You are on page 1of 261

Nepal Electricity Authority Chainpur Seti Hydroelectric Project (210 MW)

Engineering Services Directorate Bidding Document

NEPAL ELECTRICITY AUTHORITY


ENGINEERING SERVICES DIRECTORATE
Durbarmarg, Kathmandu

CHAINPUR SETI HYDROELECTRIC PROJECT


(Capacity: 210 MW)

Bidding Document
for
CONSTRUCTION OF ADIT TUNNELS III, V and VI
Contract No: NCB: CSHEP-CW-NCB-02-2078/79

VOLUME – I: BID DOCUMENT


June, 2022
Issued on: 29th June, 2022

Issued to: All Eligible Bidders of Nepal

Invitation for Bids No: 02-2078/079


Abbreviations
BD ... ....................................................Bidding Document
BDF ... .............................................. .. Bidding Forms
BDS ... .............................................. .. Bid Data Sheet
BOQ ... ............................................. . Bill of Quantities
COF ................................................ . Contract Forms
DP ... ................................................ . Development Partners
DoLI ... ................................................ . Department of Local Infrastructure
ELI ... .............................................. ... Eligibility
EQC ... ............................................. .. Evaluation and Qualification Criteria
EXP ... ............................................. .. Experience
FIN ................................................. ... Financial
GCC ... ............................................. .. General Conditions of Contract
GoN1 ................................................ .. Government of Nepal
ICC ... ................................................ . International Chamber of Commerce
IFB ……………………………………. Invitation for Bids
ITB ... ................................................. . Instructions to Bidders
JV ... ................................................ .. Joint Venture
LIT ... .............................................. ... Litigation
NCB ................................................. . National Competitive Bidding
PAN ... ............................................. .. Permanent Account Number
PPA ... ............................................. .. Public Procurement Act
PPMO .............................................. . Public Procurement Monitoring Office
PPR ... ............................................. .. Public Procurement Regulations
PL ... .....................................................Profit & Loss
SBD ... .............................................. .. Standard Bidding Document
SCC ................................................ .. Special Conditions of Contract
TS ... .....................................................Technical Specifications
VAT ... ............................................. .. Value Added Tax
WRQ ... .......................................... ... Works Requirements

1
“GoN” word indicates all public entities according to Public Procurement Act, 2063
Nepal Electricity Authority Chainpur Seti Hydroelectric Project (210 MW)
Engineering Services Directorate Bidding Document

Table of Contents
Invitation for Bids .................................................................................................................. 1
Part I: BIDDING PROCEDURES ....................................................................................................... 3
Section I: Instructions to Bidders ......................................................................................... 6
Section II: Bid Data Sheet .................................................................................................. 33
Section III: Evaluation and Qualification Criteria .................................................................. 36
Section IV: Bidding Forms ................................................................................................. 44
Signature of Bidder ............................................................................................................. 65
Section V - Eligible Countries ............................................................................................ 69
Part II : BIDDING PROCEDURES ................................................................................................... 70
Section VI: Works Requirements ....................................................................................... 72
Part III:CONDITIONS OF CONTRACT AND CONTRACT FORMS ..................................................... 101
Section VIII:General Conditions of Contract ..................................................................... 104
Section IX: Special Conditions of Contract ......................................................................... 132
Section X: Contract Forms ................................................................................................ 137
Nepal Electricity Authority Chainpur Seti Hydroelectric Project (210 MW)
Engineering Services Directorate Bidding Document

Invitation for Bids


Government of Nepal (GoN)
Chainpur Seti Hydroelectic Project
Invitation for Bids for the Construction of Adit Tunnels

Contract Identification No: CSHEP-CW-NCB-02-2078/79


Date of publication: 2079/03/15 (29th June, 2022)

1. The Nepal Electricity Authority (NEA) has allocated funds from Government of Nepal
(GoN) towards the cost of Chainpur Seti (210MW) Hydroelectric Project (CSHEP) and
intends to apply part of the funds to cover eligible payments under the Contract for
Construction of Adit Tunnels, Contract Identification No: CSHEP-CW-NCB-02-2078/79.
Bidding is open to all eligible as per Section V of bidding document.
2. Chainpur Seti Hydroelectric Project invites sealed bids or electronic bids from eligible
bidders for the construction of Construction of Adit Tunnels III, V & VI under National
Competitive Bidding – Single Stage Two Envelope Bidding procedures.
Only eligible bidders with the following key qualifications should participate in this bidding:
 Minimum Average Annual Construction Turnover of the best 3 years within the
last 10 years: 330.90 Million NRs (In words: Three Thirty Hundred Million
and Nine Hundred Thousand Rupees Only).
 Minimum Work experience of similar size and nature: At least one project of
Successful Completion of tunnel with minimum length of 360 m and cross-section
of 13.00 sq. m not less than Minimum Average Annual Construction Turnover
of the best 3 years within the last 10 years: 330.90 Million NRs (In words:
Three Thirty Hundred Million and Nine Hundred Thousand Rupees Only).
3. Under the Single Stage, Two Envelope Procedure, Bidders are required to submit
simultaneously two separate sealed envelopes, one containing (i) the Technical Bid
and the other (ii) the Price Bid, both in turn enclosed in one sealed envelope as per the
provision of ITB 21 of the Bidding Document.
4. Eligible Bidders may obtain further information and inspect the Bidding Documents at the
office of Nepal Electricity Authority, Durbarmarg, Kathmandu, Nepal and
chainpurseti@nea.org.np or may visit PPMO e-GP system www.bolpatra.gov.np/egp.
5. A complete set of Bidding Documents may be downloaded for E-submission from
PPMO’s website: www.bolpatra.gov.np/egp. Bidders submitting their bid electronically,
should deposit the cost of bidding document as non-refundable fee of NRs.20,000.00 (
In Words: Twenty Thousand Rupees Only) in the Project’s Rajaswa (revenue)
account as specified below and scanned copy (pdf format) of the Bank deposit voucher
shall be uploaded by the bidder at the time of electronic submission of the bids.
Information to deposit the cost of bidding document in Bank:
Name of the Bank: Jyoti Bikash Bank Limited
Name of Office: NEA, Chainpur Seti Hydroelectric Project
Office Account no.: 00700100089507000001
Rajaswa (revenue) Shirshak no. : 1.285
6. Pre-bid meeting shall be held at Chainpur Seti Hydroelectric Project, Third floor,
Nepal Electricity Authority, Durbarmarg, Kathmandu on 2079/03/29 (13th July,2022)
at 14:00 Hours.

