You are on page 1of 158

W-2

GOVERNMENT OF BIHAR

(BAPEPS)

Bihar Kosi Flood RECOVERY Project

World Bank Credit No. – 4802 - IN

WORLD BANK AGREEMENT NO: -------------------------

NATIONAL COMPETITIVE BIDDING (CIVIL WORKS)

PACKAGE NUMBER:- WBP / PH – I / 3 / 2011-12

NAME OF WORK : Construction of H.L. R.C.C . Bridge


with its approach road in 22nd Km of
Karanpur-Rajanpur road in the District
of Saharsa.(Bihar)

PERIOD OF SALE OF BIDDING DOCUMENT : 02.11.2012 TO 01.12.2012 UPTO 17.00 HOURS IST

TIME AND DATE OF PRE-BID CONFERENCE : DATE 17.11.2012 TIME 15.00 HOURS IST

LAST DATE AND TIME FOR RECEIPT OF BIDS : DATE 03.12.2012 TIME 15.00 HOURS IST

TIME AND DATE OF OPENING OF BIDS : DATE 03.12.2012 TIME 15.30HOURS IST

PLACE OF OPENING OF BIDS : OFFICE OF SENIOR PROJECT ENGINEER,

WORLD BANK PROJECT SPECIAL DIVISION,

BIHAR RAJYA PUL NIRMAN NIGAM LTD. PATNA

DAROGA RAI PATH, PATNA-800001 (BIHAR)

OFFICER INVITING BIDS : SENIOR PROJECT ENGINEER,

WORLD BANK PROJECT SPECIAL DIVISION,

BIHAR RAJYA PUL NIRMAN NIGAM LTD. PATNA

DAROGA RAI PATH, PATNA-800001 (BIHAR)

(Re‐Bidding) 22nd Km. Karanpur‐Rajanpur (BRPNN) (1) World Bank Package No.-WBP/PH-I/03/11-12
INVITATION FOR BID

(IFB)

(Re‐Bidding) 22nd Km. Karanpur‐Rajanpur (BRPNN) (2) World Bank Package No.-WBP/PH-I/03/11-12
GOVERNMENT OF BIHAR
BIHAR KOSI FLOOD RECOVERY PROJECT

RE-INVITATIONS FOR BIDS (IFB)

NATIONAL COMPETITIVE BIDDING


IFB - R-3

Date : 02.11.2012
Bid No.: WBP/PH-I/3/2011-12

1. The Government of India has received a credit from the International Development Association towards the
cost of 220 million US dollars equivalent towards implementing the BIHAR KOSI FLOOD RECOVERY PROJECT.
Project and intends to apply a part of the funds to cover eligible payments under the contracts for construction of
works as detailed below. Bidding is open to all bidders from eligible source countries as defined in the IBRD
Guidelines for Procurement. Bidders from India should, however, be registered with the Government of Bihar or
other State Governments/Government of India, or State/Central Government Undertakings. Bidders from India who
are not registered as above, on the date of bidding, can also participate, provided they get themselves registered by the
time of contract signing, if they become successful bidders. Bidders are advised to note the minimum qualification
criteria specified in Clause 4 of the Instructions to Bidders to qualify for the award of the contract.

2. For and on behalf of Governor of Bihar, the Bihar Rajya Pul Nirman Nigam Ltd, 7 Sardar Patel Marg, Patna-
800015, invites bids for the construction of works detailed in the table. The bidders may submit bids for any or all of
the following works.

3. Bidding documents (and additional copies) may be purchased from the office of Senior Project Engineer,
World Bank Project Special Division, Patna, Bihar Rajya Pul Nirman Nigam Ltd, Patna (Bihar) from 02.11.2012 to
01.12.2012 for a non-refundable fee of Rs. 10,000.00 (Rupees Ten Thousand) only as indicated, in the form of
Demand Draft on any Scheduled bank payable at Patna in favour of Senior Project Engineer, World Bank Project
Special Division, Bihar Rajya Pul Nirman Nigam Ltd. Patna ( Interested bidders may obtain further information at
the same address. Bidding documents requested by mail will be dispatched by registered/speed post on payment of an
extra amount of Rs Nil. The Bihar Rajya Pul Nirman Nigam Ltd will not be held responsible for the postal delay if
any, in the delivery of the documents or non-receipt of the same. Bidding document may also be downloaded from the
website www.brpnn.bih.nic.in. In such cases the bidder would be responsible for ensuring that any addenda available
in web site is also downloaded & incorporated. The bidder who has downloaded the bid documents from website has
to deposit a non-refundable fee of 10,000/- (Rupees Ten Thousand) only in form of demand draft (up to date of sale
of the Bid) of any scheduled bank payable at Patna as stated above.

4. Bids must be accompanied by security of the amount specified for the work in the table below, drawn in
favour of Senior Project Engineer, World Bank Project Special Division, Patna, Bihar Rajya Pul Nirman Nigam Ltd,
Patna. Bid security will have to be in any one of the forms as specified in the bidding document and shall have to be
valid for 45 days beyond the validity of the bid.

5. Bids must be delivered to Senior Project Engineer, World Bank Project Special Division, Bihar Rajya Pul
Nirman Nigam Ltd, Patna, Daroga Rai Path, Patna-800001, on or before 15.00 hours IST on 03.12.2012 and will be
opened on the same day at 15.30 hours IST, in the presence of the bidders who wish to attend. If the office happens
to be closed on the date of receipt of the bids as specified, the bids will be received and opened on the next working
day at the same time and venue.

6. A prebid meeting will be held on 17.11.2012 at 15.00 hrs IST. at the office of Deputy Chief Engineer (North)
Bihar Rajya Pul Nirman Nigam Ltd, 7 Sardar Patel Marg, Patna-800015 to clarify the issues and to answer questions
on any matter that may be raised at that stage as stated in Clause 9.2 of ‘Instructions to Bidders’ of the bidding
document.

7. Other details can be seen in the bidding documents.

(Re‐Bidding) 22nd Km. Karanpur‐Rajanpur (BRPNN) (3) World Bank Package No.-WBP/PH-I/03/11-12
TABLE

Package Name of work Approximate Bid Cost Period


No. Value Security of of
of Work Document Completion
Calendar
(`) (`) (`)
Month
1 2 3 4 5 6
WBP/ Construction of H.L. 1,96,70,000/- 3,94,000/- 10,000/- 12
PH-I/3/ R.C.C. Bridge with its
11-12 approach road in 22nd Km (One Crore (Three Lac (Ten (Twelve)
of Karanpur-Rajanpur Ninty Six Ninty Four Thousand)
road in the District of Lac Seventy Thousand)
Saharsa (Bihar) Thousand) Only
Only

Seal of office

(Re‐Bidding) 22nd Km. Karanpur‐Rajanpur (BRPNN) (4) World Bank Package No.-WBP/PH-I/03/11-12
SECTION – 1

INSTRUCTIONS TO BIDDERS

(ITB)

(Re‐Bidding) 22nd Km. Karanpur‐Rajanpur (BRPNN) (5) World Bank Package No.-WBP/PH-I/03/11-12
Section - 1

Instructions to Bidders

Table of Clauses

Sl. Page No. Sl. Page No.


No. No.
A. General D. Submission of Bids

1 Scope of Bid 7 19 Sealing and Marking of Bids 14


2 Source of Funds 7 20 Deadline for Submission of Bids 15
3 Eligible Bidders 7 21 Late Bids 15
4 Qualification of the Bidder 7 22 Modification and Withdrawal of
Bids
5 One Bid per Bidder 10 E. Bid Opening and Evaluation
6 Cost of Bidding 10 23 Bid Opening 15
7 Site Visit 10 24 Process to be Confidential 15
B. Bidding Documents 25 Clarification of Bids 16
8 Content of Bidding Documents 10 26 Examination of Bids and 16
Determination of Responsiveness
9 Clarification of Bidding Documents 11 27 Correction of Errors 16
10 Amendment of Bidding Documents 11 28 Currency for Bid Evaluation
C. Preparation of Bids 29 Evaluation and Comparison of Bids 17
11 Language of Bid 30 Preference for Domestic Bidders
12 Documents Comprising the Bid 11 F. Award of Contract
13 Bid Prices 12 31 Award Criteria 17
14 Currencies of Bid and Payment 12 32 Employer's Right to Accept any 17
Bid and to Reject any or all Bids
15 Bid Validity 12 33 Notification of Award 17
16 Bid Security 12 34 Performance Security 18
17 Alternative Proposals by Bidders 13 35 Advance Payment and Security 18
18 Format and Signing of Bid 14 36 Adjudicator 18
37 Corrupt or Fraudulent Practices 18

(Re‐Bidding) 22nd Km. Karanpur‐Rajanpur (BRPNN) (6) World Bank Package No.-WBP/PH-I/03/11-12
A - General
1. Scope of Bid

1.1 For and on behalf of Governor of Bihar, the Bihar Rajya Pul Nirman Nigam Ltd, 7 Sardar Patel Marg, Patna-
800015 (referred to as Employer in these documents) invites bids for the construction of works (as defined in
these documents and referred to as "the works") detailed in the table given in IFB. The bidders may submit
bids for any or all of the works detailed in the table given in IFB.

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

2. Source of Funds

2.1 The Government of India has received a credit from the International Development Association (hereinafter
interchangeably called “the Bank”) towards the cost of 220 million US dollars equivalent towards
implementing the BIHAR KOSI FLOOD RECOVERY PROJECT and intends to apply a part of the funds to
cover eligible payments under the contract for the Works. Payments by the Bank will be made only at the
request of the borrower and upon approval of the Bank in accordance with the Credit Agreement, and will be
subject in all respects to the terms and conditions of that Agreement. Except as the Bank may specifically
otherwise agree, no party other than the borrower shall derive any rights from the Credit Agreement or have
any rights to the credit proceeds.

2.2 The loan agreement prohibits a withdrawal from the loan account for the purpose of any payment to persons or
entities, or for any import of goods, if such payment or import, to the knowledge of the Bank, is prohibited by a
decision of the United Nations Security Council, taken under Chapter VII of the Charter of the United Nations.

3. Eligible Bidders

3.1 This Invitation for Bids is open to all bidders from the eligible countries as defined under the IBRD Guidelines
for Procurement. Any materials, equipment, and services to be used in the performance of the Contract shall
have their origin in the eligible source countries.

3.2 All bidders shall provide in Section 2, Forms of Bid and Qualification Information, a statement that the Bidder
is not associated, nor has been associated in the past, directly or indirectly, with the Consultant or any other
entity that has prepared the design, specifications, and other documents for the Project or being proposed as
Project Manager for the Contract. A firm that has been engaged by the Borrower to provide consulting services
for the preparation or supervision of the works, and any of its affiliates, shall not be eligible to bid.

3.3 Government-owned enterprises in the Employer’s country may only participate if they are legally and
financially autonomous, operate under commercial law and are not a dependent agency of the Borrower or Sub-
borrower.

3.4 Bidders shall not be under a declaration of ineligibility for corrupt and fraudulent practices issued by the Bank
in accordance with sub-clause 37.1.

4. Qualification of the Bidder

4.1 All bidders shall provide in Section 2, Forms of Bid and Qualification Information, a preliminary description of
the proposed work method and schedule, including drawings and charts, as necessary.

4.2 In the event that Pre-qualification of potential bidders has been undertaken, only bids from prequalified bidders
will be considered for award for Contract. These qualified bidders should submit with their bids any information
updating their original prequalification applications or, alternatively, confirm in their bids that the originally submitted
prequalification information remains essentially correct as of date of bid submission. The update or confirmation
should be provided in Section 2.

(Re‐Bidding) 22nd Km. Karanpur‐Rajanpur (BRPNN) (7) World Bank Package No.-WBP/PH-I/03/11-12
4.3 If the Employer has not undertaken prequalification of potential bidders, all bidders shall include the following
information and documents with their bids in Section 2:

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

(b) total monetary value of construction work performed for each of the last five years;

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

(d) major items of construction equipment proposed to carry out the Contract;

(e) qualifications and experience of key site management and technical personnel proposed for the Contract;

(f) reports on the financial standing of the Bidder, such as profit and loss statements and auditor's reports for
the past five years;

(g) evidence of adequacy of working capital for this contract (access to line (s) of credit and availability of
other financial resources);

(h) authority to seek references from the Bidder's bankers;

(i) information regarding any litigation or arbitration resulting from contracts executed by the Bidder in the
last five years or currently under execution. The information shall include the names of the parties
concerned, the disputed amount, cause of litigation, and matter in dispute;

(j) proposals for subcontracting components of the Works which in aggregate add to more than 20 percent
of the Bid Price (for each, the qualifications and experience of the identified sub-contractor in the
relevant field should be annexed; no vertical splitting of work for sub-contracting is acceptable); and

(k) the proposed methodology and program of construction including Environmental Management Plan,
backed with equipment, materials and manpower planning and deployment, duly supported with broad
calculations and quality control / assurance procedures proposed to be adopted, justifying their capability
of execution and completion of the work as per technical specifications within the stipulated period of
completion as per milestones .

4.4 Bids from Joint ventures are not acceptable

4.5 A. To qualify for award of the contract, each bidder in its name should have in the last five years
2007-08, 2008-09, 2009-10, 2010-11 & 2011-12

(a) achieved, in at least one financial year, a minimum annual financial turnover (in all classes of civil
engineering construction works only) of ` 1,96,70,000/- (Rupees One Crore Ninty Six Lac Seventy
Thousand) Only.

b) satisfactorily completed (not less than 90% of contract value), as a prime contractor, (or as subcontractor
duly certified by the employer/main contractor) at least one similar work of value not less than
` 1,18,02,000/- (Rupees One Crore Eighteen Lac Two Thousand ) Only.

(Re‐Bidding) 22nd Km. Karanpur‐Rajanpur (BRPNN) (8) World Bank Package No.-WBP/PH-I/03/11-12
(c) executed in any one year, the following minimum quantities of work:

cement concrete (including RCC and PCC ) - 255 cum


earthwork in both excavation and embankment - 5500 cum
(combined quantities)
Pile Foundation (1.00 to 1.2) meter diameter 101 m
at 2012-13 price level Financial turn-over and cost of completed works of previous years shall be given
weightage of 5% per year based on rupees value to bring then to 2012-13 price level.
4.5 B. Each bidder should further demonstrate:
(a) availability (either owned or leased or by procurement against mobilization advances) of the following
key and critical equipment for this work:
Pile driving equipments 1 No.
Concrete Mixture with weigh batcher 2 Nos. - 2 bag capacity
Generator Set 1 No. – 10 KVA capacity
Vibrators 2 Nos. -

NOTE:- Based on the studies, carried out by the Engineer the minimum suggested major equipment to attain the
completion of works in accordance with the prescribed construction schedule are shown in the
above list. The bidders should, however, undertake their own studies and furnish with their bid, a
detailed construction planning and methodology supported with layout and necessary drawings and
calculations (detailed) as stated in clause 4.3 (k) above to allow the employer to review their proposals.
The numbers, types and capacities of each plant/equipment shall be shown in the proposals along with
the cycle time for each operation for the given production capacity to match the requirements.

(b) availability for this work of a Project Manager with no less than five years' experience in construction of
similar civil engineering works and other key personnel with adequate experience as required; and
(c) liquid assets and/or availability of credit facilities of no less than ` 50,00,000/-
(Rupees Fifty Lac) only in the format given in Section 2.
(Credit lines / letter of credit/certificate from Banks in the format mentioned in Section-2
Qualification Information (page 23) for meeting the funds requirement .)

4.5 C. To qualify for a package of contracts made up of this and other contracts for which bids are
invited in the IFB, the bidder must demonstrate having experience and resources sufficient to meet the
aggregate of the qualifying criteria for the individual contracts.

4.6 Sub-contractors' experience and resources shall not be taken into account in determining the bidder's
compliance with the qualifying criteria except to the extent stated in 4.5 (A) (b, d and e) above.

4.7 Bidders who meet the minimum qualification criteria will be qualified only if their available bid capacity is
more than the total bid value. The available bid capacity will be calculated as under:
Assessed Available Bid capacity = ( A*N*2 - B )

(Re‐Bidding) 22nd Km. Karanpur‐Rajanpur (BRPNN) (9) World Bank Package No.-WBP/PH-I/03/11-12
where
A= Maximum value of civil engineering works executed in any one year during the last five years (updated
to 2012-13 price level) taking into account the completed as well as works in progress.

N= Number of years prescribed for completion of the works for which bids are invited.
B= Value, at 2012-13 price level, of existing commitments and on-going works to be completed during the
next Twelve months (period of completion of the works for which bids are invited)

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

4.8 Even though the bidders meet the above qualifying criteria, they are subject to be disqualified if they have:
- made misleading or false representations in the forms, statements and attachments submitted in proof of
the qualification requirements; and/or
- record of poor performance such as abandoning the works, not properly completing the contract,
inordinate delays in completion, litigation history, or financial failures etc.; and/or
- participated in the previous bidding for the same work and had quoted unreasonably high bid prices and
could not furnish rational justification to the employer.

5. One Bid per Bidder

5.1 Each bidder shall submit only one bid for one contract. “A bidder who submits or participates in more than on
Bid (other than as a subcontractor or in cases of alternatives that have been permitted or requested) will cause
all the proposals with the Bidder’s participation to be disqualified”

6. Cost of Bidding

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

7. Site visit

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

(Re‐Bidding) 22nd Km. Karanpur‐Rajanpur (BRPNN) (10) World Bank Package No.-WBP/PH-I/03/11-12
B - Bidding Documents

8. Content of Bidding Documents


8.1 The set of bidding documents comprises the documents listed in the table below and addenda issued in
accordance with Clause 10:
Invitation for Bids
Section
1 Instructions to Bidders
2 Forms of Bid and Qualification Information
3 Conditions of Contract
4 Contract Data
5 Specifications
6 Drawings
7 Bills of Quantities
8 Forms of Securities

8.2 Of the three sets of the bidding documents supplied, two sets should be completed and returned with the bid.
9. Clarification of Bidding Documents
9.1 A prospective bidder requiring any clarification of the bidding documents may notify the Employer in writing
or by cable (hereinafter "cable" includes facsimile) at the Employer's address indicated in the invitation to
bid. The Employer will respond to any request for clarification which he received earlier than 15 days prior
to the deadline for submission of bids. Copies of the Employer's response will be forwarded to all purchasers
of the bidding documents, including a description of the enquiry but without identifying its source.

9.2 Pre-bid meeting

9.2.1 The bidder or his official representative is invited to attend a pre-bid meeting which will take place at
Deputy Chief Engineer (North) Bihar Rajya Pul Nirman Nigam Ltd, 7 Sardar Patel Marg, Patna-800015
on 15.00 hrs IST at 17.11.2012 (time and date).

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

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

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

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

10. Amendment of Bidding Documents

10.1 Before the deadline for submission of bids, the Employer may modify the bidding documents by issuing
addenda.
10.2 Any addendum thus issued shall be part of the bidding documents and shall be communicated in writing to
all the purchasers of the bidding documents. Prospective bidders shall acknowledge receipt of each
addendum in writing to the Employer.
10.3 To give prospective bidders reasonable time in which to take an addendum into account in preparing their
bids, the Employer shall extend as necessary the deadline for submission of bids, in accordance with Sub-
Clause 20.2 below.

(Re‐Bidding) 22nd Km. Karanpur‐Rajanpur (BRPNN) (11) World Bank Package No.-WBP/PH-I/03/11-12
C. Preparation of Bids

11. Language of the Bid

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

12. Documents comprising the Bid

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

(a) The Bid (in the format indicated in Section 2).


(b) Bid Security;
(c) Priced Bill of Quantities;
(d) Qualification Information Form and Documents;

and any other materials required to be completed and submitted by bidders in accordance with these
instructions. The documents listed under Sections 2, 4 and 7 of Sub-Clause 8.1 shall be filled in without
exception.

12.2 Bidders bidding for this contract together with other contracts stated in the IFB to form a package will so
indicate in the bid together with any discounts offered for the award of more than one contract.

13. Bid Prices

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

13.2 The bidder shall fill in rates and prices and line item total (both in figures and words) for all items of the
Works described in the Bill of Quantities alongwith total bid price (both in figures and words). Items for
which no rate or price is entered by the bidder will not be paid for by the Employer when executed and
shall be deemed covered by the other rates and prices in the Bill of Quantities. Corrections, if any, shall be
made by crossing out, initialing, dating and rewriting.

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

Note: “Bidders may like to ascertain availability of excise/custom duty exemption benefits available in India to the contracts
financed under World Bank loan/credits. They are solely responsible for obtaining such benefits which they have
considered in their bid and in case of failure to receive such benefits for reasons whatsoever, the employer will not
compensate the bidder (contractor). Where the bidder has quoted taking into account such benefits, he must give all
information required for issue of certificates in terms of such notifications as per form attached to the Qualification
Information in the bid. To the extent the employer determines the quantity indicated therein are reasonable keeping in
view the bill of quantities, construction programme and methodology, the certificates will be issued within 60 [sixty] days
of signing of contract and no subsequent changes will be permitted. No certificate will be issued for items where no
quantity/capacity of equipment is indicated in the statement. The bids which do not conform to the above provisions will
be treated as non responsive and rejected. Any delay in procurement of the construction equipment /machinery/goods as
a result of the above shall not be a cause for granting any extension of time.”

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

14. Currencies of Bid and Payment


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

15. Bid Validity


15.1 Bids shall remain valid for a period not less than ninety days after the deadline date for bid submission
specified in Clause 20. A bid valid for a shorter period shall be rejected by the Employer as non-responsive.

(Re‐Bidding) 22nd Km. Karanpur‐Rajanpur (BRPNN) (12) World Bank Package No.-WBP/PH-I/03/11-12
15.2 In exceptional circumstances, prior to expiry of the original time limit, the Employer may request that the
bidders may extend the period of validity for a specified additional period. The request and the bidders'
responses shall be made in writing or by cable. A bidder may refuse the request without forfeiting his bid
security. A bidder agreeing to the request will not be required or permitted to modify his bid, but will be
required to extend the validity of his bid security for a period of the extension, and in compliance with Clause
16 in all respects.

16. Bid Security

16.1 The Bidder shall furnish, as part of his Bid, a Bid security in the amount as shown in column 4 of the table of
IFB for this particular work. This bid security shall be in favour of Senior Project Engineer, World Bank
Project Special Division, Bihar Rajya Pul Nirman Nigam Ltd, Patna and may be in one of the following
forms:

- a bank guarantee issued by a nationalized / scheduled bank located in India or a reputable bank
located abroad in the form given in Section 8; or

- Term Deposit, Fixed Deposit, Certified cheque, Bank draft or Letter of Credit in favour of Senior
Project Engineer, World Bank Project Special Division, Bihar Rajya Pul Nirman Nigam Ltd,
Patna payable at Patna.

- NSC/KVP Duly pledged in favour of Senior Project Engineer, World Bank Project Special
Division, Bihar Rajya Pul Nirman Nigam Ltd, Patna payable at Patna.

16.2 Bank guarantees issued as surety for the bid shall be valid for 45 days beyond the validity of the bid.

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

16.4 The Bid Security of unsuccessful bidders will be returned within 28 days of the end of the bid validity period
specified in Sub-Clause 15.1.

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

16.6 The Bid Security may be forfeited

(a) if the Bidder withdraws the Bid after Bid opening during the period of Bid validity;
(b) if the Bidder does not accept the correction of the Bid Price, pursuant to Clause 27; or
(c) in the case of a successful Bidder, if the Bidder fails within the specified time limit to

(i) sign the Agreement; or


(ii) furnish the required Performance Security.

17. Alternative Proposals by Bidders

17.1 Bidders shall submit offers that comply with the requirements of the bidding documents, including the basic
technical design as indicated in the drawing and specifications. Alternatives will not be considered.

18. Format and Signing of Bid

18.1 The Bidder shall prepare one original and one copy of the documents comprising the bid as described in
Clause 12 of these Instructions to Bidders, bound with the volume containing the Form of Bid, and clearly
marked "ORIGINAL" and "COPY" as appropriate. In the event of discrepancy between them, the original
shall prevail.

(Re‐Bidding) 22nd Km. Karanpur‐Rajanpur (BRPNN) (13) World Bank Package No.-WBP/PH-I/03/11-12
18.2 The original and copy of the Bid shall be typed or written in indelible ink and shall be signed by a person or
persons duly authorized to sign on behalf of the Bidder, pursuant to Sub-Clauses 4.3. All pages of the bid
where entries or amendments have been made shall be initialled by the person or persons signing the bid.

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

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

D. Submission of Bids
19. Sealing and Marking of Bids

19.1 The Bidder shall seal the original and copy of the Bid in separate envelopes, duly marking the envelopes as
"ORIGINAL" and "COPY". These envelopes (called as inner envelopes) shall then be put inside one outer
envelope.
19.2 The inner and outer envelopes shall

(a) be addressed to the Employer at the following address:


Senior Project Engineer,
World Bank Project Special Division,
Bihar Rajya Pul Nirman Nigam Ltd,
Daroga Rai Path, Patna-800001 (Bihar)
and

(b) bear the following identification:

- Bid for Construction of H.L. R.C.C. Bridge with its approach road in 22nd km of
Karanpur-Rajanpur road in the district of Saharsa.
- Bid Reference No - WBP / PH – I / 3 / 2011-12
- DO NOT OPEN BEFORE 15.30 hrs IST on 03.12.2012 [time and date for bid opening,
per Clause 23]

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

19.4 If the outer envelope is not sealed and marked as above, the Employer will assume no responsibility for
the misplacement or premature opening of the bid.
20. Deadline for Submission of the Bids
20.1 Bids must be received by the Employer at the address specified above no later than 15.00 hrs IST of
03.12.2012. In the event of the specified date for the submission of bids declared a holiday for the Employer,
the Bids will be received upto the appointed time on the next working day.
20.2 The Employer may extend the deadline for submission of bids by issuing an amendment in accordance with
Clause 10, in which case all rights and obligations of the Employer and the bidders previously subject to the
original deadline will then be subject to the new deadline.
21. Late Bids
21.1 Any Bid received by the Employer after the deadline prescribed in Clause 20 will be returned unopened to
the bidder.

(Re‐Bidding) 22nd Km. Karanpur‐Rajanpur (BRPNN) (14) World Bank Package No.-WBP/PH-I/03/11-12
22. Modification and Withdrawal of Bids

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

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

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

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

22.5 Bidders may offer discounts to, or modify the prices of their Bids only by submitting Bid modifications in
accordance with this clause, or included in the original Bid submission.

E. Bid Opening and Evaluation


23. Bid Opening

23.1 The Employer will open both copies of all the Bids received (except those received late), including
modifications made pursuant to Clause 22, in the presence of the Bidders or their representatives who choose
to attend at 15.30 hours IST on the date and the place specified in Clause 20. In the event of the specified
date of Bid opening being declared a holiday for the Employer, the Bids will be opened at the appointed time
and location on the next working day.

23.2 Envelopes marked "WITHDRAWAL" shall be opened and read out first. Bids for which an acceptable
notice of withdrawal has been submitted pursuant to Clause 22 shall not be opened. Subsequently all
envelopes marked “Modification” shall be opened and the submissions therein read out in appropriate detail.

23.3 The Bidders' names, the Bid prices, the total amount of each Bid and of any alternative Bid (if alternatives
have been requested or permitted), any discounts, Bid modifications and withdrawals, the presence or
absence of Bid security, and such other details as the Employer may consider appropriate, will be announced
by the Employer at the opening. No bid shall be rejected at bid opening except for the late bids pursuant to
Clause 21. Bids [and modifications] sent pursuant to Clause 22 that are not opened and read out at bid
opening will not be considered for further evaluation regardless of the circumstances. Late and withdrawn
bids will be returned un-opened to bidders.

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

24. Process to Be Confidential

24.1 Information relating to the examination, clarification, evaluation, and comparison of Bids and
recommendations for the award of a contract shall not be disclosed to Bidders or any other persons not
officially concerned with such process until the award to the successful Bidder has been announced. Any
effort by a Bidder to influence the Employer's processing of Bids or award decisions may result in the
rejection of his Bid.

25. Clarification of Bids

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

(Re‐Bidding) 22nd Km. Karanpur‐Rajanpur (BRPNN) (15) World Bank Package No.-WBP/PH-I/03/11-12
25.2 Subject to sub-clause 25.1, no Bidder shall contact the Employer on any matter relating to its bid from the
time of the bid opening to the time the contract is awarded. If the Bidder wishes to bring additional
information to the notice of the Employer, it should do so in writing.

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

26. Examination of Bids and Determination of Responsiveness

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

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

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

27. Correction of Errors

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

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

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

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

28. Deleted

29. Evaluation and Comparison of Bids

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

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

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

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

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

29.3 The Employer reserves the right to accept or reject any variation, deviation, or alternative offer. Variations,
deviations, and alternative offers and other factors which are in excess of the requirements of the Bidding
documents or otherwise result in unsolicited benefits for the Employer shall not be taken into account in Bid
evaluation.
(Re‐Bidding) 22nd Km. Karanpur‐Rajanpur (BRPNN) (16) World Bank Package No.-WBP/PH-I/03/11-12
29.4 The estimated effect of the price adjustment conditions under Clause 47 of the Conditions of Contract, during
the period of implementation of the Contract, will not be taken into account in Bid evaluation.

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

30. Deleted

F. Award of Contract

31. Award Criteria

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

31.2 If, pursuant to Clause 12.2 this contract is being let along with other contracts, the lowest evaluated Bid Price
will be determined when evaluating this contract in conjunction with other contracts to be awarded
concurrently, taking into account any discounts offered by the bidders for the award of more than one
contract.

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

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

33. Notification of Award and Signing of Agreement

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

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

33.3 The Agreement will incorporate all agreements between the Employer and the successful Bidder. It will be signed
by the Employer and kept ready for signature of the successful bidder in the office of employer within 21 days
following the notification of award along with the Letter of Acceptance. Within 21 days of receipt, the successful
Bidder will sign the Agreement and deliver it to the Employer.

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

(Re‐Bidding) 22nd Km. Karanpur‐Rajanpur (BRPNN) (17) World Bank Package No.-WBP/PH-I/03/11-12
34. Performance Security

34.1 Within 21 days of receipt of the Letter of Acceptance, the successful Bidder shall deliver to the Employer a
Performance Security in any of the forms given below for an amount equivalent to 5% of the Contract price plus
additional security for unbalanced Bids in accordance with Clause 29.5 of ITB and Clause 52 of Conditions of
Contract:

- a bank guarantee issued by a nationalized / scheduled bank located in India in the form given in
Section 8; or

- Term Deposit, Fixed Deposit, Certified cheque, Bank draft or Letter of Credit in favour of Senior
Project Engineer, World Bank Project Special Division, Bihar Rajya Pul Nirman Nigam Ltd,
Patna payable at Patna.
- NSC/KVP Duly pledged in favour of Senior Project Engineer, World Bank Project Special
Division, Bihar Rajya Pul Nirman Nigam Ltd, Patna payable at Patna.
34.2 If the performance security is provided by the successful Bidder in the form of a Bank Guarantee, it shall be
issued either (a) at the Bidder's option, by a Nationalized/Scheduled Indian bank or (b) by a foreign bank located
in India and acceptable to the Employer or (c) by a foreign bank through a correspondent Bank in India
[scheduled or nationalized].

34.3 Failure of the successful bidder to comply with the requirements of sub-clause 34.1 shall constitute a breach of
contract, cause for annulment of the award, forfeiture of the bid security, and any such other remedy the
Employer may take under the contract, and the Employer may resort to awarding the contract to the next ranked
bidder.

35 Advance Payment and Security

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

36. Adjudicator

36.1 The Employer proposes that SHRI J.K DUTTA Retired Chief Engineer, Road Construction Department, Govt.
of Bihar, Patna be appointed as Adjudicator under the Contract, at a daily fee of ` 6,000.00 plus reimbursable
expenses. If the Bidder disagrees with this proposal, the Bidder should so state in the Bid. If in the Letter of
Acceptance, the Employer has not agreed on the appointment of the Adjudicator, the Adjudicator shall be
appointed by The Chairman, The Institution of Engineers (India), Patna center at the request of either party.
37. Fraud and Corruption:

37.1 It is the Bank’s policy to require that Borrowers (including beneficiaries of Bank loans), as well as bidders,
suppliers, and contractors and their agents (whether declared or not), personnel, subcontractors, sub-
consultants, service providers or suppliers, under Bank-financed contracts, observe the highest standard of
ethics during the procurement and execution of such contracts. 1 In pursuance of this policy, the Bank:
(a) defines, for the purposes of this provision, the terms set forth below as follows:

(i) “corrupt practice”2 is the offering, giving, receiving or soliciting, directly or indirectly, of anything of value
to influence improperly the actions of another party;

ii) “fraudulent practice”3 is any act or omission, including a misrepresentation, that knowingly or recklessly
misleads, or attempts to mislead, a party to obtain a financial or other benefit or to avoid an obligation;

1
In this context, any action taken by a bidder, supplier, contractor, or any of its personnel, or its agents, or its sub-
consultants, sub-contractors, service providers, suppliers and/or their employees to influence the procurement process
or contract execution for undue advantage is improper.
2
For the purpose of these Guidelines, “another party” refers to a public official acting in relation to the procurement
process or contract execution]. In this context, “public official” includes World Bank staff and employees of other
organizations taking or reviewing procurement decisions.

(Re‐Bidding) 22nd Km. Karanpur‐Rajanpur (BRPNN) (18) World Bank Package No.-WBP/PH-I/03/11-12
(iii) “collusive practice”4 is an arrangement between two or more parties designed to achieve an
improper purpose, including to influence improperly the actions of another party;

(iv) “coercive practice”5 is impairing or harming, or threatening to impair or harm, directly or indirectly,
any party or the property of the party to influence improperly the actions of a party;

(v) “obstructive practice” is

(aa) deliberately destroying, falsifying, altering or concealing of evidence material to the


investigation or making false statements to investigators in order to materially impede a Bank
investigation into allegations of a corrupt, fraudulent, coercive or collusive practice; and/or
threatening, harassing or intimidating any party to prevent it from disclosing its knowledge of
matters relevant to the investigation or from pursuing the investigation, or

(bb) acts intended to materially impede the exercise of the Bank’s inspection and audit rights
provided for under ITB sub-clause 37.2. below.

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

(c) will cancel the portion of the loan allocated to a contract if it determines at any time that representatives of
the Borrower or of a beneficiary of the loan engaged in corrupt, fraudulent, collusive, or coercive practices
during the procurement or the execution of that contract, without the Borrower having taken timely and
appropriate action satisfactory to the Bank to address remedy the situation.

(d) will sanction a firm or individual, at any time, in accordance with prevailing Bank’s sanctions procedures,a
including by publicly declaring such firm or individual ineligible, either indefinitely or for a stated period of
time: (i) to be awarded a Bank-financed contract; and (ii) to be a nominatedb sub-contractor, consultant,
manufacturer or supplier, or service provider of an otherwise eligible firm being awarded a Bank-financed
contract;

(e) will have the right to require that a provision be included in bidding documents and in contracts financed by a
Bank loan, requiring bidders, suppliers and contractors to permit the Bank to inspect their accounts and records
and other documents relating to the bid submission and contract performance and to have them audited by
auditors appointed by the Bank.

