nominal tensile strength in
accordance to EN 10223-3:2013 / IRC SP 116 / IS 16014:2018, the wires
will not show cracks in the organic coating within the double twists region

3. Wire mesh (10x12 mesh type):


Mesh wire: Diameter – 2.70 mm zinc coated wire with polymer coating and
3.70 mm when measured with external Polymer coating;(ID/OD -
2.7mm/3.7mm)
Selvedge and reinforcement steel wire: Diameter – 3.40 mm zinc coated wire
inside Polymer coating and 4.40 mm when measured with external Polymer
coating;(ID/OD - 3.4mm/4.4mm).
Mesh opening: Nominal Dimension D = 100, as per Fig. 2
Tolerances in Mesh Opening size: -10% to + 10%
DT mesh shall have minimum 10 numbers of mesh openings per meter of
mesh perpendicular to twist of mesh.
Procedure for verification of mesh opening

9
a. Reinforced gabion facia shall be unfolded on the plain ground.
b. Any shrink in the unfolded Gabion Mesh shall be removed, by
stretching the Mesh panel.
c. Marking on the ground shall be made from the Centre of the twist of
one mesh and the second. Marking shall be done at 1 m distance.
d. The number of mesh Openings in the 1 m shall be counted &
verified.

Mesh Type Nominal Dimension D


D
10x12 100mm

Figure (2) DT mesh

4. Tolerances
Wire: The wire shall meet diameter tolerance and minimum Zn+10%Al
coating requirement mentioned in the following table
Gabion facia and tail unit tolerance: ± 5 % on the length, width, and height.

Table (1)
Wire Diameter mm 2.2 mm 2.7 mm 3.4 mm
Wire Tolerance (+) mm 0.06 0.07 0.09
Minimum Qty of Zn+ 10% 240 260 270
Al alloy (gm/m2)

5. Standard size
Gabion facia and tail with double hexagonal mesh units shall have the
following dimensions
Length of reinforcement (B), Width (L), m Height (H), m
m
3 2/3 0.5
3 2/3 1.0

10
6. Fabrication
Gabion facia and tail with double twist hexagonal mesh units shall be
manufactured with all components mechanically connected at the production
facility. The external face, reinforcing panel, and lid of the unit shall be woven
into a single unit. The ends, back, and diaphragm shall be factory connected
to the base. All perimeter edges of the mesh forming the basket shall be
selvedge with wire having a larger diameter.
The facing element of a Gabion facia and tail with double twist hexagonal
mesh unit is divided into two cells by means of a diaphragm positioned at
approximately 1 m centres. The diaphragm shall be secured in position to the
base so that no additional lacing is necessary at the job-site.

7. Structural Backfill in between reinforcement


The structural backfill shall be of good quality, free draining granular soil and
plasticity index should be less than 9. The percentage of fines passing 75
micron sieve should not be greater than 15%. The maximum particle size in
the structural fill shall not be more than 75 mm. The structural fill material
should be basically free draining and it should be devoid of dirt and
deleterious material.

8. Construction Requirements

i. Assembly
Gabion facia and tail with double twist hexagonal mesh units are supplied
folded flat and packed in bundles. The facing section of the units are
assembled individually by erecting the sides, back, ends, and diaphragm,
ensuring that all panels are in the correct position, and the tops of all sides
are aligned. The four corners of the basket shall be connected first, followed
by the internal diaphragm to the outside walls. All connections shall be made
using lacing wire or ring fasteners.
The procedure for using lacing wire consists of cutting a sufficient length of
wire, and first looping and/or twisting to secure the lacing wire to the wire
mesh. Proceed to lace with alternating double and single loops through every
mesh opening approximately every 150 mm pulling each loop tight and finally
securing the end of the lacing wire to the wire mesh by looping and/or
twisting. Refer Figure 3.

11
Figure (3)
The use of ring fasteners shall be in accordance with the manufacturer’s
recommendations.

Following assembly of the facing section the reinforcing panel shall be


unfolded to the required length and the shipping folds removed. Folds can be
removed by placing the fold over a 50 mm x 100 mm board and walking along
the sides.

ii. Installation of units


Prior to installing the assembled units, the foundation on which these units
are to be placed shall be cut or filled and graded to the lines and grades
shown on the construction drawings. Surface irregularities, loose material,
and vegetation shall be removed during the preparation of the foundation.
The units are carried to their final position and connected with the adjoining
empty units along the vertical and top edges of their contact surfaces using
the same connecting procedure(s) described in second paragraph Section
8.1. Whenever a structure requires more than one layer of units, the upper
layer shall be connected to the top of the lower layer along the front and back
edges of the contacts.

iii. Internal Connecting Wires


Internal Connecting Wires shall connect the exposed face of a cell to the
opposite side of the cell. An exposed face is any side of a gabion cell that will
remain exposed or unsupported after the structure is completed. Lacing wire
or prefabricated internal connecting wires shall be used as internal connecting
wires

12
iv. Placement of the Structural Backfill
The soil reinforcement mesh panel should be unfolded; the shipping folds
flattened out, and pulled tight to minimize further creep age. Prior to starting
this operation, a filter geotextile shall be placed at backfill interface. The
geotextile should have a 250 cm return at both top and bottom.

The granular backfill specified by the engineer shall be installed in lifts of


approximately 30 cm, and dumped in the middle section of the soil
reinforcement mesh panel. Compacting is to precede parallel to the wall,
ensuring that the compacting machine does not come in contact with the
mesh panel or within 1 m of the rear of the face section. The homogeneity of
the backfill and the level of compaction required shall be verified.

v. Lid Closing
Once the baskets are completely full, the lids shall be pulled tight until the lid
meets the perimeter edges of the basket. A tool like a lid closer can be used.
The lid must then be tightly laced and/or fastened along all edges, ends, and
tops of diaphragm(s) in the same manner as described in the above sections.

vi. Mesh Cutting and Folding


Where shown on the drawings or otherwise directed by the engineer, the
Gabion facia and tail with double twist hexagonal mesh units may be cut,
folded and fastened together to suit existing site conditions. The mesh must
be cleanly cut and surplus mesh either folded back or overlapped so that it
can be securely fastened together with lacing wire or fasteners in the manner
described earlier. Any reshaped Gabion facia and tail with double twist
hexagonal mesh units shall be assembled, installed, filled and closed as
specified in the previous sections.

9. Method of Measurement
Quantities shall be determined from cross sections and the linear distance,
and paid for under the appropriate bid items.
The quantity to be paid for “gabion facia and mechanically woven, double
twisted, hexagonal shaped Zn+10%Al alloy coated steel wire mesh integrated
tail as reinforcement” shall be the number of units measured in their final
position. Project conditions and design will determine the actual size of units
to be used.
The bid price shall include the in place cost of all materials, equipment, and
labour, including gabion facia and integrated tail mechanically woven, double
twisted, hexagonal shaped Zn+10%Al alloy coated steel wire mesh tail as

13
reinforcement.

10. Basis of Payment


Accepted gabion facia and integrated tail mechanically woven, double
twisted, hexagonal shaped Zn+10%Al alloy coated steel wire mesh tail as
reinforcement unit will be paid for at the unit price for each pay item included
in the contract.

11. Testing
The material should get approval from the client before the actual supply
start. The manufacturer of the Gabion facing unit should provide
“Manufacturers Test Certificate’ for the material with every lot/shipment.
Tensile strength test and Zn+10%Al alloy coating test on basic wire shall be
done on one sample per every 10,000 numbers of units supplied.

i. Polymer Coating Thickness:


The thickness of the POLYMER coating shall be determined on a randomly
chosen individual piece of wire removed from the coil at 3 places 1 meter
apart.
Measure with a micrometer the diameter of the galvanized steel wire with
POLYMER coating. Determine the thickness of the POLYMER coating by
stripping the POLYMER coating from the wire and measure the reduced
diameter with a micrometer. The thickness of the coating is the difference
between the diameter of the galvanized steel wire with POLYMER coating
and the measured diameter of the galvanized steel wire divided by two. The
thickness values should be as per clause 3.2.2. While removing the
POLYMER coating by stripping, take care not to remove any of the metallic
surface.

ii. Selvedge strength test:


A tensile test on mesh sample shall be carried out in order to estimate
selvedge strength test. The test shall be carried out as per procedure outlined
below. The selvedge strength shall be minimum 25 kN/m.
a. Take a DT mesh of approximately 1.0 m width.
b. The height of the sample shall be such that after salvaging on both the
sides (1m), there shall be at least two mesh repetitions between the
two selvedged wires, so that effective height of the sample shall be
more than 300 mm.

14
c. Sample shall be loaded on the UTM in a direction parallel to twist, with
the samples being gripped at the two selvedged wires & not mesh
twist.
d. The distance between the two selvedge wires shall be recorded as
Initial gauge length.
e. Distance between the two end gripping points (pins) along the width of
the sample shall be recorded as the unit width under test. The width
shall be at least 700 mm.
f. The load shall be applied gradually to the sample and the test be
continued till the break point.
g. The peak load and the % elongation shall be recorded.
h. The strength of the selvedge connection shall be (peak load/unit width
under test) expressed in kN/m.
NB. If the sample slips at any of the gripping point during the test, such a test
shall be discarded, and a new sample shall be taken.

15
Technical Specifications for providing and laying Geocomposite as
subsurface drain
Scope of Work
The specification covers a set of minimum physical and mechanical properties
that must be met by geocomposite. This specification also covers the
requirements of testing, handling and placing of geocomposite over the prepared
surface.

Material
The Geocomposite realized by Thermo bonding a draining core in extruded
monofilaments (GMA) with two filtering nonwoven geotextile and cores of “W”
configuration of longitudinal parallel channels shall be used. The drainage
composite shall compile to IRC 34 and MORTH specifications section 700. The
drainage core shall be made of polypropylene UV stabilized by carbon black and
made by extruded monofilaments set in longitudinal parallel configuration and the
external geotextile shall be made of polyethylene or Polypropylene or polyester
or similar fibres manufactured through machine made process of heat bonding or
needle punching techniques. The Values of Geocomposite shall be as shown in
Table 1.
Table 1 Properties of Drainage Composite

PROPERTIES: Unit Value Test Method

A) Geocomposite
Thickness at 2 kPa mm 7.2 EN 9863-1
Mass per unit area g/m2 740 EN ISO 9864
Tensile Strength MD* kN/m 18 EN ISO 10319

In plane flow capacity MD (rigid/soft contact)


Hydraulic Gradient, i = 1 at 20 kPa pressure 2.10
l/(m.s) EN ISO 12958
Hydraulic Gradient, i = 1 at 50 kPa pressure 1.40
Hydraulic Gradient, i = 1 at 100 kPa pressure 0.80

B) External Filter
Tensile Strength MD & CD kN/m 8 EN ISO 10319
Static Puncture Resistance N 1400 EN ISO 12236
Dynamic Puncture Resistance mm 33 EN ISO 13433
Flux perpendicular to plane l/(m2.s) 100 EN ISO 11058
Apparent Opening Size, O90 micron 110 EN ISO 12956

16
C) Drainage Core
Mass per unit area g/m2 500 EN ISO 9864

Note: * Values are Typical values


Handling and Storage
The Geocomposite rolls should not be dragged; it may lead to puncture/damage
of the Geosynthetic material. The necessary arrangements of equipment used for
loading and unloading shall be made at the yard and project site.
The storage of geocomposite shall be carried out on wooden pallets. The
geocomposite shall be kept dry and wrapped such that it is protected from any
damage during shipping and storage. If stored outdoors, it shall be elevated and
protected with a cover. Geocomposite should also be carefully handled when
being deployed from storage to their position just prior to installation.