1
Nepal Electricity Authority Chainpur Seti Hydroelectric Project (210MW)
Engineering Services Directorate Bidding Document

7. Electronic bids must be submitted through PPMO’s e-GP system


www.bolpatra.gov.np/egpon or before 12:00 Hours on 2079/04/13 (29th July, 2022). Bids
received after this deadline will be rejected.
8. The bids will be opened in the presence of Bidders' representatives who choose to attend
at 14:00 Hours on 2079/04/13 (29thJuly,2022) at the head office of Chainpur Seti
Hydroelectric project, Third Floor, Nepal Electricity Authority, Durbarmarg,
Kathmandu. Bids must be valid for a period of 120 days after bid opening and must be
accompanied by a bid security or scanned copy of the bid security in pdf format in case of
e-bid, \amounting to a minimum of 8.80 Million (In Words: Eight Million Eight Hundred
Thousand Rupees Only) which shall be valid for 30 days beyond the validity period of
the bid 2079/09/11 (26th December,2022).
9. If the last date of purchasing and /or submission falls on a government holiday, then the
next working day shall be considered as the last date. In such case the validity period of
the bid security shall remain the same as specified for the original last date of bid
submission.
Address
Chainpur Seti Hydroelectric Project,
Napal Electricity Authority, Third Floor,
Durbarmarg, Kathmandu,
Telephone No: 01-4153243
Email address: chainpurseti@nea.org.np
PPMO website: www.bolpatra.gov.np/egp

2
Nepal Electricity Authority Chainpur Seti Hydroelectric Project (210 MW)
Engineering Services Directorate Bidding Document

Part I: BIDDING PROCEDURES

3
Nepal Electricity Authority Chainpur Seti Hydroelectric Project (210MW)
Engineering Services Directorate Bidding Document

Table of Clauses
A. General ............................................................................................................................ 6
1. Scope of Bid .............................................................................................................................. 6
2. Source of Funds ........................................................................................................................ 6
3. Fraud and Corruption ............................................................................................................... 6
4.Eligible Bidders........................................................................................................................... 9
5. Eligible Materials, Equipment and Services ............................................................................ 11
B. Contents of Bidding Documents ...................................................................................... 11
6. Sections of Bidding Document ................................................................................................ 11
7. Clarification of Bidding Document, Site Visit, Pre-Bid Meeting .............................................. 12
8. Amendment of Bidding Document........................................................................................ 12
9. Cost of Bidding ........................................................................................................................ 13
10. Language of Bid .................................................................................................................... 13
11. Documents Comprising the Bid ............................................................................................ 13
12. Letter of Bid and Schedules .................................................................................................. 14
13. Alternative Bids.................................................................................................................... 14
14. Bid Prices and Discounts ...................................................................................................... 14
15. Currency of Bid and Payment ............................................................................................. 15
16. Documents Comprising the Technical Proposal.................................................................... 15
17. Documents Establishing the Qualifications of the Bidder ................................................... 15
18. Period of Validity of Bids ...................................................................................................... 16
19. Bid Security .......................................................................................................................... 16
20. Format and Signing of Bid .................................................................................................... 17
D. Submission and Opening of Bids...................................................................................... 18
21. Sealing and Marking of Bids .................................................................................................. 18
22. Deadline for Submission of Bids ........................................................................................... 21
23. Late Bids ............................................................................................................................... 21
24. Withdrawal, and Modification of Bids .................................................................................. 21
25. Bid Opening.......................................................................................................................... 22
E. Evaluation and Comparison of Bids .................................................................................. 24
26. Confidentiality ...................................................................................................................... 24
27. Clarification of Bids .............................................................................................................. 24
28. Deviations, Reservations, and Omissions ............................................................................ 25
29. Examination of Technical Bid ............................................................................................... 25

4
Nepal Electricity Authority Chainpur Seti Hydroelectric Project (210 MW)
Engineering Services Directorate Bidding Document

30. Determination of Responsiveness of Technical Bid ............................................................. 25


31.NonconformitiesErrors, and Omissions .................................................................................. 26
32 Qualification of the Bidder..................................................................................................... 26
33. Correction of Arithmetical Errors ....................................................................................... 27
34 Subcontractors ....................................................................................................................... 27
35. Evaluation of Price Bids......................................................................................................... 28
36. Comparison of Bids ............................................................................................................... 29
37. Employer’s Right to Accept Any Bid, and to Reject Any or All Bids ....................................... 29
38. Award Criteria ....................................................................................................................... 29
39. Letter of Intent to Award the Contract/Notification of Award ............................................ 29
40. Performance Security and Line of Credit .............................................................................. 29
41 Signing of Contract ................................................................................................................ 30
42. Complaint and Review ......................................................................................................... 31

5
Nepal Electricity Authority Chainpur Seti Hydroelectric Project (210MW)
Engineering Services Directorate Bidding Document

Section I: Instructions to Bidders

A. General
1. Scope of Bid 1.1 In connection with the Invitation for Bids indicated in the Bid Data
Sheet (BDS), the Employer, as indicated in the BDS, issues this Bidding
Document for the procurement of Works as specified in Section VI
(Works Requirements). The name, identification, and number of
lots (contracts) of the National Competitive Bidding (NCB) are
provided in the BDS.
1.2 Throughout this Bidding Document:
(a)the term “in writing” means communicated in written form and
delivered against receipt;
(b) except where the context requires otherwise, words
indicating the singular also include the plural and words
indicating the plural also include the singular; and
(c) “day” means calendar day.
2. Source of Funds 2.1 GoN Funded: In accordance with its annual program and budget,
approved by the GoN, the implementing agency indicated in the
BDS plans to apply a portion of the allocated budget to eligible
payments under the contract(s) for which this Bidding Document is
issued.
Or
Public Entities' own Resource Funded: In accordance with its annual
program and budget, approved by the public entity, the implementing
agency indicated in the BDS plans to apply a portion of the
allocated budget to eligible payments under the contract(s) for which
this Bidding Document is issued.