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

3
For the purpose of these Guidelines, “party” refers to a public official; the terms “benefit” and “obligation” relate to
the procurement process or contract execution; and the “act or omission” is intended to influence the procurement
process or contract execution.
4
For the purpose of these Guidelines, “parties” refers to participants in the procurement process (including public
officials) attempting to establish bid prices at artificial, non competitive levels.
5
For the purpose of these Guidelines, “party” refers to a participant in the procurement process or contract execution.
a
A firm or an individual may be declared ineligible to be awarded a Bank-financed contract upon completion of the
Bank’s sanctions proceedings as per its sanctions procedures, including inter alia: (i) temporary suspension or early
temporary suspension in connection with an ongoing sanctions proceeding; (ii) cross-debarment as agreed with other
International Financial Institutions, including Multilateral Development Banks; and (iii) the World Bank Group
corporate administrative procurement sanctions procedures for fraud and corruption.
b
A nominated sub-contractor, consultant, manufacturer or supplier, or service provider (different names are used
depending on the particular bidding document) is one which has: (i) either been included by the bidder in its pre-
qualification application or bid because it brings specific and critical experience and know-how that allow the bidder
to meet the qualification requirements for the particular bid; or (ii) appointed by the Borrower.

(Re‐Bidding) 22nd Km. Karanpur‐Rajanpur (BRPNN) (19) World Bank Package No.-WBP/PH-I/03/11-12
SECTION - 2

FORMS OF BID, QUALIFICATION INFORMATION AND LETTER OF ACCEPTANCE

Table of Forms:

- CONTRACTOR’S BID

- QUALIFICATION INFORMATION

- LETTER OF ACCEPTANCE

- NOTICE TO PROCEED WITH THE WORK

- AGREEMENT FORM

(Re‐Bidding) 22nd Km. Karanpur‐Rajanpur (BRPNN) (20) World Bank Package No.-WBP/PH-I/03/11-12
Contractor's Bid

Description of the Works: Construction of H.L. R.C.C. Bridge with its approach road in 22nd km of Karanpur-
Rajanpur road in the District of Saharsa.
BID :.
To : Bihar Rajya Pul Nirman Nigam Ltd., Patna [the Employer]

Address : Senior Project Engineer,


World Bank Project Special Division,
Bihar Rajya Pul Nirman Nigam Ltd., Patna,
Daroga Rai Path, Patna-800001

GENTLEMEN,

Having examined the bidding documents including addendum, we offer to execute the Works described above in
accordance with the Conditions of Contract, Specifications, Drawings and Bill of Quantities accompanying this Bid
for the Contract Price of __________________________________________________________________ [in
figures]

(__________________________________________________________________________________) [in letters]3

The advance Payment required is: Rupees _________________________________________________

We accept the appointment of _____________________________________________________ as the Adjudicator.

(OR)

We do not accept the appointment of __________________________________ as the Adjudicator and propose


instead that __________________________________ be appointed as Adjudicator whose daily fees and biographical
data are attached.

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

We hereby certify that we have taken steps to ensure that no person acting for us or on our behalf will engage in
bribery.

We also undertake that, in competing for (and, if the award is made to us, in executing) the above contract, we will
strictly observe the laws against fraud and corruption in force in India namely “Prevention of Corruption Act 1988”.

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

Name and address of agent Amount Purpose of Commission or gratuity

(if none, state “none”)

1 To be filled in by the Employer before issue of the Bidding Documents


2 To be filled in by the Employer before issue of the Bidding Documents
3 To be filled in by the Bidder, together with his particulars and date of submission at the bottom of the Form of Bid

(Re‐Bidding) 22nd Km. Karanpur‐Rajanpur (BRPNN) (21) World Bank Package No.-WBP/PH-I/03/11-12
We hereby confirm that this Bid complies with the Eligibility, Bid Validity and Bid Security required by the

Bidding documents.

Yours faithfully,

Authorized Signature:

Name & Title of Signatory: _________________________________________________________________

Name of Bidder : ________________________________________________________________

Address : __________________________________________________________________

(Re‐Bidding) 22nd Km. Karanpur‐Rajanpur (BRPNN) (22) World Bank Package No.-WBP/PH-I/03/11-12
Qualification Information

The information to be filled in by the Bidder in the following pages will be used for purposes of postqualification as
provided for in Clause 4 of the Instructions to Bidders. This information will not be incorporated in the Contract.

1. For Individual Bidders

1.1 Constitution or legal status of Bidder


[Attach copy]

Place of registration: _______________________________

Principal place of business: _______________________________

Power of attorney of signatory of Bid


[Attach]

1.2 Total value of Civil Engineering construction ____________________


work executed and payments received in the last five years** β ( ` in Lac)

2007-2008
2008-2009
2009-2010
2010-2011
2011-2012
1.3.1 Work performed as prime contractor or sub–contractor (in the same name) on works of a similar nature over
the last five years. 2007-08, 2008-09, 2009-10, 2010-11 & 2011-12

Project Name Name Descrip- Contract Value of Date of Stipulated Actual date Remarks
of the tion of No. contract issue of period of of explainin
Employer* work work completion completion* g reasons
order for delay
(` in Lac) and work
completed

1.3.2 Quantities of work executed as prime contractor (in the same name and style) in the last five years: **
Year Name of the Work Name of the Quantity of work performed (cum) Remarks *
Employer* Cement concrete Pile E/Works (indicate
(including Foundation In both
RCC&PCC) excavation and
contract
embankment.) Re.)
2007-08
2008-09
2009-10
2010-11
2011-12
*Attach certificate(s) from the Engineer(s)-in-Charge
β Attach certificate from Chartered Accountant.

(Re‐Bidding) 22nd Km. Karanpur‐Rajanpur (BRPNN) (23) World Bank Package No.-WBP/PH-I/03/11-12
1.4 Information on Bid Capacity (works for which bids have been submitted and works which are yet to be

completed) as on the date of this bid.

3. Existing commitments and on-going works:

Description Place Contract No. Name Value of Stipulated Value of Anticipated


of & & and Contract Period of works* date of
Work State Date Address of (`. in Lac) Completion Remaining completion
Employer to be
completed
(`. in Lac)
1 2 3 4 5 6 7 8

(B) Works for which bids already submitted:

Description Place Name Estimated Stipulated Date when Remarks


of & and Value of Period of decision is if any
Work State Address of works Completion expected
Employer (` in Lac)
1 2 3 4 5 6 7

* Attach certificate(s) from the Engineer(s)-in-Charge.

(Re‐Bidding) 22nd Km. Karanpur‐Rajanpur (BRPNN) (24) World Bank Package No.-WBP/PH-I/03/11-12
1.5 The following items of Contractor’s Equipment are essential for carrying out the Works. The Bidder should list

all the information requested below. Refer also to Sub Clause 4.3 (d) of the Instructions to Bidders.

Item of equipment Requirement Availability proposals Remarks


(From whom to be
No. Capacity Owned/leased/ Nos./ Age/condition purchased)

to be procured Capacity

Crane/Winch with 01 30 ton

grab

Concrete Mixture 02 2 bag

with weigh batcher

Generator Set 01 10 KVA

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

Attach biographical data. Refer also to Sub Clause 4.3 (e) and 4.5 (B) (b) of instructions to Bidders and Sub

Clause 9.1 of the Conditions of Contract.

Position Name Qualifications Years of experience Years of experience in


(general) the proposed position
Project Manager – B.Tech / Diploma in
5/10 3 yrs.
cum Site Engineer Civil Engg.
Material cum
B.Tech / Diploma in
quality control 3/5 2 yrs.
Civil Engg.
Engineer

(Re‐Bidding) 22nd Km. Karanpur‐Rajanpur (BRPNN) (25) World Bank Package No.-WBP/PH-I/03/11-12
1.7 Proposed subcontracts and firms involved. [Refer ITB Clause 4.3 (j)]

Sections Value of Sub-contract Experience in


of the works Sub-contractor (name and address) similar work

1.8 Financial reports for the last five years: balance sheets, profit and loss statements, auditors’ reports (in case of
companies/corporation), etc. List them below and attach copies.

1.9 Evidence of access to financial resources to meet the qualification requirements: cash in hand, lines of credit,
etc. List them below and attach copies of support documents [sample format attached].

1.10. Name, address, and telephone, telex, and fax numbers of the Bidders’ bankers who may provide references if
contacted by the Employer.

1.11 Information on litigation history in which the Bidder is involved.


Other party (ies) Employer Cause of dispute Amount involved Remarks showing
present status

1.12 Statement of compliance under the requirements of Sub Clause 3.2 of the instructions to Bidders.

_______________________________________________________________________________________

_______________________________________________________________________________________

_______________________________________________________________________________________

1.13 Proposed work method and schedule. The Bidder should attach descriptions, drawings and charts as necessary to
comply with the requirements of the Bidding documents. [Refer ITB Clause 4.1 and 4.3 (k)].

2. Joint Ventures - Deleted

3. Additional Requirements

3.1 Bidders should provide any additional information required to fulfill the requirements of Clause 4 of the
Instructions to the Bidders, if applicable.

(Re‐Bidding) 22nd Km. Karanpur‐Rajanpur (BRPNN) (26) World Bank Package No.-WBP/PH-I/03/11-12
SAMPLE FORMAT FOR EVIDENCE OF ACCESS TO OR AVAILABILITY OF CREDIT FACILITIES –*
CLAUSE 4.5 [B] [c] OF ITB

BANK CERTIFICATE

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

good financial standing.

If the contract for the work, namely …………………………….…………………………………. [funded by the

World Bank] is awarded to the above firm, we shall be able to provide overdraft/credit facilities to the extent of

` ……………………………………….… to meet their working capital requirements for executing the above

contract.

__ Sd. __
Name of Bank
Senior Bank Manager
Address of the Bank

(To be given from a Nationalised / scheduled Bank in India)

(Re‐Bidding) 22nd Km. Karanpur‐Rajanpur (BRPNN) (27) World Bank Package No.-WBP/PH-I/03/11-12
Form ……….
(Name of the Project)

(Declaration regarding customs/excise duty exemption for materials/


construction equipment bought for the work)
(Bidder’s Name and Address)

To: ………………………
(Name of the Employer)
Dear Sir:

Re: [Name of Work] ………………………… -


Certificate for Import/Procurement of Goods/Construction Equipment

3. We confirm that we are solely responsible for obtaining customs/excise duty waivers which we have
considered in our bid and in case of failure to receive such waivers for reasons whatsoever, the Employer will
not compensate us.

2. We are furnishing below the information required by the Employer for issue of the necessary certificates in
terms of the Government of India Central Excise Notification No. 108/95,13/2008 and Customs Notification
No. 85/99.

3. The goods for which certificates are required are as under:


Items Make/ Capacity Quantity Value State whether it will Remarks regarding
Brand [where be procured locally justification for the
Name applicable] or imported [if so quantity and their
from which country] usage in works
Goods

[a] Cement

[b] Steel

(c) Bitumen

(d) Equipments
if any

4. We agree that no modification to the above list is permitted after bids are opened.

5. We agree that the certificate will be issued only to the extent considered reasonable by the Employer for the
work, based on the Bill of Quantities and the construction programme and methodology as furnished by us
along with the bid.

6. We confirm that the above goods will be exclusively used for the construction of the above work and
construction equipment will not be sold or otherwise disposed of in any manner for a period of five years from
the date of acquisition.

Date: ___________________ (Signature) ____________________


Place: __________________ (Printed Name) _________________
(Designation) __________________
(Common Seal) ________________

This certificate will be issued within 60 days of signing of contract and no subsequent changes will be permitted.

(Re‐Bidding) 22nd Km. Karanpur‐Rajanpur (BRPNN) (28) World Bank Package No.-WBP/PH-I/03/11-12
Letter of Acceptance
(letterhead paper of the Employer)

________________________[date]

To: _________________________________________________________________________[name and address of


the Contractor]

Dear Sirs,

This is to notify you that your Bid dated ____________ for execution of the ________________________
___________________________________________________________ [name of the contract and identification
number, as given in the Instructions to Bidders] for the Contract Price of Rupees ———————————
____________________________________ (_____________) [amount in words and figures], as corrected and
modified in accordance with the Instructions to Bidders1 is hereby accepted by our Agency.

We accept/do not accept that __________________________ be appointed as the Adjudicator2.

We note that as per bid, you do not intend to subcontract any component of work.

[OR]

We note that as per bid, you propose to employ M/s. .......................................... as sub-contractor for executing
….........................................

[Delete whichever is not applicable]

You are hereby requested to furnish Performance Security, plus additional security for unbalanced bids
in terms of ITB clause 29.5, in the form detailed in Para 34.1 of ITB for an amount of Rs.————— within 21 days
of the receipt of this letter of acceptance valid upto 28 days from the date of expiry of Defects Liability Period i.e.
upto ........... and sign the contract, failing which action as stated in Para 34.3 of ITB will be taken.

We have reviewed the construction methodology submitted by you alongwith the bid in response to ITB Clause
4.3[k] and our comments are given in the attachment. You are requested to submit a revised Program including
environmental management plan as per Clause 27 of General Conditions of Contract within 14 days of receipt of this
letter.

Yours faithfully,

Authorized Signature

Name and Title of Signatory

Name of Agency

1 Delete "corrected and" or "and modified" if only one of these actions applies. Delete "as corrected and modified
in accordance with the Instructions to Bidders" if corrections or modifications have not been effected.
2
To be used only if the Contractor disagrees in his Bid with the Adjudicator proposed by the Employer in the
"Instructions to Bidders."

(Re‐Bidding) 22nd Km. Karanpur‐Rajanpur (BRPNN) (29) World Bank Package No.-WBP/PH-I/03/11-12
Issue of Notice to proceed with the work
(letterhead of the Employer)

————— (date)
To

—————————————— (name and address of the Contractor)

——————————————

——————————————

Dear Sirs:

Pursuant to your furnishing the requisite security as stipulated in ITB clause 34.1 & insurance in accordance with

GCC 13 and signing of the contract agreement for the construction of —————— @ a Bid Price of Rs.————

—, you are hereby instructed to proceed with the execution of the said works in accordance with the contract

documents.

Yours faithfully,

(Signature, name and title of


signatory authorized to sign on
behalf of Employer)

(Re‐Bidding) 22nd Km. Karanpur‐Rajanpur (BRPNN) (30) World Bank Package No.-WBP/PH-I/03/11-12
Agreement Form

Agreement

This agreement, made the ___________________ day of ______________20 _______,


between________________________________________________________________________________________
__________________________________[name and address of Employer]
(hereinafter called “the Employer)” of the one part and ______________________________________________
______________________________________________________________________________________________
__________________________________________________[name and address of contractor] (hereinafter called
“the Contractor” ) of the other part.

Whereas the Employer is desirous that the Contractor execute _____________________________


______________________________________________________________________________________________
__________________________________________________________________________________[ name and
identification number of Contract] (hereinafter called “the Works”) and the Employer has accepted the Bid by the
Contractor for the execution and completion of such Works and the remedying of any defects therein, at a contract
price of Rs.................................................................................

NOW THIS AGREEMENT WITNESSETH as follows:

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

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

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

4. The following documents shall be deemed to form and be read and construed as part of this Agreement, viz.:

i) Letter of Acceptance;
ii) Notice to proceed with the works;
iii) Contractor’s Bid;
iv) Contract Data;
v) Conditions of contract (including Special Conditions of Contract);
vi) Specifications;
vii) Drawings;
viii) Priced Bill of Quantities; and
ix) Construction methodology/details of personnel/equipment &Any other document listed in the Contract
Data as forming part of the contract.

(Re‐Bidding) 22nd Km. Karanpur‐Rajanpur (BRPNN) (31) World Bank Package No.-WBP/PH-I/03/11-12
In witness whereof the parties thereto have caused this Agreement to be executed the day and year first before written.

The Common Seal of ____________________________________________________________

was hereunto affixed in the presence of:

Signed, Sealed and Delivered by the said _________________________________________________

_____________________________________________________________________________________

_____________________________________________________________________________________

in the presence of:

Binding Signature of Employer _________________________________________________ ___

Binding Signature of Contractor _____________________________________________________

(Re‐Bidding) 22nd Km. Karanpur‐Rajanpur (BRPNN) (32) World Bank Package No.-WBP/PH-I/03/11-12
SECTION – 3

CONDITIONS OF CONTRACT

(Re‐Bidding) 22nd Km. Karanpur‐Rajanpur (BRPNN) (33) World Bank Package No.-WBP/PH-I/03/11-12
Conditions of Contract

Table of Contents

A. General Page C. Quality Control Page


No. No.
1 Definitions 35 33 Identifying Defects 41
34 Tests 41
2 Interpretation 36 35 Correction of Defects 41
3 Language and Law 37 36 Uncorrected Defects 42
4 Engineer's Decisions 37 D. Cost Control
5 Delegation 37 37 Bill of Quantities 42
6 Communications 37 38 Changes in the Quantities 42
7 Subcontracting 37 39 Variations 42
8 Other Contractors 37 40 Payments for Variations 42
9 Personnel 41 Cash Flow Forecasts 43
10 Employer’s & Contractor's Risks 38 42 Payment Certificates 43
11 Employer's Risks 38 43 Payments 43
12 Contractor’s Risks 38 44 Compensation Events 43
13 Insurance 39 45 Tax 44
14 Site Investigation Reports 38 46 Currencies 44
15 Queries about the Contract Data 38 47 Price Adjustments 44
16 Contractor to Construct the Works 38 48 Retention 45
17 The Works to Be Completed by the 39 49 Liquidated Damages 45
Intended Completion Date
18 Approval by the Engineer 39 50 Bonus 45
19 Safety 39 51 Advance Payment 45
20 Discoveries 39 52 Securities 46
21 Possession of the Site 39 53 Day works 46
22 Access to the Site 39 54 Cost of Repairs 46
23 Instructions 39 E. Finishing the Contract
24 Disputes 39 55 Completion 46
25 Procedure for Disputes 40 56 Taking Over 46
26 Replacement of Adjudicator 40 57 Final Account 46
B. Time Control 40 58 Operating and Maintenance Manuals 46
27 Program 59 Termination 47
28 Extension of the Intended Completion 40 60 Payment upon Termination 48
Date
29 Acceleration 61 Property 48
30 Delays Ordered by the Engineer 40 62 Release from Performance 48
31 Management Meetings 41 63 Suspension of World Bank Loan or 48
Credit
32 Early Warning 41 F. Special Conditions of Contract 50

(Re‐Bidding) 22nd Km. Karanpur‐Rajanpur (BRPNN) (34) World Bank Package No.-WBP/PH-I/03/11-12
Conditions of Contract

A. General

1. Definitions

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

The Adjudicator is the person appointed jointly by the Employer and the Contractor to resolve disputes
in the first instance, as provided for in Clauses 24 and 25. The name of the Adjudicator is defined in the
Contract Data.

Bill of Quantities means the priced and completed Bill of Quantities forming part of the Bid.

Compensation Events are those defined in Clause 44 hereunder.

The Completion Date is the date of completion of the Works as certified by the Engineer in accordance
with Sub Clause 55.1.

The Contract is the contract between the Employer and the Contractor to execute, complete and
maintain the Works. It consists of the documents listed in Clause 2.3 below.

The Contract Data defines the documents and other information which comprise the Contract.

The Contractor is a person or corporate body whose Bid to carry out the Works has been accepted by
the Employer.

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

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

Days are calendar days; months are calendar months.

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

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

The Employer is the party who will employ the Contractor to carry out the Works.

The Engineer is the person named in the Contract Data (or any other competent person appointed and
notified to the contractor to act in replacement of the Engineer) who is responsible for supervising the
execution of the works and administering the Contract.

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

The Initial Contract Price is the Contract Price listed in the Employer's Letter of Acceptance.

(Re‐Bidding) 22nd Km. Karanpur‐Rajanpur (BRPNN) (35) World Bank Package No.-WBP/PH-I/03/11-12
The Intended Completion Date is the date on which it is intended that the Contractor shall complete
the Works. The Intended Completion Date is specified in the Contract Data. The Intended Completion
Date may be revised only by the Engineer by issuing an extension of time.

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

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

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

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

Specification means the Specification of the Works included in the Contract and any modification or
addition made or approved by the Engineer.

The Start Date is given in the Contract Data. It is the date when the Contractor shall commence
execution of the works. It does not necessarily coincide with any of the Site Possession Dates.

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

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

A Variation is an instruction given by the Engineer which varies the Works.

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

2. Interpretation

2.1 In interpreting these Conditions of Contract, singular also means plural, male also means female or
neuter, and the other way around. Headings have no significance. Words have their normal meaning
under the language of the Contract unless specifically defined. The Engineer will provide instructions
clarifying queries about the Conditions of Contract.

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

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

(1) Agreement

(2) Letter of Acceptance, notice to proceed with the works

(3) Contractor’s Bid

(4) Contract Data

(Re‐Bidding) 22nd Km. Karanpur‐Rajanpur (BRPNN) (36) World Bank Package No.-WBP/PH-I/03/11-12
(5) Conditions of Contract including Special Conditions of Contract

(6) Specifications

(7) Drawings
M
(8) Priced Bill of Quantities and

(9) Construction methodology/details of personnel/equipment &Any other document listed in the


Contract Data as forming part of the contract.

3. Language and Law

3.1 The language of the Contract and the law governing the Contract are stated in the Contract Data.

4. Engineer's Decisions

4.1 Except where otherwise specifically stated, the Engineer will decide contractual matters between the
Employer and the Contractor in the role representing the Employer.

5. Delegation

5.1 The Engineer may delegate any of his duties and responsibilities to other people except to the
Adjudicator after notifying the Contractor and may cancel any delegation after notifying the Contractor.

6. Communications

6.1 Communications between parties which are referred to in the conditions are effective only when in
writing. A notice shall be effective only when it is delivered (in terms of Indian Contract Act).

7. Subcontracting

7.1 The Contractor may subcontract with the approval of the Engineer but may not assign the Contract
without the approval of the Employer in writing. Subcontracting does not alter the Contractor's
obligations.

8. Other Contractors

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

9. Personnel

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

9.2 If the Engineer asks the Contractor to remove a person who is a member of the Contractor’s staff or his
work force stating the reasons the Contractor shall ensure that the person leaves the Site within seven
days and has no further connection with the work in the Contract.

(Re‐Bidding) 22nd Km. Karanpur‐Rajanpur (BRPNN) (37) World Bank Package No.-WBP/PH-I/03/11-12
10. Employer’s and Contractor's Risks

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

11. Employer's Risks

11.1 The Employer is responsible for the excepted risks which are (a) in so far as they directly affect the
execution of the Works in the Employer’s country, the risks of war, hostilities, invasion, act of foreign
enemies, rebellion, revolution, insurrection or military or usurped power, civil war, riot commotion or
disorder (unless restricted to the Contractor’s employees), and contamination from any nuclear fuel or
nuclear waste or radioactive toxic explosive, or (b) a cause due solely to the design of the Works, other
than the Contractor’s design.

12. Contractor’s Risks

12.1 All risks of loss of or damage to physical property and of personal injury and death which arise during
and in consequence of the performance of the Contract other than the excepted risks are the
responsibility of the Contractor.

13. Insurance

13.1 The Contractor shall provide, in the joint names of the Employer and the Contractor, insurance cover
from the Start Date to the end of the Defects Liability Period, in the amounts and deductibles stated in
the Contract Data for the following events which are due to the Contractor’s risks:

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

(b) loss of or damage to Equipment;

(c) loss of or damage of property (except the Works, Plant, Materials and Equipment) in connection
with the Contract; and
(d) personal injury or death.

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

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

13.4 Alterations to the terms of an insurance shall not be made without the approval of the Engineer.

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

14. Site Investigation Reports

14.1 The Contractor, in preparing the Bid, shall rely on any site Investigation Reports referred to in the
Contract Data, supplemented by any information available to the Bidder.

15. Queries about the Contract Data

15.1 The Engineer will clarify queries on the Contract Data.

(Re‐Bidding) 22nd Km. Karanpur‐Rajanpur (BRPNN) (38) World Bank Package No.-WBP/PH-I/03/11-12
16. Contractor to Construct the Works

16.1 The Contractor shall construct and install the Works in accordance with the Specification and Drawings,
and as per instructions of Engineer.
17. The Works to Be Completed by the Intended Completion Date

17.1 The Contractor may commence execution of the Works on the Start Date and shall carry out the Works
in accordance with the program submitted by the Contractor, as updated with the approval of the
Engineer, and complete them by the Intended Completion Date.
18. Approval by the Engineer

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

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

18.3 The Engineer's approval shall not alter the Contractor's responsibility for design of the Temporary
Works.
18.4 The Contractor shall obtain approval of third parties to the design of the Temporary Works where
required.
18.5 All Drawings prepared by the Contractor for the execution of the temporary or permanent Works, are
subject to prior approval by the Engineer before their use.

19. Safety

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

20. Discoveries

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

21.1 The Employer shall give possession of all parts of the Site to the Contractor. If possession of a part is
not given by the date stated in the Contract Data the Employer is deemed to have delayed the start of the
relevant activities and this will be Compensation Event.

22. Access to the Site

22.1 The Contractor shall allow the Engineer and any person authorized by the Engineer access to the Site, to
any place where work in connection with the Contract is being carried out or is intended to be carried
out and to any place where materials or plant are being manufactured / fabricated / assembled for the
works.

23. Instructions

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

23.2 Inspections and Audits by the Bank

The Contractor and shall cause its Sub-Contractors and Sub-Consultants to permit the bank, and/ or persons
appointed by the Bank to inspect the site and/ or the accounts and records of the Contractor and its sub-contractors
relating to the performance of the Contract and submission of the bid and to have such accounts and records audited
by auditors appointed by the Bank if requested by the Bank. The Contractor’s attention is drawn to Sub-Clause-
64.[Corrupt or Fraudulent Practices] which provides, inter alia, that acts intended to materially impede the exercise
of the Bank’s inspection and audit rights provided for under Sub-Clause 23.2 constitute a prohibited practice subject

(Re‐Bidding) 22nd Km. Karanpur‐Rajanpur (BRPNN) (39) World Bank Package No.-WBP/PH-I/03/11-12
to contract termination (as well as to a determination of ineligibility Pursuant to Banks Prevailing sanction
procedures).

24. Disputes

24.1 If the Contractor believes that a decision taken by the Engineer was either outside the authority given to
the Engineer by the Contract or that the decision was wrongly taken, the decision shall be referred to the
Adjudicator within 14 days of the notification of the Engineer's decision.

25. Procedure for Disputes

25.1 The Adjudicator should be in position before “notice to proceed with work” is issued to the contractor
and
an agreement should be signed with the Adjudicator jointly by Employer/Contractor in the form attached
next to Section 8 s’– Forms of securities .

25.2 The Adjudicator shall give a decision in writing within 28 days of receipt of a notification of a dispute.

25.3 The Adjudicator shall be paid daily at the rate specified in the Contract Data together with reimbursable
expenses of the types specified in the Contract Data and the cost shall be divided equally between the
Employer and the Contractor, whatever decision is reached by the Adjudicator. Either party may refer a
decision of the Adjudicator to an Arbitrator within 28 days of the Adjudicator's written decision. If
neither party refers the dispute to arbitration within the above 28 days, the Adjudicator's decision will be
final and binding.

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

The Arbitrators shall give a decision in writing within 120 days of start of the proceedings except otherwise
agreed to by the Parties. The Arbitrators shall entertain only those issues which have been earlier referred to the
Adjudicator and either party is dissatisfied with the decision given by the Adjudicator.

26. Replacement of Adjudicator

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

B. Time Control
27. Program

27.1 Within the time stated in the Contract Data after the date of the letter of acceptance, the Contractor shall
submit to the Engineer for approval a revised Program including Environmental Management Plan
showing the general methods, arrangements, order, and timing for all the activities in the Works along
with monthly cash flow forecast.

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

27.3 The Contractor shall submit to the Engineer, for approval, an updated Program (to achieve the
contracted milestones) at intervals no longer than the period stated in the Contract Data. If the
Contractor does not submit an updated Program within this period, the Engineer may withhold

(Re‐Bidding) 22nd Km. Karanpur‐Rajanpur (BRPNN) (40) World Bank Package No.-WBP/PH-I/03/11-12
the amount stated in the Contract Data from the next payment certificate and continue to withhold this
amount until the next payment after the date on which the overdue Program has been submitted.

27.4 The Engineer's approval of the Program shall not alter the Contractor's obligations. The Contractor may
revise the Program and submit it to the Engineer again at any time. A revised Program is to show the
effect of Variations and Compensation Events.

28. Extension of the Intended Completion Date

28.1 The Engineer shall extend the Intended Completion Date if a Compensation Event occurs or a Variation
is issued which makes it impossible for Completion to be achieved by the Intended Completion Date
without the Contractor taking steps to accelerate the remaining work and which would cause the
Contractor to incur additional cost.

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

29. Deleted

30. Delays Ordered by the Engineer

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

31. Management Meetings

31.1 Either the Engineer or the Contractor may require the other to attend a management meeting which will be
held at Patna. The business of a management meeting shall be to review the progress of construction and the
plans for construction of remaining work and to deal with matters raised in accordance with the early
warning procedure.

31.2 The Engineer shall record the business of management meetings and is to provide copies of his record to
those attending the meeting and to the Employer. The responsibility of the parties for actions to be taken is
to be decided by the Engineer either at the management meeting or after the management meeting and stated
in writing to all who attended the meeting.

32. Early Warning

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

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

C. Quality Control & Quality assurance programme

33. Identifying Defects

33.1 The Engineer shall check the Contractor's work and notify the Contractor of any Defects that are found
specifying a time limit by which it should be corrected. Such checking shall not affect the Contractor's

(Re‐Bidding) 22nd Km. Karanpur‐Rajanpur (BRPNN) (41) World Bank Package No.-WBP/PH-I/03/11-12
responsibilities. The Engineer may instruct the Contractor to search for a Defect and to uncover and test
any work that the Engineer considers may have a Defect.

(Re‐Bidding) 22nd Km. Karanpur‐Rajanpur (BRPNN) (42) World Bank Package No.-WBP/PH-I/03/11-12
33.2 The contractor shall permit the Employer’s Technical auditor to check the contractor’s work and notify
the Engineer and Contractor of any defects that are found. Such a check shall not affect the
Contractor’s or the Engineer’s responsibility as defined in the Contract Agreement.
33.3 Quality assurance - Normal Q.A., Q-2 quality assurance requirement as per guidelines of IRC-P:47 must
be followed.

34. Tests

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

35. Correction of Defects

35.1 The Engineer shall give notice to the Contractor of any Defects (specifying a time by which it should be
corrected) before the end of the Defects Liability Period, which begins at Completion and is defined in
the Contract Data. The Defects Liability Period shall be extended for as long as Defects remain to be
corrected.

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

36. Uncorrected Defects

36.1 If the Contractor has not corrected a Defect within the time specified in the Engineer’s notice, the
Engineer will assess the cost of having the Defect corrected, and the Contractor will pay this amount.

Note: (1)Where in certain cases, the technical specifications provide for acceptance of works within specified
tolerance limits at reduced rates, Engineer will certify payments to Contractor accordingly.
(2)Where the failure to correct a particular defect within the specified time is considered as a
fundamental breach of contract, a notice should be given to the contractor as stated in G.C.C. 59.2(2)

D. Cost Control
37. Bill of Quantities

37.1 The Bill of Quantities shall contain items for the construction, installation, testing, and commissioning
work to be done by the contractor.
37.2 The Bill of Quantities is used to calculate the Contract Price. The Contractor is paid for the quantity of
the work done at the rate in the Bill of Quantities for each item.

38. Changes in the Quantities

38.1 If the final quantity of the work done differs from the quantity in the Bill of Quantities for the particular
item by more than 25 percent, provided the change exceeds 1% of Initial Contract Price, the Engineer
shall adjust the rate to allow for the change.
38.2 The Engineer shall not adjust rates from changes in quantities if thereby the Initial Contract Price is
exceeded by more than 15 percent, except with the Prior approval of the Employer.
38.3 If requested by the Engineer, the Contractor shall provide the Engineer with a detailed cost breakdown
of any rate in the Bill of Quantities.

39. Variations

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

(Re‐Bidding) 22nd Km. Karanpur‐Rajanpur (BRPNN) (43) World Bank Package No.-WBP/PH-I/03/11-12
40. Payments for Variations

40.1 The Contractor shall provide the Engineer with a quotation (with breakdown of unit rates) for carrying
out the Variation when requested to do so by the Engineer. The Engineer shall assess the quotation,
which shall be given within seven days of the request or within any longer period stated by the Engineer
and before the Variation is ordered.
40.2 If the work in the Variation corresponds with an item description in the Bill of Quantities and if, in the
opinion of the Engineer, the quantity of work above the limit stated in Sub Clause 38.1 or the timing of
its execution do not cause the cost per unit of quantity to change, the rate in the bill of Quantities shall
be used to calculate the value of the Variation. If the cost per unit of quantity changes, or if the nature
or timing of the work in the Variation does not correspond with items in the Bill of Quantities, the
quotation by the Contractor shall be in form of new rates for the relevant items of work.
40.3 If the Contractor's quotation is unreasonable (or if the contractor fails to provide the Engineer with a
quotation within a reasonable time specified by the engineer in accordance with Clause 40.1), the
Engineer may order the Variation and make a change to the Contract Price which shall be based on
Engineer’s own forecast of the effects of the Variation on the Contractor's costs.
40.4 If the Engineer decides that the urgency of varying the work would prevent a quotation being given and
considered without delaying the work, no quotation shall be given and the Variation shall be treated as a
Compensation Event.
40.5 The Contractor shall not be entitled to additional payment for costs that could have been avoided by
giving early warning.

41. Cash flow forecasts

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

42. Payment Certificates

42.1 The Contractor shall submit to the Engineer monthly statements of the estimated value of the work
completed less the cumulative amount certified previously along with details of measurement of the
quantity of works executed in a tabulated form as approved by the Engineer.

42.2 The Engineer shall check the details given in the Contractor's monthly statement and within 14 days
certify the amounts to be paid to the Contractor after taking into account any credit or debit for the
month in question in respect of materials for the works in the relevant amounts and under conditions set
forth in sub-clause 51(3) of the Contract Data (Secured Advance).

42.3 The value of work executed shall be determined by the Engineer after due check measurement of the
quantities claimed as executed by the contractor.
42.4 The value of work executed shall comprise the value of the quantities of the items in the Bill of
Quantities completed..

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

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

43.1 Payments shall be adjusted for deductions for advance payments, retention, other recoveries in terms of
the contract and taxes, at source, as applicable under the law. The Employer shall pay the Contractor
[through Project Director, Bihar Aapada Punarwas Evam Punarnirman Society] the amounts certified
by the Engineer within 28 days of the date of each certificate. If the Employer makes a late payment, the
Contractor shall be paid interest on the late payment in the next payment. Interest shall be calculated
from the date by which the payment should have been made upto the date when the late payment is
made at 8% per annum.

(Re‐Bidding) 22nd Km. Karanpur‐Rajanpur (BRPNN) (44) World Bank Package No.-WBP/PH-I/03/11-12
43.2 If an amount certified is increased in a later certificate or as a result of an award by the Adjudicator or
an Arbitrator, the Contractor shall be paid interest upon the delayed payment as set out in this clause.
Interest shall be calculated from the date upon which the increased amount would have been certified in
the absence of dispute.