Method of measurement
Quantity of geocomposite shall be determined from cross sections and the linear
distance and paid for under the appropriate bid items.
Method of Testing
The supplier has to submit a Quality conformity certificate and Manufactures test
certificate for the parameters indicated in Table 1 for every lot/shipment.
Basis of Payment
Accepted geocomposite shall be paid for at the unit price (per square meter
area) for each pay item included in the contract.

17
PROVIDING AND LAYING NON WOVEN GEOTEXTILE TYPE III as per MORTH
(Fifth Revision) Clause 700 AS FILTER MEDIA BEHIND REINFORCED SOIL
WALL / GABION WALLS / AROUND PERFORATED PIPES
Material
The Nonwoven thermally bonded or needle punched or any equivalent geotextile
shall be used. The geotextile shall be made of polyester or similar fibres
manufactured through machine made process of heat bonding or needle punching
techniques. The Values of Geotextile shall be as shown in Table 1.
Table 1) Properties of Non-Woven Geotextile
PROPERTIES: Value Test Method
Mechanical Properties:

Tensile Strength# 7kN/m ASTM D4595


Elongation at maximum load# > 50 % ASTM D4595
Grab Tensile Strength# 500 N ASTM D4632
Grab Elongation# > 55 % ASTM D4632
Trapezoidal Tear Strength# 200 N ASTM D4533
CBR Puncture Strength# 1400 N ASTM D6241
Hydraulic Properties:
Apparent Opening Size, AOS (O90)* 100 micron ASTM D4751
Flow Rate ( 50 mm head) 70 l/m2/sec ASTM D 4491
Physical Properties:
Mass per Unit Area# 150 gsm ASTM D5261
NOTE: # The values given here are MARV
*
Maximum Value
Method of measurement
Quantity of filter geotextile shall be determined from cross sections and the linear
distance and paid under the appropriate bid items.

Method of Testing
The supplier has to submit a Quality conformity certificate for the parameters
indicated in Table 1 for every lot/shipment.

Basis of Payment
Accepted filter geotextile shall be paid at the unit price (per square metre area) for
each pay item included in the contract.

18
PROVIDING AND LAYING HIGH STRENGTH FLEXIBLE GEOGRIDS AS
PRIMARY SOIL REINFORCEMENT OF COMPOSITE SOIL REINFORCEMENT
SYSTEM

Material
The primary soil reinforcement shall be high strength flexible geogrid with a high
quality coating like LDPE or equivalent specification. Latex or PVC coating or
geotextile shall not be permitted. The selection of the geogrid need to be strictly
based on the long term design strength values for a design life of 120 years at 20°C.
The primary soil reinforcement shall conform to MORTH specifications: section 700
and 3100 and shall meet the minimum requirements as given in table 1.The Ultimate
tensile strength values indicated in table 1 are short term, which needs to be
reduced to long term strength for design purpose by applying suitable partial
material factors or reduction factors (RF) as explained in clause 2.2 . The selection
of the geogrid need to be strictly based on the long term design strength values for a
design life of 120 years at 20°C.

Table 1 – Long Term Design Strength of Geogrids


Geogrid Grade 1 2 3 4 5 6
Ultimate Tensile strength
corresponding to 12% strain 100 200 250 300 400 500
(kN/m)
Long Term Design Strength at
20°C Temperature for 120 year 57 114 145 171 245 320
design life (minimum) (kN/m)
Roll Width (minimum) (m) 4.5 4.5 4.5 4.5 4.5 4.5

NOTE:
Tensile strength per metre should be based on tests performed as per ISO 10319
test procedure.

Long term design strength properties


The long term design strength shall be derived as per guidelines given in ISO
TR 20432 for design life of 120 years and design temperature of 20 0 C
considering following factors
Tallow = TUTS / RF
RF = RFCR x RFID x RFW x RFCH x FS
Tallow = Allowable tensile strength
TUTS = Ultimate tensile strength

19
RF = Reduction factor
RFCR = Reduction factor for creep
RFID = Reduction factor for the effect of installation damage
RFW = Reduction factor for weathering
RFCH = Reduction factor environmental degradation (chemical and biological)
at the service temperature
FS = Reduction factor related to the mass of information available and to the
production quality.

The adoption of reduction factors should be strictly based on reliable test data
and performance data available with the manufacturer from accredited
independent agency or the manufacturer should provide a valid third party
accredited certification like BBA (British Board of Agreement) certifying the
Reduction Factor (RF) value for their geogrid for design temperature of 20°C
and design life of 120 years. Manufacturer should have creep test data from
independent accredited laboratory for period over 10 years at design
temperature of 20°C.

Installation of Primary soil reinforcement


1. Care should be taken in the handling, lifting and positioning of geogrid
rolls. Since the weight of the rolls is high, mechanical lifting arrangements
are necessary. This should be done using a lifting beam.
2. To ease the laying, and proper performance of the geogrid, the formation
on which it is to be laid should be flat without ruts and sharp undulations.
3. The structural backfill shall be of good quality, free draining granular soil
and plasticity index should be less than 9. The percentage of fines passing
75 micron sieve should not be greater than 15%. The maximum particle
size in the structural fill shall not be more than 75 mm. The structural fill
material should be basically free draining and it should be devoid of dirt
and deleterious material.
4. The rolls should be placed near the facia and started to roll back
perpendicular to the wall direction as shown in the construction drawings.
5. The roll should be unwound a small amount by pushing the roll in the
direction of the tensile strength requirement. The base end of the geogrid
now exposed should be secured by weighting or pinning it to the
formation. The roll should then be unwound carefully ensuring that no
slack or undulations occur in the geogrid as it is laid. If these do occur they
should be corrected immediately before proceeding. When the roll is
completely unwound the free end of the geogrid should be hand tightened
and secured by weighting or pinning.

20
6. The run of primary soil reinforcement should be reasonably straight and all
elements should be flat and not twisted. No undulations in the geogrid
should be evident.
7. There shall not be any active connection between primary soil
reinforcement and secondary soil reinforcement by means of joining. The
stress transfer shall happen by the frictional interaction between the
primary and secondary soil reinforcement. For this, a minimum overlap
length of 3m shall be provided between the primary and secondary soil
reinforcement. (Figure 1).
8. Minimum overlap of 10cm shall be provided between two adjacent rolls of
the primary soil reinforcement geogrid, as shown in the figure below.
Joining of different rolls in tensile stress direction of the structure shall not
be permitted.

Testing and acceptance criteria


The material should get approval from the client before the actual supply
start. Contractor within 30 days of issue of work order shall intimate Engineer
in charge about the brand of material he intend to procure along with
technical literature, past experience and other details about the manufacturer
and arrange a visit of consultant to factory for inspection and testing of the
material. The visit expenses (traveling, lodging and boarding) will be borne by
client whereas the testing expenses will be borne by the Contractor.

Tensile strength test shall be done on one sample per every 20,000 sqm of
geogrid supplied. Manufacturer of the geogrid should provide “Manufacturers
Test Certificate” for the tensile strength of geogrid elements.

In case of failure of any test /or contractor desire to source material from more
than one manufacturer, the cost of visit in respect of additional source or visit
for retesting by client and consultant shall be borne by Contractor. The cost of
Airfare to & fro, Lodging& Boarding, shall be borne by contractor. It is not
advisable to use geogrids of different characteristics and inherent material
properties together and that should not be allowed.

21
Figure 1: Plan Detail showing overlap Length between Primary Soil
reinforcement & secondary reinforcement
Method of Measurement
Quantities of primary soil geogrid reinforcement shall be determined from
cross sections and the linear distance of the structure. The measurement
shall be in square meters for different grades of geogrid, measured in their
final position in plan area. Site specific design and material availability will
determine the actual grade of geogrid to be used.

Basis of Payment
Accepted primary soil geogrid reinforcements will be paid per square meter
quantity of various grades for each pay item included in the contract.

22
SPECIFICATION FOR HIGH RESISTANCE STEEL WIRE GRID/MESH
GEOCOMPOSITE

The High Resistance Steel wire grid/mesh geocomposite shall be certified with a
valid ETA (European Technical Assessment) based on EAD 23008-00-0106 with CE
marking and shall meet the minimum requirements of Mechanically woven double
twisted (DT) hexagonal shaped Class A Zn+Al5% Coated wire interlaced with 8mm
steel wire rope during manufacturing in longitudinal and transversal directions as per
IRC Highway Research Board Special Report-23 or equivalent specifications.

Material Specifications:
The High Resistance Steel wire mesh geocomposite shall be mechanically pre-
fabricated to become a uniform hexagonal woven wire mesh wherein joints are
formed by twisting each pair of wires through two half turns commonly known as
Double Twisted, in such a manner that unraveling is prevented. The longitudinal
selvedge steel ropes and the intermediate steel ropes of 8mm are inserted during
the process of manufacture in order to form a cohesive and monolithic geocomposite
product or equivalent specifications.

All steel wires used in the manufacturing of High Resistance Steel wire mesh
geocomposite and in the lacing operation during construction shall confirm to EN
10223 – 3. The wire used for the manufacture of double twisted wire mesh shall
have a tensile strength in the range of 380-500 N/mm2 and elongation shall not be
less than 10%. Test must be carried out on a sample of at least 25 cm length. DT
mesh shall confirm properties indicated in table below. All tests on the mesh and
lacing wire rope must be performed prior to manufacturing the mesh.
Table – Required Properties of Mechanically Woven DT shaped mesh
Property Value
Mesh Type 8 x 10
Mesh Opening “D” (mm) (maximum) 80
Tolerance – Mesh Opening (%) +16 to - 4
Mesh Wire Diameter (mm) 2.7mm
Tolerance- Mesh Wire Diameter (+/-) 0.07
(mm)
Mesh Wire Zinc-Al alloy Coating 240 min
(gm/sqm)

23
Table – High Resistance Steel wire mesh Geocomposite should meet the
following minimum strength requirements:
Sr. Strength Parameter Value
No.
01 Wire rope spacing in Longitudinal and Transversal 0.70m (maximum)
directions
02 Longitudinal and Transversal Tensile Strength of High 85 kN/m
Resistance steel wire mesh Geocomposite
03 Punch Resistance of High Resistance steel wire mesh 180kN at maximum
Geocomposite displacement of 50
cm

The longitudinal and transversal steel ropes should meet the requirement as per IS
2266 / ISO 2408/ EN 12385-2 2008 / EN 12385-4 2008 and have a nominal
diameter of 8.00 mm. They shall be made from galvanized (Zn-Al alloy) steel in
accordance with 10244-2. The rope shall be of grade 1770 N/sq mm and with a
minimum breaking load of the rope as 40 KN. The longitudinal and transversal steel
ropes shall be spaced at maximum spacing of 0.7m c/c. Tensile test & zinc mass
test on steel ropes must be performed prior to manufacturing the High Resistance
steel wire mesh geocomposite or equivalent specifications.