3. Fraud and 3.1 Procuring Entities as well as Bidders, suppliers and contractors and
Corruption their sub-contractors shall adhere to the highest standard of ethics
during the procurement and execution of such contracts. In
pursuance of this:;

(a) the Employer adopts, for the purposes of this provision, the
terms as defined below:
(i) “corrupt practice” means the offering, giving, rec
eiving, or soliciting, directly or indirectly, anything of value to
influence improperly the actions of another party;

(ii) “fraudulent practice” means any act or omission, incl


uding 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) “coercive practice” means impairing or harming, or


threatening to impair or harm, directly or indirectly, any party

6
Nepal Electricity Authority Chainpur Seti Hydroelectric Project (210 MW)
Engineering Services Directorate Bidding Document

or the property of the party to influence improperly the


actions of a party;

(iv) “collusive practice” means an arrangement between two


or more parties designed to achieve an improper purpose,
including influencing improperly the actions of another party.

v) “obstructive practice” means (a) deliberately destroying,


falsifying, altering, or concealing of evidence material to an
investigation; (b) making false statements to investigators in
order to materially impede an investigation; (c) failing to
comply with requests to provide information, documents, or
records in connection with an investigation; (d) 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 (e)
materially impeding GoN/DP’s contractual rights of audit or
access to information; and

vi) “integrity violation” is any act which violates Anticorruption


Policy, including (i) to (v) above and the following: abuse,
conflict of interest, violations of GoN/DP sanctions, retaliation
against whistleblowers or witnesses, and other violations of
Anticorruption Policy, including failure to adhere to the highest
ethical standard.

(b) the Employer 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 or other integrity violations in competing for
the contract;
(c) DP will cancel the portion of the financing allocated to a contract if it
determines at any time that representative(s) of the GoN/or of a
beneficiary of DP-financing engaged in corrupt, fraudulent,
collusive, or coercive practices or other integrity violations during
the procurement or the execution of that contract, without the GoN
having taken timely and appropriate action satisfactory to DP to
remedy the situation.

(d) DP will impose remedial actions on a firm or an individual, at any


time, in accordance with DP's Anticorruption Policy and related
Guidelines (as amended from time to time), including declaring
ineligible, either indefinitely or for a stated period of time, to
participate in DP-financed, -administered, or -supported activities
or to benefit from an DP-financed, -administered, or -supported
contract, financially or otherwise, if it at any time determines that
the firm or individual has, directly or through an agent, engaged in
corrupt, fraudulent, collusive, coercive, or obstructive practices or
other integrity violation ns; and

(e) The Contractor shall permit the GoN/DP to inspect the


Contractor’s accounts and records relating to the performance of
the Contractor and to have them audited by auditors appointed by

7
Nepal Electricity Authority Chainpur Seti Hydroelectric Project (210MW)
Engineering Services Directorate Bidding Document

the GoN /DP, if so required by the GoN/DP.

3.2 The Bidder shall not carry out or cause to carry out the
following acts with an intention to influence the implementation
of the procurement process or the procurement agreement :

(a) give or propose improper inducement directly or indirectly,


(b) distortion or misrepresentation of facts,
(c) engaging in corrupt or fraudulent practice or involving in
such act,
(d) interference in participation of other competing bidders,
(e) coercion or threatening directly or indirectly to cause harm
to the person or the property of any person to be involved in
the procurement proceedings,
(f) collusive practice among bidders before or after submission of bids
for distribution of works among bidders or fixing
artificial/uncompetitive bid price with an intention to deprive
the Employer the benefit of open competitive bid price,
(g) Contacting the Employer with an intention to influence the
Employer with regards to the bids or interference of any kind in
examination and evaluation of the bids during the period from
the time of opening of the bids until the notification of award of
contract.
3.3 PPMO, on the recommendation of the Procuring Entity may
blacklist a Bidder for a period of one (1) to three (3) years for its
conduct including on the following grounds and seriousness of the
act committed by the bidder:

(a) if convicted by a court of law in a criminal offence which


disqualifies the Bidder from participating in the contract,
(b) if it is established that the contract agreement signed by the Bidder
was based on false or misrepresentation of Bidder’s qualification
information,
(c)if it at any time determines that the firm has, directly or through an
agent, engaged in corrupt, fraudulent, collusive, coercive, or
obstructive practices in competing for, or in executing, a
GoN/DP-financed contract.
(d) if the Successful Bidder fails to sign the Contract.

8
Nepal Electricity Authority Chainpur Seti Hydroelectric Project (210 MW)
Engineering Services Directorate Bidding Document

3.4 A bidder declared blacklisted and ineligible by the GoN, Public


Procurement Monitoring Office (PPMO) and/or the DP in case of DP
funded project, may be ineligible to bid for a contract during the
period of time determined by the GoN, PPMO and/or the DP.
3.5 In case of a natural person or firm/institution/company which is already
declared blacklisted and ineligible by the GoN, any other new or
existing firm/institution/company owned partially or fully by such
Natural person or Owner or Board of director of blacklisted
firm/institution/company; shall not be eligible bidder.

3.6Furthermore, Bidders shall be aware of the provisions of GCC (GCC


28.3 and 72.3(j).
4.Eligible Bidders 4.1 A Bidder may be a natural person, private entity, or government owned
entity subject to ITB 4.5 or any combination of them in the form of a
Joint Venture (JV) under an existing agreement, or with the intent to
constitute a legally-enforceable joint venture. In the case of a JV:
(a) all partners shall be jointly and severally liable for the execution
of the Contract in accordance with the Contract terms. Maximum
number of JV shall be as specified in the BDS. and

(b) the JV shall nominate a Representative who shall have the


authority to conduct all business for and on behalf of any and all
the parties of the JV during the bidding process and, in the
event the JV is awarded the Contract, during Contract execution.

4.2 A Bidder, and all parties constituting the Bidder, shall have the
nationality of an eligible country, in accordance with Section V
(Eligible Countries). A Bidder shall be deemed to have the nationality
of a country if the Bidder is a citizen or is constituted, or incorporated,
and operates in conformity with the provisions of the laws of that
country. This criterion shall also apply to the determination of the
nationality of proposed sub-contractors or suppliers for any part of
the Contract including related services.
4.3 A Bidder shall not have a conflict of interest. A Bidder found to have a
conflict of interest shall be disqualified. A Bidder may be considered to
be in a conflict of interest with one or more parties in this bidding
process, if any of, including but not limited to, the following apply:
(a) they have controlling shareholders in common; or
(b) they receive or have received any direct or indirect subsidy from
any of them; or
(c) they have the same legal representative for purposes of this bid; or
(d) they have a relationship with each other, directly or through
common third parties, that puts them in a position to have access
to material information about or improperly influence the Bid
of another Bidder, or influence the decisions of the Employer
regarding this bidding process; or
(e) a Bidder participates in more than one bid in this bidding process
either individually or as a partner in a joint venture. This will result
in the disqualification of all Bids in which it is involved. However,

9
Nepal Electricity Authority Chainpur Seti Hydroelectric Project (210MW)
Engineering Services Directorate Bidding Document

subject to any finding of a conflict of interest in terms of ITB 4.3 (a)-


(d) above, this does not limit the participation of the same
subcontractor in more than one bid; or
(f) a Bidder or any of its affiliated entity, participated as a consultant
in the preparation of the design or technical specifications of the
works that are the subject of the Bid; or
(g) a Bidder was affiliated with a firm or entity that has been hired (or is
proposed to be hired) by the Employer as Engineer for the
Contract.