43.3 Items of the Works for which no rate or price has been entered in will not be paid for by the Employer
and shall be deemed covered by other rates and prices in the Contract.
44. Compensation Events

44.1 The following are Compensation Events unless they are caused by the Contractor:
(a) The Employer does not give access to a part of the Site by the Site Possession Date stated in the
Contract Data.
(b) The Employer modifies the schedule of other contractors in a way which affects the work of the
contractor under the contract.
(c) The Engineer orders a delay or does not issue drawings, specifications or instructions required
for execution of works on time.
(d) The Engineer instructs the Contractor to uncover or to carry out additional tests upon work which
is then found to have no Defects.
(e) The Engineer unreasonably does not approve for a subcontract to be let.
(f) Ground conditions are substantially more adverse than could reasonably have been assumed
before issuance of Letter of Acceptance from the information issued to Bidders (including the
Site Investigation Reports), from information available publicly and from a visual inspection of
the Site.
(g) The Engineer gives an instruction for dealing with an unforeseen condition, caused by the
Employer, or additional work required for safety or other reasons.
(h) Other contractors, public authorities, utilities or the Employer does not work within the dates and
other constraints stated in the Contract, and they cause delay or extra cost to the Contractor.
(i) The advance payment is delayed.
(j) The effect on the Contractor of any of the Employer’s Risks.
(k) The Engineer unreasonably delays issuing a Certificate of Completion.
(l) Other Compensation Events listed in the Contract Data or mentioned in the Contract.

44.2 If a Compensation Event would cause additional cost or would prevent the work being completed
before the Intended Completion Date, the Contract Price shall be increased and/or the Intended
Completion Date is extended. The Engineer shall decide whether and by how much the Contract Price
shall be increased and whether and by how much the Intended Completion Date shall be extended.

44.3 As soon as information demonstrating the effect of each Compensation Event upon the Contractor's
forecast cost has been provided by the Contractor, it is to be assessed by the Engineer and the Contract
Price shall be adjusted accordingly. If the Contractor's forecast is deemed unreasonable, the Engineer
shall adjust the Contract Price based on Engineer’s own forecast. The Engineer will assume that the
Contractor will react competently and promptly to the event.
44.4 The Contractor shall not be entitled to compensation to the extent that the Employer's interests are
adversely affected by the Contractor not having given early warning or not having cooperated with the
Engineer.
45. Tax

45.1 The rates quoted by the Contractor shall be deemed to be inclusive of the VAT / sales and other taxes
that the Contractor will have to pay for the performance of this Contract. The Employer will perform
such duties in regard to the deduction of such taxes at source (TDS) as per applicable law.

(Re‐Bidding) 22nd Km. Karanpur‐Rajanpur (BRPNN) (45) World Bank Package No.-WBP/PH-I/03/11-12
46. Currencies
46.1 All payments shall be made in Indian Rupees.

47. Price Adjustment

47.1 Contract price shall be adjusted for increase or decrease in rates and price of labour, materials, fuels and
lubricants in accordance with the following principles and procedures and as per formula given in the
contract data:

(a) The price adjustment shall apply for the work done from the start date given in the contract data
upto end of the initial intended completion date or extensions granted by the Engineer and shall
not apply to the work carried out beyond the stipulated time for reasons attributable to the
contractor.

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

(c) Following expressions and meanings are assigned to the work done during each quarter:

R= Total value of work done during the quarter. It would include the amount of secured
advance for materials paid for (if any) during the quarter, less the amount of the secured
advance recovered, during the quarter. It will exclude value for works executed under
variations for which price adjustment will be worked separately based on the terms
mutually agreed.

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

48.1 The Employer shall retain from each payment due to the Contractor the proportion stated in the Contract
Data until Completion of the whole of the Works.

48.2 On Completion of the whole of the Works half the total amount retained is repaid to the Contractor and
half when the Defects Liability Period has passed and the Engineer has certified that all Defects notified
by the Engineer to the Contractor before the end of this period have been corrected.

48.3 On completion of the whole works, the contractor may substitute retention money (balance half) with
an “on demand” Bank guarantee.
49. Liquidated Damages

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

49.2 If the Intended Completion Date is extended after liquidated damages have been paid, the Engineer shall
correct any overpayment of liquidated damages by the Contractor by adjusting the next payment
certificate. The Contractor shall be paid interest on the over payment calculated from the date of
payment to the date of repayment at the rates specified in Sub Clause 43.1.

50. Deleted

(Re‐Bidding) 22nd Km. Karanpur‐Rajanpur (BRPNN) (46) World Bank Package No.-WBP/PH-I/03/11-12
51. Advance Payment

51.1 The Employer shall make advance payment to the Contractor of the amounts stated in the Contract Data
by the date stated in the Contract Data, against provision by the Contractor of an Unconditional Bank
Guarantee in a form and by a bank acceptable to the Employer in amounts and currencies equal to the
advance payment. The guarantee shall remain effective until the advance payment has been repaid, but
the amount of the guarantee shall be progressively reduced by the amounts repaid by the Contractor.
Interest will not be charged on the advance payment.

51.2 The Contractor is to use the advance payment only to pay for Equipment, Plant and Mobilization
expenses required specifically for execution of the Works. The Contractor shall demonstrate that
advance payment has been used in this way by supplying copies of invoices or other documents to the
Engineer.

51.3 The advance payment shall be repaid by deducting proportionate amounts from payments otherwise due
to the Contractor, following the schedule of completed percentages of the Works on a payment basis.
No account shall be taken of the advance (mobilization and equipment only) payment or its repayment
in assessing valuations of work done, Variations, price adjustments, Compensation Events, or
Liquidated Damages.

51.4 Secured Advance:


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

52. Securities

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

53. Deleted

54. Cost of Repairs

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

E. Finishing the Contract

55. Completion

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

56. Taking Over

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

(Re‐Bidding) 22nd Km. Karanpur‐Rajanpur (BRPNN) (47) World Bank Package No.-WBP/PH-I/03/11-12
57. Final Account
57.1 The Contractor shall supply to the Engineer a detailed account of the total amount that the Contractor
considers payable under the Contract before the end of the Defects Liability Period. The Engineer shall
issue a Defect Liability Certificate and certify any final payment that is due to the Contractor within 56
days of receiving the Contractor's account if it is correct and complete. If it is not, the Engineer shall
issue within 56 days a schedule that states the scope of the corrections or additions that are necessary.
If the Final Account is still unsatisfactory after it has been resubmitted, the Engineer shall decide on the
amount payable to the Contractor and issue a payment certificate, within 56 days of receiving the
Contractor’s revised account.

58. Operating and Maintenance Manuals

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

58.2 If the Contractor does not supply the Drawings and/or manuals by the dates stated in the Contract Data,
or they do not receive the Engineer’s approval, the Engineer shall withhold the amount stated in the
Contract Data from payments due to the Contractor.

59. Termination

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

59.2 Fundamental breaches of Contract include, but shall not be limited to the following:

(a) the Contractor stops work for 28 days when no stoppage of work is shown on the current
program and the stoppage has not been authorized by the Engineer;
(b) the Engineer instructs the Contractor to delay the progress of the Works and the instruction is not
withdrawn within 28 days;
(c) the Employer or the Contractor is made bankrupt or goes into liquidation other than for a
reconstruction or amalgamation;
(d) a payment certified by the Engineer is not paid by the Employer to the Contractor within 56 days
of the date of the Engineer's certificate;
(e) the Engineer gives Notice that failure to correct a particular Defect is a fundamental breach of
Contract and the Contractor fails to correct it within a reasonable period of time determined by
the Engineer;
(f) the Contractor does not maintain a security which is required;
(g) the Contractor has delayed the completion of works by the number of days for which the
maximum amount of liquidated damages can be paid as defined in the Contract data; and
(h) if the Contractor, in the judgment of the Employer has engaged in fraud and corruption, as
defined in GCC Clause 64, in competing for or in executing the Contract.

59.3 When either party to the Contract gives notice of a breach of contract to the Engineer for a cause other
than those listed under Sub Clause 59.2 above, the Engineer shall decide whether the breach is
fundamental or not.

59.4 Notwithstanding the above, the Employer may terminate the Contract for convenience.

59.5 If the Contract is terminated the Contractor shall stop work immediately, make the Site safe and secure
and leave the Site as soon as reasonably possible.

(Re‐Bidding) 22nd Km. Karanpur‐Rajanpur (BRPNN) (48) World Bank Package No.-WBP/PH-I/03/11-12
60. Payment upon Termination

60.1 If the Contract is terminated because of a fundamental breach of Contract by the Contractor, the
Engineer shall issue a certificate for the value of the work done less advance payments received up to
the date of the issue of the certificate, less other recoveries due in terms of the contract, less taxes due

to be deducted at source as per applicable law and less the percentage to apply to the work not
completed as indicated in the Contract Data. Additional Liquidated Damages shall not apply . If the total
amount due to the Employer exceeds any payment due to the Contractor the difference shall be a debt
payable to the Employer.

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

61. Property

61.1 All materials on the Site, Plant, Equipment, Temporary Works and Works are deemed to be the property
of the Employer, if the Contract is terminated because of a Contractor’s default.

62. Release from Performance

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

63. Suspension of World Bank Loan or Credit

63.1 In the event that the World Bank suspends the Loan or Credit to the Employer, from which part of the
payments to the Contractor are being made:

(a) The Employer is obligated to notify the Contractor of such suspension within 7 days of having
received the World Bank’s suspension notice.

(b) If the Contractor has not received sums due to it upon the expiration of the 28 days for payment
provided for in Sub-Clause 43.1, the Contractor may immediately issue a 14-day termination
notice.

64. Corrupt or Fraudulent Practices:

64.1 If the Employer determines that the Contractor and/or any of its personnel, or its agents, or its subcontractors,
Sub-consultants, service providers, suppliers and/or their employees has engaged in corrupt, fraudulent,
collusive, coercive or obstructive practices, in competing for or in executing the Contract, then the Employer
may, after giving 14 days notice to the Contractor, terminate the Contractor's employment under the Contract
and expel him from the Site, and the provisions of Clause 59 shall apply as if such expulsion had been made
under Sub-Clause 59.2 [Termination by Employer].

64.2 Should any employee of the Contractor be determined to have engaged in corrupt, fraudulent, collusive,
coercive, or obstructive practice during the execution of the Works, then that employee shall be removed in
accordance with Clause 9.

(Re‐Bidding) 22nd Km. Karanpur‐Rajanpur (BRPNN) (49) World Bank Package No.-WBP/PH-I/03/11-12
64.3 For the purposes of this Sub-Clause:

(i) “corrupt practice”6 is the offering, giving, receiving or soliciting, directly or indirectly, of anything of
value to influence improperly the actions of another party;

(ii) “fraudulent practice”7 is any act or omission, including a misrepresentation, that knowingly or
recklessly misleads, or attempts to mislead, a party to obtain a financial or other benefit or to avoid an
obligation;

(iii) “collusive practice”8 is an arrangement between two or more parties designed to achieve an improper
purpose, including to influence improperly the actions of another party;

(iv) “coercive practice”9 is impairing or harming, or threatening to impair or harm, directly or indirectly, any
party or the property of the party to influence improperly the actions of a party;

(v) “obstructive practice” is

(aa) deliberately destroying, falsifying, altering or concealing of evidence material to the


investigation or making false statements to investigators in order to materially impede a Bank
investigation into allegations of a corrupt, fraudulent, coercive or collusive practice; and/or
threatening, harassing or intimidating any party to prevent it from disclosing its knowledge of
matters relevant to the investigation or from pursuing the investigation, or

(bb) acts intended to materially impede the exercise of the Bank’s inspection and audit rights
provided for under clause 23.2 [Inspections and Audits by the Bank].”

6
For the purpose of these Guidelines, “another party” refers to a public official acting in relation to the
procurement process or contract execution]. In this context, “public official” includes World Bank staff and
employees of other organizations taking or reviewing procurement decisions.
7
For the purpose of these Guidelines, “party” refers to a public official; the terms “benefit” and “obligation” relate to
the procurement process or contract execution; and the “act or omission” is intended to influence the procurement
process or contract execution.
8
For the purpose of these Guidelines, “parties” refers to participants in the procurement process (including public
officials) attempting to establish bid prices at artificial, non competitive levels.
9
For the purpose of these Guidelines, “party” refers to a participant in the procurement process or contract execution.

(Re‐Bidding) 22nd Km. Karanpur‐Rajanpur (BRPNN) (50) World Bank Package No.-WBP/PH-I/03/11-12
F. Special Conditions of Contract

1. LABOUR :

The Contractor shall, unless otherwise provided in the Contract, make his own arrangements for the engagement
of all staff and labour, local or other, and for their payment, housing, feeding and transport.

The Contractor shall, if required by the Engineer, deliver to the Engineer a return in detail, in such form and at
such intervals as the Engineer may prescribe, showing the staff and the numbers of the several classes of labour
from time to time employed by the Contractor on the Site and such other information as the Engineer may
require.

2. COMPLIANCE WITH LABOUR REGULATIONS :

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

The employees of the Contractor and the Sub-Contractor in no case shall be treated as the employees of the
Employer at any point of time.

SALIENT FEATURES OF SOME MAJOR LABOUR LAWS APPLICABLE TO ESTABLISHMENTS


ENGAGED IN BUILDING AND OTHER CONSTRUCTION WORK
(The law as current on the date of bid opening will apply)

a) Workmen Compensation Act 1923: The Act provides for compensation in case of injury by accident arising
out of and during the course of employment.

b) Payment of Gratuity Act 1972: Gratuity is payable to an employee under the Act on satisfaction of certain
conditions on separation if an employee has completed 5 years service or more or on death the rate of 15 days
wages for every completed year of service. The Act is applicable to all establishments employing 10 or more
employees.

c) Employees P.F. and Miscellaneous Provision Act 1952 (since amended): The Act Provides for monthly
contributions by the employer plus workers @ 10% or 8.33%. The benefits payable under the Act are :

(i) Pension or family pension on retirement or death, as the case may be.

(ii) Deposit linked insurance on the death in harness of the worker.

(iii) payment of P.F. accumulation on retirement/death etc.

d) Maternity Benefit Act 1951: The Act provides for leave and some other benefits to women employees in case
of confinement or miscarriage etc.

(Re‐Bidding) 22nd Km. Karanpur‐Rajanpur (BRPNN) (51) World Bank Package No.-WBP/PH-I/03/11-12
e) Contract Labour (Regulation & Abolition) Act 1970: The Act provides for certain welfare measures to be
provided by the Contractor to contract labour and in case the Contractor fails to provide, the same are required
to be provided, by the Principal Employer by Law. The Principal Employer is required to take Certificate of
Registration and the Contractor is required to take license from the designated Officer. The Act is applicable to
the establishments or Contractor of Principal Employer if they employ 20 or more contract labour.

f) Minimum Wages Act 1948: The Employer is supposed to pay not less than the Minimum Wages fixed by
appropriate Government as per provisions of the Act if the employment is a scheduled employment.
Construction of Buildings, Roads, Runways are scheduled employments.

g) Payment of Wages Act 1936: It lays down as to by what date the wages are to be paid, when it will be paid
and what deductions can be made from the wages of the workers.

h) Equal Remuneration Act 1979: The Act provides for payment of equal wages for work of equal nature to Male
and Female workers and for not making discrimination against Female employees in the matters of transfers,
training and promotions etc.

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

j) Industrial Disputes Act 1947: The Act lays down the machinery and procedure for resolution of Industrial
disputes, in what situations a strike or lock-out becomes illegal and what are the requirements for laying off or
retrenching the employees or closing down the establishment.

k) Industrial Employment (Standing Orders) Act 1946: It is applicable to all establishments employing 100 or
more workmen (employment size reduced by some of the States and Central Government to 50). The Act
provides for laying down rules governing the conditions of employment by the Employer on matters provided
in the Act and get the same certified by the designated Authority.

l) Trade Unions Act 1926: The Act lays down the procedure for registration of trade unions of workmen and
employers. The Trade Unions registered under the Act have been given certain immunities from civil and
criminal liabilities.

m) Child Labour (Prohibition & Regulation) Act 1986: The Act prohibits employment of children below 14 years
of age in certain occupations and processes and provides for regulation of employment of children in all other
occupations and processes. Employment of Child Labour is prohibited in Building and Construction Industry.

n) Inter-State Migrant workmen’s (Regulation of Employment & Conditions of Service) Act 1979: The Act is
applicable to an establishment which employs 5 or more inter-state migrant workmen through an intermediary
(who has recruited workmen in one state for employment in the establishment situated in another state). The
Inter-State migrant workmen, in an establishment to which this Act becomes applicable, are required to be
provided certain facilities such as housing, medical aid, travelling expenses from home upto the establishment
and back, etc.

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

(Re‐Bidding) 22nd Km. Karanpur‐Rajanpur (BRPNN) (52) World Bank Package No.-WBP/PH-I/03/11-12
p) Factories Act 1948: The Act lays down the procedure for approval at plans before setting up a factory, health
and safety provisions, welfare provisions, working hours, annual earned leave and rendering information
regarding accidents or dangerous occurrences to designated authorities. It is applicable to premises employing
10 persons or more with aid of power or 20 or more persons without the aid of power engaged in
manufacturing process.

3. SUB-CONTRACTING (GCC Clause 7)


Please add the following as Clause 7.2:

The contractor shall not be required to obtain any consent from the employer for:

a) the sub-contracting of any part of the Works for which the Sub-contractor is named in the contract;
b) the provision of labour; and
c) the purchase of materials which are in accordance with the standards specified in the Contract.

Beyond this if the contractor proposes sub-contracting any part of the work during execution of works, because
of some unforeseen circumstances to enable him to complete the work as per terms of the contract, the
Engineer will consider the following before according approval:

- The contractor shall not sub-contract the whole of the Works.

- The contractor shall not sub-contract any part of the Work without prior consent of the Engineer. Any
such consent shall not relieve the contractor from any liability or obligations under the contract and he
shall be responsible for the acts, defaults and neglects of any sub-contractor, his agents or workmen as
fully as if they were the acts, defaults or neglects of the contractor, his agents or workmen.

- The Engineer should satisfy whether (a) the circumstances warrant such sub-contracting; and (b) the sub-
contractors so proposed for the Work possess the experience, qualifications and equipment necessary for
the job proposed to be entrusted to them in proportion to the quantum of work to be sub-contracted.

- If payments are proposed to be made directly to that sub-contractor, this should be subject to specific
authorization by the prime contractor so that this arrangement does not alter the contractor's liability or
obligations under the contract.

4. ARBITRATION (GCC Clause 25.3)


The procedure for arbitration will be as follows :

25.3 (a) In case of Dispute or difference arising between the Employer and a domestic contractor relating to any
matter arising out of or connected with this agreement, such disputes or difference shall be settled in
accordance with the Arbitration and Conciliation Act, 1996. The arbitral tribunal shall consist of 3
arbitrators one each to be appointed by the Employer and the Contractor. The third Arbitrator shall be
chosen by the two Arbitrators so appointed by the Parties and shall act as Presiding Arbitrator. In case
of failure of the two Arbitrators appointed by the parties to reach upon a consensus within a period of
30 days from the appointment of the arbitrator appointed subsequently, the Presiding Arbitrator shall be
appointed by “The Chairman, The Institution of Engineers(India), Bihar State Centre , Patna”.
_____________________________________________
(Note: 1. All bidders are expected to indicate clearly in the bid, if they proposed sub-contracting elements of the works amounting to more than 20 percent
of the Bid Price. For each such proposal the qualification and the experience of the identified sub-contractor in the relevant field should be furnished
alongwith the bid to enable the employer to satisfy himself about their qualifications before agreeing for such sub-contracting and include it in the contract.
In view of the above, normally no additional sub-contracting should arise during execution of the contract.
2. However, [a] sub contracting for certain specialized elements of the work is not unusual and acceptable for carrying out the works more
effectively; but vertical splitting of the works for subcontracting is not acceptable. [b] In any case, proposal for sub-contracting in addition
to what was specified in bid and stated in contract agreement will not be acceptable if the value of such additional sub-contracting
exceeds 25% of value of work which was to be executed by Contractor without sub-contracting.
3. Assignment of the contract may be acceptable only under exceptional circumstances such as insolvencies/liquidation or
merger of companies etc.

(Re‐Bidding) 22nd Km. Karanpur‐Rajanpur (BRPNN) (53) World Bank Package No.-WBP/PH-I/03/11-12
(b) In the case of dispute with a Foreign contractor the dispute shall be settled in accordance with
provisions of UNCITRAL Arbitration Rules. The Arbitral Tribunal shall consist of three Arbitrators
one each to be appointed by the Employer and the Contractor. The third Arbitrator shall be chosen by
the two Arbitrators so appointed by the Parties, and shall act a presiding Arbitrator. In case of failure
of the two Arbitrators appointed by the parties to reach upon a consensus within a period of 30 days
from the appointment of the Arbitrator appointed subsequently, the Presiding Arbitrator shall be
appointed by “The Chairman, The Institution of Engineers(India), Bihar state centre , Patna
(c) If one of the parties fails to appoint its Arbitrator in pursuance of sub-clause (a) and (b) above within 30
days after receipt of the notice of the appointment of its Arbitrator by the other party, then the
Chairman, The Institution of Engineers(India), Bihar State Centre , Patna, both in cases of the Foreign
Contractor as well as Indian Contractor, shall appoint the arbitrator. A certified copy of the order of
The Chairman, The Institution of Engineers(India), Bihar State Centre , Patna., making such an
appointment shall be furnished to each of the parties.

(d) Arbitration proceedings shall be held at Patna, India, and the language of the arbitration proceedings
and that of all documents and communications between the parties shall be English.

(e) The decision of the majority of Arbitrators shall be final and binding upon both parties. The cost and
expenses of Arbitration proceedings will be paid as determined by the arbitral tribunal. However, the
expenses incurred by each party in connection with the preparation, presentation, etc. of its proceedings
as also the fees and expenses paid to the Arbitrator appointed by such party or on its behalf shall be
borne by each party itself.

(f) Where the value of the contract is Rs.50 millions and below, the disputes or differences arising shall be
referred to the Sole Arbitrator. The Sole Arbitrator should be appointed by agreement between the
parties; failing such agreement, by the appointing authority, namely “The Chairman, The Institution of
Engineers(India), Bihar State Centre , Patna”

(g) Performance under the contract shall continue during the arbitration proceedings and payments due to
the contractor by the owners shall not be withheld, unless they are the subject matter of the arbitration
proceedings.

5. PROTECTION OF ENVIRONMENT:
Add the following as GCC Clause 16.2:

The contractor shall take all reasonable steps to protect the environment on and off the Site and to avoid
damage or nuisance to persons or to property of the public or others resulting from pollution, noise or other
causes arising as a consequence of his methods of operation.

During continuance of the contract, the contractor and his sub-contractors shall abide at all times by all existing
enactments on environmental protection and rules made thereunder, regulations, notifications and bye-laws of
the State or Central Government, or local authorities and any other law, bye-law, regulations that may be passed
or notification that may be issued in this respect in future by the State or Central Government or the local
authority.

Salient features of some of the major laws that are applicable are given below :

The Water (Prevention and Control of Pollution) Act, 1974, This provides for the prevention and control of
water pollution and the maintaining and restoring of wholesomeness of water. 'Pollution' means such
contamination of water or such alteration of the physical, chemical or biological properties of water or such
discharge of any sewage or trade effluent or of any other liquid, gaseous or solid substance into water (whether
directly or indirectly) as may, or is likely to, create a nuisance or render such water harmful or injurious to
public health or safety, or to domestic, commercial, industrial, agricultural or other legitimate uses, or to the life
and health of animals or plants or of aquatic organisms.

The Air (Prevention and Control of Pollution) Act, 1981, This provides for prevention, control and abatement
of air pollution. 'Air Pollution' means the presence in the atmosphere of any 'air pollutant', which means any
solid,

(Re‐Bidding) 22nd Km. Karanpur‐Rajanpur (BRPNN) (54) World Bank Package No.-WBP/PH-I/03/11-12
liquid or gaseous substance (including noise) present in the atmosphere in such concentration as may be or tend
to be injurious to human beings or other living creatures or plants or property or environment.

The Environment (Protection) Act, 1986, This provides for the protection and improvement of environment and
for matters connected therewith, and the prevention of hazards to human beings, other living creatures, plants
and property. 'Environment' includes water, air and land and the inter-relationship which exists among and
between water, air and land, and human beings, other living creatures, plants, micro-organism and property.

The Public Liability Insurance Act, 1991, This provides for public liability insurance for the purpose of
providing immediate relief to the persons affected by accident occurring while handling hazardous substances
and for matters connected herewith or incidental thereto. Hazardous substance means any substance or
preparation which is defined as hazardous substance under the Environment (Protection) Act 1986, and
exceeding such quantity as may be specified by notification by the Central Government.

[Employers should note that the Loan Agreement between IBRD and the borrowing country may establish
specific measures to be taken during construction of the Works for the protection of the environment. Sub-
clause 16.2 should be modified/expanded to take into account such specific measures or other measures
considered appropriate by the Employer]

6. LIQUIDATED DAMAGES:

Sub-clause 49.1:

Please substitute the last sentence with the following:

“Time is the essence of the contract and payment or deduction of liquidated damages shall not relieve the
contractor from his obligation to complete the work as per agreed construction program and milestones or from
any other of the contractor’s obligations and liabilities under the contract.”

(Re‐Bidding) 22nd Km. Karanpur‐Rajanpur (BRPNN) (55) World Bank Package No.-WBP/PH-I/03/11-12
SECTION – 4

CONTRACT DATA

(Re‐Bidding) 22nd Km. Karanpur‐Rajanpur (BRPNN) (56) World Bank Package No.-WBP/PH-I/03/11-12
Contract Data

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

The following documents are also part of the Contract: Clause Reference

· The Schedule of Operating and Maintenance Manuals [58]


· The Schedule of Other Contractors [8]
· The Schedule of Key Personnel [9]

· The Methodology and Program of Construction & Environmental Management Plan [27]
· The Schedule of Key and Critical equipment to be deployed [27]
on the work as per agreed program of construction

· Site Investigation reports [14]

The Borrower is Government of India, Sub borrower is GOB [1.1]

The World Bank means ”International Development Association (IDA), “ [1.1]


and loan refers to an “IDA Credit”,

The Employer is

Name: Bihar Rajya Pul Nirman Nigam Ltd., Patna (1.1)


Address: Bihar Rajya Pul Nirman Nigam Ltd.
7, Sardar Patel Marg, Patna-800015 (Bihar)

Name of authorized Representative : Managing Director,


Bihar Rajya Pul Nirman Nigam Ltd.
7, Sardar Patel Marg, Patna-800015 (Bihar)
The Engineer is (1.1)

Name: Deputy Chief Engineer (North Bihar Circle)


Address: 7 Sardar Patel Marg, Patna-800015 (Bihar)
Name of Authorized Representative: (i) Senior Project Engineer,
World Bank Project Special Division.
Bihar Rajya Pul Nirman Nigam Ltd., Patna
Daroga Rai Path, Patna-800001 (Bihar)
(ii) Project Engineer,
World Bank Project Special Division.
Bihar Rajya Pul Nirman Nigam Ltd.

The Adjudicator appointed jointly by the Employer and Contractor is:

*Name : _____________________________________ (1.1)


*Address : ______________________________________________________________________
(*to be filled in after the Adjudicator has been appointed)
The name and identification number of the Contract is
Construction of H.L. R.C.C . Bridge with its approach road in 22nd Km of Karanpur-Rajanpur road in the
District of Saharsa. (Bihar). Bid No.: WBP/PH-I/3/2011-12

The Works consist of Construction of Pile foundation, sub-structure RCC super structure and approach road.
The Start Date shall be 7 days after the date of issue of notice to proceed with the work. (1.1)

(Re‐Bidding) 22nd Km. Karanpur‐Rajanpur (BRPNN) (57) World Bank Package No.-WBP/PH-I/03/11-12
The Intended Completion Date for the whole of the Works is 15 calendar months with the following milestones:
Milestone dates:
Physical works to be completed Period from the Start date of the work

Milestone 1 i.e. Foundation 75%, Sub structure 25 % 6 calendar months.


(Foundation means piling work including pile cap all complete job.)
Milestone 2 i.e. Foundation 100% Sub structure 100%, Super structure 33% 9 calendar months.
(Sub structure means pier and abutment, shaft with cap inclusive of all complete job.)
Milestone 3 i.e. Super structure 100%, Approach road & Protection work 100% 12 calendar months.
(Super structure means Girder, deck, railing, wearing coat all complete job.)
(Project to be completed in all respect.)

The following documents also form part of the Contract: [2.3]

Credential of the Bidder

The Contractor shall submit a revised Program including Environmental


Management Plan and traffic management Plan for the Works (in such form and detail as the
engineer shall reasonably prescribe) within 14 days of
delivery of the Letter of Acceptance. [27]

[This program should be in adequate detail and generally conform to the program submitted alongwith bid in
response to ITB Clause 4.3 (k) and take into account the comments given in letter of acceptance. Deviations if any
from that should be clearly explained and should be satisfactory to the Engineer]

The Site Possession Dates shall be: 30th June, 2014 [21]

The Site is located at 5th km of Simri-Bakhtiyarpur road in the District of Saharsa, Bihar [1]
and is defined in drawings nos. 01 to Drawing No. 13 and Site location map 1 Nos.
________________________________________________________

The Defects Liability Period is 365 days from the date of certification of completion of works. (where sectional
completion certificate is issued this will apply from those dates for those sections). [35]

Insurance requirements are as under: [13]

Minimum Cover for Maximum deductible for


Insurance Insurance

(i) Works and Plant and


Materials which (Total Contract Value) (5% Total Contract Value)
go into the works
(ii) Loss or damage to
Equipment (Equipment Cost) (5%Equipment Cost)

(iii) Other Property ` 50,00,000/- ` 2,50,000/- (Two Lac Fifty


(Fifty Lac) Thousand)
(iv) Personal injury or death
insurance:
` 20,00,000/- ` 1,00,000/-/-
a) for other people; (Twenty Lac) (One Lac)

b) for Contractor’s In accordance with the statutory requirements applicable


Employees to India

The following events shall also be Compensation Events: [44]


1. As per clause 44 of condition of contract
(Re‐Bidding) 22nd Km. Karanpur‐Rajanpur (BRPNN) (58) World Bank Package No.-WBP/PH-I/03/11-12
The period between Program updates shall be 60 days. [27]

The amount to be withheld for late submission of an updated


Program shall be ` 10.00 Lac. [27]

The language of the Contract documents is English [3]

The law which applies to the Contract is the laws of Union of India [3]

The currency of the Contract is Indian Rupees. [46]

Fees and types of reimbursable expenses to be paid to the Adjudicator [25]

Daily fee @ ` 6,000/- and reimbursable expenses (Conveyance & accommodation) on Adjudicator working day.

Appointing Authority for the Adjudicator “The Chairman, The Institution of Engineers(India), Bihar State Centre ,
Patna” [26]

The formula(e) for adjustment of prices are: [47]

R = Value of work as defined in Clause 47.1 of Conditions of Contract.

Adjustment for labour component

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

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

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

Lo = the average consumer price index for industrial workers for Munger centre for the quarter
preceding the date of opening of Bids as published by Labour Bureau, Ministry of Labour,
Government of India.

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

Pl = Percentage of labour component of the work.

Adjustment for cement component

(ii) Price adjustment for increase or decrease in the cost of cement procured by the contractor shall be paid
in accordance with the following formula.

Vc = 0.85 x Pc/100 x R x (Ci - Co)/Co

Vc = Increase or decrease in the cost of work during the quarter under consideration due to changes in
the rates for cement

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

Ci = The all India average wholesale price index for cement for the quarter under consideration as
published by Ministry of Industrial Development, Government of India, New Delhi

(Re‐Bidding) 22nd Km. Karanpur‐Rajanpur (BRPNN) (59) World Bank Package No.-WBP/PH-I/03/11-12
Pc = Percentage of cement component of the work

Adjustment for steel component

(iii) Price adjustment for increase or decrease in the cost of steel procured by the Contractor shall be paid in
accordance with the following formula:

Vs = 0.85 x Ps/100 x R x (Si - So)/So

Vs = Increase or decrease in the cost of work during the quarter under consideration due to changes in
the rates for steel

So = The all India average wholesale price index for steel (Bars and Rods) for the quarter preceding the
date of opening of Bids as published by the Ministry of Industrial Development, Government of
India, New Delhi

Si = The all India average wholesale price index for steel (Bars and Rods) for the quarter under
consideration as published by Ministry of Industrial Development, New Delhi

Ps = Percentage of steel component of the work

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

Adjustment of Bitumen component

(iv) Price adjustment for increase or decrease in the cost of bitumen shall be paid in accordance with the
following formula:

Vb = 0.85 x Pb/100 x R x (Bi - Bo)/Bo

Vb = Increase or decrease in the cost of work during the quarter under consideration due to changes in
the rate for bitumen.

Bo = The average official retail price of bitumen at the IOC depot at Barauni on the day 30 days prior
to date of opening of Bids.

Bi = The average official retail price of bitumen at IOC depot at Barauni for the 15th day of the
middle calendar month of the quarter under consideration.

Pb = Percentage of bitumen component of the work.

Adjustment of POL (fuel and lubricant) component

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

Vf = 0.85 x Pf/100 x R x (Fi - Fo)/Fo

Vf = Increase or decrease in the cost of work during the quarter under consideration due to changes in
rates for fuel and lubricants.
Fo = The average official retail price of High Speed Diesel (HSD) at the existing consumer pumps of
IOC at Saharsa on the day thirty days prior to the date of opening of Bids.
Fi = The average official retail price of HSD at the existing consumer pumps of IOC at Saharsa for
the 15th day of the middle calendar month of the quarter under consideration.
Pf = Percentage of fuel and lubricants component of the work.
Note: For the application of this clause, the price of High Speed Diesel oil has been chosen to represent
fuel and lubricants group.

(Re‐Bidding) 22nd Km. Karanpur‐Rajanpur (BRPNN) (60) World Bank Package No.-WBP/PH-I/03/11-12
Adjustment for Plant and Machinery Spares component

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

Vp = 0.85 x Pp/100 x R x (Pi - Po)/Po

Vp = Increase or decrease in the cost of work during the quarter under consideration due to changes in
the rates for plant and machinery spares

Po = The all India average wholesale price index for heavy machinery and parts for the quarter
preceding the date of opening of Bids as published by the Ministry of Industrial Development,
Government of India, New Delhi

Pi = The all India average wholesale price index for heavy machinery and parts for the quarter under
consideration as published by Ministry of Industrial Development, New Delhi

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

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

(vii) Price adjustment for increase or decrease in cost of local materials other than cement, steel, bitumen and
POL procured by the contractor shall be paid in accordance with the following formula:

Vm = 0.85 x Pm/100 x R x (Mi - Mo)/Mo

Vm = Increase or decrease in the cost of work during the quarter under consideration due to changes in
rates for local materials other than cement, steel, bitumen and POL.

Mo = The all India average wholesale price index (all commodities) for the quarter preceding the date
of opening of Bids, as published by the Ministry of Industrial Development, Government of India,
New Delhi.

Mi = The all India average wholesale price index (all commodities) for the quarter under consideration
as published by Ministry of Industrial Development, Government of India, New Delhi.