The diameter of the lacing wire rope shall be of required diameter as suggested by
the supplier but shall not be less than 8 mm and shall have same characteristics as
the mesh wire rope. Typically, lacing wire rope is supplied at 3% of the total weight
of High Resistance Steel wire mesh geocomposite to enable the lacing to be
undertaken in an adequate manner. Alternatively, if required as per site conditions
and suggested by the Manufacturer, lacing wire ropes or lap links could be used for
joining of adjacent nets.

Installation Method:
The rolls of DT wire mesh high resistance composite should be rolled down the
surface from Top anchoring system as per the contract drawings. New Roll shall be
placed side by side of adjacent roll in the same manner such that longitudinal ropes
of both the rolls can be laced together by hand. Lap links can also be used as an
alternate to Lacing wire. The lap links are installed at every alternate location of
double twisting on DT wire mesh high resistance geo composite. Lacing shall
commence by twisting end of the lacing wire rope tightly between the two selvedges.

24
It shall then pass round the two edges being joined by passing through mesh
opening. The lacing wire rope shall be securely tied off at the bottom of the roll. Lap
links can also be used as an alternative to Lacing wire. The lap links are installed at
every alternate location of double twisting on DT wire mesh high resistance geo
composite. The bottom anchoring and surficial anchoring shall be done as per the
contract drawings.

Testing and acceptance criteria for Quality Control:


Material shall be approved by engineer –in-charge before supply. Testing on mesh
wire & rope shall be performed prior to manufacturing the Steel wire mesh
Geocomposite as mentioned in Table below.
Table showing Testing Plans:
Frequency of
testing &
Sr. Type of Reference Remarks,
minimum Test Location
No. Test Code if any
number of
sample
Supplier of Wire
Tensile test IS
01 sample per ropes
1 on Wire 2266/ISO Can be
8000 Sq.m factory/independent
Rope 2408 certified
laboratory
through
Zinc Mass Supplier of Wire
supplier
of Wires 01 sample per ropes
2 IS 1835 MTC
used for 8000 Sq.m factory/independent
Rope laboratory
Properties
3
of GI Wire
a. Tensile
Strength Manufacturers Can be
01 sample per
and Lab/independent EN 10223 certified
8000 Sq.m
Elongation laboratory through
% supplier
b. Zinc Manufacturers MTC
01 sample per
Mass & Zinc Lab/independent EN 10244
8000 Sq.m
Adhesion laboratory

25
Mode of Measurements : The mode of measurement shall be based on Sq.m of
Area of High Reistance Steel Wire Mesh Geocomposite supplied.
Three dimensional erosion control mats made of polypropylene polymer of
minimum mass per unit area 450 gm / sqm extruded on to a mechanically
woven double twisted hexagonal shaped steel wire mesh (as per EN 10223-3)
made up of 2.7 mm dia steel wire and mesh type 8x10 having Zn-AI 5%
coating conforming to EN 10244-2 longitudinally weaved with steel cable of 8
mm diameter at a spacing of 1 m including all necessary accessories like U-
Pins etc. required for fixing the erosion control mats in place {testing
procedures and technical specifications of erosion control mats shall conform
to Table 700-14 and clause 706 of MORTH Specifications for Road & Bridge
works (fifth revision)}

1.1 General Requirements:

1.1.1 The synthetic mat reinforced with double twisted hexagonal steel wire mesh
shall meet the minimum requirements of polypropylene mono filament heat bonded
mat mainly mass per unit area, thickness, mesh type, wire diameter and coating as
specified in this document.

1.1.2 System Technology:


The synthetic mat shall be made from PP mono-filaments heat-bonded at the
contact points with a variable profile and thickness and reinforced with double
twisted hexagonal steel wire mesh.

1.2 Material Specifications:


Reinforced Polypropylene heat bonded synthetic mat: The synthetic mat shall
be made up of three-dimensional polypropylene mono filament fibre having a shape
of biconical cuspate and reinforced with double twisted hexagonal steel wire mesh,
in combination with wire ropes at a nominal spacing of 1.0 m. The wire rope shall be
as mentioned in table-1. The synthetic mat shall have mass per unit area conforming
to EN ISO 9864 and thickness at 2kPa in accordance with EN ISO 9863-1 as given
in the Table 1. The reinforcing hexagonal steel wire mesh has mechanical
characteristics higher than the ones suggested from EN 10223-3 or Equivalent
specification.

Table 1 Characteristics of reinforced synthetic mat


Synthetic mat
Polymer Polypropylene
Mass per unit area (EN ISO
g/m² 450
9864) of the composite
26
UV stability at 500h, retained str
80%
% with respect to original str
Reinforcement
Double twisted hexagonal steel wire mesh, in
combination with wire ropes at a nominal
spacing of 1.0 m. The wire rope shall have an
Type internal diameter of 8mm (construction type-
6x7WC- WSC and of rope grade 1770N/mm2).
These shall be heavily coated with Zn-AI 5%
class A.
Mesh type 8x10

Wire diameter mm 2.7


Mechanical properties of reinforced synthetic mat
Mechanical strength (length) kN/m 70 (Minimum)
Nominal physical properties of reinforced synthetic mat
Voids index % >90
Nominal thickness
mm 12
(EN ISO 9863-1)
Geomat colour (*) Black/Brown/Green

1.3 Dimensions of synthetic mat

Synthetic mat shall be manufactured in a standard width of not less than 2m and
in roll length of 25m having tolerance limits of +/-5% in width & -0/+1% in length.

Type Roll Length (m) Roll Width (m) Roll area (Sq.m)
Synthetic Mat 25 2 50

1.4 Testing and Acceptance criteria:

The manufacturer of the synthetic mat shall provide Manufacturers Test


Certificate / Certificate of Conformity for the material with every lot/shipment. The
Manufacturers Test Certificate / Certificate of Conformity for synthetic mat shall be
provided for certifying that system confirms to all the technical requirements. Test
of items to be carried out as per test materials specified in as per Table 700-14
and clause 706 of MORTH Specifications for Road & Bridge works (fifth revision)

27
1.5 Performance Criteria

Along with the bid, the manufacturer/authorized bidder shall provide the Test
certificates if required as per tender documents from independent Laboratories /
reputed agencies to demonstrate that the hexagonal steel wire mesh used to
reinforce the high strength reinforced polymeric geo-composite erosion control
mat have a minimum mechanical strength of 70 kN/m and Ultimate punching force
of 80 kN or equivalent specifications.

28
TECHNICAL SPECIFICATIONS FOR SELF DRILLING ANCHORS (SDA)

The SDA shall be designed and arranged in order to stabilize insitu strata. The grout
shall be made of OPC grade 43 (or more) with suitable admixtures.

Drilling shall be carried out by suitable equipment. Diameter of SDA shall be 32 mm


with sacrificial drill bit of min. 110 mm dia. The SDA shall be made of yield strength
of min. 550 N/mm2. The SDA rod shall be continuously threaded. For convenience of
installation, appropriate arrangement (coupler) shall be made to connect two smaller
lengths of SDA to achieve the required length. The exposed part of SDA, nuts and
bearing plate shall be protected with suitable erosion protection coating.

Installation guideline

1) The SDA is driven in the required position with help of sacrificial drill bit at the
bottom of the anchor bar which facilitates in drilling the hole. The diameter,
length and spacing of SDA shall be as specified. Anymore / lesser length or
spacing of anchoring/nailing shall be carried out as per site condition and as
directed by engineer-in-charge.
2) The grout is pumped through the hollow bar during the drilling process. Grouting
shall be done by using OPC grade 43 (or higher) along with addition of suitable
admixture. Mixing shall be done along with potable water so as to form the
cementitious paste.
3) The base plates of size (min.) 200mm x 200mm x 10 mm shall be placed at rock
interface for tightening the nuts.
4) The fascia (if applicable) shall be installed in front and connected to the steel
rods with base plate and nuts.

Following equipment deployed on site

1) Grout agitator
2) Compressor – 450 to 600CFM
3) Drilling equipment percussion/rotary type

Non shrink admixtures for cement grouts shall be used.

Basis of Payment

The measurement and payment of SDA shall be at the unit price (per running meter
length) for each pay item included in the contract.

29
Perforated Drain Pipes Lined with Non-Woven Geotextile

General:
The subsurface PVC drain pipes of diameter minimum 50mm (internal), minimum
6kg/cm pressure and wall thickness of 2.2mm shall be provided. These pipes shall
be perforated (top half portion) and shall have a filtering geotextile on the outer
surface to avoid the obstruction by the fine soil particles. The nonwoven geotextile
should be needle punched or thermally bonded or any equivalent geotextile of
tensile strength of 5 kN/m (MARV Value) shall be used. The geotextile shall be
made of polyester or polypropylene manufactured through machine made process.

The pipe shall be inserted in the slope inclined upwards from 5° to 15°.The hole is
drilled into the slope with dimeter from 130 to 150 mm, and they can be realized with
dry drilling, with or without temporary sheeting of the hole. Once the drilling is
complete the pipe (which can be smooth or grooved) is inserted. Once the pipe is
fully inserted, the lower part of the hole (on the slope face side) is sealed with the
use of cement grout.

Testing and acceptance criteria


The manufacturer’s test certificate / certificate of conformity to the requisite
specifications for PVC pipe and Geotextile shall be provided for certifying that the
item conforms to all technical specifications.
Providing and laying Reinforced soil system made of Mechanically
Woven Double Twisted Hexagonal Shaped Wire Mesh, Mesh Type
10x12, (Zn+10%Al alloy) + Polymer coated Mesh Wire dia. 2.7/3.7mm
(ID/OD), mechanically edged / selvedged, tying with lacing wire of dia
2.2/3.2 mm (ID/OD) with welded panel system and nonwoven
biodegradable mat as facia element and 3 m long integrated tail as
secondary reinforcement as per MoRTH (Fifth Revision) Clause 3100
1. Description:
These are assembled units made of mechanically woven double twisted steel wire mesh
type10x12 with reinforcing steel rods, a biodegradable erosion control blanket and a
welded mesh panel with three loose steel tie rods or three loose steel triangular brackets
of diameter 8mm (Fig. 1). The tie rods are fixed at top to welded mesh panel and shall be
connected at bottom to steel rod passing through reinforcement of woven double twisted
wire mesh while installation in job site to form the required slope angle. The mechanically
woven double twisted hexagonal wire mesh is made using heavily galvanized and
Zn+10%Al alloy+polymer coated soft type steel wire. Attached to the inside facing is a
nonwoven biodegradable mat.
Therefore the components are:
1. Mechanically woven steel wire mesh panel with reinforcing steel rods
2. Welded mesh panel of 8 mm dia. steel bars.
3. Coir mat
4. Steel tie rod or Triangular Bracket.