4.4 A firm that is under a declaration of ineligibility by the GoN in


accordance with ITB 3, at the date of the deadline for bid submission
or thereafter, shall be disqualified. A firm shall not be eligible to
participate in any procurement activities under an DP-financed, -
administered, or -supported project while under temporary
suspension or debarment by DP pursuant to the DP's Anticorruption
Policy (see ITB 3), whether such debarment was directly imposed by
the DP, or enforced by other DPs pursuant to the Agreement for
Mutual Enforcement of Debarment Decisions. A bid from a
temporary suspended or debarred firm will be rejected.

4.5 Enterprises owned by Government shall be eligible only if they can


establish that they are legally and financially autonomous and
operate under commercial law, and that they are not a dependent
agency of the GoN.

4.6 Bidders shall provide such evidence of their continued eligibility


satisfactory to the Employer, as the Employer shall reasonably
request.

4.7 Firms shall be excluded in any of the cases, if


(a) by an act of compliance with a decision of the United Nations
Security Council taken under Chapter VII of the Charter of the
United Nations, Nepal prohibits any import of goods or
Contracting of works or services from that country or any
payments to persons or entities in that country. Where Nepal
prohibits payments to a particular firm or for particular goods by
such an act of compliance, that firm may be excluded;
(b) DP Funded: as a matter of law or official regulation, Nepal
prohibits commercial relations with that country, provided that
the DP is satisfied that such exclusion does not preclude effective
competition for the supply of goods or related services required;
(c) DP Funded: a firm sanctioned or temporarily suspended by
the DP in relation to their guidelines or appropriate provisions
on preventing and combating fraud and corruption in projects
financed by them.

4.8 In case a prequalification process has been conducted prior to the


bidding process, this bidding is open only to prequalified Bidders.

10
Nepal Electricity Authority Chainpur Seti Hydroelectric Project (210 MW)
Engineering Services Directorate Bidding Document

4.9 Maximum number of bidding process that a Bidder, and all parties
constituting the Bidder can participate shall be as specified in BDS.
The bidders shall be considered ineligible if number of participation in
bidding process exceeds the number as specified.

5. Eligible Materials, 5.1 The materials, equipment and services to be supplied under the
Equipment and Contract shall have their origin in any source countries as defined
Services in accordance with Section V (Eligible Countries) and all
expenditures under the Contract will be limited to such materials,
equipment, and services. At the Employer’s request, Bidders may
be required to provide evidence of the origin of materials, equipment
and services.

5.2 For purposes of ITB 5.1 above, “origin” means the place where the
materials and equipment are mined, grown, produced or
manufactured, and from which the services are provided.
Materials and equipment are produced when, through
manufacturing, processing, or substantial or major assembling of
components, a commercially recognized product results that differs
substantially in its basic characteristics or in purpose or utility from
its components.

B. Contents of Bidding Documents


6. Sections of Bidding 6.1 The Bidding Document consist of Parts I, II, and III, which
Document include all the Sections indicated below, and should be read in
conjunction with any Addenda issued in accordance with ITB 8.
PART I Bidding Procedures
Section I Instructions to Bidders (ITB)
Section II Bid Data Sheet (BDS)
Section III Evaluation and Qualification Criteria (EQC)
Section IV Bidding Forms (BDF)
Section V Eligible Countries
PART II Requirements
Section VI Works Requirements (WRQ)
Section VII Bill of Quantities (BOQ)
PART III Conditions of Contract and Contract Forms
Section VIII General Conditions of Contract (GCC)
Section IX Special Conditions of Contract (SCC)
Section X Contract Forms (COF)
6.2 The Invitation for Bids issued by the Employer is not part of the Bidding
Document.
6.3 The Employer is not responsible for the completeness of the
Bidding Document and their Addenda, if they were not obtained directly
from the source stated by the Employer in the Invitation for Bids.
6.4 The Bidder is expected to examine all instructions, forms, terms, and
specifications in the Bidding Document and to furnish with its bid all
information and documentation as is required by the Bidding
Documents. Failure to furnish all information or documentation
required by the Bidding Document may result in the rejection of the
bid.

11
Nepal Electricity Authority Chainpur Seti Hydroelectric Project (210MW)
Engineering Services Directorate Bidding Document

7. Clarification of 7.1 A prospective Bidder requiring any clarification of the Bidding


Bidding Document, Document shall contact the Employer in writing at the Employer’s
Site Visit, Pre-Bid address indicated in BDS or raise any question or curiosity during
Meeting
the pre-bid meeting if provided for in accordance with ITB 7.4.The
Employer will respond in writing to any request for clarification,
provided that such request is received within the period as
mentioned in ITB 7.5. The Employer shall forward copies of its
response to all Bidders who have acquired the Bidding Document in
accordance with ITB 6.3, including a description of the inquiry but
without identifying its source. Should the Employer deem it
necessary to amend the Bidding Document as a result of a request
for clarification, it shall do so following the procedure under ITB 8 and
ITB 22.2.
7.2 The Bidder is advised to visit and examine the Site of Works and
its surroundings and obtain for itself, on its own risk and responsibility,
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.

7.3 The Bidder and any of its personnel or agents will be granted
permission by the Employer to enter upon its premises and lands
for the purpose of such visit, but only upon the express condition
that the Bidder, its personnel, and agents will release and indemnify
the Employer and its personnel and agents from and against all liability
in respect thereof, and will be responsible for death or personal injury,
loss of or damage to property, and any other loss, damage, costs, and
expenses incurred as a result of the inspection.

7.4 The Bidder’s designated representative is invited to attend a pre-bid


meeting, if provided for in the BDS. The purpose of the meeting will
be to clarify issues and to answer questions on any matter that may be
raised at that stage.

7.5 The Bidder is requested, to submit any questions in writing, to reach


the Employer as mentioned in BDS.