Pm = Percentage of local material component (other than cement, steel, bitumen and POL) of the work.

The following percentages will govern the price adjustment for the entire contract:
1. Labour - Pl 25 %
2. Cement - Pc 25 %
3. Steel - Ps 25 %
4. Bitumen - Pb 01 %
5. POL - Pf 05 %
6. Plant & Machinery Spares - PP 04 %
7. Other materials - Pm 15 %
Total 100%

The weightings (coefficients) for each of the factors of cost stated in the
table(s) of adjustment data shall only be varied by the Engineer if they have
been rendered unreasonable, unbalanced or inapplicable, as a result of
Variations

The proportion of payments retained (retention money) shall be 6% from each bill subject to a maximum of 5% of
final contract price [48]

The liquidated damages for the whole of the works are ` 18,000.00 (Rupees Eighteen Thousand)
Only per day and that for the milestone are as under : [49]

(Re‐Bidding) 22nd Km. Karanpur‐Rajanpur (BRPNN) (61) World Bank Package No.-WBP/PH-I/03/11-12
For milestone 1 ` 5,000.00 (Rupees Five Thousand ) Only per day
For milestone 2 ` 8,300.00 (Rupees Eight Thousand Three Hundred) Only per day
For milestone 3 ` 18,000.00 (Rupees Eighteen Thousand) Only per day
The maximum amount of liquidated damages for the whole of the works [49]
is ten percent of final contract price.

The amounts of the advance payment are: [51]

Nature of Advance Amount (Rs.) Conditions to be fulfilled

1. Mobilization 5% of the Contract price On submission of un-conditional Bank Guarantee.


(to be drawn before end of 20% of Contract period)

2. Equipment 90% for new and 50% of depreciated After equipment is brought to site as per agreed
value for old equipment. Total construction program (provided the Engineer is
(This advance is amount will be subject to a maxi- satisfied that the equipment is required for
not applicable for mum of 5% of the Contract price. performance of the contract) and on submission of
equipment already unconditional Bank Guarantee for amount of advance.
owned or hired/
leased by the
contractor.)

3. Secured advance 75% of Invoice value or Market a) The materials are in-accordance with the
for non- value - lower of the two. specification for Works;
perishable
materials brought b) Such materials have been delivered to site, and
to site are properly stored and protected against damage
(Such as Cement, or deterioration to the satisfaction of the Engineer.
Steel, Bitumen, The contractor shall store the bulk material in
Stone materials.) measurable stacks.;

c) The Contractor’s records of the requirements,


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

d) The contractor has submitted with his monthly


statement the estimated value of the materials on
site together with such documents as may be
required by the Engineer for the purpose of
valuation of the materials and providing evidence
of ownership and payment thereof;

e) Ownership of such materials shall be deemed to


vest in the Employer for which the Contractor
has submitted an Indemnity Bond in an
acceptable format; and

f) The quantity of materials are not excessive


and shall be used within a reasonable time as
determined by the Engineer.

(The advance payment will be paid to the Contractor no later than 15 days after fulfillment of the above conditions).

Repayment of advance payment for mobilization and equipment: [51]

The advance shall be repaid with percentage deductions from the interim payments certified
by the Engineer under the Contract. Deductions shall commence in the next Interim Payment
Certificate following that in which the total of all such payments to the Contractor has

(Re‐Bidding) 22nd Km. Karanpur‐Rajanpur (BRPNN) (62) World Bank Package No.-WBP/PH-I/03/11-12
reached not less than 15 percent of the Contract Price or 4 (Four) months from the date of
payment of first installment of advance, whichever period concludes earlier, and shall be
made at the rate of 15% of the amounts of all Interim Payment Certificates until such time as
the advance has been repaid, always provided that the advance shall be completely repaid
prior to the expiry of the original time for completion.

Repayment of secured advance:

The advance shall be repaid from each succeeding monthly payments to the extent materials
[for which advance was previously paid pursuant to Clause 51.4 of G.C.C. and 51(3) of
Contract Data on pre page] have been incorporated into the Works.

The Securities shall be for the following minimum amounts equivalent as a percentage of [52]
the Contract Price:

Performance Security for 5% (Five Percent) of contract price plus @ ` 0.25% for 0 to 5% Per Percent Plus
0.5% for 5 to 10% Per Percent Plus 1% for 10 to 15% Per Percent of the bid value as on additional performance
security for serious unbalanced rate.

The standard form of Performance Security acceptable to the Employer shall be an unconditional
Bank Guarantee of the type as presented in Section 8 of the Bidding Documents.

The date by which “as-built” drawings in 2 sets –Including in a compact disc after digitizing it-are required is
within
28 days of issue of certificate of completion of whole or section of the work, as the case may be. [58]

The amount to be withheld for failing to supply “as built” drawings and/or operating and [58]
maintenance manuals required 28 days of issue of certificate of completion of whole work
is ` 20.00 Lakhs or security deposit which ever is less.

The following events shall also be fundamental breach of contract: [59.2]

1. The Contractor has contravened Sub-clause 7 of GCC read with SCC and Clause 9.0 of
GCC
2. The contractor does not adhere to the agreed construction program and agreed
environmental management plan (Clause 27 of GCC) and also fails to take satisfactory
remedial action as per agreements reached in the management meetings (Clause 31) for
a period of 60 days.
3. The contractor fails to carry out of the instructions of Engineer within a reasonable time
determined by the Engineer in accordance with GCC Clause 16.1 and 23.1.

The percentage to apply to the value of the work not completed representing the Employer's [60]
additional cost for completing the Works shall be 20 percent.

(Re‐Bidding) 22nd Km. Karanpur‐Rajanpur (BRPNN) (63) World Bank Package No.-WBP/PH-I/03/11-12
SECTION - 5

SPECIFICATIONS

(Re‐Bidding) 22nd Km. Karanpur‐Rajanpur (BRPNN) (64) World Bank Package No.-WBP/PH-I/03/11-12
TABLE OF CONTENTS

Clause Title

Section/
Clause SPECIFICATIONS Page No.
No.

1 PREAMBLE

2 PART I - GENERAL SPECIFICATIONS

3 PART II - SUPPLEMENTARY SPECIFICATIONS

AMENDMENTS/ MODIFICATIONS / ADDITIONS TO EXISTING CLAUSES OF THE


GENERAL SPECIFICATIONS

100 GENERAL

200 SITE CLEARANCE

300 EARTHWORK, EROSION CONTROL AND DRAINAGE

400 SUB-BASES, BASES (NON-BITUMINOUS) AND


SHOULDERS
500 BASE AND SURFACE COURSES (BITUMINOUS)

700 GEOSYNTHETICS IN ROAD AND BRIDGE WORKS

800 TRAFFIC SIGNS, MARKINGS AND OTHER ROAD APPURTENANCES

900 QUALITY CONTROL FOR ROAD WORKS

1000 MATERIALS FOR STRUCTURES

1100 PILE FOUNDATIONS

1200 WELL FOUNDATION

1500 FORMWORK

1600 STEEL REINFORCEMENT (UNTENSIONED)

1700 STRUCTURAL CONCRETE

1800 PRESTRESSING

2000 BEARINGS

2100 OPEN FOUNDATIONS

2200 SUBSTRUCTURE

2300 CONCRETE SUPER STRUCTURE

2500 RIVER TRAINING WORK AND PROTECTION WORK

2600 EXPANSION JOINTS

2700 WEARING COAT & APPURTENANCES

(Re‐Bidding) 22nd Km. Karanpur‐Rajanpur (BRPNN) (65) World Bank Package No.-WBP/PH-I/03/11-12
PREAMBLE

1. GENERAL

1.1 The Specifications contained herein shall be read in conjunction with the other Bidding
Documents as specified in this Volume.

2. SITE INFORMATION

The information given hereunder and provided elsewhere is given in good faith by the
Employer but the Contractor shall satisfy himself regarding all aspects of site conditions
and no claim will be entertained on the plea that the information supplied by the
Employer is erroneous or insufficient.

Topography

The bridge projects are situated in northern part of Bihar.

2.2 Climate

Bihar has three main seasons: winter from October to February, summer from March to
mid-June, and the monsoon, the period in which most of the rain occurs, from mid-June
to September.

2.3 Seismic activities

The project sites are located in the seismic zone and classified as Zone V as defined in
IRC-6.

(Re‐Bidding) 22nd Km. Karanpur‐Rajanpur (BRPNN) (66) World Bank Package No.-WBP/PH-I/03/11-12
PART 1 – GENERAL SPECIFICATIONS

1.1 The General Specifications shall be the "SPECIFICATIONS FOR ROAD AND BRIDGE
WORKS (Fourth Revision) February 2008 along with other Addendum corrigendum
issued upto 28 days before the final date of submission of the bid issued by the Ministry
of Road Transport and Highways, Government of India and published by the Indian
Roads Congress (IRC) with a cross reference relevant to Bureau of Indian Standards
(BIS) for material or other aspects not covered by IRC.

1.2 Any reference herein to "MOST or MORTH Specifications" or the like shall be deemed
to mean reference to the above-mentioned specifications.

1.3 Copies of the Specifications may be obtained from:

The Secretary
Indian Roads Congress, Jamnagar House
Shahjanan Road
New Delhi 110011
India

PART II - SUPPLEMENTARY SPECIFICATIONS

2.1 The Supplementary Specifications shall comprise various amendments/


modifications/additions to the "SPECIFICATION'S FOR ROAD AND BRIDGE WORKS"
referred to in Part I above and additional specifications for particular items of works not
already covered in Part I.

Where a particular Clause or a part thereof in "SPECIFICATIONS FOR ROAD AND


BRIDGE WORKS (Fourth Revision, February 2008)", referred in Part I above, has been
amended/modified/added to, and incorporated in Part II referred to above, such
amendment/modification/addition shall supersede the original Clause or part of the
Clause.

2.2 When an amended/modified/additional clause supersedes a Clause or part thereof in


the said Specifications, then any reference to the superseded Clause shall be deemed
to refer to the amended/modified/additional clause or part thereof.

2.3 Insofar as amended/modified/additional clauses conflict with or are inconsistent with any
of the provisions of the said Specifications under reference, the
amended/modified/additional clauses shall prevail.

2.4 In the absence of any definite provisions on any particular issue in the aforesaid
Specifications, reference shall be made to the latest codes and specifications of Indian
Road Congress and Bureau of Indian Standards in that order. Where these documents
are silent, the construction and completion of the works shall conform to sound
engineering practice as approved by the Engineer and in the case of any dispute arising
out of the interpretation of the above, the decision of the Engineer shall be final and
binding on the Contractor.

(Re‐Bidding) 22nd Km. Karanpur‐Rajanpur (BRPNN) (67) World Bank Package No.-WBP/PH-I/03/11-12
AMENDMENTS/ MODIFICATIONS / ADDITIONS TO EXISTING CLAUSES OF THE GENERAL
SPECIFICATIONS

SECTION 100 GENERAL

Clause 102 Definitions

The following abbreviations shall be added to this Clause:

MOSRTH Ministry of Shipping Road Transport and Highways, Government of India


BRPNNL Bihar Rajya Pul Nirman Nigam Ltd.
BIS Bureau of Indian Standards
Clause 103 Add at the end of the clause

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

Clause 105 SCOPE OF WORK

Sub Clause-105.2 Add Add the following Para in the end of clause 105.2
Sub-Clause 112.4 Add the following para in the end of Clause 112.4
The Contractor shall be fully responsible for the adequate safety of all site operations and methods
of construction.
The Contractor shall submit to the Engineer detailed proposal covering safety measures proposed
to be adopted at site.
Persistent breaches of the safety provisions by the Contractor and his employees shall constitute a
sufficient cause for action.
The contractor shall also observe the following additional safety provisions:
• All workmen shall use safety helmets at work site, which should be provided by the contractor.
• All workmen shall wear reflective jackets, while working in the traffic movement zone, which
should be provided by the Contractor
• Adequate precautions shall be taken to prevent danger from electric cables, while digging
operation is underway
• Workers employed on bituminous works, stone crushers, concrete batching plants, etc. shall be
provided with protective goggles
• Those engaged in welding work shall be provided with welder protective shields
• All scaffolds, ladders and safety devices shall be maintained in a safe and sound conditions
• All display boards shall be of retro-reflective material and of sizes as per IRC Specifications or as
mentioned in the drawings or as approved by the Engineer.
• All vehicles will have reverse horns
• All workman shall wear air mask while working with fly ash
• In addition, if any directions are given by the ‘Engineer’ to augment the safety measures, the
contractor has to abide by his directions
• A safety officer shall be nominated to prepare safety programme and oversee the safety
arrangements at site

(Re‐Bidding) 22nd Km. Karanpur‐Rajanpur (BRPNN) (68) World Bank Package No.-WBP/PH-I/03/11-12
Sub-Clause 105.3 Add the following below the existing clause.
The Contractor shall establish, adhere to, monitor and maintain an adequate quality assurance
programme (QA-programme) based on the requirements of EN ISO 9002 and EN ISO 9003.
The QA-programme shall cover the quality assurance aspects of all services rendered, all items to
be supplied and all construction activities to be performed under the Contract, also including
temporary structures and equipment which will influence the quality of the completed works or the
progress of the Contract.
The QA-programme shall as a minimum cover subjects listed below:
Organisation and Management Responsibility
Document and data control
Construction programme
Method statements
Process Control
Working, inspection, testing and documentation procedures
Safety and emergency procedures
Control and documentation of purchasing and handling of materials
Non-conformity and corrective action
Internal quality audits
Servicing
Education and training of staff
Site Environmental Plan
Site Management Plan

The general procedures of the QA-programme shall be submitted to the Engineer for approval not
later than twenty eight days after the date of receipt of letter of acceptance. The special part of the
QA-programme shall be submitted successively to the effect that it shall have been approved prior
to the commencement of the activities to which the programme shall apply.

Sub-Clause 105.5 Add the following as clause 105.5


Contractor shall take steps to minimise the negative impact of construction operations on
environment.

Clause 106 CONSTRUCTION EQUIPMENT

(Re‐Bidding) 22nd Km. Karanpur‐Rajanpur (BRPNN) (69) World Bank Package No.-WBP/PH-I/03/11-12
Clause 106(a) Add the following sentence: "The trial run is to be carried out for laying of the relevant pavement
material concrete and any other it is not to be part of the permanent works."

Add Sr. No.(g)

"Adequate standby equipment including spare parts shall be available."

Add Sr. No. (h)

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

Add Sr. No. (i)

"The Contractor shall furnish to the Engineer the detailed technical literature and other relevant
documents regarding the performance of plant/equipment for approval prior to purchase or
mobilisation on site.”

Add Sr. No. (j)

"The Contractors shall install the hot mix plant (HMP) at such location/locations such that the
maximum distance between the HMP and the laying site shall not exceed 50 kms."

Add Sr. No. (k)

“The Contractor shall install the Batching Plant (BP) at location/locations such that the distance
between the BP and the laying site shall be as close as possible depending upon the setting time of
concrete.

Clause 107 CONTRACT DRAWINGS

Sub-Clause 107.3 Add the following after the end of the paragraph in Sub Clause 107.3

"After careful study of the drawings issued by the Engineer, the Contractor shall prepare, where
necessary all supplementary and working drawings with necessary field/construction information
and the like for adequacy of construction methods and procedure etc. and shall submit the same to
the Engineer for approval prior to construction progressively according to the work programme
accepted by the Engineer who shall be given not less than 21 days for any review of these
supplementary/working drawings and as directed, the contractor-shall modify the drawings
incorporating the comments and requirement of the Engineer."

Clause 108 SITE INFORMATION

Sub-Clause 108.4 Delete this clause and replace with:

"The Contractor shall be responsible for identifying and locating quarries and other sources from
which naturally occurring materials are available, and is deemed to have identified and inspected
suitable quarries, borrow areas, etc. to assess the availability of construction material in required
quantity and quality before quoting his rates for the work".

Clause 109 SETTING OUT

Sub-Clause 109.8 Add the following paragraph in the sub clause 109.8:

Surveying Equipment and Personnel

(Re‐Bidding) 22nd Km. Karanpur‐Rajanpur (BRPNN) (70) World Bank Package No.-WBP/PH-I/03/11-12
The Contractor shall provide the necessary surveying equipment, accessories, surveyors and
labourers required for setting out and related measurements. The Surveying equipment shall be of
high standard of manufacture as approved by the Engineer, in good working condition with
adequate numbers and shall include inter alia the following:
(i) Precision automatic level with micrometer with tripod and levelling staff reading to 5mm
accuracy by erect observation and to 1 mm accuracy by estimation or better.
(ii) Theodolites with tripod - Electronically operated with computerized output attachment
reading to 20 second: of angle -accuracy or better.
(iii) Total station with 2 spare batteries and a charter, three tripods plus tangents sufficient for a
4 km range, together with an electronic data reorder, 6 data packs and all necessary
software for operation.
(iv) Precision staffs
(v) 3-meter straight edge and measuring wedge fitted with handles, wedges 100mm height and
1mm accuracy.
(vi) Field umbrellas
(vii) Ranging rods 50mm diameter 3 m long straight with one end each metallic, conical and
painted alternatively black and white along the length.
(viii) Camber templates 2 lane fitted with handles.

(ix) Steel tape graduated in meters, centimetres and millimeters


1. 10m long
2. 20m long
3. 50m long
4. Reference markers and pegs
The Contractor shall maintain the surveying equipment in good condition during the full duration of
.works and replace the ones, which get worn out or otherwise become unworkable.

The surveying equipment and related resources shall be provided under the general obligations of
the Contractor requiring no separate payment

Sub-Clause 109.9 Delete 2nd and 3rd sentences and add the following:
“Setting out of the road alignment and measurement of angles shall be done by using Total Station”

Sub-Clause 109.10 Add new sub-clause:

"Before carrying out any survey work the Contractor shall submit to the Engineer for approval of
equipment to be used for survey. The Contractor shall maintain calibration records for all such
equipment in his site office, available at all times for inspection by the Engineer."

Clause 110 PUBLIC UTILITIES

Sub-Clause 110.1 REVISE THE CLAUSE AS UNDER:

"Existing services like water pipes, sewers, oil pipelines, cables, gas ducts, etc. owned by various
authorities including Public Undertakings and Local Authorities shall be checked and located by the
Contractor prior to commencement of work.”

Sub-Clause 110.2 REVISE THE CLAUSE AS UNDER:

"The Contractor's programme shall take into account the period of notice and duration of
diversionary works of each body as existing at site. The Contractor shall also allow for any effect of
these services and alterations upon the Works and for arranging regular meetings with the various
bodies at the commencement of the Contract and throughout the period of the Works in order to
maintain the required co-ordination During the period of the Works, the Contractor shall have no
objection if the public utility bodies vary their decisions in the execution of their proposals in terms of
programme and construction, provided that, in the opinion of the Engineer, the Contractor has
received reasonable notice thereof before the relevant alterations are put in hand."

Sub-Clause 110.3 This Sub Clause shall read as under:


(Re‐Bidding) 22nd Km. Karanpur‐Rajanpur (BRPNN) (71) World Bank Package No.-WBP/PH-I/03/11-12
"Any utility likely to be affected by the Contractor's work shall be brought to the notice of the
Engineer/Employer and such work shall be undertaken only after getting written clearance from the
Engineer."

Sub-Clause 110.6 Add the following at the end.


For coordinating the work of cutting of trees, shifting of utilities and removal of encroachments, etc.
no separate payment will be made and these will be incidental to the work.

Clause 111 PRECAUTIONS FOR SAFEGUARDING THE ENVIRONMENT


Sub-Clause 111.1 General

Add the following after the first paragraph:

Vehicles and machinery used for road construction are to be regularly maintained to conform to
SPCB (State Pollution Control Board) norms. Blasting as per Indian Explosive Act will be adopted.
People living near such blasting site should have prior information of operation hours. Workers at
blasting site will be provided with ear plugs. Vehicle transporting earth materials will be covered.
Water shall be spread to control the dust.
Degraded materials and waste water shall be disposed into the Septic Tank and soak pits etc. The
contractor will make arrangement to clean up the spoil as soon as the work finishes in a stretch. If
such sites are located outside the ROW, restoration of the site to a level acceptable to the land
owner will be done with in time period agreed between land owner and the contractor. Spilling of oil
and bituminous products during construction phase will be avoided to reduce the chances of
contamination of surface as well as ground water. The construction camps shall be situated at
places involving least risks of the nature considering the factors like ground slopes, under ground
water table and shall confirm to local building regulations, as applicable.
Construction camps shall be properly located to avoid contamination of water through wastewater
drainage into river and canals. Seasonal pollution issues may arise when flow of river is slow. To
prevent such contamination, wastewater generated at campsite will be discharged in soak pits. For
human excreta, proper disposal through Septic Tanks or deep trenches will be done.

"The Contractor shall preserve existing trees, plants and other vegetation that are to remain within
or adjacent to the works and shall use every precaution necessary to prevent damage or injury
thereto.

On completion of the Works, all areas disturbed by the Contractor's construction activities shall be
restored to their original condition, or as may be acceptable to the Engineer. The cost of this work
shall be deemed to be included in the rates generally.

Sub-Clause 111.4 Control of Soil Erosion, Sedimentation and Water Pollution

Add the following sentence:

"The Contractor shall ensure that there is good drainage to all construction areas, to avoid creation
of stagnant water bodies."

Sub-Clause 111.5 Pollution from Batching Plants and Hot Mix Plants

Add the following paragraph at the end of this Sub-Clause:

"The Concrete Batching Plant / Hot Mix Plants (HMP) shall be" sited at least 500 metres away from
(Re‐Bidding) 22nd Km. Karanpur‐Rajanpur (BRPNN) (72) World Bank Package No.-WBP/PH-I/03/11-12
the nearest habitation and forest reserve. The Plant shall be fitted with a dust extraction unit in order
that the exhaust gases comply with the requirement of the relevant current emission control
legislation, namely the Bihar State Air Pollution Act and the Environment Protection Act 1986, as
enforced by Government of Bihar. All operations of plant shall be undertaken in accordance with
the current rules and regulations for protection of the environment. The Contractor shall obtain all
regulatory clearances for establishing and operating all Plants from the relevant regulatory/Statutory
authorities.

Sub-Clause 111.6 Substance Hazardous to Health

Add the following after the first paragraph:

"The use of any herbicide or other toxic chemical shall be strictly in accordance with the
manufacturer's instructions. The Engineer shall be given at least 6 working day's notice of the
proposed use of any herbicide or toxic chemical.

A register of all herbicides and other toxic chemicals delivered to the site shall be kept and
maintained up to date by the Contractor. The register shall include the trade name, physical
properties and characteristics, chemical ingredients, health and safety hazard information, safe
handling and storage procedures, and emergency and first aid procedures for the product."

Sub-Clause 111.13 Add new Sub-Clause:

"The discharge standards promulgated under the Environment Protection Act, 1986 shall be
adhered to strictly. All waste arising from the project is to be disposed of in a manner which is
acceptable to the State Pollution Control Board and the Engineer.

All vehicles and machinery employed in the execution of the works shall be regularly maintained to
ensure that pollutant emission levels comply with the relevant requirements of current pollution
control legislation. During routine servicing operations, the effectiveness of exhaust silencers shall
he checked and, if found to be defective, shall be replaced. Notwithstanding this requirement, noise
levels from any item of plant shall comply with the relevant legislation for levels of sound emission.
Non-compliant plant shall be removed from the site.
Vehicle maintenance and refueling shall be carried out in such fashion that spillage of fuel and
lubricants does not contaminate all around or adjacent watercourses. "oil interceptor" shall be
provided for wash down and refueling areas. Fuel storage shall be in proper bunked areas. All silt
and collected petroleum products shall be disposed of in accordance with the relevant legislation.

Sub-Clause 111.14 Add the following new Sub -Clause:

"All temporary accommodation shall be constructed and maintained in such a fashion that
uncontaminated water is available for drinking, cooking and washing. The sewerage system for the
camp shall be properly designed, built and operated so that no health hazard occurs and no
pollution to the air, ground or adjacent water courses occurs. Compliance with the relevant
legislation shall be strictly adhered to. Garbage bins shall be provided and regularly emptied and
the garbage disposed of in a hygienic manner.

Construction camps shall be sited away from vulnerable people and adequate health care is to be
provided for the work force.”

Sub-Clause 111.15 Add the following new Sub-Clause:

All works are to be carried out in such a fashion that damage or disruption to flora and fauna is
reduced to a minimum.

Sub-Clause 111.16 Add the following new Sub-Clause:

“The costs of compliance with Clause 111 is not payable separately but shall be deemed to be
included in the rates for items included in the Bills of Quantities, Refer to Clause 114.2(xv).”

(Re‐Bidding) 22nd Km. Karanpur‐Rajanpur (BRPNN) (73) World Bank Package No.-WBP/PH-I/03/11-12
Clause 112 ARRANGEMENTS FOR TRAFFIC DURING CONSTRUCTION

Sub-Clause 112.1 General

Delete the last sentence and add the following:

“The Contractor shall submit for the Engineer's approval a Traffic Management Plan five days prior
to commencement of the temporary/permanent works in each area or location to avoid
inconvenience to the villagers.

Temporary diversions shall be constructed only with the approval of the Engineer.”

Sub-Clause 112.3 Add the following at the end of this Clause.


Where the new highway crosses or joins with an existing state highway, or an established road or
cart track, the highway, road or cart track shall be kept open at all times. In case the Engineer
specifically orders to construct and maintain diversion as described below, the same will be paid for.

Substitute 1st para of the clause as below:


The execution of works of Earthwork, GSB, WMM and MSS required for paved shoulder as
described in Clause 112.2 shall be executed, measured and paid in the relevant items of work in the
contract.
Add at the end of clause as below:
The provisions for traffic safety, traffic control and maintenance of diversion and traffic control
devices as described in Clause 112.1, 112.4 and 112.5 and conforming to IRC:SP:55:2001 shall be
measured and paid in linear kilometer of barricading or protection and will include provision of
bollards, signs, flash lights etc. The contract unit rate shall be full compensation for complete works
specified in the afore said clauses and shall cover the cost of deployment of all the measures any
number of times depending upon the requirement of each activity / sub activity of work up to
completion. The measurement of linear kilometer will further cover the deployment of measures
either on one side or both sides of works as per requirement / programme of work. The
measurement of work shall not exceed the total length of package work.
Sub-Clause 112.7 Side Roads and Property Accesses
(new)
Add the following new Sub-Clause:

At all times, the Contractor shall provide safe and convenient passage for vehicles, pedestrians and
livestock to and from side roads and property accesses connecting to the roadway. Work which
affects the use of side roads and existing accesses shall not be undertaken without providing
adequate provisions to the prior satisfaction of the Engineer.

Clause 113 General Rules for the Measurement of Works for Payment

Sub-Clause 113.2 Measurements for Lead of Materials

Delete this Clause and replace with:

"The rates in the Bills of Quantities are deemed to include the costs of haulage from source of
supply to the site for all materials required for the Works.”

Sub-Clause 113.3 Measurement of Pavement Thickness for Payment on Volume Basis

Delete the second sentence of the second paragraph and substitute as below:

"On two-lane roads, levels shall be taken transversely at five positions, at 0.75m and 2.75m from
either edge of the carriageway and one at centre of the carriageway. In the case of
intermediate/single lane roads levels shall be taken transversely at three positions, at I.25m from
either edge of the carriageway and one at the centre”

(Re‐Bidding) 22nd Km. Karanpur‐Rajanpur (BRPNN) (74) World Bank Package No.-WBP/PH-I/03/11-12
Add at the end of sixth paragraph of clause 113.3:

"In case of WMM camber correction course, levels shall be taken before and after laying camber
corrective course. The levels so taken shall be plotted by the Contractor and new levels calculated
by the Contractor for the camber correction course and submitted to the Engineer for approval."

Clause 114 SCOPE OF RATES FOR DIFFERENT ITEMS OF WORK

Sub-Clause 114.2 Item (ii) of clause 114.2 shall read as follow:

"A detailed resources based construction programme (using computerized critical network method)
in a form which facilitates control of the progress of the works and consequences of any changes in
terms of time. The programme shall also include detailed activities for the submission and approval
of materials, procurement of critical material and equipment, fabrication of special products /
equipment and their installation and testing and for all activities of the Contractor that are likely to
affect the progress of work, etc. including updating all such activities on the basis of decisions taken
at the periodic site review meetings or as directed by the Engineer. The Contractor shall submit
data via electronic media to the Engineer in a form readily compatible with the Engineer's planning
system."

Add to Sub-Clause 114.2:

"(xvii) Cost of all provisions for safety of workmen and the general public at the work sites as well as
at the contractor camp (s), plant sites and other installation.

(xviii Cost of establishment of Contractor's camp, offices and other facilities necessary for the
execution and control of the works.

(xix) Monthly progress report in a format acceptable to the Engineer. The report shall state the
progress which has been achieved compared the planned progress, illustrate delays in proportion
to the progress planned, analyse the consequences and state planned corrective measures.
Intermediate progress reports may also be required.

(xx) The first issue of the detailed construction programme including the detailed description of the
system and the procedures shall be submitted to the engineer for acceptance not later than 28 days
after the date of receipt of the letter of acceptance."

Clause 115 METHODOLOGY AND SEQUENCE OF WORK

The clause shall read as follows:

Prior to start of the construction activities at site, the contractor shall within 30 days after the date of
the letter of acceptance submit to the Engineer for the approval a the detailed construction method
statement. The method statement shall be submitted in two parts.

The general part of the method statement shall describe the contractor's proposals regarding
preliminary works, common facilities, and items that require consideration at the early stage of the
contract. The general part shall be used along with the first issue of the construction programme
[Refer clause 114.2(ii)] and shall include information on:

(a) Sources of materials like coarse aggregate and fine aggregate, quantity and quality of
materials available, in different sources;

(b) Sources of manufactured materials like cement, steel reinforcement, prestressing strands
and bearings. Wherever possible the contractor shall identify at least two sources for each
of the items; he shall also submit samples / test certificates of recently manufactured
materials for the consideration of the Engineer

(Re‐Bidding) 22nd Km. Karanpur‐Rajanpur (BRPNN) (75) World Bank Package No.-WBP/PH-I/03/11-12
(c) Locations of site facilities like batching plant, hot mix plant, aggregate processing plant, etc.

(d) Details of facilities/approaches for transportation of personnel, equipment and materials like
concrete for construction of pavements, foundations and substructures in riverbed.

(e) Information on procedures to be adopted by the Contractor for prevention and mitigation. of
negative environmental impact due to construction activities.

(f) Any other information required by the Engineer subsequent to the scrutiny of the method
statement submitted along with the bid.

The general part of the Q.A. Programme shall accompany the method statement.

The special part of the method statement shall be submitted to the Engineer by the contractor for
each important item of work like construction of embankments and sub grade, pavements,
pile foundations/well foundations, concreting, concrete superstructure and for any other item as
directed by the Engineer. These statements shall be submitted at least 4 weeks in advance of the
commencement of the activity or item of work, unless otherwise stipulated in the contract. The
statement shall give information on:

(i) Details of personnel both for execution and quality control of the work.
(ii) Equipment deployment with details of number of units, capacity, standby arrangements.
(iii) Sequence of construction, details of temporary or enabling works like diversions.
cofferdams, formwork including specialised equipment for superstructure, details of
borrow areas. method of construction of embankment and sub-grade, pavements, piles,
concreting procedures, details of proprietary processes and products (e.g. proprietary
piling systems, bearings, expansion joints etc.) and details of equipment to be
deployed. Wherever necessary, technical literature, design calculations and drawings
shall be included in the method statement.
(iv) Testing and acceptance procedures including documentation.
(v) Special part of the Q.A. Programme referred in clause 105.3 for the particular item of
work shall be submitted along with the method statement for the concerned activity.
(vi) The Engineer shall examine and approve the method statement or direct the Contractor
to resubmit the statement with required modifications. The modified statement shall be
submitted within 14 days of receipt of Engineer's comments.

The sole responsibility for the safety and adequacy of the methods adopted by the Contractor shall
rest on the Contractor irrespective of any approval given by the Engineer.

Sub-Clause 115.1 Approval for proprietary product / process / system

Add this sub clause:

"Only proprietary products proven by international usage in comparable projects shall be permitted
to be used.

Within 90 days of award of work the Contractor shall submit the following information for all
proprietary products for approval by the Engineer.

(i) Name of manufacturer of product / process / system complete details of the


manufacturer of the product / process / system shall be furnished. Details of projects
where similar product / process / system have been successfully used shall be
furnished. Authenticated copies of license / collaboration agreement shall be furnished.
(ii) General features of the product /product process / system. Detailed write-up with
methods statement shall be furnished for each product / process / system. This shall
include complete working drawings and installation drawings, technical specifications
covering, fabrication, materials, system of corrosion, protection etc.
(iii) Details of product development and development testing.
(iv) Acceptance test and criteria. Manufacturer shall submit a quality assurance system

(Re‐Bidding) 22nd Km. Karanpur‐Rajanpur (BRPNN) (76) World Bank Package No.-WBP/PH-I/03/11-12
document. Details of acceptance test and criteria of acceptance shall be furnished in
this document.
(v) Installation procedure.
(vi) Maintenance procedure and schedule.
(vii) Warranty proposal

The Engineer may order any additional tests for the purpose of accepting the product. The
contractor shall make the facility for such additional tests available. The charges of these additional
tests shall be borne by the contractor."

Clause 121 FIELD LABORATORY

Sub-Clause 121.3 Laboratory Equipment

This Clause shall be read as under:

"The items of laboratory equipment procured from reputed manufacturers duly approved by the
Engineer shall be provided in the field laboratory.

The Contractor shall provide laboratory equipment for the laboratory sufficient to carry out the entire
field and site quality acceptance testing required in the Specifications.

All equipment shall conform to accepted international standards and shall be subject to the approval
of the Engineer.

The contractor shall be responsible for the provision of adequately experienced and qualified
laboratory staff in sufficient number to be able to meet all testing requirement to the approval of the
Engineer and for all transportation of staff, testing equipment and samples necessary to allow the
testing to be performed in approved scale compatible with the needs of the Site.

The Contractor shall arrange to maintain the laboratory in satisfactory manner and will carry stocks
of spare equipment and laboratory consumables until the issue of Certificate of completion.

Sub-Clause 121.4 ‘‘This clause stands deleted.

Sub-Clause 121.5 ‘‘This clause stands deleted.

Sub-Clause 121.6 ‘‘This clause stands deleted.

Sub-Clause 121.7 RATE


This clause shall be replaced to read as under:
“The cost of supply, erection, maintenance and running of functional field laboratory will include
supply of approved laboratory equipment and also provision of adequate number of qualified
personnel, all consumable like chemicals and reagents and providing uninterrupted electrical and
water supply including stand-by generator and shall be treated as incidental to the work and no
separate payment shall be made for these items.

(Re‐Bidding) 22nd Km. Karanpur‐Rajanpur (BRPNN) (77) World Bank Package No.-WBP/PH-I/03/11-12
Clause 126 SUPPLY OF VIDEO CASSETTES
The heading of this clause shall be read as under
“Supply of VIDEO CASSETS AND DIGITISED CD ROMS.”
Sub-Clause 126.1 Add the words “and CD Roms” after “video cassettes” in the last sentence of the sub clause.