Figure : Double twisted hexagonal coated steel wire mesh with welded panel and
nonwoven biodegradable mat
2. Wire
All tests on the mesh, lacing wire and reinforcing steel rod must be performed prior to
manufacturing the mesh.
Tensile strength: The wire used for the manufacture of Mesh shall have a tensile
strength minimum 350 N/mm2 in accordance with IS 280. Wire tolerances (Table
1) shall be in accordance with IS 16014:2012 (Class T1).
Elongation: Elongation shall not be less than 10% in accordance with
IS 16014:2012. Test must be carried out on a sample at least 20 cm long .

3. ZN+10%Al coating
 Zn+ 10% Al alloy coating: Minimum quantities of Zn+ 10% Al alloy shall be as
shown in Table 1 in clause 5.1.

 Adhesion of Zn+ 10% Al alloy coating: The adhesion of the Zn+ 10% Al alloy
coating to the wire shall be such that, when the wire is wrapped ten turns
around a mandrel having four times the diameter of the wire, it does not flake
or crack when rubbing it with the bare fingers in accordance with IS 4826:1979.

4. Polymer Coating

 Polymer coating thickness: Nominal – 0.5 mm, Minimum – 0.4 mm;


 Colour: grey
 Resistance to UV radiation: the tensile strength and elongation at break of
the base compound after a UV-rays exposition of 4000 hours to Xenon Arc
(ISO 4892-2) or 2500 hours QUV-A (ISO 4892-3, exposure mode 1) cannot
change more than 25% from the initial test results.
 Chemical resistance: the polymer shall resist to the chemical agents in
concentrations that are representative of soil and water normally found in civil
works.
 Outwearing accelerated aging test: when subjected to the neutral salt spray
tests (ISO 9227) after 6000 hours of exposure the mesh shall not show more
than 5% of DBR (Dark Brown Rust).
 Abrasion test, in accordance with the procedure described in par. 4.1.2.1 of
EN 60229:2008, with a vertical force of the steel angle of 20N: after 100,000
cycles the polymer coating shall not expose the metal wire.
 When the mesh is tested at 50 % of the nominal tensile strength in
accordance to EN 10223-3:2013 / IRC SP 116 / IS 16014, the wires will not
show cracks in the organic coating within the double twist region

5. Tolerances
5.1 Wire: The wire shall meet diameter tolerance and minimum ZN+10%Al
alloy coating requirement mentioned in the following table
Wire Diameter mm 2.2 mm 2.7 mm 3.4 mm
Wire Tolerance(+)mm 0.06 0.06 0.07
Minimum Qty of Zn+ 10% Al 230 245 265
alloy (gm/m2 )

Table 1: Showing the tolerance limits of ZN+10%Al coating

6.2 Woven steel wire double twist hexagonal mesh with welded
wire panel unit:
± 5 % on the length, width, and height.

6.3 Wire mesh (10x12 mesh type):


Mesh wire: Diameter – 2.70 mm zinc coated wire inside polymer coating and 3.70
mm when measured with external polymer coating;(ID/OD - 2.7mm/3.7mm)
Selvedge and reinforcement steel wire: Diameter – 3.40 mm zinc coated wire
inside polymer coating and 4.40 mm when measured with external polyemer
coating;(ID/OD - 3.4mm/4.4mm).
Mesh opening: Nominal Dimension D = 100, as per Fig. 1

Mesh Type Nominal Dimension D


D
10x12 100mm

Figure 1: Double Twisted Mesh

Tolerances in Mesh Opening size: - 2% to +2%


DT mesh shall have minimum 10 numbers of mesh openings per meter of mesh
perpendicular to twist of mesh.
Procedure for verification of mesh opening
 Woven steel wire double twist hexagonal mesh with welded wire panel unit
shall be unfolded on the plain ground.
 Any shrink in the unfolded Mesh shall be removed, by stretching the Mesh
panel.
 Marking on the ground shall be made from the Centre of the twist of one mesh
and the second. Marking shall be done at 1 m distance.
 The number of mesh Openings in the 1 m shall be counted & verified.

7. Welded Steel Mesh Panel:


Rod diameter: Nominal 8mm size in accordance with IS: 1786;
Mesh openings: 150 x 160 mm
Tensile strength: 485 MPa

8. Reinforcing Steel Tie rod:


Bar diameter: Nominal 8mm size in accordance with IS: 1786
Tensile strength: 485 MPa

Figure 2 : Reinforcing steel bracket


9. Erosion Control Blanket:
100% Coconut fiber non woven bio mat is attached to the inside facing. Nominal
weight of the coir mat shall be 270 g/m2. Nonwoven biodegradable mat is
reinforced with fine polypropylene netting securely stitched on both sides during
manufacturing.

10. Standard size


Woven steel wire double twist hexagonal mesh with welded wire panel unit shall
have the following dimensions:
Length Width Height Inclination,
(L), m (W), m (H), m Degree

3 to 7 2 0.63 45

3 to 7 2 0.76 60

3 to 7 2 0.80 65

11. Fabrication
Woven steel wire double twist hexagonal mesh with welded wire panel units shall be
cut and pre-assembled at the production facility. The double twist hexagonal mesh
shall be present as tail, facia and top woven steel wire into which, welded wire panel,
erosion control blanket and performed steel bracket are attached as a pre-assembled
unit. Horizontal reinforcing steel rods shall be placed in the double twist of the front
face of the unit, spaced approximately every 162 mm. The welded wire panel shall
be factory connected to the base unit. Reinforcing steel brackets and erosion control
blanket shall be furnished attached within the packaged units.

12. Structural Backfill in between reinforcement


The structural backfill shall be of good quality, free draining granular soil and
plasticity index should be less than 9. The percentage of fines passing 75 micron
sieve should not be greater than 15%. The maximum particle size in the structural fill
shall not be more than 75 mm. The structural fill material should be basically free
draining and it should be devoid of dirt and deleterious material.

13. Construction Requirements


13.1 Assembly
Woven steel wire double twist hexagonal mesh with welded wire panel units
are preassembled during manufacturing and shall be supplied folded flat and
packed in bundles. Each bundle is labeled with a tag reporting the sizes of the
units.
13.2 Lacing Operations
Double twist hexagonal mesh units are supplied folded flat and packed in
bundles. The facing section of the units is assembled individually by erecting
the steel brackets, ensuring that all panels are in the correct position, and the
tops of all sides are aligned. All connections shall be made using lacing wire
or ring fasteners.

The procedure for using lacing wire consists of cutting a sufficient length of
wire, and first looping and/or twisting to secure the lacing wire to the wire mesh.
Proceed to lace with alternating double and single loops through every mesh
opening approximately every 150 mm pulling each loop tight and finally
securing the end of the lacing wire to the wire mesh by looping and/or twisting.
Refer Figure 3.

Figure: Lacing Wire

The use of ring fasteners shall be in accordance with the manufacturer’s


recommendations.

Following assembly of the facing section the reinforcing panel shall be unfolded
to the required length and the shipping folds removed. Folds can be removed
by placing the fold over a 50 mm x 100 mm board and walking along the sides.

13.3 Installation
Prior to installing the assembled units, the foundation on which the woven steel
wire double twist hexagonal mesh with welded wire panel units are to be placed
shall be cut or filled and graded to the lines and grades shown on the
construction drawings. Surface irregularities, loose material, and vegetation
shall be removed during the preparation of the foundation. Units are carried to
and placed in their final position and the facing is raised. Facia of adjoining
units must be securely joined together, along the facing and top edges of their
contact surfaces. Reinforcing panel of adjacent units should be connected at
every 1m interval to avoid movement during backfilling. Whenever a structure
requires more than one layer of units, the upper unit shall also be connected to
the top of the lower layer.

13.4 Vegetative Soil Placement


Vegetative soil shall be placed on the back of the facing element; 600 mm
thickness minimum is required. The soil should be lightly compacted by foot or
small machine compactor.

13.5 Placement of the Structural Backfill


The mesh panel should be unfolded; the shipping folds flattened out, and pulled
tight to minimize future creep. The granular backfill specified by the engineer
shall be placed in layers with compacted thickness of each layer not exceeding
200 mm. Placement and compaction is to precede parallel to the slope face,
ensuring that construction equipment does not come into contact with the mesh
panel or within 1m of the rear of the face element. The compaction within 1m
of the rear of the face element shall be carried out using plate compactors. The
homogeneity of the backfill and the level of compaction required shall be
verified.
13.6 Mesh Cutting and Folding
Where shown on the drawings or otherwise directed by the engineer, the
Woven steel wire double twist hexagonal mesh with welded wire panel units
shall be cut, folded and fastened together to suit existing site conditions. The
mesh must be cleanly cut and surplus mesh either folded back or overlapped
so that it can be securely fastened together with lacing wire or fasteners. Any
reshaped unit shall be subject to all the aforementioned specifications in the
previous sections.

13.7 Vegetation
Bioengineering techniques are to be adopted in the site to develop vegetation.
The methods of vegetation shall be insertion of live branches, live staking, and
planting creepers having long roots. A local horticulture expert should be
consulted to select the appropriate live stake and for vegetation methods. The
selection of the species should be done according to the local climate
variations. It is preferable to chose vegetation already existing near to the site.
Soil bioengineering techniques with woody types of vegetation need to be
developed in maximum area due to their deep root system development. Seeds
of local plants shall be scattered on the facia or mixed with the vegetative soil.
Hydro seeding techniques may also be used on selected areas with high
moisture content. Live stakes suitably selected by a local horticulture expert
should be horizontally placed between the facia units at 1.5m c/c.
14. Testing
The material should get approval from the client before the actual supply start. The
manufacturer of the Gabion facing unit should provide “Manufacturers Test
Certificate’ for the material with every lot/shipment.
Tensile strength test and Zn+10%Al alloy coating test on basic wire shall be done
on one sample per every 10,000 numbers of units supplied.
14.1 POLYMER Coating Thickness:
The thickness of the polymer coating shall be determined on a randomly chosen
individual piece of wire removed from the coil at 3 places 1 meter apart. Measure
with a micrometer the diameter of the galvanized steel wire with polymer coating.
Determine the thickness of the polymer coating by stripping the polymer coating
from the wire and measure the reduced diameter with a micrometer. The thickness
of the coating is the difference between the diameter of the galvanized steel wire
with polymer coating and the measured diameter of the galvanized steel wire
divided by two. The thickness values should be as per clause 4. While removing
the polymer coating by stripping, take care not to remove any of the metallic
surfaces.