7.6 Minutes of the pre-bid meeting, including the text of the questions
raised, without identifying the source, and the responses given,
together with any responses prepared after the meeting, will be
transmitted promptly to all Bidders who have acquired the Bidding
Document in accordance with ITB 6.3. Any modification to the
Bidding Document that 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 ITB 8 and not through the minutes
of the pre-bid meeting.

7.7 Nonattendance at the pre-bid meeting will not be a cause for


disqualification of a Bidder.

8. Amendment of 8.1 At any time prior to the deadline for submission of bids, the
Bidding Document Employer may amend the Bidding Document by issuing agenda.

12
Nepal Electricity Authority Chainpur Seti Hydroelectric Project (210 MW)
Engineering Services Directorate Bidding Document

8.2 Any addendum issued shall be part of the Bidding Document and
shall be communicated in writing to all who have obtained the Bidding
Document from the Employer in accordance with ITB 6.3.

8.3 To give prospective Bidders reasonable time in which to take an


addendum into account in preparing their Bids, the Employer may, at
its discretion, extend the deadline for the submission of Bids, pursuant
to ITB 22.2

C. Preparation of Bids

9. Cost of Bidding 9.1 The Bidder shall bear all costs associated with the preparation and
submission of its Bid, and the Employer shall in no case be responsible
or liable for those costs, regardless of the conduct or outcome of the
bidding process.

10. Language of Bid 10.1 The Bid, as well as all correspondence and documents relating to the
bid exchanged by the Bidder and the Employer, shall be written in
the language specified in the BDS. Supporting documents and
printed literature that are part of the Bid may be in another language
provided they are accompanied by an accurate translation of the
relevant passages in the language specified in the BDS, in which
case, for purposes of interpretation of the Bid, such translation shall
govern.

11. Documents 11.1 The Bid shall comprise two envelopes submitted simultaneously,
Comprising the Bid one called the Technical Bid containing the documents listed in ITB
11.2 and the other the Price Bid containing the documents listed in
ITB 11.3, both envelopes enclosed together in an outer single
envelope.

11.2 The Technical Bid shall comprise the following:

(a) Letter of Technical Bid;


(b) Bid Security in accordance with ITB 19;
(c) alternative Technical Bid, at Bidder’s option and if
permissible, in accordance with ITB 13;
(d) written confirmation authorizing the signatory of the Bid to
commit the Bidder, in accordance with ITB 20.2;
(e) documentary evidence in accordance with ITB 17,
establishing the Bidder’s qualifications to perform the
contract;
(f) Technical Proposal in accordance with ITB 16;
(g) Bids submitted by a Joint Venture shall include a copy of the
Joint Venture Agreement entered into by all partners.
Alternatively, a Letter of Intent to execute a Joint Venture
Agreement in the event of a successful Bid shall be signed
by all partners and submitted with the Bid, together with a
copy of the proposed agreement. The Joint Venture
agreement, or letter of intent to enter into a Joint Venture

13
Nepal Electricity Authority Chainpur Seti Hydroelectric Project (210MW)
Engineering Services Directorate Bidding Document

including a draft agreement shall indicate at least the parts


of the Works to be executed by the respective partners; and
(h) any other required documents, which is not against the
provision of Procurement Act/Regulation/Directives and
Standard Bidding Document issued by PPMO as specified in
the BDS.
11.3 The Price Bid shall comprise the following:
(a) Letter of Price Bid;
(b) completed Bill of Quantities(BoQ), in accordance with ITB 12
and ITB 14, or as stipulated in the BDS;
(c) alternative price Bids, at Bidder’s option and if permissible, in
accordance with ITB 13;
(d) Any other document required in the BDS.

11.4 The Bidder is solely responsible for the authenticity of the


submitted documents.

12. Letter of Bid and 12.1 The Letters of Technical Bid and Price Bid, Schedules, and all
Schedules documents listed under ITB 11, shall be prepared using the relevant
forms in Section IV (Bidding Forms) and in Section VII (Bill of
Quantities). The forms must be completed without any alterations to
the text, and no substitutes shall be accepted. All blank spaces shall
be filled in with the information requested.

13. Alternative Bids 13.1 Unless otherwise specified in the BDS, alternative bids shall not be
considered.

13.2 When alternative times for completion are explicitly invited, a


statement to that effect will be included in the BDS, as will the
method of evaluating different times for completion.

13.3 When specified in the BDS pursuant to ITB 13.1, and subject to ITB
13.4 below, Bidders wishing to offer technical alternatives to the
requirements of the Bidding Document must first price the Employer’s
design as described in the Bidding Document and shall further
provide all information necessary for a complete evaluation of the
alternative by the Employer, including drawings, design calculations,
technical specifications, breakdown of prices, and proposed
construction methodology and other relevant details. Only the
technical alternatives, if any, of the lowest evaluated Bidder
conforming to the basic technical requirements shall be
considered by the Employer.

13.4 When specified in the BDS, Bidders are permitted to submit


alternative technical solutions for specified parts of the Works. Such
parts will be identified in the BDS and described in Section VI (Works
Requirements). The method for their evaluation will be stipulated in
Section III (Evaluation and Qualification Criteria).

14. Bid Prices and 14.1 The prices and discounts quoted by the Bidder in the Letter of
Discounts Price Bid and in the Schedules shall conform to the requirements
specified below.

14
Nepal Electricity Authority Chainpur Seti Hydroelectric Project (210 MW)
Engineering Services Directorate Bidding Document

14.2 The Bidder shall submit a bid for the whole of the works
described in ITB 1.1 by filling in prices for all items of the Works,
as identified in Section VII (Bill of Quantities). In case of Unit Rate
Contracts, the Bidder shall fill in rates and prices for all items of the
Works described in the Bill of Quantities. Items against 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 rates for other
items and prices in the Bill of Quantities.

14.3 The price to be quoted in the Letter of Price Bid shall be the total price
of the Bid, excluding any discounts offered. Absence of the total price
in the Letter of Price Bid or the Bid Price in the Bill of Quantities shall
result in rejection of the Bid.

14.4 The Bidder shall quote any discounts and the methodology for their
application in the Letter of Price Bid, in accordance with ITB 12.1.

14.5 If so indicated in ITB 1.1, bids are invited for individual Contracts or for
any combination of Contracts (packages). Bidders wishing to offer any
price reduction for the award of more than one Contract shall
specify in their bid the price reductions applicable to each package, or
alternatively, to individual Contracts within the package. Price
reductions or discounts shall be submitted in accordance with ITB
14.4, provided the Bids for all Contracts are submitted and opened
at the same time.