Following shall be added at the end of this sub clause


“In order to avoid sequencing of the construction work to be covered it may be necessary that the
video film shall be taken at intervals for each activity from the commencement to the end of bridge
structure. This sequence can be edited suitably at a later stage to reconstruct the activities for the
purpose of training engineers as well as information and record for the posterity.

SECTION 200 SITE CLEARANCES

Clause 201 Clearing and Grubbing

Sub-Clause 201.1 Scope

Replace with following paragraph:

This work shall consists of cutting, removing and disposing of all materials such as trees of girth
upto 300mm, bushes, shrubs, stumps, roots, grass, weeds etc. and top soil 150mm minimum
thickness rubbish, etc., which in the opinion of Engineer is unsuitable for incorporation in the work
including draining out stagnant water, if any, from the area of road land, drains, cross drainage
structures and other area as specified in the drawings by Engineer. It shall include necessary
lowering by harrow discs or any other suitable equipment. back filling of the pits resulting from roots
of trees and filled by suitable soil and making the surface in proper grade by suitable equipment and
compacted by power roller to required compaction as per Clause 300. The work also includes
handling, salvaging and disposal of cleared material. Clearing and grubbing shall be performed less
than one month in advance of earthwork operations and in accordance with requirements of these
specifications. Areas requiring clearing and grubbing shall be determined by the Engineer.

Sub-Clause 201.5 Measurements for Payment

Add at the end of first paragraph:

"Cutting including removal of foundations of sign boards, hoarding boards, concrete posts, km
stones etc. and back filling of pits shall be considered incidental to the clearing and grubbing
operations."

Add the following paragraph:

"The removal from site and disposal of all materials obtained from clearing and grubbing operations,
which in the opinion of the Engineer cannot be used or auctioned, shall be included in the
Contractor unit rate."

Sub-Clause 201.6 Rates

Sub-Clause 201.6.1 Replace the second sentence as follows:

"These will also include removal of stumps of trees of any girth left after cutting

of trees carried out by any agency, removal of sign boards, hoarding boards, concrete posts, km

(Re‐Bidding) 22nd Km. Karanpur‐Rajanpur (BRPNN) (78) World Bank Package No.-WBP/PH-I/03/11-12
stones including their foundations, excavation and back filling to required density, where necessary,
and handling, salvaging and pilling and disposing of the cleared materials with all lifts and upto a
lead of 1000m."

Clause 202 DISMANTLING CULVERTS, BRIDGES AND OTHER STRUCTURES / PAVEMENTS


Sub-Clause 202.3 Dismantling of Pavement and Other Structures
Add at the end of 2nd Para
Dismantling of existing base, sub-base and surface courses shall be measured by taking cross-
sections at 10 m intervals before dismantling by making 30 cm wide trench in full width and depth of
pavements for dismantling and computing the volumes in cum by the method of average cross-
sectional areas.
Sub-Clause 202.4 Back Filling

After "operations" add "and wells encountered in the alignment". Add after last sentence "The wells
may be Capped thereafter, if directed, by the Engineer"

Sub-Clause 202.5 Disposal of Materials

The Engineer may permit the disposal of concrete fragments and other incombustible material by
burial within the road reserve, outside paved areas. When buried, the top of these materials shall
not be less than 300 mm below the existing ground level."

SECTION 300 EARTHWORK, EROSION CONTROL AND DRAINAGE

Clause 301 Excavation for Roadway and Drains

Sub-Clause 301.1 Scope


Insert the following between the words “roadway” and “side” in the second line:
“road shoulders, verge, medians”.
Sub-Clause 301.2.1 Classification
Add at the end of para (a) :
“Conglomerates and boulders not requiring blasting shall also be covered under this category”
Delete “and conglomerates” from first line of para b (i)
Delete para b (iv)
Sub-Clause 301.3 Construction Operations

Sub-Clause 301.3.3 Excavation — General

Add the following after last paragraph “The excavation around the trees shall be carried out as
directed by the Engineer”

Sub-Clause 301.3.7 Excavation of road shoulders / verge / median for widening of pavement or providing treated
shoulders

Add the following after the end of the paragraph:

"Where the existing crown is at the centre of the carriageway, excavation for widening shall be
carried out on both the side of the carriageway and where the existing crown is eccentric the
excavation for widening shall be carried out on the side where the width of the existing carriageway
is less with respect to the crown"

(Re‐Bidding) 22nd Km. Karanpur‐Rajanpur (BRPNN) (79) World Bank Package No.-WBP/PH-I/03/11-12
Clause 301.3.11 DISPOSAL OF EXCAVATED MATERIALS

Add the following after the last sentence in the first paragraph:

"10% wastage shall be allowed on the soil excavated and the scarified materials when the same is
being reused in filling the embankment"

Sub-Clause Backfilling
301.3.12
After the last sentence add the following:

"Density/compaction requirements for back-filling shall be in accordance with Tables 300-1/300-2."

Sub-Clause 301.9 Rates


Sub-Clause 301.9.1
Add extra item after item (vi)
(vii) The removal from site and disposal [with all lifts and lead upto 1000 m] of all surplus or
unsuitable materials obtained from excavation operations, which, in the opinion of the Engineer
cannot be used in the Works, shall also be included in the Contract unit rates.”
Sub-Clause 301.9.2 This Clause shall read as :“The contract unit rate for loosening and re-compacting at sub grade
level shall include full compensation for loosening to the specified depth, removing the loosened soil
outside the roadway excavation rolling the surface below, breaking the clods, removing the
loosened soil, rolling the surface below spreading the loosened soil in layers, watering where
necessary and compacting to the requirements.”
Sub-Clause 301.9.3 Insert “including marshy soil” after words “unsuitable material” in the second line of this sub-clause.

Clause 304 EXCAVATION FOR STRUCTURES

Sub-Clause 304.3 Construction Operations

Sub-Clause 304.3.4 Preparation of Foundation


In Para 2 and 3 of clause 304.3.4, substitute ‘concrete M10’ in place of ‘1:3:6 nominal mix’.

Sub-Clause 304.3.7 Backfilling

Add second paragraph as under:

"The working space between the structure and the excavation shall be cleared out completely of all
construction materials and loose earth that has fallen into the excavation during construction. The,
excavation shall be pumped dry and all saturated and soft earth removed prior to being inspected
by the Engineer who

will give his permission for the placement of any fill material, provided space has been properly
prepared. Compaction will only be carried out with mechanical compactors of sufficient capacity to
ensure correct compaction of the back-fill material. Compaction tests are to be carried out at
maximum intervals of 300mm in depth. Mass filling of structures with machines will not be permitted
and contractors should make allowance in their rates for the methodology described above."

CLAUSE 305 EMBANKMENT CONSTRUCTION

(Re‐Bidding) 22nd Km. Karanpur‐Rajanpur (BRPNN) (80) World Bank Package No.-WBP/PH-I/03/11-12
Sub-Clause 305.1 General

Sub-Clause 305.2 Materials and General Requirements

Sub-Clause 305.2.1 Physical Requirements

Sub-Clause The first sentence of this Clause shall be read as under:


305.2.1.1
"The materials used in embankments, sub-grades, earthen, shoulders and miscellaneous backfills
shall be soil, moorum, gravel, sand, a mixture of these or any other material as approved by the
Engineer."

Sub-Clause Delete the first sentence of this Clause and substitute the following:
305.2.1.2
"Soils exhibiting marked swell and shrinkage properties (`free swelling index' exceeding 50 percent
when tested as per IS 2720 Part 40) shall not be used in construction of sub-grade, embankment
and shoulder."

Sub-Clause Delete second sentence of clause 305.2.1.4.


305.2.1.4

Sub-Clause Add the following at the end of first sentence:


305.2.1.5
"The material to be used in Subgrade should satisfy the requirement of the 4 day soaked design
CBR of 6% when tested as per IS:2720 (Part 16) at 97% maximum dry density (IS:2720-Part 8)".

Delete Notes (3) below Table 300-1

Sub-Clause 305.2.2 General Requirements

Sub-Clause Borrow Materials

305.2.2.2 Delete first paragraph and substitute the following:

"No borrow area shall be made available by the Employer for this work. The arrangement for the
source of supply of the material for sub-grade, embankment and shoulder as well as compliances to
the various environmental requirements in respect of excavation and borrow areas as stipulated,
from time to time, by the Ministry of Environment and Forest, Government of India and the local
bodies, as applicable shall be the sole responsibility of the Contractor."

Delete the second sentence of the seventh paragraph.

The table 300-2 shall be read as under:

S.No. Type of Work/Material Relative compaction as percentage of


maximum laboratory dry density as per
IS:2720 (Part 8)

1 Subgrade and earthen shoulders Not less than 97


2 Embankment
a) Upto 6m height Not less than 95
b) High embankment (exceeding Not less than 97
6m height)
3 Expansive clays Such material is not allowed.

Delete the text after Table 300-2 and substitute the following:
"The Contractor shall, at least seven (7) working days before commencement of compaction,
submit the following to the Engineer for approval:

(Re‐Bidding) 22nd Km. Karanpur‐Rajanpur (BRPNN) (81) World Bank Package No.-WBP/PH-I/03/11-12
(i) The values of maximum dry density and optimum moisture content obtained in accordance
with IS:2720 (Part 8) for each fill material he intends to use.
(ii) The graphs showing values of density against moisture content from which each of the
values in (i) above of the maximum dry density and optimum moisture content were
determined
(iii) The dry density-moisture content CBR relationship obtained in accordance with IS:2720
(Part 8) for each of the fill materials he intends to use in the sub-grade.

Once the above information has been approved by the Engineer, it shall form the basis for
compaction.”
Sub-Clause 305.3 Construction Operations

Sub-Clause 305.3.5 Spreading material in layers and brining to appropriate moisture content

Sub-Clause Replace the first sentence of the paragraph as follow:


305.3.5.1
"The embankment and subgrade material shall be spread in layers of uniform thickness, provided
and demonstrated successfully and approved by Engineer, not exceeding 250mm compacted
thickness over the entire width of

embankment by mechanical means, finished by a motor grader and compacted as per clause
305.3.6".

Sub-Clause The first sentence of paragraph (3) of this clause shall read as follow:
305.3.5.2
Moisture content of each layer of soil shall be checked in accordance with IS:2720 (Part 2) and
unless otherwise mentioned, shall be so adjusted, making due allowance for evaporation losses,
that at the time of compaction, it is in the range of 1 percent above or 2 percent below the optimum
moisture content determined in accordance with IS: 2720 (Part 8): Determination of moisture
content dry density relation using heavy compaction.

In paragraph 3 substitute "IS:2720 (Part 8)" for "IS:2720 (Part 7) or IS:2720 (part 8) as the case may
be"

Sub-Clause 305.3.6 Compaction

Substitute in 3rd line of second paragraph of this clause:

"15-30 tonne weight having tyre pressure of at least 7 kg / sq.cm." in place of adequate capacity
capable of achieving required compaction."

Sub-Clause 305.4.1 Earthwork for widening existing road embankment

Delete the second paragraph and substitute as follow:

"The crust in the required widened portion and the earthworks in remaining embankment portion in
the excavated trench shall be constructed and compacted simultaneously in layers not exceeding
150mm in thickness."

Sub-Clause 305.4.3 Earth work over existing road surface (Dismantling of Existing Road Surface and use of materials
recovered)

Sub-Clause 305.4.4 Embankment and Subgrade around Structures

"In the last line of paragraph-3, substitute "compacted thoroughly to the requirements of Table 300--
2" to not less than 97% MDD"

(Re‐Bidding) 22nd Km. Karanpur‐Rajanpur (BRPNN) (82) World Bank Package No.-WBP/PH-I/03/11-12
Sub-Clause 305.4.8 After the para add the following :

For stage construction of high embankments, controlled rate of filling shall be carried out as
indicated below:

The embankment shall be constructed over a drainage layer and in the first month the total height
should be limited to maximum 6.0 (six) meter only. The balance embankment construction should
be done after a rest period of 2 (two) months for strength gain and consolidation. The rest period
need not be given in case where the construction of the initial 6-meter height of embankment takes
more than 4 months.

However, based on the available subsoil data the contractor may suggest his loading schedule or
any other method to take care of the excessive settlement problem for approval of the Engineer.

Clause 305.8 Measurements for Payment


Substitute the words in the second line of first paragraph “in the original position before the work
starts” with “after clearing grubbing, scarifying and compacting the original ground.”

Clause 305.9 Rates


Sub-Clause 305.9.1 (a) After "subgrade". in the second line of paragraph 1, add the following words: "and all granular
surface"
(b) Add "including removal of top soil" after word "material" appearing in first line of item (v)
(c) Insert “including removal and replacement of marshy soil” after words “unsuitable material”
appearing in the second line of item (iii).
(d) Add new sub section as (xiv) “slush removal”

In case of backfilling layers in pits, trenches, below the level covered by paras above, are to be
compacted to the relative natural ground density, as to be assessed for each type of soil
encountered by conducting field density tests at each of three widely spaced locations along the
centreline of the proposed additional carriageway at a depth between 0.5 and 1.0m. Samples of
natural ground are collected at each location, and are tested in accordance with IS: 2720 (Part 8).
The relative density (i.e. the percentage of the field dry density to the laboratory maximum dry
density) is assessed for each sample, and the greatest (i.e. largest) relative density obtained is
selected as the “natural ground density”. If the natural ground density is less than 85% then these
are to be compacted after necessary watering so as to achieve not less than 85% of relative
compaction.
Sub-Clause 305.9.6 Read "2000m" in place of "1000m" in the last sentence.

Clause 306 SOIL EROSION AND SEDIMENTATION CONTROL

Sub-Clause 306.4 Measurements for Payment

Delete Clause 306.4 and substitute the following:

"All temporary works required for preventing soil erosion, sedimentation, pollution control works,
etc. shall be deemed as incidental to the earthwork and other items of work and as such no
separate payment shall be made for the same."

Sub-Clause 306.5 Rates

Delete this Clause.

Clause 309 SURFACE/SUB-SURFACE DRAINS

(Re‐Bidding) 22nd Km. Karanpur‐Rajanpur (BRPNN) (83) World Bank Package No.-WBP/PH-I/03/11-12
Sub-Clause 309.2 Add the following as the fifth paragraph of the clause.
“Drains in super elevations shall be constructed as per drawings. Geo-textile membrane if specified
for these drains shall conform to sub-clause 702 of section 700”.
Sub-Clause 309.3.2 Grading requirement for filter material shall conform to class I of Table 300-3.

Sub-Clause 309.4 Measurements for Payment


Substitute Clause 309.4 as below :
“The measurement for surface drains shall be in running metre or in cubic content as specified for
earthwork in excavation, masonry, cement concrete and

reinforced cement concrete works and in weight in tonne for steel reinforcement.
Sub-Clause 309.5 The phrase “which the lead shall be 1000m” in 9th line shall be substituted by “all leads”

SECTION 400 SUB-BASES, BASES (NON-BITUMINOUS) AND SHOULDERS

General General
Sub clause (i) of clause 401.8 stands deleted and remaining sub paras (ii) to (v) are renumbered as
(i) to (iv).
Sub clause (i) of clause 405.7 stands deleted and remaining sub paras (ii) to (iv) are renumbered as
(i) to (iii).
The provision of clause 401.8 (i) to (v) be read as “Clause 401.8 (i) to (iv)” in the sub clauses 402.8,
403.8, 404.7, 407.7 and 410.7
Clause 401 GRANULAR SUB-BASE

Sub-Clause 401.2 Material

Sub-Clause 401.2.1 Delete the first sentence of Para 1 and substitute as follows:

The material to be used in the work shall be crushed rock / grave! / shingle, moorum. Where gravels
and shingle are proposed to be used not less than 90% by weight of crushed gravel / shingle pieces
retained on 4.75 mm sieve shall have at least two fractured faces."

Delete the last sentence of Para 2 and substitute as follows:

(1) The grading to be adopted should conform to grading of table 400.1.

Sub-Clause 401.2.2 Physical Requirements


This clause shall read as under:
“The material shall have a 10% fines value of 50 KN or more (for sample in soaked condition) when
tested in compliance with BS: 812 (Part 3). The water absorption value of the coarse aggregate
shall be determined as per IS: 2386 (Part 3); if the value is greater than 2 percent, the soundness
test shall be carried out” on the material delivered to site as per IS: 383. Soundness test shall be
carried out in accordance with IS: 2386 (Para 5) 1963. The average loss of weight of coarse
aggregate after 5 cycles shall not exceed 12% when tested with sodium sulphate and 18% when

(Re‐Bidding) 22nd Km. Karanpur‐Rajanpur (BRPNN) (84) World Bank Package No.-WBP/PH-I/03/11-12
tested with magnesium sulphate as specified in IS: 383.
Sub-Clause 401.3 The clause shall read as follows:
It shall be ensured prior to actual execution that the material to be used in the sub-base has a
minimum CBR value of 30% and other physical requirements when compacted and finished.
When directed by the Engineer, this shall be verified either by performing CBR tests in the
laboratory or by conducting DCP test. The CBR tests shall be conducted on specimen soaked for 4
days and compacted to 98% of the maximum dry density as per IS: 2720 (Part 8).
When decided by the Engineer – Dynamic Cone Penetration (DCP) tests shall be
performed in-situ as per TRRL (UK) Road Note No. 31 and in situ CBR calculated by co-
relation given by TRRL.
Sub-Clause 401.4.2 Spreading and compacting

Delete the 2nd and 3rd paragraph and substitute as follows:


Manual mixing shall not be allowed under any circumstances. The sub base material of Grading 1
and as given in Table 400-1 shall be mixed/prepared by approved mechanical means.

Delete the 2nd and 3rd sentence of paragraph 5 and substitute as follows:

The maximum thickness of the single compacted layer shall not be more than 150mm.
The compaction shall only be done with vibratory roller of minimum 80 to 100 kN static weight.

Clause 406 WET MIX MACADAM SUB-BASE/BASE

Clause 406.1 Scope

Delete the second sentence of the second paragraph and substitute as follows:

"The maximum thickness of single compacted Wet Mix Macadam layer shall not be more than
150mm."

Sub-Clause Physical requirement


406.2.1.1
Add the following at the end of the paragraph: Soundness test shall be carried out in accordance
with IS : 2386 (Para 5). The average loss of weight of coarse aggregate after 5 cycles shall not
exceed 12% when tested with sodium sulphate and 18% when tested with magnesium sulphate as
specified in IS: 383. The fraction of material passing through 4.75mm sieve shall be crusher run
screening only.
From the Table No. 400-10 replace the wording against single asterisk as under :
“The aggregate should satisfy both the tests a) Los Angeles Abrasion Value b) Aggregate
Impact Value”.
Sub-Clause 406.3.4 Spreading of Mix
Substitute Para 2 of clause 406.3.4.
The mixing shall be spread only by paver finisher for the main pavement under the carriageway and
shoulders. In exceptional cases where it is not possible for the paver to be utilised, mechanical
means, like motor grader, may be used with the prior approval of Engineer.
Sub-Clause 406.3.5 Compaction

Delete the first paragraph and substitute as follows:

"After the mix has been laid to the required thickness, grade and cross-fall / cambers the same shall
be uniformly compacted to the full depth with vibratory roller of minimum 80 to 100 KN static weight.
The speed of the roller shall not exceed 5 km/hr."
Sub-Clause 406.4 Opening to Traffic
The Clause shall read as follows:

(Re‐Bidding) 22nd Km. Karanpur‐Rajanpur (BRPNN) (85) World Bank Package No.-WBP/PH-I/03/11-12
No vehicular traffic of any kind shall be allowed on the finished wet mix macadam surface till it has
dried and the wearing course laid.
Clause 407 Shoulders, Islands and Median

Sub-Clause 407.1 Scope

Add "brick paved/Interlocking Concrete Block surfacing" after "paved" (first line).

Sub-Clause 407.2 Materials

Add "/brick or interlocking concrete block surfaced" after "paved" (second line)

Add “305/40l" and substitute "305/401/407" (third line)

Add the following paragraph at the end of Sub-Clause 407.2:

"Bricks for brick surfacing shall conform to clause 1003 of the Specifications. Blocks for concrete
block surfacing shall be regular medium duty precast concrete block size 220mm x I00mm x 80mm
thick with an average compressive strength for four block of not less than 50 N/sq.mm. No
individual block shall have a compressive strength lower than 40 N/sq.mm.

Sub-Clause 407.4 Construction Operations

Sub-Clause 407.4.3 Brick/stone block edging

Delete the text of this Clause and substitute:

"Brick edging shall consist of one row of bricks laid with the length parallel to the longitudinal
direction of the road near the pavement edge as shown in the drawings. The bricks shall be laid on
edge on a bed of 25 mm fine sand, set carefully, rolled into position by a light roller and made flush
with the finished level of the pavement. The joints between the bricks shall be filled with fine sand
before rolling. The WMM layer shall be dismantled to the extent required for placing the bricks on
edge the cost of which shall be incidental to the work."

Sub-Clause 407.4.4 Add new Sub-Clause as follows

"Brick / Concrete Block paving:

The bricks shall be laid on edge and interlocking concrete block shall be laid flat on a bed of 25 mm
sand, set carefully, rolled into position by a light roller and made flush with the finished level of the
pavement. The paving shall be laid in an interlocking pattern such as herringbone bond. The joints
between the bricks/ concrete blocks shall be filled with fine sand before rolling."

Sub-Clause 407.6 Measurements for Payment

Add the following at the end:

(vii) For brick / concrete block paving in square metres


Sub-Clause 407.7 Rate

Add "brick paved / Interlocking Concrete block surfacing /" after "paved/" in the first line.

Delete the word "island and median" from the first sentence.

Add the following after first sentence:

"The contract unit rate for island and median construction shall include the cost for excavation,
dismantling the existing damaged median, cutting the existing pavement, construction of both side
kerbs and filling the raised portion with approved earth"

(Re‐Bidding) 22nd Km. Karanpur‐Rajanpur (BRPNN) (86) World Bank Package No.-WBP/PH-I/03/11-12
Delete the last sentence and substitute "The rate for brick / stone block edging and brick concrete
block paving shall include the cost of sand.”

Clause 408 CEMENT CONCRETE KERB AND KERB WITH


CHANNEL
Sub-Clause 408.3 This Clause shall read as under:
The cement concrete kerb shall be cast in situ laid with kerb casting machinery.
Sub-Clause 408.5.1 Add at the end of the first sentence “ as shown in the drawings”
SECTION 500 BASE AND SURFACE COURSES (BITUMINOUS)

GENERAL

Sub Para (i) of clauses 501.8.8.2 stands deleted and


remaining sub paras (ii) to (xi) are renumbered as (i) to (x).
The provision “clause 401.8 (i) to (v)” be read as “Clause
401.8 (i) to (iv) in the clauses 502.8 and 503.8.
The provision “clause 501.8.8.2 (i) to (xi) be read as clause 501.8.8.2 (i) to (x)” in the following
clauses.
504.8, 505.8, 506.8, 507.9, 510.8, 511.1.8, 511.2.9, 512.8, 513.8, 515.9, 516.9, 517.11, 518.9,
519.2.8, 519.3.7, 520.9 and 522.8
Clause 501.3 Mixing

In the first sentence of Para 1 of this Clause in line 3 replace “hot mix plant of adequate capacity”
with the “hot mix plant of Batch Mix Type of capacity not less than 120 TPH”.
Sub-Clause 501.2.3 Fine Aggregates

Delete the first sentence of the paragraph and substitute as follows:

"Fine aggregates shall consist of crushed material passing the 2.36mm sieve and retained on the
75 micron sieve.”

Sub-Clause 501.4 Transporting


Delete “unless otherwise agreed by the Engineer” in second line of this Para.
Sub-Clause 501.5.3 Spreading

Replace the first sentence of the first paragraph with the following:

"Except in areas where a mechanical paver fitted with electronic sensing device cannot access,
Bituminous materials shall be spread, levelled and tampered by an approved self propelled paving
machine fitted with an electronic sensing device. The electronic sensing device fitted with the
paving machine shall be in working order during the operations."

Sub-Clause 501.6 Compaction

Delete the last two sentences of the second paragraph and substitute as follows:

"The intermediate rolling shall be done with 8-10 tonnes vibratory roller and with a pneumatic tyre
roller of 12 to 15 tonnes weight having nine wheels, with a tyre pressure of at least 5.6 kg/sqcm.
The finish rolling shall be done with 6 to 8 tonnes smooth wheeled tandem rollers."

Sub-Clause Laying the Profile Corrective Course


501.8.3.4
Sub-Clause Laying on granular base
501.8.3.4.1

(Re‐Bidding) 22nd Km. Karanpur‐Rajanpur (BRPNN) (87) World Bank Package No.-WBP/PH-I/03/11-12
This Clause shall read as under:
“The surface on which profile corrective course is to be laid shall be thoroughly swept clean of dust
collected removed or blown off using compressed air except in places where mechanical means
cannot reach.” After preparing the granular surface as in Clause 501.8.3.1 501.8.3.2 and 801.8.3.3,
the profile corrective course with materials as per Clause 501.8.2.3 / 501.2.4 shall be laid and
compacted to the requirement of particular specification Clause. Where a bituminous profile
corrective course is to be laid over prime granular surface, a tack coat conforming to Clause 503
shall be applied prior to laying profile corrective course.”
Sub-Clause Laying on existing bituminous surface :
501.8.3.4.2
This Clause shall read as under :
“An existing bituminous surface shall be prepared as per Clause 501.8.3.3 and 501.8.3.4.1. The
bituminous profile corrective course shall be laid after applying tack coat conforming to Clause 503
and compacted to the requirement of specification Clause”.

Clause 502 PRIME COAT OVER GRANULAR BASE

Clause 502.2.3 Choice of primer

Replace first sentence with :

“The primer shall be slow setting cationic Emulsion of Grade SS-1 complying with IS:8887”.

Clause 503 TACK COAT

Sub-Clause 503.2 Materials

Sub-Clause 503.2.1 Binder


Replace first sentence with:

“The binder used for tack coat shall be Rapid Setting Cationic Emulsion of Grade RS-1 complying
with IS:8887”.

Clause 504 BITUMINOUS MACADAM

Sub-Clause 504.2 Materials

Sub-Clause 504.2.1 Bitumen

Amend the last part of this Clause to read:

“………, and of the penetration grade 60/70”.

Clause 507 DENSE GRADED BITUMINOUS MACADAM


Sub-Clause 507.2.1 Delete words “indicated in Table 500-10” and insert “ grade of S-65” in 3rd & 4th line.

Sub-Clause 507.2.2 Course Aggregates


Delete the words crushed gravel or other hard material from the first sentence of 1st para of this
clause.
Delete Para 2 of this clause.
From the Table 500-8, replace at the bottom of the table against asterisk “Aggregate may
……………….. two tests” as under:

(Re‐Bidding) 22nd Km. Karanpur‐Rajanpur (BRPNN) (88) World Bank Package No.-WBP/PH-I/03/11-12
“Aggregate should satisfy both the tests Los Angles Abrasion Value and Aggregate Impact Value”
Sub-Clause 507.2.3 Delete the words “or Naturally Occurring Mineral or a Combination of the two” appearing in the first
sentence of the clause.
Sub-Clause 507.2.4 The first sentence of this clause shall read as “Filler shall consist of finely divided hydrated lime or
cement as approved by the Engineer”
Sub-Clause 507.3.3 Insert the following paragraph between the existing
paragraphs 3 & 4
Mixed design shall be carried out in accordance with the modified Marshal method described in
Asphalt Institute Manual MS-2

Sub-Clause 507.9 Add the words “except for item of Geosynthetics, stress absorbing layer, prime coat and tack coat”
after the words “required operations” in 2nd line of 1st Para

Clause 508 SEMI-DENSE BITUMINOUS CONCRETE

Sub-Clause 508.2 Materials

Sub-Clause 508.2.1 Bitumen

Delete this Clause and substitute:

"The bitumen shall be a Modified Binder, in accordance with the requirements of Clause 521. The
Modifier shall be crumb rubber of Grade 55 and blended at the refinery."

Sub-Clause 508.2.3 Fine aggregates


Delete the first sentence of first paragraph of clause 507.2.3 and substitute as follows:

"Fine aggregates shall consist of crushed material passing, the 2.36mm sieve and retained on the
75 micron sieve."

Sub-Clause 508.9 Rate

Delete "4.75" in the second line and substitute "5.00"

Clause 509 BITUMINOUS CONCRETE


Sub-Clause 509.2.1 The first sentence of this sub-clause in substituted as under :
“The Bitumen shall be Crumb Rubber Modified Bitumen CRMB 60 grade as per Clause 521 and
IRC: SP: 53-2002 (first revision) or Polymer modified bitumen (PMP).
Clause 511 OPEN GRADED PREMIX SURFACING
Sub-Clause Delete the words “suitable grade as specified in contract or as directed by the Engineer” and insert
511.1.2.1 “grade of S-65”

Sub-Clause 511.1.8 Add the words “except for item of tack coat” after the words “required operations” in 2nd line.
Clause 512 CLOSE GRADED PREMIX SURFACING/MIXED SEAL SURFACING
Sub-Clause 512.8 Rate
Add “except tack coat” after the word “operations” in second line of this Para.
Clause 521 Modified Binder

Sub-Clause 521.2.2 Modifier

Delete the year "1999" in the second sentence of this Clause and substitute "2002".

(Re‐Bidding) 22nd Km. Karanpur‐Rajanpur (BRPNN) (89) World Bank Package No.-WBP/PH-I/03/11-12
SECTION 700 GEOSYNTHETICS IN ROAD AND BRIDGE WORKS

Clause 703 Geosynthetics for Highway Pavements

Sub-Clause 703.4.5 Paving fabric placement

Add the following at the start of the paragraph:

"Crack retarding layer/water resistance geo-synthetics membrane shall be placed after laying the
profile corrective course and before laying the Bituminous macadam overlay."

SECTION 800 TRAFFIC SIGNS, MARKINGS AND OTHER ROAD APPURTENANCES

Clause 801 Traffic Signs

Sub-Clause 801.1.1 Add the following to this Clause:

"The sizes of the signs shall be "normal sized signs" in accordance with IRC:67- Code of Practice
for Road Signs. The size of letters shall also be that specified for a design speed of 90 kmph in IRC:
67"

Sub-Clause 801.1.2 Delete the paragraph and add the following:

"The signs shall be of retro reflectorised type and made of High intensity Grade encapsulated; lens
type reflective sheeting vide clause 801.3, fixed over aluminium sheeting as per these
Specifications, with High Intensity Grade retro-reflective messages and borders (borders, legends,
letters, numerals, etc) in accordance with IRC:67-2001 —Code of Practice for Road Signs"

Sub-Clause 801.3.7 Add the following in the clause


All the facility information and place identification signs shall have Blue (Indian standard Colour No.
166: French Blue) background and white letters.
Sub-Clause 801.4.1 The fourth sentence of clause shall read as follows
Posts shall be embedded in concrete (M-15) for safeguard against theft. The cost of concrete shall
be deemed to be included in the rate of signboard.
Clause 803 ROAD MARKINGS

Sub-Clause 803.2 Materials

Delete the text of this Clause and substitute:

"Road markings shall be of hot applied thermoplastic compound and the material shall meet the
requirements as specified below:”

Sub-Clause 803.3 Ordinary Road Marking Paint — Deleted

Sub-Clause 803.3.2 This Clause shall be read as under:


“The road markings shall be laid with the appropriate road marking machinery as approved by the
Engineer”.
Sub-Clause 803.5 Reflectorised Paint — Deleted

Clause 804 HECTOMETRE / KILOMETRE STONE


The heading of the clause shall be as follows:
Hectometer stones/Kilometer stones/Marker Posts
Sub-Clause 804.4 New Clause 804.4 shall be added as follows:

(Re‐Bidding) 22nd Km. Karanpur‐Rajanpur (BRPNN) (90) World Bank Package No.-WBP/PH-I/03/11-12
Marker posts shall be provided as shown in drawing. The posts shall be embedded in the ground
as shown in drawing.
Sub-Clause 804.5 The existing clause 804.4 shall be renumbered as clause 804.5 and to be read as below:
The measurement will be in numbers of 200 meter, kilometer,
5th kilometer stone and marker posts fixed at site
Sub-Clause 804.6 Rate

The existing clause 804.5 shall be renumbered as clause 804.6


The words ‘/marker posts’ shall be inserted after the word ‘5th
kilometer stone’ appearing in the clause.
Clause 809 CONCRETE CRASH BARRIER
Sub-Clause 809.2.2 The Clause will be read as below:
“The concrete barriers shall be constructed with grade & concrete as indicated in the drawing and
with high yield strength deformed reinforcement conforming to IRC-21”.

Clause 810 METAL BEAM CRASH BARRIER


Sub-Clause 810.2 Materials
Sub-Clause 810.2.1 This clause shall read as:

“Metal beam is a “W” profiled corrugated beam as specified in drawings made out of cold roll
forming from steel strip of 3mm thick using high strength steel of ST 42 grade WITH hot dip
galvanised 550 gm per square metre
The beam after forming shall have formed width and depth as indicated in the drawing and shall
have punched holes for fixing as specified in drawings.
The metal crash barrier post consists of a cold roll formed hot rolled channel section from steel strip
of 5 mm thickness and of steel conforming to ST 42 grade with hot dip galvanised 610 grams per
square meter as specified in drawings.
The spacer is made of cold roll formed hot rolled channel with cross section and material same as
that of post

All bolt nuts and washers as specified in drawings shall conform to IS: 1367 & IS : 1364 unless
otherwise specified and are hot dip galvanized.”

Sub-Clause 810.2.3 Add at the end of this Clause


The size of the concrete foundation block for embedding the guard posts and grade of
concrete shall be as shown on the drawing.
Sub-Clause 810.4 Installation of Posts

The sub-clauses 810.4.1, 810.4.2, 810.4.3 and 810.4.4 are replaced as below:

The guard posts shall be embedded in the concrete footing of size and grade of concrete along with
the depth of embedment of post as indicated in the drawing.

Sub-Clause 810.7 Measurement for Payment

Sub-Clause 810.7.1 The 2nd sentence “Terminals/ Anchors of various types shall be paid for by number” is
deleted.

Sub-Clause 810.8 Rate


Add at the end of last sentence of Clause “and drawings”

(Re‐Bidding) 22nd Km. Karanpur‐Rajanpur (BRPNN) (91) World Bank Package No.-WBP/PH-I/03/11-12
SECTION 900 QUALITY CONTROL FOR ROAD WORKS

Clause 901 General

Sub-Clause 901.1 This Clause shall be read as under:


“All materials to be used, all methods adopted and all works performed shall be strictly in
accordance with the requirements of these Specifications. The Contractor shall set up a field
laboratory at locations approved by the Engineer and equip the same with adequate equipment and
personnel in order to carry out all required tests and Quality Control work as per Specifications
and/or as per Clause 121 and/or as directed by the Engineer. The list of laboratory equipment and
the facilities to be provided shall be as per Clause 121 and shall be got approved from the Engineer
in advance.”
Sub-Clause 901.5 This Clause shall be read as under:
“The Contractor shall provide necessary co-operation and assistance in obtaining the samples for
tests and carrying out the field tests as required by the ‘Engineer’ from time to time. This shall
include provision of laboratory, equipment, transport, consumables, personnel, including labour,
attendants, assistance in packing and despatching and any other assistance considered necessary
in connection with the tests.”
Sub-Clause 901.10 Delete Clause 901.10 and substitute as follows:

"For bitumen, cutback, emulsion, mild steel, cement and other similar materials where essential
tests are to be carried out at this manufacturer's plant or at laboratories other than the site
laboratory, the cost of samples, sampling; testing, and furnishing of the test certificates shall be
borne by the Contractor. The frequency of quality tests in respect of bitumen. cutback and emulsion
shall be a per Table 900-4."