14.1.1 Selvedge strength test:


A tensile test on mesh sample shall be carried out in order to estimate Selvedge
strength test. The test shall be carried out as per procedure outlined below. The
selvedge strength shall be minimum 25 kN/m.
1. Take a DT mesh of approximately 1.0 m width.
2. The height of the sample shall be such that after selvedging on both the
sides (1m), there shall be at least two mesh repetitions between the two
selvedged wires, so that effective height of the sample shall be more than
300 mm.
3. Sample shall be loaded on the UTM in a direction parallel to twist, with the
samples being gripped at the two selvedged wires & not mesh twist.
4. The distance between the two selvedge wires shall be recorded as Initial
gauge length.
5. Distance between the two end gripping points (pins) along the width of the
sample shall be recorded as the unit width under test. The width shall be at
least 700 mm.
6. The load shall be applied gradually to the sample and the test be continued
till the break point.
7. The peak load and the % elongation shall be recorded.
8. The strength of the selvedge connection shall be (peak load/unit width
under test) expressed in KN/m.
NB. If the sample slips at any of the gripping point during the test, such a test shall be
discarded and a new sample shall be taken.

15. Eligibility of Manufacturer


Manufacturer of Woven steel wire double twist hexagonal mesh with welded wire
panel unit shall have:
 In-house facility to test the tensile strength of the basic wire which forms
mechanically woven double twisted mesh panels.
 In-house test facility for Zn+10%Al alloy coating.

 In-house facility to test selvedge strength and mesh panel strength.


 Proven experience in supplying and designing for structures with composite
soil reinforcement systems in which welded panel is one of facia component
for a minimum height of 25m, with supporting documentary evidence.
 Existence in India for more than 10 years from the date of this tender notice.
 ISO 9001:2008 certificate for Woven steel wire double twist hexagonal
mesh with welded wire panel units.
 Manufacturer of mesh should provide a performance bond for material for
minimum 5 years to the client.
 Manufacturer should undertake for site supervision during the execution of
reinforced soil wall/ slope work.
 The Manufacturer / Supplier should not have a history of poor performance
such as abandoning the works, financial failures, blacklisting. If it is
observed, Manufacturer / Supplier will be automatically disqualified.

16. Method of Measurement


Quantities shall be determined from cross sections and the linear distance, and
paid for under the appropriate bid items.
The quantity to be paid for “Woven steel wire double twist hexagonal mesh with
welded wire panel unit” shall be the number of units measured in their final position.
Project conditions and material availability will determine the actual size of units to
be used.
The bid price shall include the in place cost of all materials, equipment, and labour,
including Woven steel wire double twist hexagonal mesh , welded wire panel unit,
nonwoven biodegradable mat and tie rods

17. Basis of Payment


Accepted Woven steel wire double twist hexagonal mesh with welded wire panel
unit will be paid for at the unit price for each pay item included in the contract.
Technical Specifications of Hydraulically-Applied Erosion Control:
Biotic Soil Media (BSM)
1. GENERAL

1.1 SUMMARY

This section specifies a hydraulically-applied Biotic Soil Media. It is designed as an


alternative to topsoil so as to increase organic matters and boost soil fertility in depleted
soils/substrates with low organic matter, low nutrient levels and limited biological activity. It is
a combination of recycled Thermally Refined bark and wood fibers with a proprietary blend of
biopolymers, biochar, seaweed extract, humic acid, endomycorrhizae and other beneficial
constituents. These components work synergistically to create a holistic solution to improve
the agronomic potential in the rhizosphere. Unlike peat harvested from fragile wetlands, all
components of the Biotic Soil Media blend are naturally derived and renewable, and
engineered to optimize moisture retention, growth and establishment of vegetation

1.2 SUBMITTALS

A. Product Data: Submit manufacturer’s product data and installation instructions. Include
required substrate preparation, list of materials and application rate.

B. Certifications: Manufacturer shall submit a letter of certification that the product meets or
exceeds all technical and packaging requirements.

1.3 DELIVERY, STORAGE AND HANDLING

Deliver materials and products in UV and weather-resistant factory labeled packages.


Store and handle in strict compliance with manufacturer’s instructions and recommendations.
Protect from damage, weather, excessive temperatures and construction operations.

2. PRODUCT

2.1 MATERIALS

PROPERTIES: The Biotic Soil Media BSM shall conform to the following property values when
uniformly applied at a rate of 3,920 kilograms/hectare under laboratory conditions.

Property Test Method Tested Value (SI)


Physical
Organic Matters ASTM D586 ≥ 94%
Mass Per Unit Area ASTM D65661 ≥ 392 g/m2
Ground Cover ASTM D65671 ≥ 99%
Water Holding Capacity ASTM D7367 ≥ 900%
Material Color Observed Brown
Environmental
Biodegradability ASTM D5338 Yes

1
2.2 COMPOSITION

All components of the BSM shall be pre-packaged by the manufacturer to assure both
material performance and compliance with the following values. No chemical additives with
the exception of fertilizer, soil neutralizers and bio-stimulant materials should be added to this
product.

2.3 PACKAGING

 In Bags: Net Weight –22.7 kg,


 Packing material: UV and weather-resistant plastic film

3. EXECUTION

3.1 SOIL TESTING

A. Soil Samples shall be taken and sent to a third-party, independent lab for analysis.

B. The tests shall include analysis and interpretation of results.

C. The soil testing methods used shall be compliant with recognized agronomic testing
standards, for revegetation of disturbed sites.

D. Soil Analysis shall include results for:

1. Soil pH
2. Soluble Salts
3. Excess Carbonate
4. Organic Matter
5. Nutrient readings for:
i. Nitrogen, Phosphorus, Potassium
ii. Magnesium, Calcium, Sodium, Manganese, Copper, Sulfur, Zinc,
Copper, Iron, Boron
6. Cation Exchange Capacity
7. Percent Base Saturation Sodium

3.2 HYDRAULICALLY APPLIED EROSION CONTROL PRODUCTS & OTHER SOIL


AMENDEMENTS

Optional Hydraulically Applied erosion control Products - equal or higher specification of High
Performance Flexible Growth Medium (HPFGM) or Extended Term Flexible Growth Medium
(ET-FGM) or Engineered Fibre Matrix (EFM) or Hydraulic Mulch (HM) with/without tack - shall
be added as per their recommended application rate & specifications or equivalent
specifications, Other Soil Amendments like Bio-Prime for slow release / rejuvenates, Jump
Start to accelerate germination and establishment, Soil PH Modifiers – equal or higher
specifications of Aqua- pHix or Neutra Lime and other amendments shall also be applied with
the hydro-seeding slurry at Manufacturer recommended rates based on soil test results.

2
3.3 VEGETATION SPECIES SELECTION

A. Once soils have been analyzed for agronomic potential and amendment recommendations,
selection of suitable plant species for achieving sustainable growth and effective erosion
control shall be determined by a qualified seed supplier, consulting professional and/or
regulatory agency.

B. Site and project specific information considered for species selection shall include:

1. Project Location and Planning


i. Climate
ii. Elevation
iii. Aspect
iv. Slope/Gradient
v. Permanent or Temporary Planting
vi. Installation Date(s)
2. Soil Conditions
i. Soil Texture
ii. Soil pH
iii. Toxicities/Deficiencies noted in the previous section.
3. Site Maintenance Requirements
i. Mowing
ii. Irrigation
iii. Animal grazing preference
4. Preferred Vegetation
i. Drought Tolerant
ii. Native Vegetation
iii. Shrub Species
iv. Turf Grasses
v. Cool Season
vi. Warm Season
vii. Blend of Cool and Warm Season
viii. Legume Species
ix. Cover Crops

3.4. SUBSTRATE PREPARATION

A. Examine substrates and conditions where materials will be applied. Apply product to
geotechnically stable slopes that have been designed and constructed to divert runoff
away from the face of the slope. Do not proceed with installation until satisfactory
conditions are established.

B. Depending upon project sequencing and intended application, prepare seedbed

3.5 INSTALLATION

A. Strictly comply with Technology Partner’s installation instructions and recommendations.


Use approved hydroseeding machines. To achieve optimum soil surface coverage, apply
BSM from opposing directions to soil surface. Hydraulically Applied Erosion control
products mentioned under section 3.2, slope interruption devices or water diversion
techniques should be used in conjunction with this product. No chemical additives with the
exception of fertilizer, soil neutralizers and biostimulant materials should be added to this
product.

3
B. For Revegetation: To ensure proper application rates, measure and stake area.

For best results, allow BSM to dry slightly prior to application/installation of erosion control
products; more rapid drying will occur when temperatures exceed 60°F (15°C).

Drying times may be accelerated in high temperature, low humidity conditions with product
applied on dry soils. Use caution to insure overspray of hydraulic erosion control product
does not cause movement of the BSM. When installing rolled erosion control products
over BSM, take caution to minimize disturbance of the treated surface and avoid
excessive foot traffic.

C. Mixing: A mechanically agitated hydroseeding machine is strongly recommended:

1. Fill mechanically agitated hydroseeder with water to at least 1/3 of displacement. Turn
pump on and thoroughly purge pump and pre-wet lines. Turn pump off.
2. Turn agitator on and load low density materials first (i.e. seed).
3. Continue slowly filling tank with water while loading BSM and soil amendments.
4. Consult application and loading charts to determine number of bags to be added for
desired area and application rate. Mix at a rate of 45.4 kg/379 litres(Approx) in machines
equipped with gear or positive displacement pumps and 34.0 kg/379 litres(approcx) in
machines with centrifugal pumps. Contact Equipment manufacturer to confirm optimum
mixing rates.
5. All BSM should be completely loaded before water level reaches 75% of the top of tank.
6. Add fertilizer and other heavier materials and continue mixing.
7. Top off with water and mix until all material is fully broken apart and hydrated (minimum of
10 minutes — increase mixing time when applying in cold conditions). This is very
important to allow the BSM to fully hydrate.
8. Shut off recirculation valve to reduce potential for air entrainment within the slurry.
9. Slow down agitator to very low speed and start applying with optimum nozzle.
10. Spray in opposing directions for maximum soil coverage.
11. Return to water source as quickly as possible to purge pump and lines, then repeat mixing
and application process.

D. Typical Application Rates: These application rates are for standard conditions.
Designers may need to increase application rates on rough or rocky surfaces based on
actual site conditions.

% Organic Matter Rate (kg/ha)


< 0.75 5,600
≥ 0.75 & < 1.5 5,040
≥ 1.5 & < 2.0 4,480
≥ 2.0 & < 5.0 3,920
Note:

Hydraulically applied erosion control products may be applied over the soil surface prior to the
installation of Rolled erosion control products or Erosion Control Blankets, wherever
applicable or as specified.