14.6 Unless otherwise provided in the BDS and the Conditions of


Contract, the prices quoted by the Bidder shall be fixed. If the prices
quoted by the Bidder are subject to adjustment during the
performance of the Contract in accordance with the provisions of the
Conditions of Contract, the Bidder shall furnish the indices and
weightings for the price adjustment formulae in the Table of
Adjustment Data in Section IV (Bidding Forms) and the Employer
may require the Bidder to justify its proposed indices and weightings.

14.7 All duties, taxes, and other levies payable by the Contractor under the
Contract, or for any other cause, as of the date 30 days prior to the
deadline for submission of bids, shall be included in the rates and
prices and the total bid price submitted by the Bidder.

15. Currency of Bid 15.1 The currency of the bid and payment shall be in Nepalese
and Payment Rupees.

16. Documents 16.1 The Bidder shall furnish a Technical Proposal including a
Comprising the statement of work methods, equipment, personnel, schedule and
Technical Proposal
any other information as stipulated in Section IV (Bidding Forms),
in sufficient detail to demonstrate the adequacy of the Bidders’
proposal to meet the work requirements and the completion time.

17. Documents 17.1 To establish its qualifications to perform the Contract in


Establishing the accordance with Section III (Evaluation and Qualification Criteria)

15
Nepal Electricity Authority Chainpur Seti Hydroelectric Project (210MW)
Engineering Services Directorate Bidding Document

Qualifications of the the Bidder shall provide the information requested in the
Bidder corresponding information sheets included in Section IV (Bidding
Forms).

18. Period of Validity 18.1 Bids shall remain valid for the period specified in the BDS after the
of Bids bid submission deadline date prescribed by the Employer. A bid valid
for a shorter period shall be rejected by the Employer as
nonresponsive.

18.2 In exceptional circumstances, prior to the expiration of the bid


validity period, the Employer may request Bidders to extend
the period of validity of their Bids. The request and the responses
shall be made in writing. If a bid security is requested in accordance
with ITB 19, it shall also be extended 30 days beyond the
deadline of the extended validity period. A Bidder may refuse the
request without forfeiting its bid security. A Bidder granting the
request shall not be required or permitted to modify its Bid and to
include any additional conditions against the provisions specified in
Bid Documents.

19. Bid Security 19.1 The Bidder shall furnish as part of its bid, in original form, a bid
security as specified in the BDS. In case of e-submission of bid, the
Bidder shall upload scanned copy of Bid security letter at the time of
electronic submission of the bid. The Bidder accepts that the scanned
copy of the Bid security shall, for all purposes, be equal to the original. The
details of original Bid Security and the scanned copy submitted with e-bid
should be the same otherwise the bid shall be non-responsive.

19.2 The bid security shall be, at the Bidder’s option, in any of the following
forms:
(a) an unconditional bank guarantee from Commercial Bank or
Financial Institution eligible to issue Bank Guarantee as per
prevailing Law or;
(b) a cash deposit voucher in the Employer's Account as
specified in BDS.
In the case of a bank guarantee, the bid security shall be submitted
either using the Bid Security Form included in Section IV (Bidding
Forms) or in another Form acceptable to the employer. The form must
include the complete name of the Bidder. The bid security shall be valid for
minimum thirty (30) days beyond the original validity period of the bid, or
beyond any period of extension if requested under ITB 18.2.

19.3 The bid security issued by any foreign Bank outside Nepal must be
counter guaranteed by Commercial Bank or Financial Institution
eligible to issue Bank Guarantee as per prevailing Law in Nepal.

19.4 Any bid not accompanied by an enforceable and substantially


compliant bid security shall be rejected by the Employer as
nonresponsive. In case of e- Submission, if the scanned copy of an

16
Nepal Electricity Authority Chainpur Seti Hydroelectric Project (210 MW)
Engineering Services Directorate Bidding Document

acceptable Bid Security letter is not uploaded with the electronic Bid
then Bid shall be rejected.

19.5 The bid security of unsuccessful Bidders shall be returned within three
days, once the successful Bidder’s furnishing of the required
performance security and signing of the Contract Agreement
pursuant to ITB 40.1 and 41.1

19.6 The bid security shall be forfeited if:


GoN funded :
(a) a Bidder requests for withdrawal or modification of its bid, except
as provided in ITB 18.2:
(i) during the period of bid validity specified by the Bidder on the
Letter of Technical Bid and Price Bid, in case of electronic
submission;
(ii) from the period twenty-four hours prior to bid submission
deadline up to the period of bid validity specified by the Bidder on
the Letter of Technical Bid and Price Bid, in case of hard copy
submission.
(b)a Bidder changes the prices or substance of the bid while providing
information pursuant to clause 27.1;
(c) a Bidder involves in fraud and corruption pursuant to clause 3.1;
(d) the successful Bidder fails to:
(i) furnish a performance security in accordance with ITB 40.1;
(ii) sign the Contract in accordance with ITB 41.1; or
(iii) accept the correction of arithmetical errors pursuant to clause
33.1
DP funded:
The bid security shall be forfeited
(a) if a Bidder withdraws its bid during the period of bid validity
specified by the Bidder on the Letters of Technical Bid and
Price Bid, except as provided in ITB 18.2; or
(b) if the successful Bidder fails to
(i) furnish a performance security in accordance with ITB
40.1; or
(ii) sign the Contract in accordance with ITB 41.1;
(iii) accept arithmetical corrections in accordance with ITB
33.1;

19.7 The Bid Security of a Joint Venture shall be in the name of the
Joint Venture that submits the bid. If the Joint Venture has not been
legally constituted at the time of bidding, the Bid Security shall be in
the names of all future partners as named in the letter of intent
mentioned in ITB 4.1.

20. Format and 20.1 The Bidder shall prepare one original set of the Technical Bid and

17
Nepal Electricity Authority Chainpur Seti Hydroelectric Project (210MW)
Engineering Services Directorate Bidding Document

Signing of Bid one original of the Price Bid comprising the Bid as described in ITB
11 and clearly mark it “ORIGINAL – TECHNICAL BID” and
“ORIGINAL – PRICE BID.” Alternative bids, if permitted in
accordance with ITB 13, shall be clearly marked “ALTERNATIVE”.
In addition, the Bidder shall submit copies of the bid in the number
specified in the BDS, and clearly mark each of them “COPY.” In
the event of any discrepancy between the original and the copies,
the original shall prevail.
In case of e-submission of bid, the Bidder shall submit his bid
electronically in PDF or web forms files as specified in ITB Clause
21.1(b).