Clause 903 QUALITY CONTROL TESTS DURING CONSTRUCTION

Sub-Clause 903.4 Tests on Bituminous Constructions

Sub-Clause 903.4.3 Add new clause

“Bituminous mix shall be spread with paver fitted with electronic sensing device and string line
arrangement (supported by steel pegs
@ 5m apart) on either side of paving width for automatic levelling, surface evenness and profile
control. Use of string line is compulsory to provide signal to the electronic sensing device fitted with
a Paver Finisher”.

Bituminous works, shall be tested immediately after laying/finishing for:

a) Thickness (compacted) measured by extracting cores and shall be dealt in accordance with
MORT&H Specifications Section 900.
b) Density (compaction) test as performed on the extracted cores
c) Workmanship test by measuring roughness of the finished layer by duly calibrated Towed Fifth
Wheel Bump Integrator

Note: Contractor shall arrange the core extraction machine


at his cost and shall take cores of the executed bituminous
works jointly with Engineer without any extra cost.
The result of tests shall be compared with the prescribed acceptable values. The payment of all

(Re‐Bidding) 22nd Km. Karanpur‐Rajanpur (BRPNN) (92) World Bank Package No.-WBP/PH-I/03/11-12
such works executed shall be based on the test results. In case test results for (b) and (c) above
fall below the required values in accordance with specifications, the deductions as specified below
shall be worked out and applied, limiting to ‘Nil’ payment for the executed bituminous works.
Separate deduction shall be made for each attribute i.e. density test and workmanship test.
b) Density (compaction) Test: Basis of Deduction
Core Density Deduction in the payable rate
Less Up to 1% of requirement @ 5%
Less above 1% and up to 2% of requirement @ 15%
Less above 2% and up to 3% of requirement @ 30%
@100%
Less above 3% of requirement Such works shall be rejected
and NIL payment shall be made.

The minimum deduction in the payable rate shall be made for an area not less than 250 sqm. for
each failure of density (compaction) test.
c) Workmanship Test: Roughness measured longitudinally

The finished bituminous layers (DBM and BC) shall be tested for workmanship (immediately
before allowing traffic) by measuring roughness, longitudinally, separately for each lane with
the Calibrated Towed Fifth Wheel Bump Integrator. Calibration of Bump Integrator device
shall be carried out using the procedure recommended in the World Bank Technical
Publication No. 46. The measured roughness shall not exceed a value of 2000 mm/km. for
finished DBM and B.C. layers.

In case DBM is laid in two separate lifts, the roughness shall be measured on the final DBM
layer. Any completed layer (DBM and BC) having roughness in excess of the value
2000mm/km shall be paid in accordance with the Deduction Formulae as specified below

Measured Roughness Deduction in the payable rate


Up to 5% more than the requirement Nil
More than 5% and up to 30% more than @ (10%+1% for every 1% in excess of 5%
the requirement of prescribed limit)
More than 30% and up to 40% more than @50%
the requirement
Above 40% of more than the requirement @100% (i.e. Nil payment)

“The area for which deduction in the payable rate apply, shall be determined by the Engineer
based on analysis of roughness results. However, regardless of any other consideration, the
minimum deduction applicable shall not be less than one lane – km. surface area i.e. 3500
sqm.

SECTION 1000 MATERIALS FOR STRUCTURES

Clause 1002 This clause shall read as follows:

The Contractor shall identify the sources of materials like coarse aggregate and sand and
notify the Engineer regarding the proposed sources prior to delivery.

Samples of material from the source, shall be tested, in the presence of Engineer’s
representative, for conformity to specifications. It shall also be ensured that the variation in
test results of different samples is within acceptable limits. If the product from the approved
source proves unacceptable at any time, the Contractor shall provide new sources of

(Re‐Bidding) 22nd Km. Karanpur‐Rajanpur (BRPNN) (93) World Bank Package No.-WBP/PH-I/03/11-12
acceptable material from other sources at his own expense conforming to specifications.

For manufactured items like cement, steel reinforcement, prestressing strands, the
Contractor shall intimate the Engineer details of the source (plant where the material is
manufactured), testing facilities available with the manufacturer and arrangements for
transport and storage of material at site. If directed by the Engineer, the Contractor shall
furnish samples and test results of recently manufactured material. The Engineer, at his
discretion, may require the Contractor to test the materials in an independent laboratory
approved by the Engineer, and furnish test certificates. The cost of these tests shall be borne
by the Contractor. The sampling and test procedures shall be as laid down in Indian
Standards or where these are not available as per the directions of the Engineer. Only
material from the sources approved by the Engineer shall be brought to the site. If the
material from the approved sources proves unacceptable at any time, the Contractor shall
provide new sources of acceptable material conforming to specifications from other sources
at his own expense.

For proprietary items like bearings, expansion joints refer clause 115.2

Clause 1006 CEMENT


This clause shall read as follows:
Cement to be used in bridge structures shall conform to the following standard.
IS: 12269 – Specification for 53 Grade ordinary Portland cement.
For other works ordinary Portland cement 33 grade conforming to IS: 269 or Ordinary
Portland cement 43 grade, conforming to IS 8112 can be used with the prior approval of the
Engineer.

Minimum cement content mentioned elsewhere from durability considerations shall not be
reduced. From strength considerations, these cements shall be used with a certain caution
as high early strengths of cements in the 1 to 28 day range can be achieved by finer grinding
and higher constituent ratio for C3S/C2S, where C3S is Tricalcium Silicate and C2S is
Dicalcium Silicate. In such cements, the further growth of strength beyond say 4 weeks may
be much lower than that traditionally expected. Therefore, further strength tests shall be
carried out for 56 and 90 days to fine tune the mix design from strength considerations
directed by the Engineer.
Total chloride content in cement shall not exceed 0.05 percent by mass of cement. Total
sulphur content calculated as sulphuric anhydride (SO3) shall in no case exceed 2.5 percent
and 3 percent when Tri-calcium aluminate percent by mass is up to 5 or greater than 5
respectively.
Manufactures test certificate shall be submitted to the Engineer by the Contractor for every
consignment of cement. The certificate should cover all the tests for chemical requirements,
physical requirements and chloride content as per the provisions of IS: 12269.
Independent tests of samples drawn from the consignment shall be carried out at the site
laboratory or in an independent laboratory approved by the Engineer, immediately after
delivery. The following properties shall be tested.
i) Setting Time
ii) Compressive Strength
The cost of the tests shall be borne by the Contractor. In case the cement is stored
beyond 90 days from the date of delivery at site, the following tests shall be
carried out at the site laboratory before the cement is used.
i) Setting Time
ii) Compressive strength.
Lot size for independent testing of cement at site shall be the quantity received at

(Re‐Bidding) 22nd Km. Karanpur‐Rajanpur (BRPNN) (94) World Bank Package No.-WBP/PH-I/03/11-12
site on any day subject to a maximum of 500 tonnes.
Clause 1007 COARSE AGGREGATES

Add the following at the end of the Clause:

(a) Primary and secondary stone crusher should be employed for getting proper size
and grading of coarse aggregates.
(b) The alkali aggregate reactivity should be measured and reported for obtaining
approval for the source aggregates at the beginning of the work using methods given
in IS: 2386. The tests may be repeated if the source changes, or if the type of rock
being exploited for crushing aggregates changes.
(c) The water absorption limit of aggregates should be not less than 3% instead of 5%
as per IS: 383".

Clause 1008 SAND / FINE AGGREGATES

Add the following at the end of the Clause:

"The alkali aggregate reactivity should be measured and reported for obtaining approval for
the source".

Clause 1009 STEEL

Sub-Clause 1009.2 Steel for Prestressing

Add (e) to the list of codes to which acceptable prestressing steel shall conform:

"(e) Stress relieved low relaxation seven ply strand for prestressed concrete - IS: 14268".

Sub-Clause 1009.3 Reinforcement / Un-tensioned Steel

Delete the Table 1000-3 and substitute:-

Grade Designation Bar type conforming to Characteristic Strength Elastic


governing BIS f, MPA Modulus
Specifications GPa
Fe500 IS:1786 High Strength 500 200
Deformed

WATER

Clause 1010 Delete the para and substitute by the clause 302.4 of IRC: 21-2000.

Clause 1012 CONCRETE ADMIXTURES

Add the following at the end of paragraph 2 of Clause 1012.1:

"Admixtures shall not impair the durability of concrete; they shall not combine with the
ingredient to form harmful compounds or endanger the protection of reinforcement against
corrosion. Only chloride free admixtures shall be used."

Paragraph 3 of 1012.1 shall read as follows:

"For all admixtures being used the packing shall be marked with the name of the supplier,
manufacturer, brand name (name of product) and main effect. A certificate for the admixture
in question shall be submitted. The certificate shall include the following information:

(A) General

(Re‐Bidding) 22nd Km. Karanpur‐Rajanpur (BRPNN) (95) World Bank Package No.-WBP/PH-I/03/11-12
(a) Chemical name of the active component in the admixture.
(b) Values of dry material content, ash content and relative density of admixture, which can
be used for uniformity tests.
(c) Chloride ion content expressed as a percentage of weight of cement.
(d) PH value and colour.
(e) Normal side effects e.g. whether the admixture leads to air entrapment at recommended
dosage and if so to what extent.
(f) Side effects when overdosed.
(g) If two or more admixtures have to be used in one mix, their compatibility.
(h) Increase in risk of corrosion to reinforcements and embodiments due to the use of
admixture.
Latest date of test and name of test laboratory.
(B) Storing
(a) Shelf life
(b) Max. & Min. allowable temperature
(c) Other instructions (e.g. requirements of stirring)
(C) Dosage

Maximum and minimum to be specified as a percentage of weight of cement.

Add the following at the end of the clause:

"After selecting a few acceptable brands & types of admixture based on the manufacturer
data /technical literature, independent acceptance tests should be carried out for the same
using the approved combinations of cement / sand /aggregates intended for use in the
Project. After establishing the basic acceptability using strength criteria (compression &
tensile strengths) number of trial mixes be designed using different proportions of admixtures
/ cement / water etc. establish the data bank on the behaviour of the admixture for the project
site conditions, spectroscopic signature of accepted product should be obtained and
preserved for comparison for acceptance of the production lots.

Retrials should be conducted with change in source / type of cement.

Workmanship
The dosage should be finalised on the basis of field trial and special mechanical devices
should be used for dispensing the admixture in the botching / mixing plant. No addition to
admixture after dosage is permitted (including addition in transit mixers).

Manufacturer's experts should be available for consultation / troubleshooting of problems


associated with their product. The conditions of storage, shelf life etc. as specified by the
manufacturer should be strictly observed. The manufacturer’s Quality Assurance plan during
process of production should be obtained and fled for reference / record."

Clause 1013 REINFORCED CONCRETE PIPES


Delete the clause and add the following:
Reinforced concrete pipes for highway structures shall be of the class specified by the
designer for the particular application. In absence of such specification, the class shall be NP
4 type conforming to requirements of IS: 458.
Clause 1014 STORAGE OF MATERIALS
Sub-Clause 1014.3 Aggregates

The following shall be added at the end of this Clause:

"Aggregates shall be stockpiled in a manner that will avoid segregation, contamination by


foreign materials and intermixing of various sizes of aggregate."

Clause 1015 TEST AND STANDARDS OF ACCEPTANCE

(Re‐Bidding) 22nd Km. Karanpur‐Rajanpur (BRPNN) (96) World Bank Package No.-WBP/PH-I/03/11-12
Add following after paragraph 2:

"Independent testing of pre stressing steel shall be carried out by the contractor for each
consignment from each source at site in the laboratory approved by the Engineer before use.
The tests shall be carried out for the properties as listed in clause 7.2.1 of IS-5896:1980.
These tests are in addition to the tests carried out by the manufacturer."

SECTION 1100 PILE FOUNDATIONS

Clause 1101 DESCRIPTIONS

Sub-Clause 1101.2 Add the following at the end of clause 1101.2:

The contractor shall submit information regarding proprietary system of piling as per Clause
115.2

The Contractor in his methods statement shall include the procedure for carrying out initial
and routine tests of piles including design calculations and drawings. The format for reporting
test results shall be included in the methods statement.

Sub-Clause 1101.4 Add the following as sub-clause 1101.4


The scope of work shall comprise the following:
a) Providing all materials including concrete, reinforcing steel, temporary and permanent
casing as required, labour and equipment for installation of bored cast-in-situ piles.
b) Initial and routine testing of piles.
c) Integrity testing of piles as per provisions of bid documents.
d) Provision of access to movement of Equipment, barricading where necessary, pollution
control measures including measures to control noise to minimum acceptable levels and site
clearance.

Clause 1103 TYPE OF PILES

This clause shall read as follows:


Bored cast-in-situ piles as shown in drawings or as directed by the Engineer shall be
provided.

Clause 1104 MATERIALS

Sub-Clause 1104.2 The first sentence of this clause is amended as follows:


Concrete to be used in cast-in-situ piles shall be of grade as indicated in drawings.

Clause 1107 CAST-IN-SITU CONCRETE PILES

Add the following after the words “as approved by the Engineer” in the second sentence of
paragraph 13.
e to install casings by giving a semi-rotary/rotary motion to keep it sinking as the bore hole is
advanced.
Paragraph 18 stands “deleted.”
Paragraph 19 shall read as follows:
Concreting of bored cast-in-situ piles shall be done by tremie process.
Add the following at the end of sub-paragraph (a) of paragraph 20.
In the exceptional case of interruption of concreting, which can be resumed within 1
or 2 hours, the tremie pipe shall not be taken out of the concrete. Instead it shall be raised
or lowered slowly, from time to time. Concreting shall be resumed by introducing a little
(Re‐Bidding) 22nd Km. Karanpur‐Rajanpur (BRPNN) (97) World Bank Package No.-WBP/PH-I/03/11-12
richer concrete with a slump of about 200mm.
If the concreting cannot be resumed before final set of concrete already placed, pile shall be
rejected.

Clause 1113 PILE TESTS


Sub-Clause 1113.1 General

Add the following at the end of paragraph 2.

The initial pile tests shall be conducted in the riverbed, in locations very close to the
foundation, as decided by the Engineer.
Add at the end of paragraph 4
The objective of the test is limited to checking of design working load-vertical and lateral of
individual pile.'
Paragraph 5 shall read as follows.
The methodology of carrying out load tests and of arriving at safe load on piles shall
conform to IS:2911 (Part IV)
The initial load test on piles shall be carried out in stages. As soon as the total settlement
reaches 40mm the tests shall be suspended and results submitted to the Engineer for
evaluation. If the test results satisfy the criteria of safe loads, the test shall be terminated. If
not, the tests shall be continued till the total settlement attains a value equal to 10 % of the
pile diameter.
It shall be ensured that the testing arrangement is symmetrical and the thrust is axial to the
pile and the test frame. Welds attaching the tension bars to the loading frame should be
inspected prior to the commencement of loading and during test where a tension pile
system is used.
Recording of data and presentation: The documentation of test results shall be carried out
as per clause 9 of IS: 2911 (part 4) and submitted to the Engineer.
In case the safe load (vertical or lateral) determined by initial test exceeds or equals the
design working load, no alteration or modification or alteration shall be made to the
foundation working details.
If the safe load (vertical or lateral) determined from any of the initial tests falls below the
design working load value, modification to foundation detail including change in depth
and/or number of piles shall be made and necessary revised drawings shall be issued by
the Engineer to the Contractor within 4 weeks from the presentation of test results to the
Engineer.
In case the safe load determined from any of the routine tests, falls below the design
working load value, the pile shall be rejected and remedial measures as directed by the
Engineer shall be taken by the Contractor at his own cost.
Calibration of testing equipment.
Pressure gauges and dial gauges shall be calibrated at an approved laboratory immediately
prior to use and then at regular intervals not exceeding 3 months. The readings shall be
corrected with the aid of calibration curve.

Clause 1115 IMPORTANT CONSIDERATIONS, INSPECTION / PRECAUTIONS FOR DIFFERENT


TYPE OF PILES

Sub-Clause This clause shall read as follows


1115.2.7

Sub-Clause 1115.2.7.1 “For large diameter piles, it is essential to conduct non-destructive tests to evaluate the
integrity of piles.

(Re‐Bidding) 22nd Km. Karanpur‐Rajanpur (BRPNN) (98) World Bank Package No.-WBP/PH-I/03/11-12
Integrity testing of piles shall be conducted by a sub-contractor nominated by the Employer.
Objective of testing is to detect pile defects, including cracks, soil intrusions, voids, variation in
pile diameter and pile length.
The nominated sub-contractor shall design the instrument system and testing procedures and
provide personnel and instruments for carrying out the tests.
A method statement detailing the testing procedure including reporting test results shall be
submitted to the Engineer at least 28 days before commencement of tests for his approval.
The Contractor shall provide all reasonable facilities to the nominated sub-
contractor. The Contractor shall provide all inserts provided in detailed drawings.

Sub-Clause 1115.2.7.2 At least 15 days shall elapse between the installation of piles and sonic testing of piles. Piles
with unacceptable defects shall be rejected by the Engineer. Remedial measures as
directed by the Engineer shall be taken by the Contractor at his own cost. Concreting of pile
caps shall commence only after the piles are accepted by the Engineer.

Clause 1119 RATES

Paragraphs 2 shall read as follows:


The contract rate for cast-in-situ bored piles shall include the cost of installation of piles
including full compensation for providing all labour, tools and equipment involved in making
bores for cast-in-situ bored piles, cutting of pile heads, all complete. The cost of concrete and
all other items as per section 1700 shall be included in the rate of cast-in-situ bored piles.
Providing temporary liner/casing and its withdrawal shall be deemed to be included in the
rate for installation of piles and no additional payment shall be made for the same.

SECTION 1200 WELL FOUNDATIONS

Cause 1205 Well Curb

Sub-Clause 1205.1 Add at the end of the clause.

"The wells which are to be placed in water, earthen/sand island where possible shall be
constructed and curb placed or cast on this island."

Sub-Clause 1208 Bottom Plug


Substitute " 14 days'' by "7 days" in the seventh para last line.
Add at the end of the 9th para the soundness of bottom plug shall not be tested before 7
days.

Sub-Clause 1209 Sand Filling

Substitute “3 days” by “7 days” in the 1st para.

Sub-Clause 1214 Measurement for payment


Delete the following:

“and in different types of strata (for example-----hard rock etc.)" from the
sentence of 1st para of (c).

Sub-Clause 1215 Rate

Para (e) of this clause shall read as under:

The contract unit rate for sinking shall include the cost of labour, tool and plant and for

(Re‐Bidding) 22nd Km. Karanpur‐Rajanpur (BRPNN) (99) World Bank Package No.-WBP/PH-I/03/11-12
operation required, such as formation of island, diversion channel, dewatering, excavation
and bailing out material, providing and placing ken ledge on top of well and removing the
same, sand filling and contingencies warranting provision of temporary top plug or cap in the
event of floods being expected at site making further sinking not possible, and also other
incidental works to sink well to the level shown on the drawings. It shall also include blasting
or use of drivers for removal of obstacles from under the cutting edge of the well. The rate
shall cover all testing except load testing of well and shall include ail supervision required for
the work.

SECTION 1500 FORM WORK

Clause 1501 DESCRIPTION


The Clause shall reads as below.
The Contractor shall prepare a formwork mobilisation and utilisation plan and submit the plan for
Engineer’s approval at least 28 days before the commencement of construction of structures. The
requirement of formwork shall be worked out considering the overall construction programme of all
the structures in the contract. Sufficient formwork shall be mobilised, to enable the structure to be cast
in one or more stages, as specified in the drawings. The plan shall take into account the time required
for erection of formwork, retention in position, stripping, removal and subsequent use in the next and
subsequent structures. The design, erection and removal of formwork shall confirm to IRC:87.

Notwithstanding Engineer’s approval of mobilization plan, if due to any reason, Contractor


has to arrange additional formwork, to meet the requirements of the construction program, it
shall be done by the Contractor without any extra cost to the Employer.

Clause 1502 MATERIALS

This clause shall read as under:

“All materials shall comply with the requirements of IRC-87.


Materials and components used for formwork shall be examined for damage or excessive
deterioration before use / reuse and shall be used if found suitable after necessary repair.
Only steel formwork shall be used. The steel used for forms shall be of such thickness that
the forms remain true to shape. All bolts should be countersunk. The use of approved
internal steel ties or plastic spacers shall be permitted. Structural steel tubes used as support
for forms shall have a minimum wall thickness of 4 mm.”
DOKA of approved quality may also be allowed to the satisfaction of the Engineer.
Clause 1503 DESIGN OF FORMWORK

Sub-Clause 1503.2 the following shall be added to this Clause:

"For distribution of load transfer to the ground through staging, an appropriately designed
base plate must be provided which shall rest on firm sub-stratum. The loading from the form
work shall be distributed to the soil or the permanent works below (e.g. well kerb) in such a
manner that any total or differential is within acceptable limits."

Clause 1504 WORKMANSHIP


Sub-Clause 1504.1 Add the following at the end of Clause 1504.1
The loading from the formwork shall be distributed to the soil or the permanent works below
(e.g. pile cap) in such a manner that any total or differential settlement is within acceptable
limits.

Clause 1505 Substitute the following clause in place of the existing clause:

"Formed & Unformed Surface Finishes


The surface finishes for formed and unformed surfaces are classified and defined as below.
(Re‐Bidding) 22nd Km. Karanpur‐Rajanpur (BRPNN) (100) World Bank Package No.-WBP/PH-I/03/11-12
Surface irregularities permitted for the various classes of finishes are termed either 'abrupt'
or 'gradual' Fins or offsets caused by displaced or misplaced form sheeting, lining or form
sections, by loose knots in form lumber or by otherwise defective form lumber are considered
abrupt irregularities. All other cases are described as gradual irregularities. Gradual
irregularities will be measured with a template consisting of a straight edge for plain surfaces
of its equivalent for curved surfaces. The length of template for testing gradual irregularities
in formed surfaces shall be 1.5 m in length, the permissible gradual irregularities being
measured over this length of the template.

Finish F1, F2 and F2 shall describe formed surfaces.

Finish U1, U2 and U3 shall describe unformed surfaces.

Class F1I Finish

The class F1 finish shall apply to all formed surfaces for which class F2 or F3 is not
specified. It shall generally be formed by steel frame mounted with steel sheet. It shall be so
constructed that there shall he no loss of material from the concrete during placement and
compaction. After hardening, the concrete shall be in the required positions and shall have
the shape and dimensions called for in the drawings. Any abrupt irregularities shall not
exceed 10m. All fins and drifts in excess of the above limits shall be made good by chipping
and grinding, if required, by the Engineer. Small blemishes caused by entrapped air or water
may be expected but surface shall be free from voids, honeycombing or other large
blemishes. Class Fl finish shall be generally specified for al surfaces buried in ground or not
visible during service or for surfaces that are to receive further treatment such as plastering
etc. Unless otherwise specified in the item of Bill of Quantity the surface finish shall be
understood to be Class Fl.

Class F2 Finish

Class F-2 finish shall be obtained by use of properly designed forms with steel lining. The
abrupt irregularities shall not exceed 5mm and gradual irregularities shall be less than 8 mm.
Small blemishes caused by entrapped air or water may be permitted but the surface shall be
free from honeycombing. voids and large blemishes. Surface irregularities in excess of those
stipulated shall be removed by chipping or rubbing with abrasive stone.

Class F3 Finish

Class F3 finish shall be formed by specially designed close jointed rigid forms having lining
or high quality form plywood. The surface irregularities shall be limited to nil for abrupt
irregularities and 3mm for gradual irregularities. Class F3 finish may be obtained from class
F2 finish by carefully removing all abrupt irregularities including fins and projections by
rubbing / grinding. If steel forms are used they shall have steel sheet backing faced with
plywood.

In addition, finish F3 shall include filling air holes with mortar and treatment of the entire,
surface with sack rubbed finish. It shall also include cleaning of lose and adhering debris.
For a sack: rubbed finish, the surface shall be prepared within two days after removal of the
forms. The surface shall be wetted and allowed to dry slightly before mortar is applied by
sack rubbing. The mortar used shall consist of one part cement to one and one half parts by
volume of fine (IS No. 16 mesh) sand. Only sufficient mixing water to give the mortar a
workable consistency shall be used. The mortar shall then be rubbed over the surface with a
fine burlap or linen cloth so as to fill all the surface voids. The mortar in the voids shall be
allowed to stiffen and solidify after which the whole surface shall be wiped clean with clean
burlap such that all air holes etc., refilled and the entire surface presents a uniform
appearance without air holes, irregularities etc.

Class U1 Finish

This is the screened finish used on surfaces over which other finishes such as wearing coats
etc. are being placed. It is also the first step in the formation of U2 and U3 finishes. The
(Re‐Bidding) 22nd Km. Karanpur‐Rajanpur (BRPNN) (101) World Bank Package No.-WBP/PH-I/03/11-12
finishing operation, consists of leveling and screening the concrete to produce an even and
uniform surface so that the gradual irregularities are not greater than 5mrn. Surplus concrete
should be removed immediately after consolidation by striking it off with a sawing motion of a
straight edge or template across a wood or metal strip that has been set as guide. Unless the
drawings specify a horizontal surface or show the slope required, the tops of narrow surfaces
such as stair treads walls, curbs and parapets shall be sloped approximately 10mm per
300mm width. Surfaces to be covered with concrete topping, terrazzo, and similar surfaces
shall be smooth screened and levelled to produce even surfaces, irregularities not exceeding
5mm.

Class U2 Finish

This is a floated finish used on all outdoor-unformed surfaces not prominently exposed to
view such as tops of piers etc. The floating may be done by hand or power driven equipment.
It should not however be started until some stiffening has taken place in the surface concrete
and the moisture film or shine has disappeared. The floating should work the concrete no
more than is necessary to produce a surface that is free from screed marks. All joints and
edges should be finished with edging tools. It shall include the repair of gradual irregularities
exceeding 5mm. All abrupt irregularities shall also be repaired unless a roughened texture is
specified.

Class U3 Finish

This is a trowelled finish used on all surfaces exposed to view at close quarters such as tops
of parapets and kerbs etc. Steel trowelling should not be started until after the moisture film
and shine have completely disappeared from the floated surface and the concrete has
hardened enough to prevent an execs of fine materials and water from being worked to the
surface. Excessive trowelling especially if started too soon tends to produce crazing and lack
of durability. Too long a delay with result in a surface too hard for proper finishing. Steel
trowelling should be performed with a first pressure that will flatten and smoothen the sandy
surface free of blemishes, ripples and trowel mark. It shall include the repair of all abrupt
irregularities and the repair of gradual irregularities exceeding 5mm. It shall also include
finishing the joints and the edges of concrete with edging tools."

Clause 1506 PRECAUTIONS

Add the following as items (vii) and (viii) of this clause:


(vii) Adequate support against sideway and lateral loads due to
construction operations and wind shall be provided.
(viii) Forms shall be rigid and of adequate section to reduce deflections.
Forms shall have sufficient rigidity to resist horizontal pressures caused by flowing
concrete resulting from use of super plasticizers. The formwork shall resist the
lateral pressure caused due to fast rate of placement by concrete pumps.

Clause 1507 PREPARATION OF FORMWORK BEFORE CONCRETING


Add at the end of last Para:
“Concreting shall not commence without approval of the Engineer”

Clause 1508 Removal of Formwork

Add the following as paragraphs 5 to Clause 158:

"For Prestressed units, the side forms shall be released, as early as possible and the soffit
forms shall permit, without restraint, deformation of the member, when prestressing is
applied. Form support and forms for cast-in-situ members shall not be removed until
sufficient prestressing has been applied to carry the dead load and any form work supported
by the member and anticipated construction loads."

(Re‐Bidding) 22nd Km. Karanpur‐Rajanpur (BRPNN) (102) World Bank Package No.-WBP/PH-I/03/11-12
Clause 1509 RE-USE OF FORMWORK

Add the following sentence at the end of the second paragraph:

"After cleaning and rectification and before re-fixing, formwork shall be approved by the
Engineer.”

Clause 1510 SPECIALISED FORMWORK

Replace the words 'slip form work' by 'climbing formwork' in the first sentence of this clause.
The first sentence of paragraph 2 of this clause shall read as follows:

Slip forming is not permitted.

Replace the word "plywood" by "marine plywood" in the fourth paragraph of this clause.

Clause 1513 RATE


Add the following at the end of the first paragraph:

"The unit rate shall also include all cost for preparation of erection scheme, designs of false
work and formwork and their approval".

Clause 1514 Add new clause 1514 — Special Architectural Finishes:

Materials

Where special architectural finishes have been specified which require special patterns,
grooves, ridges, surface finishes to. And which are to be obtained by casting concrete
against forms, these will need specially designed forms and special finishing using suitable
materials. These Forms can be need from materials specified in 1RC-87, with special
workmanship / controls. Use of any other material is to be permitted only after specific written
approval from the engineer.

Design and Workmanship, Removal, Protection and Reuse

The design and workmanship of such formwork has to be approved by the Engineer. The
method of removing formwork without damaging the 'form-finished' sun-ace, use of de-
bonding agents, the protection and repair of forms and form-surfaces, and limit on re-use etc.
are to be as per specification / drawings in absence of which the proposed details are to be
approved by the Engineer. All such methods will have to be suitably improved based on the
result of mock-up or field use. The final procedure and details shall be improved till the
specified / desired architectural finish is obtained.

Mock-up

After design and before incorporation in the main work, the effectiveness and success in
achieving the desired finish has to be demonstrated / confirmed by casting the Moc-up. The
approved mock-up surface shall be retained till the end of the project and then the `mock-up'
should be dismantled / remove from the work site and disposed of as directed by the
Engineer.

Clause 1515 Add new clause 1515 — Tolerances:

All works shall be carried out true to the lines, levels and grades show:, on the drawings and
within the tolerances specified below. The forms shall be so designed and erected that the
following tolerances are not exceeded unless more stringent and specifications have been
required by the design and specified in the drawings / instructions. The contractor shall
establish, erect and maintain in and undisturbed condition until final completion and
acceptance of the project, control points and bench marks necessary and adequate to
establish these tolerances:
(Re‐Bidding) 22nd Km. Karanpur‐Rajanpur (BRPNN) (103) World Bank Package No.-WBP/PH-I/03/11-12
Sl. Element Limits
No.
1 For all elements, departure from established alignment. 10mm
2 Departure from established grades 10mm
3 Variation from plumb or specified batter in lines and 10mm in 3m, if
surfaces of piers, walls and abutments in 3m exposed, 20mm if back
filled.
4 Variation from level or indicated grade in slabs, beams, 10mm in 3m. if and
horizontal railing offsets. exposed 20mm in 3m if
back filled.
5 Variation in cross sectional dimensions of columns, piers, -5mm, +10mm
slabs, walls, beams and similar parts.
6 Variation in slab thickness -5mm, +10mm
7 Footings: Plan dimensions -15mm, +30mm
8 Misplacement or eccentricity 2% of footing width in
the direction of
displacement and not
exceeding30mm.
9 Reduction in thickness 5% of specified
thickness unless
specified to be
morestringent.
10 Variation in size and locations of slab or wall openings 10mm

11 The alignment tolerances shall be as under:


Tolerance in direction where ‘d’ is the dimension of
members
Member with a depth of upto 200mm +d/40
More than 200mm 5mm

SECTION 1600 STEEL REINFORCEMENT (UNTENSIONED)

Clause 1602 GENERAL

Delete both the paragraphs and substitute:

"The steel for reinforcement shall meet the requirement of Table 3 of IRC: 21-2000."

Clause 1604 Bending of Reinforcement

Para 1 of Clause 1604 shall read as follows:


The reinforcement shown on the drawings shall be considered merely symbolic
representations of the shape and position and shall not be used by the Contractor to justify
any deviation from the stipulated requirements. Bar bending schedules and any
supplementary drawings as may be required shall be furnished by the Contractor and got
approved by the Engineer before start of work. The bending schedules shall state the
number, shape and length of bar and weight in respect of each type. System of bar
referencing should be coherent and systematic. A separate bar bending schedule shall be
prepared for auxiliary bars like spacers chairs etc.

Clause 1605 PLACING OF REINFORCEMENT

Paragraph (c)(i) of clause 1605 shall read as follows:

"Cover Blocks made shall be made of concrete or cement mortar with the same durability
properties as the surrounding concrete and with the same type of constituents. In visible

(Re‐Bidding) 22nd Km. Karanpur‐Rajanpur (BRPNN) (104) World Bank Package No.-WBP/PH-I/03/11-12
surface the cover blocks shall be of the same colour and texture as the surrounding
concrete. The contractor's proposal for cover blocks shall be submitted to the Engineer for
acceptance".

Clause 1605(f) Add the following as clause 1605 (f):

"Tolerance:

1. Tolerance of cover: deviation shall not exceed +10mm no negative tolerance is


allowed.
2. Tolerance in position : Tolerance for deviation from the positions shown in the
drawings shall not exceed the following :

Structural depth D(mm) Tolerance (mm)


D<1000 <10
1000<D<2000 <0.01D
D>2000 <20

Clause 1606 BARS SPLICES

Sub-Clause 1606.1 Lapping

First sentence of clause 1606.1 shall read as follows:

“To the extent possible, all reinforcement shall be provided in full lengths as indicated in
drawings.”

Add the following as paragraph 2 of clause 1606.1:

"The location of joints in continuous reinforcing bars, not shown in drawings, shall be
submitted to the engineer for the acceptance. If nothing contrary has been specified, the
number of bars to be joined in any cross section shall not exceed one-third of the total."

Sub-Clause 1606.2 WELDING

Sub-Clause 1606.2.1 Add the following at the end of the paragraph.

"In Pre stressed concrete members, when welding of un tensioned reinforcement is


permitted by the Engineer, it shall be carried out before insertion of the pre stressing
tendons."

Clause 1607 TESTING AND ACCEPTANCE

Add the following as the last paragraph of Clause 1607.


Manufacturer’s test certificate regarding compliance with Indian Standards for each lot of
steel shall be obtained and submitted to the Engineer. If required by the Engineer, the
Contractor shall carry out confirmatory tests in the presence of a person approved by the
Engineer. Cost of these tests shall be borne by the Contractor. The sampling and testing
procedure shall be as laid down in I.S.1786. However if any test piece selected from a lot
fails, no re-testing shall be done and the lot rejected.

SECTION 1700 STRUCTURAL CONCRETE

Clause 1703 GRADES OF CONCRETE

Delete Table 1700.2 and substitute by Table No 5(A) of 1RC: 21-2000:

(Re‐Bidding) 22nd Km. Karanpur‐Rajanpur (BRPNN) (105) World Bank Package No.-WBP/PH-I/03/11-12
Clause 1704 PROPORTIONING OF CONCRETE

Last sentence of paragraph 1 shall be as follows:

"Other type of admixtures shall be used with the approval of the Engineer."