4
3.6 CLEANING AND PROTECTION
A. After application, thoroughly flush the tank, pumps and hoses to remove all material. Wash
all material from the exterior of the machine and remove any slurry spills. Once dry,
material will be more difficult to remove.

B. Clean spills promptly. Advise owner of methods for protection of treated areas. Do not
allow treated areas to be trafficked or subjected to grazing.

3.7 INSPECTION AND MAINTENANCE

A. All inspections and maintenance recommendations shall be conducted by qualified


professionals consistent with the owner, engineer/specifier and regulatory entity(s)
expectations.

B. Initial inspections shall insure installations are in accordance with the project plans and
specifications with material quantities and activities fully documented.

C. Subsequent inspections shall be conducted at pre-determined time intervals and


corrective maintenance activities directed after each significant precipitation or other
potentially damaging weather or site event.

5
Hydraulically-applied, 100% biodegradable, High Performance-Flexible Growth Medium (HP-
FGM) that is composed of 100% recycled, thermally refined (within a pressurized vessel) virgin
wood fibers, crimped interlocking biodegradable fibers, mineral activators, naturally derived
crosslinked biopolymers and water absorbents along with standard prescriptive agronomic
formulations such as soil pH modifiers, bio stimulant materials including Prime & seeds which
are hydraulically applied for erosion control over slopes

General

This section specifies a hydraulically-applied, 100% biodegradable, High Performance-Flexible


Growth Medium (HP-FGM) that is composed of 100% recycled, thermally refined (within a pressurized
vessel) virgin wood fiber, crimped interlocking biodegradable fibers, mineral activators, naturally
derived crosslinked biopolymers and water absorbents. The HP-FGM is phytosanitized, free from
plastic netting, requires no curing period and upon application forms an intimate bond with the soil
surface to create a continuous, porous, absorbent and flexible erosion resistant blanket that allows for
rapid germination and accelerated plant growth as per MORT&H (Fifth Revision)-Section 308-Seding
& Mulching and IRC 56: Clause 9 b- Selection of Erosion Control Method and / or hydraulically-applied
Biotic Soil Media. It is designed as an alternative to topsoil so as to increase organic matters and boost
soil fertility in depleted soils/substrates with low organic matter, low nutrient levels and limited
biological activity. It is a combination of recycled Thermally Refined bark and wood fibers with a
proprietary blend of biopolymers, biochar, seaweed extract, humic acid, endomycorrhizae and other
beneficial constituents. These components work synergistically to create a holistic solution to improve
the agronomic potential in the rhizosphere. Unlike peat harvested from fragile wetlands, all
components of the Biotic Soil Media blend are naturally derived and renewable, and engineered to
optimize moisture retention, growth and establishment of vegetation

MATERIALS

The HP-FGM shall conform to the following property values when uniformly applied at a rate of 3,900
kilograms/hectare under laboratory conditions.

Property Test Method Tested Value (SI)


Physical
Mass Per Unit Area ASTM D65661 ≥ 390 g/m2
Thickness ASTM D65251 ≥ 5.6 mm.
Ground Cover ASTM D65671 ≥ 99%
Water Holding ASTM D7367 ≥ 1,700%
Material Color Observed Green
Environmental
Biodegradability ASTM D5338 Yes

NOTE:
1. ASTM test methods developed for Rolled Erosion Control Products and have been modified to
accommodate

Hydraulically-Applied Erosion Control Products.

1
PROPERTIES: The Biotic Soil Media BSM shall conform to the following property values when
uniformly applied at a rate of 3,920 kilograms/hectare under laboratory conditions.

Property Test Method Tested Value (SI)


Physical
Organic Matters ASTM D586 ≥ 94%
Mass Per Unit Area ASTM D65661 ≥ 392 g/m2
Ground Cover ASTM D65671 ≥ 99%
Water Holding Capacity ASTM D7367 ≥ 900%
Material Color Observed Brown
Environmental
Biodegradability ASTM D5338 Yes
4.3 SUBSTRATE AND SEEDBED PREPARATION

A. Examine substrates and conditions where materials will be applied. Apply products to geo
technically stable slopes that have been designed and constructed to divert runoff away from the face
of the slope. Do not proceed with installation until satisfactory conditions are established.

B. Depending upon project sequencing and intended application, prepare seedbed

4.4 INSTALLATION

A. Strictly comply with Technology partner’s installation instructions and recommendations. Use
approved hydroseeding machines with fan-type nozzle (50-degree tip). To achieve optimum soil
surface coverage, apply HP-FGM from opposing directions to soil surface. Rough surfaces (rocky
terrain, cat tracked and ripped soils) may require higher application rates to achieve 100% cover. Slope
interruption devices or water diversion techniques are recommended when slope lengths (3H:1V)
exceed 100 feet (30 m). Slope interruption intervals may need to be decreased based on steeper
slopes or other site conditions. HP-FGM is not recommended for channels or areas with concentrated
water flow unless used in conjunction with a rolled erosion control product designed to accommodate
the anticipated hydraulic conditions. Unless approved by the Manufacturer, no chemical additives with
the exception of fertilizer, soil neutralizers and bio stimulant materials should be added to this product.

B. For Erosion Control and Revegetation:

To ensure proper application rates, measure and stake area. For maximum performance, apply
HP-FGM in a two-step process*:

1. Step One: Apply fertilizer with specified prescriptive agronomic formulation, BSM & soil
amendments mentioned under section 3.2 and typically portion of specified seed mix with a small
amount of HP-FGM for visual metering. Do not leave seeded surfaces unprotected, especially if
precipitation is imminent.

2. Step Two: Mix balance of seed and apply HP-FGM at a rate of 22.7 kg/475 litres (approx.) of water
over freshly, seeded surfaces. Confirm loading rates with equipment manufacturer.

*Depending upon site conditions HP-FGM may be applied in a one-step process where all components
may be mixed together in single tank loads. Consult with Manufacturer for further details. Best results
and more rapid curing are achieved at temperatures exceeding 15°C. Curing times may be accelerated

2
in high temperature, low humidity conditions with product applied on dry soils. Over-application of
product may inhibit germination and plant growth.

C. Mixing:

A mechanically agitated hydroseeding machine to be provided by supplier for laying the item free of
cost

D. Typical Application Rates:

These application rates are for standard conditions. Application rates may need to be increased to
accommodate very rough based on actual site conditions.
Slope Gradient / Condition Rate (kg/ha)
< 4H to 1V 2,800
> 4H to 1V and < 3H to 1V 3,400
> 3H to 1V and < 2H to 1V 3,900
> 2H to 1V and < 1H to 1V 4,500
> 1H to 1V 5,100

3
TECHNICAL SPECIFICATIONS FOR PRESTRESSED GROUTED GROUND
ANCHORS

The prestressed grouted ground anchors shall be designed and arranged in order to
stabilize insitu strata.

Cement used for grouting of anchors shall comply with IS 12269. The grout mix shall
be designed to achieve a minimum 150 mm-cube-strength of 32 MPa at 7 days and
a minimum 150 mm- cube-strength of 40 MPa at 28 days. The grout shall comprise
water and cement in a ratio (by weight) of not greater than 0.40.

Drilling shall be carried out by suitable equipment. Prestressed cable anchors shall
be of 6 no.s of 7-wire prestressing steel strand with nominal diameter 15.2 mm dia
and nominal tensile strength 1860 MPa with minimum breaking strength of each
mono-strand 260.7 kN. Drill hole shall be of minimum150 mm dia. Fixed grouted
length shall be the 30% of the total length of the anchor with grouting in two stages
(stage 1: for the fixed grout length and stage 2: full grouting). For convenience of
installation, appropriate arrangement (casing) shall be made for drilling in collapsible
strata. The strands shall be arranged and located uniformly over the cross section of
the sheathing without twisting. Grout filled encapsulation shall be provided around the
strands for corrosion protection. Spacers shall be provided in the bond length to
ensure separation between the individual strands and thus to ensure the effective
penetration of grout to provide adequate bond and load transfer between the strands
and the grout. The spacers shall be designed to provide spacing between strands of
not less than 5 mm.

After the first stage grouting up to the fixed grout length, prestressing and locking off
shall be done. Stressing of grouted anchors shall be carried out under the
supervision of a Post-Tensioning Supervisor. Anchors shall not be stressed until the
grout surrounding the anchor has attained an age of seven days and the average
compressive strength of the grout in the hole has reached 32 MPa. A bond breaker
(smooth plastic sleeve) shall be inserted over the prestressing steel element in the
free (unbonded) length to prevent the prestressing steel from bonding to the
surrounding grout. Prestressing strand shall individually be covered with corrosion
inhibiting compound and sheathing in the free stressing length and grout filled
encapsulation shall continue for full length.

The second stage grout shall then be carried out through the grouting pipe attached
to the prestressing steel element until the hole is filled and grout flushes out through
the opening of the base plate and nail head.

Protective sheath shall be provided to cover each anchor head and protruding length
of tendon above the slope surface.
The cap shall provide a watertight seal and shall incorporate a system for complete
drainage of and refilling with grease and for visual monitoring of the internal grease
level. To allow for physical inspection of the anchor head without removal of the
complete cap the top of the cap shall incorporate a water tight inspection lid. Grease
for strands with sheathing and for the protection of anchor heads shall be neutral, inert
and free from any materials or additives which could promote corrosion or reduce the
life of the tendons.

The tendon assembly shall make suitable provision for grout lubes, spacers and
centralizers and shall permit the free flow of grout to and around all components
providing a complete grout cover.

Centralizers shall also be provided outside the sheathing to maintain the sheathing
centrally within the drilled hole. centralizers shall be firmly fixed to the sheathing and
shall be of form which will not cause any damage to, or impair the water tightness of,
the sheathing during installation.

A removable trumpet shall be provided at the collar of the hole to prevent damage to
the sheathing or the external centralizers during installation.

All anchors that have a bearing plate that would normally be placed on the ground at
the collar of the anchor borehole shall be provided with a concrete block to distribute
the pressure underneath the bearing plate into the ground. The size of the concrete
block is typically 1 m X 1m in plan. The concrete strength at 28 days shall not be
less than 40 MPa. The concrete block shall be reinforced as per final approved
drawings.

The anchor head shall possess a centering device so that the tendon force is
applied uniformly to the contact surface between the anchor head and the bearing
plate.

The critical post-tensioning activities such as drilling & cleaning and water testing
and waterproofing of drill holes shall be be carried out at site under the supervision
of a post-tensioning supervisor.

Non-shrink admixtures for cement grouts shall be used.

Basis of Payment

The measurement and payment of prestressed ground anchors shall be at the unit
price (per running meter length) for each pay item included in the contract.

2
PARTICULAR SPECIFICATIONS: FLEXIBLE SNOW BARRIER STRUCTURE
Technical specifications for Snow Avalanche protection measures using flexible
snow barrier structure.