20.2 The original and all copies of the bid shall be typed or written in
indelible ink and shall be signed by a person duly authorized to sign
on behalf of the Bidder. This authorization shall consist of a written
confirmation as specified in the BDS and shall be attached to the
bid. The name and position held by each person signing the
authorization must be typed or printed below the signature. All
pages of the bid, except for un amended printed literature, shall be
signed or initialed by the person signing the bid.

20.3 Any amendments such as interlineations, erasures, or overwriting shall


be valid only if they are signed or initialed by the person signing the
bid.

D. Submission and Opening of Bids

21. Sealing and 21.1 Unless otherwise specified in BDS, Bidders shall submit their bids
Marking of Bids by electronic or by mail/by hand/by courier. Procedures for
submission, sealing and marking are as follows:
(a) Bidders submitting bids by mail, by hand or by courier

shall enclose the original of the Technical Bid, and the original
of the Price Bid and each copy of the Technical Bid and Price
Bid, including alternative bids, if permitted in accordance with
ITB 13, in separate sealed envelopes, duly marking the
envelopes as “ORIGINAL TECHNICAL BID”, “ORIGINAL –
PRICE BID”, “ALTERNATIVE” and “COPY No. – TECHNICAL
BID” and “COPY NO. PRICE BID” These envelopes containing
the original and the copies shall then be enclosed in one single
envelope.
(b) Bidders submitting Bids electronically shall follow the electronic
bid submission procedure specified in this clause.
i. The bidder is required to register in the e-GP system
https://www.bolpatra.gov.np/egp following the
procedure specified in e-GP guideline.
ii. Interested bidders may either purchase the bidding
document from the Employer's office as specified in
the Invitation for Bid (IFB) or bidders may download
the IFB and bidding document from e-GP system.
iii. The registered bidders need to maintain their profile

18
Nepal Electricity Authority Chainpur Seti Hydroelectric Project (210 MW)
Engineering Services Directorate Bidding Document

data required during preparation of bids.


iv. In order to submit their bids the cost of the bidding
document can be deposited as specified in IFB. In
addition, electronic scanned copy (.pdf format) of the
bank deposit voucher/cash receipt should also be
submitted along with the technical bid.
v. The bidder can prepare their technical and price bids
using data and documents maintained in bidder’s
profile and forms/format provided in bidding document
by Employer. The bidder may submit bids as a single
entity or as a joint venture. The bidder submitting bid
in joint venture shall have to upload joint venture
agreement along with partner(s) Bolpatra ID provided
during bidder’s registration.
vi. Bidders (all partners in case of JV) should update their
profile data and documents required during
preparation and submission of their technical bids.
vii. In case of bid submission in JV, the consent of the
partners shall be obtained through the confirmation
link sent to the registered email address and the
partners shall have to acknowledge their confirmation.
The required forms and documents shall be part of technical bids.
No. Document Requirement Remarks

1. Letter of Technical Bid Mandatory PDF

2. Bid Security/Bank Mandatory PDF


Guarantee
3. Company registration Mandatory PDF
Certificate
4. VAT registration Mandatory for PDF
Certificate domestic
bidders
5. Business Registration Mandatory PDF
Certificate
6. Tax Clearance Mandatory for PDF
Certificate/Tax return domestic
submission bidders
evidence/evidence of
time extension
7. Power of Attorney of Mandatory PDF
Bid signatory
8. Bank Voucher for cost Mandatory PDF
of bid document
9. Joint venture Mandatory in PDF
agreement case of
JV Bids Only
10. Qualification Mandatory Using profile data(financial
Documents details, contract details etc.)
and Technical Proposal
11. Additional documents] If applicable PDF
specified in ITB 11.2
(h)

The required forms and documents shall be part of price bids.


No. Document Requirement Remarks

19
Nepal Electricity Authority Chainpur Seti Hydroelectric Project (210MW)
Engineering Services Directorate Bidding Document

1. Letter of Price Bid Mandatory PDF


2. Completed Bill of Quantities (BoQ) Mandatory Online Forms

3. Price Adjustment Table If applicable Online Forms

4. Additional Documents specified in If applicable PDF


ITB 11.3 (d)
Note:

a) Bidders (all partners in case of JV) should verify/update their profile


documents as appropriate for the specific bid before submitting their bid
electronically.

viii. After providing all the details and documents, two separate bid
response documents i.e technical bids and price bids will be
generated from the system. Bidders are advised to download
and verify the response documents prior to bid submission.
ix. For verifying the authentic user, the system will send one time
password (OTP) in the registered e-mail address of the bidder.
System will validate the OTP and allow bidder to submit their
bid.
x. Electronically submitted bids can be modified and/or withdrawn
through system. The bidder may modify their bids multiple times
online within bid submission date and time specified in e-GP
system. Once a Bid is withdrawn, bidder won’t be able to submit
another bid response for the same bid.
xi. The Bidder / Bid shall meet the following requirements and
conditions for e-submission of bids;
aa) The e-submitted bids must be readable through PDF
reader.
bb) The facility for submission of bid electronically through e-
submission is to promote transparency, non-discrimination,
equality of access, and open competition in the bidding
process. The Bidders are fully responsible to use the e-
submission facility properly in e-GP system as per specified
procedures and in no case the Employer shall be held liable
for Bidder's inability to use this facility.
cc) When a bidder submits electronic bid through the PPMO e-
GP portal, it is assumed that the bidder has prepared the
bid by studying and examining the complete set of the
Bidding documents including specifications, drawings and
conditions of contract.
21.2. The inner and outer envelopes shall:
(aa) bear the name and address of the Bidder;
(bb) be addressed to the Employer as provided in BDS 22.1;
(cc) bear the specific identification of this bidding process
indicated in BDS 1.1; and
21.3 The outer envelope and the inner envelope containing Technical
Proposal shall bear a warning not to open before the time and date for the

20
Nepal Electricity Authority Chainpur Seti Hydroelectric Project (210 MW)
Engineering Services Directorate Bidding Document

opening of Technical Bid in accordance with ITB 25.1.


21.4 The inner envelope containing the Price Bid shall bear a warning
not to open until advised by the Employer in accordance with ITB 25.7
21.5 If all envelopes are not sealed and marked as required, the
Employer will assume no responsibility for the misplacement or
premature opening of the bid.