Sub-Clause 1704.6 Add the following as clause 1704.6:

“In proportioning concrete, the quantity of both cement and aggregate shall be determined by
weight. Where the weight of cement is determined by accepting the manufacturer’s weight
per bag, a reasonable number of bags shall be weighed separately to check the net weight.
Where cement is weighed from bulk stock at site and not by bag, it shall be weighed
separately from the aggregates. Water shall either be measured by volume in calibrated
tanks or weighed. All measuring equipment shall be maintained in a clean and serviceable
condition. Their accuracy shall be periodically checked.
It is most important to keep the specified water – cement ratio constant and at its correct
value. To this end, the Engineer according to the weather conditions shall determine
moisture content in both fine and coarse aggregates. The amount of mixing water shall then
be adjusted to compensate for variation in the moisture content. For the determination of
moisture content in the aggregates, IS: 2386(Part III) shall be referred to. Suitable
adjustment shall also be made in the weight of aggregates to allow for the variation in weight
of aggregates due to variation in their moisture content.”
Materials for pumped concrete:
Materials for pumped concrete shall be batched consistently and uniformly. Maximum size of
aggregate shall not exceed one-third of the internal diameter of the pipe.
Grading of aggregate shall be continuous and shall have sufficient ultra fine materials
(materials finer than 0.25 mm). Proportion of fine aggregates passing through 0.25mm shall
be between 15 and 30% and that passing through 0.125 mm sieve shall not be less than 5%
of the total volume of aggregate. Admixtures to increase workability can be added. When
pumping long distances and in hot weather set retarding admixtures can be used. Fluid
mixes can be pumped satisfactorily after adding plasticizers and super plasticizers. Suitability
of concrete shall be verified by trial mixes and by performing pumping test.

Clause 1705 ADMIXTURES

This clause shall be read as under:

"Duly tested admixtures / additives conforming to IS: 6925 and IS: 9103 (without replacement
of cement) may be used subject to satisfactory proven use, with the approval of the
Engineer. Admixtures generating Hydrogen or Nitrogen and containing Chlorides, Nitrates,
Sulphides, Sulphates and any other material liable to adversely affect the steel or concrete,
shall not be permitted.”

The general requirements, Physical & Chemical requirements shall be as per Clause 1012".

Clause 1707 EQUIPMENT

Para 1 of this Clause shall read as under:


“Unless specified otherwise, equipment for production, transportation and compaction of
concrete shall be as under:
a) for production of concrete: Batching and mixing of the concrete shall be done in a
concrete batching and mixing plant fully automatic of a suitable capacity. The plant shall be
approved by the Engineer.”
b) In special cases for culverts, the Engineer may allow mixing of concrete by a diesel
or electrically operated mechanical mixer with integrated weigh batching facility having a

(Re‐Bidding) 22nd Km. Karanpur‐Rajanpur (BRPNN) (106) World Bank Package No.-WBP/PH-I/03/11-12
capacity of 500 liters and automatic water measuring system.
Paragraph 3 of this clause shall read as follows:
“The accuracy of measuring devices shall fall within the following limits:
Measurement of Cement ± 1% of the quantity of cement in
each batch.
Measurement of Water ± 1% of the quantity of water in each batch.
Measurement of Aggregate ± 2% of the quantity of aggregate in each batch.
Measurement of Admixture ± 1% of the quantity of admixture in each batch.

Paragraph 3(b) &3(c) shall remain unchanged.


Add the following paragraph at the end of the clause :
Batching, mixing, transporting and placing concrete. Once the concreting of a section is
started, it has to be completed as a continuous operation. Before starting an important
concrete placement, the Contractor shall submit to the Engineer an equipment list to ensure
that sufficient equipment is available for batching, mixing, transporting and placing concrete
and once the concreting of a section is started, it can be completed as a continuous
operation within a reasonable time.

Clause 1709 TRANSPORTING, PLACING AND COMPACTION OF CONCRETE

Add the following paragraph at the end of the clause:

For placing concrete with pumps: Pipelines from the pump to the placing area should be laid
out with a minimum of bends. For large concrete placements, standby pumps shall he
available. Suitable valves (air release valves, shutoff valves, etc.) shall be provided as per
the site needs. A priming mix to lubricate the pump and pipeline shall proceed the pumping
of concrete. A rich mix of creamy consistency shall be required for lubricating the pipelines.
Continuous pumping shall be done to the extent possible. After concrete has been placed
the lines and all related equipment shall be cleaned immediately. A plug sponge

ball shall be inserted in the end near the pump and shall be forced through the line by either
water or air pressure. Pipes for pumping should not be made from materials, which can harm
concrete. Aluminium alloy pipeline shall not be used."

Clause 1710 CONSTRUCTION JOINTS (Refer Appendix 1700/1 - Preparation of the Surface of the
Joint)
In the first paragraph add after the words “the surface shall be roughened” the words “the
coarse aggregate shall be made visible to a depth of 5mm to 10mm”.
Concreting of Joints:
Under the heading “Concreting of Joints”, add the following at the end of sub-para 3:
“At vertical construction joints, a fine mesh on the inner surface of the stopping board shall
be placed, if directed by the Engineer, to facilitate removal of laitance.”

Clause 1712 ADVERSE WEATHER CONDITIONS

Sub-Clause 1712.2 Hot Weather Conditions

Add the following at the end of paragraph 1 of the above clause :


Where the Contractor proposes to use ice to cool the concrete or mixing water or any of the
ingredients, the Contractor shall provide a refrigeration plant to avoid use of contaminated
ice.
Clause 1713 Protection and Curing

Sub-Clause 1713.1 WATER CURING

(Re‐Bidding) 22nd Km. Karanpur‐Rajanpur (BRPNN) (107) World Bank Package No.-WBP/PH-I/03/11-12
Add the following at the end of paragraph 1:

"Wherever possible, use of water sprinklers or perforated pipes should be encouraged for
curing of concrete. Such arrangement must be maintained for a minimum period of 14 days
after concreting. Approved concrete curing compounds should be preferred where water
curing can not be done reliably."

Clause 1715 TOLERANCES

Sub-Clause 1715.1 Sectional Dimensions

Add the following as sub clause:

In the absence of any information in drawings or specifications, for particular cases, the
following limitations shall apply:

Dimension (mm) ‘a’ Tolerances (mm)


Delta = (a nominal-a actual)
A<200 Delta a<.5
200<a<2000 Delta a<3.5+0.0075a
a>2000 Delta a<16.5+0.21a
Deviations from Position etc.
a) Deviation from specified position in pla
b) Variation in levels at to
c) Variation of reduced levels of bearing area
d) Variation in plumb over full height of pier
e) Surface irregularities measured with 3 m straight edge

i) all surfaces except bearing areas + 5 mm


ii) bearing areas + 3 mm
f) Variation in length of superstructure - overa
and length between bearings or +0.1% of the span length,
whichever is lesser

Sub-Clause 1716.2.5 Acceptance Criteria

Add "by 3 MPa" at the end of the sentence (a) as per clause No 302.11.1(a) of IRC: 21-2000.

SECTION 1800 PRESTRESSING

Clause 1801 GENERAL

Add the following as the last paragraph of this clause:

Prestressing system shall confirm to FIP recommendation

"Recommendations of acceptance of post-tensioning systems June, 1993."

Clause 1802 Materials

Sub-Clause 1802.2.2 Replace existing clause with the following clause:

"The internal area of the sheathing duct shall be in accordance with the recommendations of
the system manufacturer and shall be about two to three times the area of the tendons. In
case of 6T13, 12T13 and 19T13 sizes of tendons comprising of 12/13mm diameter strands,

(Re‐Bidding) 22nd Km. Karanpur‐Rajanpur (BRPNN) (108) World Bank Package No.-WBP/PH-I/03/11-12
the inner diameter of the sheathing shall not be less than 50mm, 75mm and 90mm
respectively or those shown in the drawings whichever is greater. These dimensions are
posts threading of cables.
Where prestressing tendons are required to be threaded before concreting, the diameter of
sheathing can be about 5mm smaller than that required above."

Sub-Clause 1802.2.3 Add new clause as below:

`Pull-in or push-in of prestressing strands shall be mechanised. Strands shall not be placed
in the ducts before concreting. The ducts shall be sealed at the ends by plastic caps to
prevent water from entering.

Cables shall be threaded after concreting. In such cases, a temporary tendon shall be
inserted in the sheathing, or the sheathing shall be stiffened by other suitable method during
concrete. The sheathing supports shall be such as to prevent flotation of empty cable duct
during concreting.

Clause 1803 Testing of Cable / Anchorage Assembly

Add the following paragraph to the section:

"All samples shall be of the lot and in the case of wire of strand shall be taken from the same
master roll. At least 5.0m length shall be selected from each lot for testing. Also two
anchorage assemblies, complete with distribution plates of each size or types to be used,
shall be tested. However anchorage assembly test certificates, if available within a
reasonable period also shall be acceptable. Reasonable time period could be any time
between I yr. to 1.5 yrs.

Testing of anchorage & cable assemblies shall be carried out in accordance with procedures
in FIP document "Recommendations for the acceptance of Post Tensioning Systems: - June
1993."

Clause 1804 WORKMANSHIP

Sub-Clause 1804.3.1 Post-tensioning


The following Para shall be inserted between the 5th and 6th Para.
“The steel sheaths or duct formers shall be suitably tied to secondary reinforcement or to
properly located withdraw able through-shutter bolts, precast concrete blocks or similar
effective means, in such a manner that they do not give rise to excessive friction when the
steel is being tensioned.
Clause 1804.5 Insert the following paragraph after 1st paragraph:

"Mixtures of water-soluble oil such as dromas — B and water is to be flushed through empty
metallic ducts before threading of cable at frequency of at least once in a month. The layer of
oil formed on sheathing / prestressing steel shall be fully flushed out by using clean water
before final grouting by cement grout."

Clause 1806 Add the following at the end of Para 2


Jack and Pump shall be calibrated by an approved laboratory prior to use and then at
intervals not exceeding three months.
Add the following at the end:
“Before initial use & subsequently at suitable intervals the prestressing equipment shall be
checked to determine any variation from the normal values during use.
So far as these variations depend upon external influence (e.g. temperature in the case of oil
jacks) they shall be taken into account”.
Clause 1807 Add the following at the end of Para 5 of this clause.
Parallel measurement by load cell in combination with direct reading of Pressure gauge shall
(Re‐Bidding) 22nd Km. Karanpur‐Rajanpur (BRPNN) (109) World Bank Package No.-WBP/PH-I/03/11-12
be preferred. In any case such parallel measurements by load cell shall be made for at least
10% of the cables stressed during any tensioning operation.
Add the following at the end of this Clause:
The Contractor shall submit fabrication drawings, detailing prestressing cables, anchorages,
couplers, chairs and supports, templates or forms holding anchorage assemblies etc. for
Engineer’s approval at least one month before commencement of work in superstructure.
Stressing schedules shall be prepared by the Contractor and submitted to Engineer for
approval.
Clause 1808 Add the following at the end of the clause 1808

"Where directed by the Engineer, the Contractor shall perform full scale site test to determine
the accuracy of grout mix, equipment and grouting method. The Contractor shall submit a
method statement detailing the test procedure.

Special attention is directed to appendix 1800/11 of the standard specifications. The


contractor shall arrange for testing of all grout components and of the mix, prior to the start of
grouting and whenever the source of any component is changed, to ensure that the grout is
free of anything that could promote shrinkage or cracking of the grout or corrosion in the
tendons. Further, samples of grout and its component shall be obtained for each day of
grouting at each site where grouting is carried out and a full chemical analysis will be
performed on the samples."

Clause 1816 Joints in Construction with Precast Units

Add new clause:

"Joints between a series of Precast concrete units which are to be Prestressed together by
post-tensioning shall be such as to ensure an even transfer of compression from one unit to
other.

Whatever the method of jointing. the holes of the Prestressing steel shall be accurately made
and shall meet one another in true alignment at ends. Jigs shall always be used. Care shall
be taken to ensure that the jointing material does not enter the duct or press the sheath
against the Prestressing steel.

Jointing by application of mortar on the face of unit and then placing another unit against it
shall not be permitted.

Suitability and effectiveness of the method should be confirmed from a suitably designed
mock-up"

SECTION 2000 BEARINGS

Clause 2001 Description

Add the following as paragraph 2 of this clause:

"The design, manufacturing, testing and installation shall only be carried out by MORTH
approved manufacturer of the bearings."

Add the following as paragraph 3 of this clause:

"Within 90 days of award of work, the Contractor shall submit detailed specifications, design
and drawings as per NIT including installation drawings and maintenance manual for the
approval of the Engineer. The installation of bearings shall be carried out under the
supervision of the MORT&H approved manufacturer of the bearings. The Contractor shall
provide a warranty for 15 years and the Contractor shall replace the bearings free of cost, if
any defects arc observed during this period. The Employers decision regarding replacement/
repairs shall be final and binding.

(Re‐Bidding) 22nd Km. Karanpur‐Rajanpur (BRPNN) (110) World Bank Package No.-WBP/PH-I/03/11-12
Clause 2005 ELASTOMERIC BEARINGS
Sub-Clause 2005.3 Acceptance Specifications
In Para 5, substitute the words “Engineer or his authorized representative” for the word
“Inspector”.
Sub-Clause 2005.3.5 Inspection Certificate
In Para 4, substitute the words “Engineer or his authorized representative” for the word
“Inspector.”

Clause 2006 POT BEARINGS

Sub-Clause 2006.1 General


Sub-Clause 2006.1.2 Add after 2nd sentence “Provisions of IRC83 (Part III) shall be applicable for POT, POT cum
PTFE, PIN and Metallic Guide Bearings”

Clause 2009 MEASUREMENTS FOR PAYMENT


Add the following after Para 2.
“Paper bearings shall be measured in square metres.”
Clause 2011 Add new clause as under:
"Paper bearing shall be reinforced bitumen laminated Kraft paper conforming to IS-1398"
SECTION 2100 OPEN FOUNDATIONS

Clause 2106 Tolerances

Reference to tolerance shall be made to clause 1715.

SECTION 2200 SUB-STRUCTURE

Clause 2204 Piers and Abutments

Add the following paragraph at the end of clause:

"Where necessary suitable cofferdams or other means shall be provided to exclude water
from the construction area. The Contractor shall provide necessary pumping equipment for
dewatering in working areas."

Clause 2210 Rate

This clause is substituted as below:

"The contract unit rates for masonary, concrete, reinforcement and weep holes in
substructure shall include all works as given in respective sections and cover the cost of
incidental items like providing cofferdams, dewatering, providing special formwork, where
necessary, and all other items for furnishing and providing substructures as mentioned in this
section."

SECTION 2300 CONCRETE SUPER-STRUCTURE

Clause 2305 PRESTRESSED CONCRETE CONSTRUCTION

(Re‐Bidding) 22nd Km. Karanpur‐Rajanpur (BRPNN) (111) World Bank Package No.-WBP/PH-I/03/11-12
Sub-Clause 2305.2 Box Girder

Add the following at the end of paragraph 1:


“Contractor shall, in his methods statement, indicate the location of construction joints for
Engineer’s approval.”
Add new sub clause 2305.4 as under :

Sub-Clause 2305.4 PSC Solid Slab


Casting of the slab shall be done in a single stage without construction joints.
The portions of deck near expansion joints shall be cast along with Reinforcements and
embedment for expansion joints.
The deck slab shall be finished rough, but true to lines and levels as shown in drawings.
Bearings shall be set as shown in drawings.

SECTION 2500 RIVER TRAINING WORK AND PROTECTION WORK

Clause 2504 Pitching / Revetment on slopes

The heading of this clause shall be read as follows:

"Pitching / Revetment on slopes and filter media."

Sub-Clause 2504.2.2 Filter Media

Paragraphs of this clause shall be read as under:

"The material for the filter media shall consist of sand, gravel, stone or coarse sand to
prevent escape of the embankment material through the voids of stone pitching, Cement
concrete blocks, sweep holes in abutments as well as to allow free movement of water
without creating any uplift head on pitching. One or more layers of graded materials,
commonly known as filter medium, shall be provided underneath the pitching. The material
for filter media behind the abutments shall confirm to general guidelines given in Appendix 6
of IRC-78".

SECTION 2600 EXPANSION JOINT


Clause 2601 Description

Add the following as paragraph 2 of this clause:

The design, manufacturing, testing and installation shall only be carried out by MORTH
approved manufacturer of the joints."

Add the following as paragraph 3 of this clause:

"Within 90 days of award of work, the Contractor shall submit detailed specifications, design
and drawings as per NIT including installation drawings and maintenance manual for the
approval of the Engineer. Specifications shall cover all aspects of work like fabrication,
testing including acceptance tests for Expansion Joint elements, handling, storage and
installation. Design of anchorage and block outs shall be included in the detailed designs.
Work shall be carried out in accordance with designs and drawings approved by the
Engineer.

The installation of joints shall be carried out under the supervision of the MORT&H approved
manufacturer of the bearings. The Contractor shall provide a warranty for 10 years and the
Contractor shall replace the joints free of cost, if any defects are observed during this period.

(Re‐Bidding) 22nd Km. Karanpur‐Rajanpur (BRPNN) (112) World Bank Package No.-WBP/PH-I/03/11-12
The Employers decision regarding replacement/repairs shall be final and binding.

Clause 2607 STRIP SEAL AND MODULAR / BOX SEAL JOINTS

Sub-Clause 2607.1 STRIP SEAL EXPANSION JOINT


This clause shall be read as under:

Sub-Clause 2607.1.1 Components


Strip seal expansion joint shall comprise the following items :

a) Edge Beam
This shall be either extruded or hot rolled steel section or cold rolled cellular steel
section with suitable profile to mechanically lock and seal element in place throughout
the normal movement cycle. Further the configuration shall be such that the section
has a minimum thickness of 6 m all along the cross section. The minimum height of
the edge beam section shall be 75 mm.
b) Anchorage
Edge beam shall be anchored to the deck by reinforcing bars, headed studs or bolts
or anchor plates cast in concrete or a combination of anchor plate and reinforcing bars,
headed studs or bolts. Anchor bars, studs or bolts shall engage the main structural
reinforcement of the deck and in case of anchor plates or loops, this shall be achieved
by passing transverse bars through the loops or plates.

The minimum thickness of anchor plate shall be 12 mm. Total cross sectional area of bar
studs or bolts on each side of the joint shall not be less than 1600 mm Sq. per metre
length of the joint and the center to center spacing shall not exceed 250 mm. The
ultimate resistance of anchorages shall not be less than 500 KN/m in any direction.

Sub-Clause 2607.1.2 Material


a) The steel for edge beams shall conform to any of the steel grade corresponding to
RST 37-2 or 37-3 (DIN), ASTM A36 or A588, CAN/CSA Standard G 40.21 Grade 300
W or equivalent.
b) Anchorage steel shall conform to IS : 2062 or equivalent.
c) All steel sections shall be protected against corrosion by hot dip galvanizing or any
other approved anticorrosive coating with a minimum thickness of 100 micron.
d) Chloroprene of strip seal element shall conform to Clause 915.1 or IRC: 83 (Part-II).
The properties of chloroprene shall be as specified in Table-2 below:

TABLE - 2
STRIP SEAL ELEMENT SPECIFICATION
Sealing element is made of chloroprene and must be extruded section. The working
movement range of the sealing element shall be at 70 mm.

PROPERTY SPECIFIED VALUE


Hardness *
DIN 53505 63 ± 5 Shore A

(Re‐Bidding) 22nd Km. Karanpur‐Rajanpur (BRPNN) (113) World Bank Package No.-WBP/PH-I/03/11-12
PROPERTY SPECIFIED VALUE
ASTM D 2240 (Modified) 55 ± 5 Shore A
Tensile Strength *
DIN 53504 Min 11 MP
ASTM D 412 Min 13.8 MPa

Elongation at fracture *
DIN 53504 Min 350 per cent
ASTM D 412 Min 250 per cent
Tear Propagation Strength
Longitudinal Min 10 N/mm
Transverse Min 10 N/mm
Shock Elasticity Min 25 per cent
Abrasion Min 220 Cu.mm
Residual Compressive Strain
(22 h/70 deg C/30 per cent Max 28 per cent
strain)
Ageing in hot air
(14 days/ 70 deg. C)
Change in hardness Max +7 Shore A
Change in tensile strength Max – 20 per cent
Change in elongation at Max – 20 per cent
fracture
Ageing in ozone
(24 h/50 pphm/25 deg No cracks
C/20 per cent elongation)
Swelling behaviour in Oil
(168h/25 deg. C)
ASTM Oil No. 1
Volume Change Max + 5 per cent
Change in Hardness Max – 10 Shore A
ASTM Oil No. 3
Volume Change Max + 25 per cent
Change in Hardness Max + 20 Shore A
Cold Hardening Point Max – 35 deg. C
* Only one set of specifications viz. ASTM or DIN shall be followed
depending on the source of supply.
Sub-Clause Fabrication (Pre-installation)
2607.1.3

(Re‐Bidding) 22nd Km. Karanpur‐Rajanpur (BRPNN) (114) World Bank Package No.-WBP/PH-I/03/11-12
a) The strip seal joint system and all its component parts including anchorages
shall be supplied by the manufacturer/ system supplier.
b) The width of the gap to cater for movement due to thermal effect, pre stress,
shrinkage and creep, superstructure deformations (if any) and sub-structure
deformation (if any) shall be determined and intimated to the manufacturer.
Depending upon the temperature at which the joint is to be installed, the
gap dimension shall be preset.

c) Each strip seal expansion joint system shall be fabricated as a single stage
construction as excessive length prohibits monolithic fabrication. It shall fit
the full width of the structure as indicated on the approved drawing. The
system shall be pre-set by the manufacturer prior to transportation. Pre
stressing shall be done in accordance with the joint opening indicated on
the drawing.
d) The finally assembled joint shall then be clamped and transported to the
work site.
Sub-Clause Handling and Storage
2607.1.4
a) For transportation and storage, auxiliary brackets shall be provided to hold
the joint assembly together
b) The manufacturer/supplier shall supply either directly to the Engineer or to
the Bridge Contractor all the materials of strip seal joints including sealants
and all other accessories for the effective installation of the jointing
c) Expansion joint material shall be handled with care. It shall be stored under
cover on suitable lumber padding
Sub-Clause Installation
2607.1.5
a) The joint shall be installed by the manufacturer/supplier or their authorized
representative who will ensure compliance to the manufacturer’s
instructions for installation.
b) Taking the width of gap for movement of the joint into account, the
dimensions of the recess in the decking shall be established in accordance
with the drawings or design data of the manufacturer. The surfaces of the
recess shall be thoroughly cleaned and all dirt and debris removed. The
exposed reinforcement shall be suitably adjusted to permit unobstructed
lowering of the joint into the recess.

c) The recess shall be shuttered in such a way that dimensions in the joint
drawing are maintained. The formwork shall be rigid and firm.

d) Immediately prior to placing the joint, the presetting shall be inspected.


Should the actual temperature of the structure be different from the
temperature provided for presetting, correction of the presetting shall be
done. After adjustment, the brackets shall be tightened again
e) The joint shall be lowered in a pre-determined position. Following
placement of the joint in the prepared recess, the joint shall be leveled and
finally aligned and the anchorage steel on the one side of the joint welded to
the exposed reinforcement bars of the structure. Upon completion, the
same procedure shall be followed for the other side of the joint. With the
expansion joint finally held at both sides, the auxiliary brackets shall be
released, allowing the joint to take up the movement of the structure
f) High quality concrete shall then be filled in to the recess. The packing

(Re‐Bidding) 22nd Km. Karanpur‐Rajanpur (BRPNN) (115) World Bank Package No.-WBP/PH-I/03/11-12
concrete must feature low shrinkage and have the same strength as that of
the superstructure, but in any case not less than M-35 grade. Good
compaction and careful curing of concrete is particularly important. After
the concrete has cured, the movable installation brackets and shuttering still
in place shall be removed.
g) The neoprene seal shall be field installed in continuous length spanning the
entire roadway width. To ensure proper fit of the seal and enhance the
ease of installation, dirt, spatter or standing water shall be removed from the
steel cavity using a brush, scrapper or compressed air. The seal shall be
installed without any damage to the seal by suitable hand method or
machine tools
h) As soon as the concrete in the recess has become initially set, a sturdy
ramp shall be placed over the joint to protect the exposed steel beams and
neoprene seals from the site traffic. Expansion joint shall not be exposed to
traffic loading before the carriageway surfacing is placed.
i) The carriageway surfacing shall be finished flush with the top of the steel
sections. The actual junction of the surfacing / wearing coat with the steel
edge section shall be formed by a wedge shaped joint with a sealing
compound. The horizontal leg of the edge beam shall be cleaned
beforehand. It is particularly important to ensure thorough and careful
compaction of the surfacing in order to prevent any premature depression
forming in it.
Sub-Clause Acceptance Criteria
2607.1.6
a) All steel elements shall be finished with corrosion protection system
b) For neoprene seal, the acceptance test shall conform to the requirements
stipulated in Table – 1. The manufacturer/supplier shall produce a test
certificate accordingly, conducted in a recognised laboratory, in India or
abroad
c) The manufacturer shall produce test certificates indicating that anchorage
system had been tested in a recognized laboratory to determine optimum
configuration of anchorage assembly under dynamic loading
d) Prior to acceptance 25 percent of the completed and installed joints, subject
to a minimum of one joint, shall be subjected to water tightness test. Water
shall be continuously ponded along the entire length for a minimum period
of 4 hours for a depth of 25mm above the highest point of deck. The width
of ponding shall be at least 50mm beyond the anchorage block of the joint
on either side. The depth of water shall not fall below 25mm anytime during
the test. A close inspection of the underside of the joint shall not reveal any
leakage.
e) As strip seal type of joint is specialized in nature, generally of the proprietary
type, he manufacturer shall be required to produce evidence of satisfactory
performance of this type of joint.

Sub-Clause Tests and Standards of Acceptance


2607.1.7
The materials shall be tested in accordance with these specifications and shall
meet the prescribed criteria. The manufacturer/supplier shall furnish the
requisite certificates from the recognized testing laboratory of India or abroad.
Sub-Clause Modular Strip/Box Seal Joint
2607.2
Sub-Clause A modular expansion joint consist of two or more modules / cells to cater to a
2607.2.1 horizontal movement in excess of 70 mm. It shall allow movements in all 3
directions and rotation about all 3 axes as per design requirements. It shall also

(Re‐Bidding) 22nd Km. Karanpur‐Rajanpur (BRPNN) (116) World Bank Package No.-WBP/PH-I/03/11-12
ensure that during all movement cycles of the joint, opening and closing (gaps)
of all modules are equal.
Sub-Clause Component
2607.2.2
a) The structural system consisting of
two edge beams, one or mote
central / separation beams or
lamellas and cross support bars
supporting individual or multiple
central beams to transfer the loads
to the bridge deck through the
anchorage system.
b) Resilient or shock absorption support system for central beams as well as
support bars no dampen dynamic loading thus reducing the forces
transmitted to the substructure and anchorages as also to accommodate
vertical and transverse movements apart from longitudinal movement.
c) Sliding or control system which allows closing and opening of the joint and
also ensures that all modules open and close equally.
d) Mechanically locked sealing system of chloroprene which provides
watertight, noiseless and easy replacement system.

Sub-Clause Materials
2607.2.3
a) Edge and Central Beams
These shall be either extruded or hot rolled steel sections or cold rolled
cellular steel sections including continuously shop welded sections for
central beams with suitable profile to mechanically lock the sealing element
in place throughout the normal movement cycle. Further, the configuration
shall be such that the section has a minimum thickness of 6 mm all along
the cross section. The minimum height of the edge beam section shall be
75 mm. The steel for edge beams shall conform to any of the steel grade
corresponding to RST 37-2 or 37-3 (DIN), ASTM A36 OR A588, CAN/CSA
Standard G 40.21 Grade 300 W or equivalent. The material for support
bars may be same as that of edge / central beams or as per manufacturer’s
recommendations.

b) Chloroprene Seal
This shall be performed extruded
single strip or cellular section of
chloroprene of such a shape as to
promote self removal of foreign
material during normal joint
operation. The seal shall possess
high tear strength and be insensitive
to oil, gasoline and ozone. It shall
have high resistance to ageing and
ensure water tightness.
Chloroprene seal shall conform to clause 915.1 of IRC:83
(Part-II). The properties of chloroprene shall conform to Table 1 of these
specifications.
c) Anchorage

(Re‐Bidding) 22nd Km. Karanpur‐Rajanpur (BRPNN) (117) World Bank Package No.-WBP/PH-I/03/11-12
The anchorage steel shall conform to IS:2062 or equivalent. Edge beam
shall be anchored to the deck by anchor plates cast in concrete or a
combination of anchor plate and reinforcing bars, headed studs or bolts.
Anchor bars, studs or bolts shall engage the main structural reinforcement
of the deck and in case of anchor plates or loops, this shall be achieved by
passing transverse bars through the loops or plates.
The minimum thickness of anchor plate shall be 12mm. Total cross
sectional area of bars, studs or bolts on each side of the joint shall not be
less than 1600 mm Sq. per metre length of the joint and the center to center
spacing shall not exceed 250 mm. The ultimate resistance of anchorages
shall not be less than 500 KN/m in any direction.
d) Support and Control System
The overall system and components of the resilient/shock absorption
system and sliding / control system shall conform to the specifications

recommended by the manufacturer. The center to center spacing of


transverse support bars shall not exceed 1.75m.
e) Corrosion Protection
All Steel section shall be protected against corrosion by hot dip galvanizing
or any other approved anti corrosive coating with a minimum thickness of
100 micron.
Sub-Clause Fabrication (Pre-installation)
2607.2.4
a) The modular expansion joint system and all its component parts including
anchorages shall be supplied by the manufacturer.
b) The width of the gap to cater for movement due to thermal effect, pre stress,
shrinkage and creep, superstructure deformations (if any) and sub-structure
deformation (if any) shall be determined and intimated to the manufacturer.
Depending upon the temperature at which the joint is to be installed, the
gap dimension shall be preset.
c) Each modular expansion joint system shall be fabricated as a single entity
free from any joint in the longitudinal direction unless stage construction or
excessive length prohibits monolithic fabrication. It shall fit the full width of
the structure as indicated on the approved drawing. The system shall be
pre-set by the manufacturer prior to transportation. Pre-setting shall be
done in accordance with he joint opening indicated on the drawing.
d) The finally assembled joint shall then be clamped and transported to the
work site.

Sub-Clause Handling and Storage


2607.2.5
a) For transportation and storage, auxiliary brackets shall be provided to
hold the joint assembly together.
b) The manufacturer / supplier shall supply either directly to the Engineer or
to the Bridge Contractor entire assembly of Modular Strip / Box Seal joints
including sealants and all other accessories for the effective installation of
the jointing.
c) Expansion joint material shall be handled with care. It shall be stored
under cover on suitable lumber padding.

Sub-Clause Installation
2607.2.6

(Re‐Bidding) 22nd Km. Karanpur‐Rajanpur (BRPNN) (118) World Bank Package No.-WBP/PH-I/03/11-12
a) The joint shall be installed by the manufacturer/supplier only.
b) Taking the width of gap for movement of the joint into account, the
dimensions of the recess in the decking shall be established in
accordance with the drawings or design data of the manufacturer. The
surface of the recess shall be thoroughly cleaned and all dirt and debris
removed. The exposed reinforcement shall be suitably adjusted to permit
unobstructed lowering of the joint into the recess.
c) The recess shall be shuttered in such a way that dimensions in the joint
drawing are maintained. The formwork shall be rigid and firm
d) Immediately prior to placing the joint, the presetting shall be inspected.
Should the actual temperature of the structure be different from the
temperature provided for presetting, correction of the presetting shall be
done. After adjustment, the brackets shall be tightened again.
e) The joint shall be lowered in a pre-determined position. Following
placement of the joint in the prepared recess, the joint shall be leveled
and

finally aligned and the anchorage steel on one side of the joint welded to
the exposed reinforcement bars of the structure. Upon completion, the
same procedure shall be followed for the other side of the joint. With the
expansion joint finally held at both sides, the auxiliary brackets shall be
released, allowing the joint to take up the movement of the structure.
f) Controlled concrete having strength not less than that in superstructure
subject to the minimum of M-35 shall be filled into the recess. The packing
concrete must feature low shrinkage. Good compaction and careful
curing of concrete is particularly important. After the concrete has cured,
the movable installation brackets and shuttering still in place shall be
removed.
g) The chloroprene seal shall be field installed in continuous lengths
spanning the entire roadway width. To ensure proper fit of the seal and
increase the ease of installation, dirt, spatter or standing water shall be
removed from the steel cavity using a brush, scraper or compressed air.
The seal shall be installed without damage to the seal by suitable hand
method or machine tools.
h) As soon as the concrete in the recess ahs become initially set, a sturdy
ramp shall be placed over the joint to protect the exposed steel beams
and neoprene seals from the site traffic. Expansion joint shall not be
exposed to traffic loading before the carriageway surfacing is placed.

i) The carriageway surfacing shall be finished flush with the top of the
steel sections. The actual junction of the surfacing / wearing coat with the
steel edge section shall be formed by a wedge shaped joint with a sealing
compound. The horizontal leg of the edge beam shall be cleaned
beforehand. It is particularly important to ensure through and careful
compaction of the surfacing in order to prevent any premature depression
forming in it.

Sub-Clause Acceptance Criteria


2607.2.7
a) All steel elements shall be finished with corrosion protection system
b) For Chloroprene seal, the acceptance test shall conform to the
requirements stipulated in clause 2611.3 (b). The manufacturer / supplier
shall produce a test certificate accordingly, conducted in a recognized

(Re‐Bidding) 22nd Km. Karanpur‐Rajanpur (BRPNN) (119) World Bank Package No.-WBP/PH-I/03/11-12
laboratory, in India and abroad.
c) Fatigue strength of internal beams and support connection shall be
investigated to withstand 2 million cycles of vertical load of 85 KN and a
horizontal load of 10 KN without showing signs of distress. The supplier
shall have to produce a test certificate in this regard conducted by a
recognized laboratory from India or abroad.
d) The manufacturer shall produce test certificates indicating that anchorage
system had been tested in a recognized laboratory to determine optimum
configuration of anchorage assembly under dynamic loading.
e) Prior to acceptance 25 percent of the completed and installed joints, subject
to a minimum of one joint, shall be subjected to water tightness test. Water
shall be continuously ponded along the entire length for a minimum period
of 4 hours for a depth of 25mm above the highest point of deck. The width
of ponding shall be at least 50mm beyond the anchorage block of the joint
on either side. The depth of water shall not fall below 25mm anytime during
the test. A close inspection of the underside of the joint shall not reveal any
leakage.
f) As Modular strip / box seal type of joint is specialised in nature, generally of
the proprietary type, the manufacturer shall be required to produce evidence
of satisfactory performance of his product.

Sub-Clause Test and Standards of Acceptance


2607.2.8
The materials shall be tested in accordance with these specifications and shall
meet the prescribed criteria. The manufacturer / supplier shall furnish the
requisite certificates from the recognized testing laboratory of India or abroad.
The work shall conform to these specifications and shall meet the prescribed
standards of acceptance.
Clause 2609 Measurement for payment

Insert the following as the second sentence of the paragraph.

The expansion joint shall be measured along the width of the deck slab from
one end to the other including length through footpaths and parapets.