1.1 General:
It is a lightweight modular structure with a pyramidal geometry provided with a
suitable anchorage element. It is used as protection measures that are placed in the
zones of snow avalanche formation zone and stabilize the snowpack and is certified
for technical suitability for use in snow by independent accredited / notified agencies
of repute. It features a flexible facing panel structure made with steel beams and
shaped to allow rapid jointing. One of the two beams is divided into two parts
connected in order to simplify the transportation of “folded units”. The single tubular
tie connects to the intersection of the cruciform with a universal ball joint which
allows rotational and directional movements during installation to suit the site
conditions. The anchoring system can be a suitable ground anchors based on
geological in situ conditions. The mesh panel attached to the flexible modular facing
frame helps to contain the snow material behind the unit.

The snow pressure on the barriers is calculated referring to “Defense structures in


avalanche starting zones” (Bern, 2007) and it depends on the following factors:
ρ, average density of snow;
H, vertical snow height at site of structure;
K, creep factor, dependent on density and inclination of the slope;
N, glide factor, dependent on vegetation, roughness and solar exposure of the
ground (see art. 25);
fc, altitude factor, characterizing the dependency of the density on altitude;
fR, end-effect factor, dependent on the lateral distance between structures
(and on the arrangement of the structures) and on the glide factor.

Specifications:
It shall have preferably a cross-shaped structure made with metallic beams with
profile HEB 120 or above of steel grade E275 or above as defined in IS 2062 or
equivalent specifications, hot dip zinc coated.
The overall minimum dimension of a single unit shall be as follows based on snow
thickness, Dk:
 Dk=4.0m: Height-4.25m , Width -3.45m

One of the two beams shall be divided in two parts joined together in order to simplify
the transport of folded units.
The joint between the tubular tie and the frontal beams shall be provided with a
suitable flexible joint shall have a minimum breaking load capable to sustain the
snow pressure acting on the unit and it should allow the unit to adjust to terrain
movements without loosing its stability. Further, it should allow rotational and
directional movements during installation to suit the site conditions.
Front and rear plate minimum dimensions 340x270 mm, thickness 10 mm, E275 or
above as defined in IS 2062 or equivalent specifications, provided with drill holes for
bolts.
The central spherical flexible joint shall have a minimum breaking load of 300 kN
capable to sustain the snow pressure acting on the unit and it shall allow the unit to
adjust to terrain movements without losing its stability.
The front panel shall be made with a Rhomboidal steel wire rope panel of mesh type
300x300 mm and steel cable with a minimum diameter of 8 mm Zn-Al5% coated
Class A (min) of steel wire rope of grade minimum 1770 MPa and metallic core as
defined in IRC – HRB – SR 23. The front panel shall have a nominal tensile strength
not less than 150kN/m and a nominal punching resistance not less than 245kN when
tested in compliance with ISO 17746 or equivalent specifications.
The joints of the Rhomboidal steel wire rope panel shall be made with a double steel
wire of diameter 3 mm or above and of tensile strength 380-550 MPa: this joint shall
be able to guarantee a maximum load of tear break of 22 kN as defined in IRC –
HRB – SR 23 or equivalent specifications.
The Rhomboidal steel wire rope panel shall be combined with a mechanically woven
double twisted hexagonal shaped steel wire mesh panel of mesh type 8x10 or less
and the steel wires are Zn-Al5% coated Class A (min) and made of wire of diameter
2.7 mm or above and of tensile strength 380-550 MPa as defined in IS 16014 or
equivalent specifications.
The Rhomboidal steel wire rope panel and the hexagonal double twisted wire mesh
shall be laced together by mechanical steel rings made with steel wire of diameter 3
mm (min) with nominal tensile strength of 1770 MPa.
The connection between the front panel and the anchoring shall be made through a
tubular stem of diameter minimum 113 mm, 5 mm thick (minimum) and with 4 (for
unreinforced) / 8 (for reinforced) steel ropes of diameter 16 mm coated with Zn-Al5%
alloy Class A (minimum). The ropes shall have a metallic core and nominal tensile
strength of 1770 MPA as per IS 2266 or equivalent specification. There is an
additional set of steel ties (4 No.s) and tubular arrangement in front side of flexible
snow barrier unit with specifications same as that of aforesaid tubular stem and steel
ties (ropes). Length of the tube and rope should be as per site conditions.
The front feet shall be made up of a tubular beam 80x80 mm, thickness 8 mm, E235
grade, made integral with shaped tinplate 30x30 cm, thickness 10 mm, E275 in
compliance with the project and the specifications or equivalent specifications given
by the Engineer – In - Charge.
All aforesaid components shall be available in the form of assembly kit (the
structures are partially pre-assembled in the factory), provided with clamps
(compliant with EN 134113-1 or equivalent Indian standard or equivalent
specification), wrist pins, bolts and relative nuts and any required accessory for the
highest performing structure, in compliance with the project specifications.
Suitable ground anchorage is to be used based on geological in-situ conditions as
restraint for snow structure.

The inputs related to snow shall be based on the consideration of SASE report and
will be provided by BRO to Contractor before start of work. Accordingly, the designs
shall prepare and same shall be vetted from IIT.
1.3 Material Testing and Acceptance criteria:
The following product documentation must be provided to Engineer – In – Charge for
approval prior to use in the project:
 instruction manual
 maintenance manual
The manufacturer/supplier shall provide Manufacturers Test Certificate / Certificate
of Conformity for the material with every lot/shipment. The Manufacturers Test
Certificate / Certificate of Conformity shall be provided for certifying that system
confirms to all the technical specifications if required as per tender documents and
instructions of Engineer-in-Charge.
Section AA
DR
AIN

CHUTE DRAIN
MAT
PERFO / MESH FLE
RMAN XIBLE
CE-FL F
BIOTIC
SOIL M EXIBLE ASCIA + HIG
LONG G H
@ 3MC EDIA+ SUR ROWTH MED
/C SPA FACE
CING IN ANCHO IUM+
BOTH RS
2M HIGH GA
BION TOE WA DIREC 2M
LL TIONS
U-pins 500mm Length
8mm dia @1m c/c spacing

SUB SURFAC
E
DRAINAGE PIP CHUTE DRAIN
ES

MAT /
ME
PERFO SH FLEXIBL
RMA E FAS
MEDIU NCE-FLEXIB CIA + HIGH
M LE GR
SURFA + BIOTIC S
3MC/C C E AN OIL ME OWTH
SPACIN CHORS 2M DIA+
G IN B LONG TOE DRAIN
OTH D @
IRECT
2M HIGH GA IONS
BION TOE WA
LL
CHUTE DRAIN

PERFO MAT
RMAN / MESH FLE
MEDIA CE-FL X
+ SUR EXIBLE IBLE FASCIA
FACE
ANCHO GROWTH M + HIG
RS 2M EDIUM H
BOTH LO + BIOT
DIREC NG @ 3MC/C IC SO
TIONS SPACIN IL SUB SURFAC
E
G IN DRAINAGE PIP
PRE STRESS ES
ED ANCHOR
S
@2M SPACING
LONGITUDIN IN
AL DIRECTIO U-pins 500mm Length
AND 3.0M SP N
TRANSVERSE ACING IN 8mm dia @1m c/c spacing
DIRECTION

32mm Dia SDA, 5m Long @ 3m c/c


spacing in both directions

10.08M HIGH
GREEN FASC
REINFORCE IA ROAD 2M HIGH GA
D WALL BION TOE WA
LL

SUB SURFAC
E
DRAINAGE PIP
ES
TOE DRAIN

PRE STRESS
ED ANCHOR MAT / MESH
SPACING IN S @2.5M FLEXIBLE FA
SCIA + HIGH
DIRECTION AN LONGITUDINAL PERFORMANC
E-FLEXIBLE
D 5M SPACING BIOTIC SOIL GROWTH ME
TRANSVERSE IN MEDIA+ SURF DIUM+
DIRECTION LONG @ 3M ACE ANCHOR
C/C SPACING S 2M
IN BOTH DIR
ECTIONS

MAT
/
PER MESH F
FOR LEX
MED MANCE IBLE FA
IUM - S
PRE STRESS
ED ANCHOR + BIO FLEXIBL CIA + H
S @2M TIC E IG
SPACING IN
LONGITUDIN SOIL GROW H
DIRECTION AL MED TH
AND 3.0M SP IA
IN TRANSVER ACING
SE DIRECTIO
N

U-pins 500mm Length


8mm dia @1m c/c spacing

CHUTE DRAIN

2M HIGH GA
BION TOE WA
LL

TOE DRAIN

CHUTE DRAIN
RIVE
R
Section AA

26.4M HIGH
COMPOSITE
REINFORCE
LAUNCHING APRON D WALL
WITH BOULDER FILL

RCC PEDESTAL BERM DRAIN


BERM PROJECT: SHEET 1 OF 5
SLOPE STABILISATION MEASURES FOR N.T.S.
SINKING ZONE NEAR ROHTANG TUNNEL INDICATIVE SCHEME
TYPICAL PLAN SOUTH PORTAL, HIMACHAL PRADESH NOT FOR CONSTRUCTION
Flexible snow (Location/extent/spacing
in avalanche starting zone
barrier units shall be finalised based on
site condition)

Drain

Mat / Mesh Flexible Fascia + High


Performance-Flexible Growth
Medium+ Biotic Soil Media

U-pins 500mm Length ?


Detail-3 8mm dia @1m c/c spacing Surface Anchors (SDA)
2m long, :Dia = 32mm, Spacing
Mat / Mesh Flexible Fascia + High 3.0m c/c in both directions.
Performance-Flexible Growth Green Unit, Mesh Type 10x12,
Mesh Wire Dia. 2.7/3.7mm,
(Zn+10% Al )+Polymer coated.

Medium+ Biotic Soil Media


2.0 Drain
Non woven geotextile
Backfill ?
2.0

U-pins 500mm Length


8mm dia @1m c/c spacing
Surface Anchors (SDA)
2m long, :Dia = 32mm, Spacing
Mat / Mesh Flexible Fascia + High
U-pins 500mm Length 8mm dia
@1m c/c spacing

Mat / Mesh Flexible Fascia + High


3.0m c/c in both directions.
Performance-Flexible Growth
Medium+ Biotic Soil Media

Performance-Flexible Growth Green Unit, Mesh Type 10x12,


Mesh Wire Dia. 2.7/3.7mm,
(Zn+10% Al )+Polymer coated.
2.0

Non woven geotextile


Surface Anchors (SDA)
2m long, :Dia = 32mm, Spacing
3.0m c/c in both directions.

Medium+ Biotic Soil Media 2.0 Drain


Backfill

2.0 ?
U-pins 500mm Length
8mm dia @1m c/c spacing
Subsurface drainage pipe
Surface Anchors (SDA)
2m long, :Dia = 32mm, Spacing
?
3.0m c/c in both directions.
Green Unit, Mesh Type 10x12,
Mesh Wire Dia. 2.7/3.7mm,
(Zn+10% Al )+Polymer coated.
Backfill
Non woven geotextile
2.0 Drain

Detail-2 RCC nail head

Green Unit, Mesh Type 10x12,


Mesh Wire Dia. 2.7/3.7mm,
27.0
Subsurface drainage pipe
(Zn+10% Al )+Polymer coated.

3.0 Backfill
Green fascia Unit, Mesh Type Road Drain

Pre-stressed anchors @2.5m c/c


Non woven geotextile
10x12, Mesh Wire Dia. 2.7/3.7mm,
(Zn+10% Al )+Polymer coated.

Detail-A

Mechanically Woven Double


Twisted Hexagonal Wire Mesh as
Secondary Reinforcement
45°

Structural fill
30.0 spacing in longitudinal direction
10.08
Drainage Composite
High strength geogrid 0.63

Natural ground profile


3.0

Subsurface drainage pipe


Pre-stressed anchors @2.0m c/c
spacing in longitudinal direction
U-pins 500mm Length 8mm dia Drain
@1m c/c spacing Detail-C
Mat / Mesh Flexible Fascia + High 8.0

?
Performance-Flexible Growth 0.2m thick PCC Pre-stressed anchors
Medium+ Biotic Soil Media for slope stability
2.0

3.0
3.0 Surface Anchors (SDA)
:3m Long, Dia = 32mm, Spacing
3.0m c/c in longitudinal direction.
and 3m c/c transverse
Surface Anchors (SDA)
2m long, :Dia = 32mm, Spacing
3.0m c/c in both directions.

Alluvial deposit Surface Anchors (SDA) Pre-stressed anchors @2.5m c/c


2m long, :Dia = 32mm, Spacing spacing in longitudinal direction
3.0m c/c in both directions. ? Pre-stressed anchors @2.0m c/c
RCC nail head
spacing in longitudinal direction
Mat / Mesh Flexible Fascia + High
Performance-Flexible Growth
33.0
? Overburden
Medium+ Biotic Soil Media

? 25°

Subsurface drainage pipe ? Pre-stressed anchors @2.5m c/c

Detail-1 28.0 spacing in longitudinal direction


and 5m c/c in transverse direction
RCC nail head
27.0
25°
Non woven geotextile 25.0
Green Unit, Mesh Type 10x12,
Mesh Wire Dia. 2.7/3.7mm,

Green fascia Unit, Mesh Type


10x12, Mesh Wire Dia. 2.7/3.7mm,
(Zn+10% Al )+Polymer coated.
(Zn+10% Al )+Polymer coated.

2.0 Drain
Backfill
Pre-stressed anchors @2.0m c/c
5.6
65°

Mechanically Woven Double


Twisted Hexagonal Wire Mesh as
Detail-A

0.8 3.0 Structural fill


? spacing in longitudinal direction
and 3m c/c in transverse diection
Secondary Reinforcement
High strength geogrid 17.0
10°
3.0
Berm 15.0

Insitu Rock
Gabion unit with integrated tail
18.0
, Mesh Type 10X12, Mesh
Wire Dia. 2.7/3.7mm, (Zn+10%
Al )+Polymer coated. Surface Anchors (SDA)

High strength geogrid 12.0 10° ? :Dia = 32mm, Spacing


3.0m c/c in both directions.

0.5
Structural fill
10.0 10°
Mechanically Woven Double 10.0
1.0
21.60 Twisted Hexagonal Wire Mesh as
HFL Secondary Reinforcement
8.0
6° Surface Anchors (SDA)
:Dia = 32mm, Spacing
RCC Jacketing 3.0 2.0m c/c in both directions.
3.0
2.0 Berm

Insitu Strata
12.0

0.5

Detail-B
1.0
6.0 High strength geogrid
3.0
RCC Pedestal

Placement of boulders of size more 10.0


than 0.75m (dia) (Refer note -no. 19)
3.0 RCC Cut-off wall
Launching apron

0.5
Non woven geotextile
?
0.5

PROJECT: SHEET 2 OF 5
CROSS SECTION SLOPE STABILISATION MEASURES FOR N.T.S.
SINKING ZONE NEAR ROHTANG TUNNEL
INDICATIVE SCHEME
SECTION AA SOUTH PORTAL, HIMACHAL PRADESH
NOT FOR CONSTRUCTION
RCC nail head

Non woven geotextile 25.0


Green Unit, Mesh Type 10x12,
Mesh Wire Dia. 2.7/3.7mm,
(Zn+10% Al )+Polymer coated.
Backfill
Green fascia Unit, Mesh Type
10x12, Mesh Wire Dia. 2.7/3.7mm, 2.0 Drain
(Zn+10% Al )+Polymer coated.

Detail-A

?
65°
0.8 3.0 Structural fill
Mechanically Woven Double
5.6 Twisted Hexagonal Wire Mesh as
Secondary Reinforcement
High strength geogrid 17.0
10°
3.0
Berm 15.0
Gabion unit with integrated tail
18.0
, Mesh Type 10X12, Mesh
Wire Dia. 2.7/3.7mm, (Zn+10%
Al )+Polymer coated. Surface Anchors (SDA)

High strength geogrid 12.0 10° ? :Dia = 32mm, Spacing


3.0m c/c in both directions.

0.5
Structural fill
10.0 10°
Mechanically Woven Double 10.0
1.0
21.60 Twisted Hexagonal Wire Mesh as
HFL Secondary Reinforcement
8.0
6° Surface Anchors (SDA)
:Dia = 32mm, Spacing
RCC Jacketing 3.0 2.0m c/c in both directions.
3.0
2.0 Berm
Insitu Strata
12.0

0.5

Detail-B
1.0
6.0 High strength geogrid
3.0
RCC Pedestal

Placement of boulders of size more 10.0


than 0.75m (dia) (Refer note -no. 19)
3.0 RCC Cut-off wall
Launching apron

0.5
Non woven geotextile
?
0.5

DETAIL-1 DETAIL-2
PROJECT: SHEET 3 OF 5
SLOPE STABILISATION MEASURES FOR N.T.S.
SINKING ZONE NEAR ROHTANG TUNNEL
INDICATIVE SCHEME
SOUTH PORTAL, HIMACHAL PRADESH
NOT FOR CONSTRUCTION
RCC nail head

Green Unit, Mesh Type 10x12,


Mesh Wire Dia. 2.7/3.7mm,
(Zn+10% Al )+Polymer coated.

3.0 Backfill
Green fascia Unit, Mesh Type Road Drain
Non woven geotextile
10x12, Mesh Wire Dia. 2.7/3.7mm,
(Zn+10% Al )+Polymer coated.

Detail-A

45°
Mechanically Woven Double
Twisted Hexagonal Wire Mesh as Structural fill
Secondary Reinforcement
10.08
Drainage Composite
High strength geogrid 0.63

Natural ground profile


3.0

Subsurface drainage pipe


U-pins 500mm Length 8mm dia Drain
@1m c/c spacing Detail-C
Mat / Mesh Flexible Fascia + High 8.0
Performance-Flexible Growth 0.2m thick PCC Pre-stressed anchors
Medium+ Biotic Soil Media for slope stability
2.0 3.0 Surface Anchors (SDA)
:3m Long, Dia = 32mm, Spacing
3.0 3.0m c/c in longitudinal direction.
Surface Anchors (SDA)
2m long, :Dia = 32mm, Spacing
DETAIL-2
U-pins 500mm Length 8mm dia
@1m c/c spacing

Mat / Mesh Flexible Fascia + High


Performance-Flexible Growth
Medium+ Biotic Soil Media
Surface Anchors (SDA)
Green Unit, Mesh Type 10x12, 2m long, :Dia = 32mm, Spacing
Mesh Wire Dia. 2.7/3.7mm, 2.0 3.0m c/c in both directions.
(Zn+10% Al )+Polymer coated.
Non woven geotextile
2.0 Drain
Backfill

2.0

DETAIL-3

PROJECT: SHEET 4 OF 5
SLOPE STABILISATION MEASURES FOR N.T.S.
SINKING ZONE NEAR ROHTANG TUNNEL
INDICATIVE SCHEME
SOUTH PORTAL, HIMACHAL PRADESH
NOT FOR CONSTRUCTION
References

1) IRC SP:116-2018 – Guidelines for Design and Installation of Gabion Structures.


2) IS 16014:2018, Mechanically Woven, Double-Twisted, Hexagonal Wire Mesh Gabions,
Revet Mattresses, Rock Fall Netting and Other Products for Civil Engineering Purposes
(Galvanized Steel Wire or Galvanized Steel Wire with Polymer Coating) — Specification.
3) IRC HRB Special Report 23 (2014), “State of the Art: Design and Construction of
Rockfall Mitigation Systems”, IRC Highway Research Board, New Delhi.
4) IRC-6 - 2017, Section-II, “Standard Specification and Code of Practice for Road Bridges
– Section II: Load and Stresses”, Indian Road Congress.
5) IS 14268: 2017 - Uncoated Stress Relieved Low Relaxation Seven-Wire (Ply) Strand for
Prestressed Concrete— Specification.
6) IRC: SP: 42 – 2014, Guidelines of Road Drainage.
7) IRC-113 - 2013 - Guidelines for Design and Construction of Geosynthetic Reinforced
Embankments on Soft Subsoils.
8) IS: 1893-1 (2016), “Criteria for Earthquake Resistant Design of Structures”, Bureau of
Indian Standards, New Delhi.
9) Ministry of Road Transport and Highways (MORTH), “Specifications for Road and
Bridges Works” – Fifth Revision.
10) ISO-17746:2016-Steel wire rope net panels and rolls-Definitions and specifications
11) BS 8006-1:2010+A1:2016–Code of Practice for Strengthened /Reinforced Soil and other
fills.
12) BS 8081:2015+A2:2018 –Code of Practice for Ground Anchors.
13) FHWA-NHI-14-007 – Soil Nail Walls Reference Manual (FHWA GEC 007), 2015.
14) FHWA-NHI-10-24 - Design and Construction of mechanically stabilized earth walls and
reinforced soil slopes-Volume-I, 2009.
15) FHWA-NHI-05-114 – Design of Roadside Channels with Flexible Linings, 2005. FHWA-
IF-99-015 – Ground Anchors and Anchored System (GEC No. 4), 1999.
16) Kumar V., Singh P., Singh V., (2007) “Snow and Glacier melt contribution in the Beas
river at Pandoh dam, Himachal Pradesh, India”, Hydrological Sciences Journal, 52:2,
376-388, DOI: 10.1623/hysj.52.2.376
17) Report on Ground Subsidance and Movement in Slope, South Portal – 2018, Border
Roads Organisation.
18) Geo Report No. 175, Soil Nail Head Review by Geotechnical Engineering Office, Civil
Engineering and Development Department, Government of the Hongkong.

You might also like