SECTION 2700 WEARING COAT AND APPURTENANCES

Clause 2703 RAILINGS AND PARAPETS

Sub-Clause Cast-in-Situ Railings and parapets


2703.3
Last sentence of paragraph 3 shall be replaced by the following.
“Location of construction joints shall be determined in advance and approved by
Engineer.”

Clause 2706 Weep Holes

This clause shall be read as under:

"Weep holes shall be provided in solid plain concrete / reinforced concrete,


brick or stone masonry abutments, wing walls, return walls as shown on the
drawings or as directed by the Engineer to drive as shown on the drawings or
as directed by the Engineer to drive moisture from the backfilling.

Weep holes shall be provided with 100mm diameter A.C. pipe and shall extend

(Re‐Bidding) 22nd Km. Karanpur‐Rajanpur (BRPNN) (120) World Bank Package No.-WBP/PH-I/03/11-12
through the full width of concrete with slope of about 1 vertical: 20 horizontal
towards the draining face. The spacing of weep holes shall generally be 1 m in
either direction or as shown on the drawing with the lowest at about 150mm
above the low water level or ground level whichever is higher or as directed by
the Engineer."

Clause 2709 The second paragraph shall read follows:


"The contract unit rate of parapets and railings shall include the cost of all
labour, materials tools and plant required for completing the unit in accordance
with specifications.

(Re‐Bidding) 22nd Km. Karanpur‐Rajanpur (BRPNN) (121) World Bank Package No.-WBP/PH-I/03/11-12
SECTION - 6

DRAWINGS

(ATTACHED SHEET)

1 To XI

(Re‐Bidding) 22nd Km. Karanpur‐Rajanpur (BRPNN) (122) World Bank Package No.-WBP/PH-I/03/11-12
(Re‐Bidding) 22nd Km. Karanpur‐Rajanpur (BRPNN) (123) World Bank Package No.-WBP/PH-I/03/11-12
SECTION – 7

BILL OF QUANTITIES

(Re‐Bidding) 22nd Km. Karanpur‐Rajanpur (BRPNN) (124) World Bank Package No.-WBP/PH-I/03/11-12
Construction of H.L. R.C.C. Bridge in 22nd Km. of Karanpur‐Rajanpur Road in Saharsa
District
Sl. Estimated ( in ` )
Description of Item Unit Quantity Amount (In `)
No. In Figure In World
Earth work in excavation of
foundation of structures as
per drawing and technical
specification, including
setting out, construction of
shoring and bracing, removal
of stumps and other
1 cum 198.13
deleterious matter, dressing
of sides and bottom and
backfilling with approved
material. as per MORTH
clause No. ‐ 304.

Earth Work of Road Cutting


for construction of Bridge by
mechanical means including
cutting & pushing the earth
2 cum 646.88
to site of embankment as per
Technical Specification clause
201 of MORTH.

Providing Steel Liner 10 mm


thick including Fabricating
and Setting out as per
3 M.T. 0.00
Detailed Drawing & as per
MORTH clause No.‐ 1900.

Providing bored cast‐in‐situ


RCC Vertical Piles M‐35
Grade 1000 mm. Dia. with all
required accessories
excluding reinforcement all
4 M 168.00
complete job as per drawing
and Technical Specifications
Sections 1100, 1600 and
1700.

Pile Load Test on single


Vertical Pile in accordance
5 with IS:2911 (Part‐IV) as per Nos. 1.00
MORT&H clause No.‐1100.

Lateral load test on single


Vertical Pile in accordance
6 with IS:2911 (Part‐IV) as per Nos. 1.00
MORT&H clause No.‐1100.

(Re‐Bidding) 22nd Km. Karanpur‐Rajanpur (BRPNN) 123 World Bank Package No.‐WBP/PH‐I/03/11‐12
Construction of H.L. R.C.C. Bridge in 22nd Km. of Karanpur‐Rajanpur Road in Saharsa
District
Sl. Estimated ( in ` )
Description of Item Unit Quantity Amount (In `)
No. In Figure In World
Providing RCC M35 grade for
Pile Cap all complete as per
Drawing and Technical
Specification as per clause
7 cum 112.23
1100, 1500 & 1700 Using
Batching Plant, Transit Mixer
and Concrete Pump.

Providing & Laying Plain


Cement Concrete M‐15
leveling course 100mm thick
below the pile cap, 150 mm
below approach slab, and
8 Cum 12.42
435 mm Hume pipe bed as
per MOR&TH and Technical
Specifications Sections 1100
&1700 M‐15 grade.

Supplying, Fitting and Placing


un‐coated HYSD bar
Reinforcement in Foundation
all complete as per Drawing
9 M.T. 38.80
and Technical Specifications
as per MORTH clause No. ‐
1600.

Reinforced cement concrete


in sub‐structure complete as
per drawing and Technical
Specifications. As per clause
1500, 1700 & 2200 of
10 Cum 80.43
MORTH. RCC Grade M30 with
Batching Plant, Transit Mixer
and Concrete Pump. Height
upto 5m from pile cap.

Reinforced cement concrete


in sub‐structure complete as
per drawing and Technical
Specifications. As per clause
1500, 1700 & 2200 of
11 MORTH. RCC Grade M35 with cum 5.18
Batching Plant, Transit Mixer
and Concrete Pump. Height
upto 5m from pile cap.

(Re‐Bidding) 22nd Km. Karanpur‐Rajanpur (BRPNN) 124 World Bank Package No.‐WBP/PH‐I/03/11‐12
Construction of H.L. R.C.C. Bridge in 22nd Km. of Karanpur‐Rajanpur Road in Saharsa
District
Sl. Estimated ( in ` )
Description of Item Unit Quantity Amount (In `)
No. In Figure In World
Supplying, fitting and placing
HYSD bar reinforcement in
sub‐structure complete as
12 per drawing and Technical MT 9.34
Specifications and Section
1600 & 2200 of MORTH.

Providing weep holes in


Plain/ Reinforced concrete
abutment, wing wall/ return
wall with 100 mm dia AC
pipe, extending through the
full width of the structure
with slope of 1V:20H towards
13 Nos. 32.00
drawing face. Complete as
per drawing and Technical
Specifications as per Clause
2706 & 2200 of MORTH.

Back filling behind abutment,


wing wall and return wall
with sandy Material complete
as per drawing and Technical
14 cum 391.37
Specification & as per clause
710.1.4 of IRC:78 & 2200 of
MORTH.

Providing and laying of Filter


media with granular
materials/stone crushed
aggregates satisfying the
requirements laid down in
clause 2504.2.2. of MORTH
specifications to a thickness
of not less than 600 mm with
smaller size towards the soil
and bigger size towards the
15 cum 39.60
wall and provided over the
entire surface behind
abutment, wing wall and
return wall to the full height
compacted to a firm
condition complete as per
drawing and Technical
Specification 710.1.4 of IRC :
78 & 2200.

(Re‐Bidding) 22nd Km. Karanpur‐Rajanpur (BRPNN) 125 World Bank Package No.‐WBP/PH‐I/03/11‐12
Construction of H.L. R.C.C. Bridge in 22nd Km. of Karanpur‐Rajanpur Road in Saharsa
District
Sl. Estimated ( in ` )
Description of Item Unit Quantity Amount (In `)
No. In Figure In World
Supplying, fitting and fixing
Tar paper below approach
slab over bracket in position
true to line and level
elastomeric bearing
conforming to IRC: 83 (Part‐
16 II) section IX and clause 2005 sqm 3.38
of MORTH specifications
complete including all
accessories as per drawing
and Technical Specifications.

Supplying, fitting and fixing


Elastomeric bearing in
position true to line and level
elastomeric bearing
conforming to IRC: 83 (Part‐
17 II) section IX and clause 2005 cucm 67636.80
of MORTH specifications
complete including all
accessories as per drawing
and Technical Specifications.

Supplying, fitting and fixing


Neoprene pad for Seismic
block in position true to line
and level elastomeric bearing
conforming to IRC: 83 (Part‐
II) section IX and clause 2005
18 cucm 9600.00
of MORTH specifications
complete including all
accessories as per drawing
and Technical Specifications.

Furnishing and Placing


Reinforced cement concrete
M30 in super‐structure as
per drawing and Technical
Specification 1500 & 1600
19 1700, 2300 of MORTH Using cum 64.76
Batching Plant, Transit Mixer
and Concrete Pump.M‐30
Grade T‐beam and slab.

(Re‐Bidding) 22nd Km. Karanpur‐Rajanpur (BRPNN) 126 World Bank Package No.‐WBP/PH‐I/03/11‐12
Construction of H.L. R.C.C. Bridge in 22nd Km. of Karanpur‐Rajanpur Road in Saharsa
District
Sl. Estimated ( in ` )
Description of Item Unit Quantity Amount (In `)
No. In Figure In World
Providing, supplying, fitting,
fixing and placing HYSD bar
in super‐structure as per
20 drawing and Technical MT 12.50
Specification & section 1600
of MORTH.

Providing RCC M30 grade in


wearing coat over deck slab
and approach slab as per
21 cum 12.80
drawing and Technical
Specification & MORTH
clause 2702.
Providing Drainage Spot as
per drawing and Technical
22 Nos. 6.00
Specification & Section 2705
of MORTH.
Construction of RCC railing of
M30 Grade in‐situ with 20
mm nominal size aggregate,
true to line and grade,
tolerance of vertical RCC post
not to exceed 1 in 500, centre
to centre spacing between
vertical post not to exceed
2000 mm, leaving adequate
23 m 48.54
space between vertical post
for expansion, complete as
per approved drawings and
technical specifications &
section 2703, 1500, 1600 &
1700 of MORTH.

(Re‐Bidding) 22nd Km. Karanpur‐Rajanpur (BRPNN) 127 World Bank Package No.‐WBP/PH‐I/03/11‐12
Construction of H.L. R.C.C. Bridge in 22nd Km. of Karanpur‐Rajanpur Road in Saharsa
District
Sl. Estimated ( in ` )
Description of Item Unit Quantity Amount (In `)
No. In Figure In World
Providing and laying of a
strip seal expansion joint
catering to maximum
horizontal movement upto
70 mm, complete as per
approved drawings and
standard specifications to be
installed by the
24 manufacturer/supplier or M 16.90
their authorised
representative ensuring
compliance to the
manufacturer's instructions
for installation. Clause No.
2607.

Clearing and grubbing road


land including uprooting
rank vegetation, grass,
bushes, shrubs, saplings and
trees girth up to 300 mm,
removal of stumps of trees
cut earlier and disposal of
unserviceable materials and
stacking of serviceable
material to be used or
25 auctioned, up to a lead of Hec 0.730
1000 meters including
removal and disposal of top
organic soil not exceeding
150 mm in thickness as per
Technical Specification
Clause 201. By Mechanical
Means in area of light Jungle
MORTH Clause 201.

Earth work in excavation


necessary for construction of
roadway in all types of soil
including conglomerates/soil
mixed with boulders all leads
26 cum 45.00
and lifts all complete job as
per drawings and Technical
Specification Clause 301.

(Re‐Bidding) 22nd Km. Karanpur‐Rajanpur (BRPNN) 128 World Bank Package No.‐WBP/PH‐I/03/11‐12
Construction of H.L. R.C.C. Bridge in 22nd Km. of Karanpur‐Rajanpur Road in Saharsa
District
Sl. Estimated ( in ` )
Description of Item Unit Quantity Amount (In `)
No. In Figure In World
Construction of embankment
with approved material
obtained from borrow pits
with all lifts and leads,
transporting to site,
spreading, grading to
27 cum 6674.04
required slope and
compacting to meet
requirement of table 300‐2
and as per Technical
specification

Construction of sub‐grade
and earthen shoulders with
approved material obtained
from borrow pits with all lifts
& leads, transporting to site,
spreading, grading to
28 required slope and cum 1511.56
compacted to meet
requirement of table No.
300‐2 and as per Technical
specifiaction Clause 305 of
MORTH.

Construction of granular sub‐


base by providing coarse
graded material, spreading in
uniform layers with motor
grader on prepared surface,
mixing by mix in place
method with rotavator at
29 OMC, and compacting with cum 449.96
vibratory roller to achieve
the desired density, complete
as per clause 401 of
MORTH.(Coarse Graded) of
Grading ‐ I.

(Re‐Bidding) 22nd Km. Karanpur‐Rajanpur (BRPNN) 129 World Bank Package No.‐WBP/PH‐I/03/11‐12
Construction of H.L. R.C.C. Bridge in 22nd Km. of Karanpur‐Rajanpur Road in Saharsa
District
Sl. Estimated ( in ` )
Description of Item Unit Quantity Amount (In `)
No. In Figure In World
Providing, laying, spreading
and compacting graded stone
aggregate to wet mix
macadam specification
including premixing the
Material with water at OMC
in mechanical mix plant
carriage of mixed Material by
30 tipper to site, laying in cum 312.08
uniform layers with paver in
sub‐ base / base course on
well prepared surface and
compacting with vibratory
roller to achieve the desired
density. Clause 406 of
MORTH.

Prime coat (Providing and


applying primer coat with
bitumen emulsion on
prepared surface of granular
Base including clearing of
31 road surface and spraying sqm 1460.00
primer at the rate of 0.60
kg/sqm using mechanical
means. Specification Clause
502) of MORTH.

Providing and applying tack


coat with bitumen emulsion
using emulsion pressure
distributor at the rate of 0.25
to 0.30 kg per sqm on the
32 sqm 1400.00
prepared primed granular
surface cleaned with
mechanical broom.
Specification Clause 503 of
MORTH.
Providing and applying tack
coat with bitumen emulsion
using emulsion pressure
distribution at the rate of
0.20 to 0.25 Kg per sqm on
33 the prepared bituminous sqm 1400.00
surface cleaned with
mechanical broom.
Specification clause 503 of
MORTH.

(Re‐Bidding) 22nd Km. Karanpur‐Rajanpur (BRPNN) 130 World Bank Package No.‐WBP/PH‐I/03/11‐12
Construction of H.L. R.C.C. Bridge in 22nd Km. of Karanpur‐Rajanpur Road in Saharsa
District
Sl. Estimated ( in ` )
Description of Item Unit Quantity Amount (In `)
No. In Figure In World
Providing and laying
bituminous macadam with
100‐120 TPH hot mix plant
producing an average output
of 75 tonnes per hour using
crushed aggregates of
specified grading premixed
with bituminous binder,
transported to site, laid over
34 a previously prepared cum 70.00
surface with paver finisher to
the required grade, level and
alignment and rolled as per
clauses 501.6 and 501.7 to
achieve the desired
compaction. Specification
Clause 504 of MORTH.

Providing and laying semi


dense bituminous concrete
with 100‐120 TPH batch type
HMP producing an average
output of 75 tonnes per hour
using crushed aggregates of
specified grading, premixed
with bituminous mix and
filler, transporting the hot
mix to work site, laying with
a hydrostatic paver finisher
35 with sensor control to the cum 35.00
required grade, level and
alignment, rolling with
smooth wheeled, vibratory
and tandem rollers to achieve
the desired compaction as
per MoRTH specification
clause No. 508 complete in all
respects.

(Re‐Bidding) 22nd Km. Karanpur‐Rajanpur (BRPNN) 131 World Bank Package No.‐WBP/PH‐I/03/11‐12
Construction of H.L. R.C.C. Bridge in 22nd Km. of Karanpur‐Rajanpur Road in Saharsa
District
Sl. Estimated ( in ` )
Description of Item Unit Quantity Amount (In `)
No. In Figure In World
Providing and laying of
boulder apron laid in wire
crates made with 4mm dia GI
wire conforming to IS: 280 &
IS:4826 in 100mm x 100mm
mesh (weaved diagonally)
36 including 10 per cent extra cum 154.46
for laps and joints laid with
stone boulders weighing not
less than 40 kg each.
Technical specification
Clause 2503 of MORTH.

Providing and laying Pitching


on slopes laid over prepared
filter media including
boulder apron laid dry in
front of toe of embankment
37 cum 685.88
complete as per drawing and
Technical specifications.
Technical specification
Clause 2504 of MORTH.

Providing and laying Filter


material underneath pitching
in slopes complete as per
38 drawing and Technical cum 171.47
specification specification
Clause 2504 of MORTH.

Laying Reinforced cement


concrete pipe
NP4/prestressed concrete
pipe for culverts on first class
bedding of granular material
in single row including fixing
collar with cement mortar
1:2 but excluding excavation,
39 protection works, backfilling, M 12.50
concrete and masonry works
in head walls and parapets.
and as per Technical
Specification Clause 2900 of
MORTH 1200 mm dia.

(Re‐Bidding) 22nd Km. Karanpur‐Rajanpur (BRPNN) 132 World Bank Package No.‐WBP/PH‐I/03/11‐12
Construction of H.L. R.C.C. Bridge in 22nd Km. of Karanpur‐Rajanpur Road in Saharsa
District
Sl. Estimated ( in ` )
Description of Item Unit Quantity Amount (In `)
No. In Figure In World
Providing and erecting
direction and place
identification retro‐
reflectorised sign as per
IRC:67 made of high intensity
grade sheeting vide clause
801.3, fixed over aluminium
sheeting, 2 mm thick with
area not exceeding 0.9 sqm
supported on a mild steel
single angle iron post 75 x 75
40 sqm 5.63
x 6 mm firmly fixed to the
ground by means of properly
designed foundation with
M15 grade cement concrete
45 x 45 x 60 cm, 60 cm below
ground level as per approved
drawing as per Specificaion
Clause 801 of MORTH.

Dismantling of existing
structures PCC Work like
culverts, bridges, retaining
walls and other structure
comprising of masonry,
cement concrete, wood work,
steel work, including T&P
and scaffolding wherever
necessary, sorting the
41 dismantled material, disposal cum 0.00
of unserviceable material and
stacking the serviceable
material with all lifts and
lead of 1000 metres. vide
MORTH Clause No.‐ 202 By
Machanical means.

(Re‐Bidding) 22nd Km. Karanpur‐Rajanpur (BRPNN) 133 World Bank Package No.‐WBP/PH‐I/03/11‐12
Construction of H.L. R.C.C. Bridge in 22nd Km. of Karanpur‐Rajanpur Road in Saharsa
District
Sl. Estimated ( in ` )
Description of Item Unit Quantity Amount (In `)
No. In Figure In World
Dismantling of existing
structures RCC Work like
culverts, bridges, retaining
walls and other structure
comprising of masonry,
cement concrete, wood work,
steel work, including T&P
and scaffolding wherever
necessary, sorting the
42 cum 0.00
dismantled material, disposal
of unserviceable material and
stacking the serviceable
material with all lifts and
lead of 1000 metres. vide
MORTH Clause No.‐ 202 By
Machanical means.

Dismantling of existing
structures Brick masonary
work in cement mortar like
culverts, bridges, retaining
walls and other structure
comprising of masonry,
cement concrete, wood work,
steel work, including T&P
and scaffolding wherever
necessary, sorting the
43 cum 0.00
dismantled material, disposal
of unserviceable material and
stacking the serviceable
material with all lifts and
lead of 1000 metres. vide
MORTH Clause No.‐ 202 By
Machanical means.

Removing all type of Hume


Pipes and Stacking within a
lead of 1000 m including
44 Earth work and Dismantling M3 0.00
of Masonry Works as per
MORTH Clause No.‐202.

(Re‐Bidding) 22nd Km. Karanpur‐Rajanpur (BRPNN) 134 World Bank Package No.‐WBP/PH‐I/03/11‐12
Construction of H.L. R.C.C. Bridge in 22nd Km. of Karanpur‐Rajanpur Road in Saharsa
District
Sl. Estimated ( in ` )
Description of Item Unit Quantity Amount (In `)
No. In Figure In World
Scarifying existing
bituminous surface to a
depth of 50 mm by
mechanical means (Scarifying
the exisiting bituminous road
45 surface to a depth of 50 mm sqm 0.00
and disposal of scarified
material with in all lifts and
lead upto 1000 metres.)

Total Bid Price (in figures)

Total Bid Price (in words)

Note. :
1 Item for wihich no rate or price has been entered in will not be paid for by the Employer when executed
and shall be deemed covered by the other rates and prices in the Bill of Quantities (refer : ITB Clause
13.2 and GCC Clause 43.3).
2 Unit rates and prices shall be quoted by the bidder in Indian rupee [ITB Clause 14.1].
3 Where there is a discrepancy between the rate in figures and words, the rates in words will govern.
[ITB Clause 27.1 (a)]
4 Where there is a discrepancy between the unit rate and line total resulting from multiplying the unit rate
by quantity, the unit rate quoted shall govern. [ITB Clause 27.1 (b)]

(Re‐Bidding) 22nd Km. Karanpur‐Rajanpur (BRPNN) 135 World Bank Package No.‐WBP/PH‐I/03/11‐12
SECTION - 8

FORMS OF SECURITIES

(Re‐Bidding) 22nd Km. Karanpur‐Rajanpur (BRPNN) (136) World Bank Package No.-WBP/PH-I/03/11-12
Forms of Securities

Acceptable forms of securities are annexed. Bidders should not complete the
Performance and Advance Payment Security forms at this time. Only the successful
Bidder will be required to provide Performance and Advance Payment Securities in
accordance with one of the forms, or in a similar form acceptable to the Employer.

Annex A: Bid Security (Bank Guarantee)

Annex B: Performance Bank Guarantee

Annex B1: Performance Bank Guarantee for Unbalanced Items

Annex C: Deleted

Annex D: Bank Guarantee for Advance Payment

(Re‐Bidding) 22nd Km. Karanpur‐Rajanpur (BRPNN) (137) World Bank Package No.-WBP/PH-I/03/11-12
Annex A

BID SECURITY (BANK GUARANTEE)


WHEREAS, _______________________ [name of Bidder] (hereinafter called "the Bidder") has submitted his Bid
dated _______________________ [date] for the construction of _____________________________________
[name of Contract] (hereinafter called "the Bid").

KNOW ALL PEOPLE by these presents that We ______________________________ [name of bank] of


____________________________ [name of country] having our registered office at
___________________________________ (hereinafter called "the Bank") are bound unto
______________________________[name of Employer] (hereinafter called "the Employer") in the sum of
___________________1 for which payment well and truly to be made to the said Employer the Bank binds itself,
his successors and assigns by these presents.

SEALED with the Common Seal of the said Bank this _________ day of __________ 19____.

THE CONDITIONS of this obligation are:

(1) If after Bid opening the Bidder withdraws his bid during the period of Bid validity specified in
the Form of Bid;
or
(2) If the Bidder having been notified of the acceptance of his bid by the Employer during the
period of Bid validity:

(a) fails or refuses to execute the Form of Agreement in accordance with the
Instructions to Bidders, if required; or

(b) fails or refuses to furnish the Performance Security, in accordance with the
Instruction to Bidders; or

(c) does not accept the correction of the Bid Price pursuant to Clause 27;

we undertake to pay to the Employer up to the above amount upon receipt of his first written demand, without the
Employer having to substantiate his demand, provided that in his demand the Employer will note that the amount
claimed by him is due to him owing to the occurrence of one or any of the three conditions, specifying the occurred
condition or conditions.

This Guarantee will remain in force up to and including the date ____________________2 days after the deadline
for submission of Bids as such deadline is stated in the Instructions to Bidders or as it may be extended by the
Employer, notice of which extension(s) to the Bank is hereby waived. Any demand in respect of this guarantee
should reach the Bank not later than the above date.

DATE _______________ SIGNATURE OF THE BANK _________________________

WITNESS ____________ SEAL _______________________________________

_________________________________________________________________
[signature, name, and address]

____________________________

1 The Bidder should insert the amount of the guarantee in words and figures denominated in Indian Rupees.
This figure should be the same as shown in Clause 16.1 of the Instructions to Bidders.

2 45 days after the end of the validity period of the Bid.

(Re‐Bidding) 22nd Km. Karanpur‐Rajanpur (BRPNN) (138) World Bank Package No.-WBP/PH-I/03/11-12
PERFORMANCE BANK GUARANTEE

To: ______________________________________________ [name of Employer]

_________________________________________ [address of Employer]

WHEREAS _________________________ [name and address of Contractor] (hereinafter called "the


Contractor") has undertaken, in pursuance of Contract No. _____ dated ________________ to execute
__________________________ [name of Contract and brief description of Works] (hereinafter called "the
Contract");

AND WHEREAS it has been stipulated by you in the said Contract that the Contractor shall furnish you
with a Bank Guarantee by a recognized bank for the sum specified therein as security for compliance with his
obligations in accordance with the Contract;

AND WHEREAS we have agreed to give the Contractor such a Bank Guarantee;

NOW THEREFORE we hereby affirm that we are the Guarantor and responsible to you, on behalf of the
Contractor, up to a total of ____________________ [amount of guarantee] 1___________________________ [in
words], such sum being payable in the types and proportions of currencies in which the Contract Price is payable,
and we undertake to pay you, upon your first written demand and without cavil or argument, any sum or sums
within the limits of ____________________ [amount of guarantee]1 as aforesaid without your needing to prove or
to show grounds or reasons for your demand for the sum specified therein.

We hereby waive the necessity of your demanding the said debt from the Contractor before presenting us
with the demand.

We further agree that no change or addition to or other modification of the terms of the Contract or of the
Works to be performed thereunder or of any of the Contract documents which may be made between you and the
Contractor shall in any way release us from any liability under this guarantee, and we hereby waive notice of any
such change, addition or modification.

This guarantee shall be valid until ……… (i.e.) 28 days from the date of expiry of the Defects Liability
Period.

Signature and seal of the guarantor _____________________________


Name of Bank ____________________________________________
Address ____________________________________________
Date ____________________________________________

__________________

1 An amount shall be inserted by the Guarantor, representing the percentage of the Contract Price specified
in the Contract and denominated in Indian Rupees.

(Re‐Bidding) 22nd Km. Karanpur‐Rajanpur (BRPNN) (139) World Bank Package No.-WBP/PH-I/03/11-12
PERFORMANCE BANK GUARANTEE (for unbalanced items)

To: ______________________________________________ [name of Employer]

_________________________________________ [address of Employer]

WHEREAS _________________________ [name and address of Contractor] (hereinafter called "the

Contractor") has undertaken, in pursuance of Contract No. _____ dated ________________ to execute

__________________________ [name of Contract and brief description of Works] (hereinafter called "the

Contract");

AND WHEREAS it has been stipulated by you in the said Contract that the Contractor shall furnish you
with a Bank Guarantee by a recognized bank for the sum specified therein as security for compliance with his
obligations in accordance with the Contract;

AND WHEREAS we have agreed to give the Contractor such a Bank Guarantee;

NOW THEREFORE we hereby affirm that we are the Guarantor and responsible to you, on behalf of the
Contractor, up to a total of ____________________ [amount of guarantee] 1___________________________ [in
words], such sum being payable in the types and proportions of currencies in which the Contract Price is payable,
and we undertake to pay you, upon your first written demand and without cavil or argument, any sum or sums
within the limits of ____________________ [amount of guarantee]1 as aforesaid without your needing to prove or
to show grounds or reasons for your demand for the sum specified therein.

We hereby waive the necessity of your demanding the said debt from the Contractor before presenting us
with the demand.

We further agree that no change or addition to or other modification of the terms of the Contract or of the
Works to be performed there under or of any of the Contract documents which may be made between you and the
Contractor shall in any way release us from any liability under this guarantee, and we hereby waive notice of any
such change, addition or modification.

This guarantee shall be valid until …….. (i.e.) 28 days from the date of issue of the certificate of
completion of works.

Signature and seal of the guarantor _____________________________


Name of Bank ____________________________________________
Address ____________________________________________
Date ____________________________________________

__________________

1 An amount shall be inserted by the Guarantor, representing additional security for unbalanced Bids, if any
and denominated in Indian Rupees.

(Re‐Bidding) 22nd Km. Karanpur‐Rajanpur (BRPNN) (140) World Bank Package No.-WBP/PH-I/03/11-12
BANK GUARANTEE FOR ADVANCE PAYMENT

To: __________________________________________ [name of Employer]

__________________________________________ [address of Employer]

___________________________________________[name of Contract]

Gentlemen:

In accordance with the provisions of the Conditions of Contract, subclause 51.1 ("Advance Payment") of
the above-mentioned Contract, ________________________________ [name and address of Contractor]
(hereinafter called "the Contractor") shall deposit with ________________________ [name of Employer] a bank
guarantee to guarantee his proper and faithful performance under the said Clause of the Contract in an amount of
_____________ [amount of guarantee] 1_________________________________ [in words].

We, the ____________________ [bank or financial institution], as instructed by the Contractor, agree
unconditionally and irrevocably to guarantee as primary obligator and not as Surety merely, the payment to
____________________ [name of Employer] on his first demand without whatsoever right of objection on our part
and without his first claim to the Contractor, in the amount not exceeding ____________________ [amount of
guarantee]1 __________________________________ [in words].

We further agree that no change or addition to or other modification of the terms of the Contract or of
Works to be performed thereunder or of any of the Contract documents which may be made between
_____________________ [name of Employer] and the Contractor, shall in any way release us from any liability
under this guarantee, and we hereby waive notice of any such change, addition or modification.

This guarantee shall remain valid and in full effect from the date of the advance payment under the
Contract until _________________________ [name of Employer] receives full repayment of the same amount from
the Contractor.

Yours truly,

Signature and seal: _______________________________


Name of Bank/Financial Institution: _________________
Address: _______________________________________
Date: ____________________

__________________________

1 An amount shall be inserted by the bank representing the amount of the Advance Payment, and
denominated in Indian Rupees.

(Re‐Bidding) 22nd Km. Karanpur‐Rajanpur (BRPNN) (141) World Bank Package No.-WBP/PH-I/03/11-12
DRAFT OF THE LETTER OF APPOINTMENT OF ADJUDICATORS
IN CIVIL WORKS CONTRACTS

(Re‐Bidding) 22nd Km. Karanpur‐Rajanpur (BRPNN) (142) World Bank Package No.-WBP/PH-I/03/11-12
Draft of the Letter of Appointment of Adjudicators
in civil works contracts

Sub: _______________________________________________________________ (Name of the Contract)

To

Name and address of the Adjudicator

We hereby confirm your appointment as adjudicator for the above contract to carry out the assignment specified in
this Letter of Appointment.

For administrative purposes _______________________ (name of the officer representing the employer) has been
assigned to administer the assignment and to provide the Adjudicator with all relevant information needed to carry
out the assignment on behalf of both the employer and the contractor. The services will be required during the
period of contract for the work of (Name of the Contract) ________________________________________.

The Adjudicator shall visit the worksite once in 3 (three) months till the completion of the work indicated above or
as specifically requested by employer/contractor for the period upto the end of defects liability period with prior
intimation to the employer and the contractor. The duration of each visit shall ordinarily be for one day only. These
durations are approximate and (Name of the employer and Name of the Contractor) may find it necessary to
postpone or cancel the assignment and/or shorten or extend the duration.

The appointment will become effective upon confirmation of this letter by you. The appointment of Adjudicator
shall be liable for termination under a 30 (thirty) days written notice from the date of issue of the notice, if both
Employer and the Contractor so desire. Also the appointment shall automatically stand terminated 14 days after the
defect notice / correction period as stated in Clauses 35 and 36 of the Conditions of Contract is over.

The Adjudicator will be paid a fee of Rs. ________ (Rupees ___________ only) per each day of visit at the
worksite. The actual expenses for boarding and travelling in connection with the assignment will be reimbursed to
the Adjudicator. The Adjudicator will submit a pre-receipted bill in triplicate to the employer indicating the date of
the visit, fees for the visit and a proof in support of the actual expenditure incurred by him against boarding, lodging
and travelling expenses (for items of expenditures each above Rs.200) after performing the visit on each occasion.
The Employer will make the admissible payment (both the Employer’s and the Contractor’s share) to the
Adjudicator within 30 days of the receipt of the bill. The Contractor’s share on this account (half the paid amount)
will be recovered by the Employer from the Contractor’s bills against the work.

In accepting this assignment, the Adjudicator should understand and agree that he is responsible for any liabilities
and costs arising out of risks associated with travel to and from the place of assignment. This includes (but is not
limited to) risks such as accident (death and injury), illness, emergency repatriation, loss or damage to personal /
professional effects and property. The Adjudicator is advised to effect personal insurance cover in respect of such
risks if he does not already have such cover in place. In this regard, the Adjudicator shall maintain appropriate
medical, travel, accident and third-party liability insurance. The obligation under this paragraph will survive till
termination of this appointment.

Procedures for resolution of disputes by the Adjudicator is described in the contract of _______________________
(name of the contract) between the employer and the contractor vide clauses no.24, 25 and 26 of the Conditions of
Contract and Contract Data. Your recommendation should be given in the format attached.

The Adjudicator will carry out the assignment in accordance with the highest standard of professional and ethical
competence and integrity, having due regard to the nature and purpose of the assignment, and will conduct himself
in a manner consistent herewith. After visiting the worksite, the Adjudicator will discuss the matter with the
Employer and if necessary with the Contractor before arriving at any decision.

The Adjudicator will agree that all knowledge and information not within the public domain, which may be
acquired while carrying out this service shall be for all time and for all purpose, regarded as strictly confidential and
held in confidence, and shall not be directly or indirectly disclosed to any party whatsoever, except with the
permission of the employer and the contractor. The Adjudicator’s decision should be communicated in the form of
a speaking order specifying the reasons.

(Re‐Bidding) 22nd Km. Karanpur‐Rajanpur (BRPNN) (143) World Bank Package No.-WBP/PH-I/03/11-12
The Adjudicator will agree that any manufacturing or construction firm with which he might be associated with,
will not be eligible to participate in bidding for any goods or works resulting from or associated with the project of
which this consulting assignments forms a part.

Read and Agreed Name of Adjudicator


Signature
Place:

Date:

Name of Employer
Signature of authorized representative of Employer

Name of Contractor
Signature of authorized representative of Contractor

Attachment: Copy of contract document between the employer and contractor and format for recommendation.

SUMMARY OF ADJUDICATOR’S RESPONSIBILITIES

The Adjudicator has the following principal responsibilities:

1. Visit the site periodically.

2. Keep abreast of job activities and developments.

3. Encourage the resolution of disputes by the parties.

4. When a dispute is referred to it, conduct a hearing (no legal presentation), complete its
deliberations, and prepare a recommendation in a professional and timely manner (as per
sample format).

(Re‐Bidding) 22nd Km. Karanpur‐Rajanpur (BRPNN) (144) World Bank Package No.-WBP/PH-I/03/11-12
Sample Format of Adjudicators’ Recommendation

[Project Name]
Recommendation of Adjudicator

Dispute No. XX [NAME OF DISPUTE]

Hearing Date: ___________________

Dispute
Description of dispute. A one or two sentence summation of the dispute.

Contractor’s Position
A short summation of the contractor’s position as understood by the Adjudicator.

Employer’s Position
A short summation of the Employer’s position as understood by the Adjudicator.

Recommendation
The Adjudicator’s specific recommendation for settlement of the dispute. (The recommended course is consistent
with the explanation).

Explanation
(This section could also be called Considerations, Rationale, Findings, Discussion, and so on.)

The Adjudicator’s description of how each recommendation was reached.

Respectfully submitted,

Date: ___________________ ________________________

Date: ___________________ ________________________

Date: ___________________ ________________________

(Re‐Bidding) 22nd Km. Karanpur‐Rajanpur (BRPNN) (145) World Bank Package No.-WBP/PH-I/03/11-12

You might also like