22. Deadline for 22.1 Bids must be received by the Employer at the address and no later
Submission of Bids than the date and time indicated in the BDS.
In case of e-submission, the standard time for e-submission is Nepal
Standard Time as set out in the server. The e-procurement system
will accept the e-submission of bid from the date of publishing of
notice and will automatically not allow the e-submission of bid after
the deadline for submission of bid.

22.2 The Employer may, at its discretion, extend the deadline for the
submission of bids by amending the Bidding Document in
accordance with ITB 8, in which case all rights and obligations of the
Employer and Bidders previously subject to the deadline shall
thereafter be subject to the deadline as extended.

23. Late Bids 23.1 The Employer shall not consider any bid that arrives after the
deadline for submission of bids, in accordance with ITB 22. Any bid
received by the Employer after the deadline for submission of bids
shall be declared late, rejected, and returned unopened to the Bidder.

24. Withdrawal, and 24.1 A Bidder may withdraw, or modify its bid- Technical or Price -
Modification of Bids after it has been submitted either in hard copy or by e-submission.
Once a Bid is withdrawn, bidder shall not be able to submit another
bid for this bidding process. Procedures for withdrawal or
modification of submitted bids are as follows:
(i) Bids submitted in Hard Copy
GoN Funded:
a) Bidders may withdraw or modify its bids by sending a written
notice in a sealed envelope, duly signed by an authorized
representative, and shall include a copy of the authorization in
accordance with ITB 20.2. The corresponding modification of
the bid must accompany the respective written notice. All
notices must be:
(aa)prepared and submitted in accordance with ITB 20 and ITB
21,and in addition, the respective envelopes shall be
clearly marked “WITHDRAWAL”, “MODIFICATION;” and
(bb) received by the Employer twenty four hour prior to the
deadline prescribed for submission of bids, in accordance
with ITB 22.
ii) E-submitted bids.
a) Bidder may submit modification or withdrawal prior to the
deadline prescribed for submission of bids through e-GP
system by using the forms and instructions provided by the
system.
24.2 Bids requested to be withdrawn in accordance with ITB 24.1 shall
not be opened. In case of hard copy submission, the Bid will be

21
Nepal Electricity Authority Chainpur Seti Hydroelectric Project (210MW)
Engineering Services Directorate Bidding Document

returned unopened to the Bidders.

24.3 The following provisions apply for withdrawal or modification of the


Bids:
GoN Funded:
(i) In case of bids submitted in hard copy no bid shall be withdrawn or
modified in the interval between 24 hours prior to the deadline for
submission of bids and the expiration of the period of bid validity
specified by the Bidder on the Letter of Bid or any extension thereof.
(ii) In case of e-submitted bids no bids shall be withdrawn or modified
in the interval between deadline for submission of bids and the
expiration of the period of bid validity specified by the Bidder on the
Letter of Technical Bid and Price Bid or any extension thereof.

24.4 Except in case of any modification or correction in bid document


made by procuring entity, Bidder may submit request for withdrawal
or modification only one time.
24.5 In case of hard copy bid, no bid may be withdrawn if the bid has
already been modified; except in case of any modification or
correction in bid document by procuring entity.

24.6 Request for withdrawal or modification must be made through the


same medium of submission. Request for withdrawal or
modifications through different medium shall not be considered.

25. Bid Opening 25.1 The Employer shall open the Technical Bids in public at the address,
on the date and time specified in the BDS in the presence of Bidders`
designated representatives who choose to attend. The Price Bids
will remain unopened and will be held in custody of the Employer
until the specified time of their opening. If the Technical Bid and
Price Bid are submitted together in one envelope, the Employer
shall reject the entire Bid.

25.2 The Employer shall download the e-submitted Technical Bid. The
e-GP system allows the Employer to download the e-submitted
technical bid only after bid opening date and time after login
simultaneously by at least two members of the Bid Opening
Committee.

25.3 Electronically submitted Technical Bid shall be opened at first in


the same time and date as specified above. Electronic Bids shall be
opened one by one and read out. The e-submitted technical bids
must be readable through open standards interfaces. Unreadable
and or partially submitted bid files shall be considered incomplete.

25.4 Thereafter, envelopes marked “WITHDRAWAL” shall be opened and


read out and the envelope with the corresponding Bid shall not be
opened, but returned to the Bidder. No bid withdrawal shall be
Permitted unless the corresponding withdrawal notice contains a valid
authorization to request the withdrawal and is read out at bid
opening. Next, envelopes marked “MODIFICATION” shall be

22
Nepal Electricity Authority Chainpur Seti Hydroelectric Project (210 MW)
Engineering Services Directorate Bidding Document

opened and read out with the corresponding bid. No Technical Bid
and/or Price Bid modification shall be permitted unless the
corresponding modification notice contains a valid authorization to
request the modification and is read out and recorded at bid opening.
Only the Technical Bid, both Original as well as Modification, are to be
opened, read out, and recorded at the opening. Price Bids, both
Original and Modification, will remain unopened in accordance with
ITB 25.1.

25.5 All other envelopes holding the Technical Bid shall be opened
one at a time, reading out: the name of the Bidder; whether there
is a modification; the presence of a bid security and any other details
as the Employer may consider appropriate.
Only Technical Bids read out and recorded at bid opening shall be
considered for evaluation.
No bid shall be rejected at opening of Technical Bids except for late
bids, in accordance with ITB 23.1.
25.6The Employer shall prepare a record of the opening of Technical Bids
that shall include, as a minimum: the name of the Bidder and whether
there is a withdrawal, or modification; and the presence or absence
of a bid security. The Bidders’ representatives who are present shall
be requested to sign the record. The omission of a Bidder’s signature
on the record shall not invalidate the contents and effect of the record.

25.7 At the end of the evaluation of the Technical Bids, the Employer will
invite bidders who have submitted substantially responsive
Technical Bids and who have been determined as being qualified
for award to attend the opening of the Price Bids. The date, time,
and location of the opening of Price Bids will be advised in writing
by the Employer. Bidders shall be given at least 7 days notice for
the opening of Price Bids.

25.8 The Employer will notify Bidders in writing who have been rejected
on the grounds of their Technical Bids being substantially
nonresponsive to the requirements of the Bidding Document and
return their Price Bids unopened.

25.9 The Employer shall conduct the opening of Price Bids of all Bidders
who submitted substantially responsive Technical Bids, in the
presence of Bidders` representatives who choose to attend at the
address, on the date, and time specified by the Employer. The
Bidder’s representatives who are present shall be requested to sign
a register evidencing their attendance.

25.10 All envelopes containing Price Bids shall be opened one at a time
and the following read out and recorded:
(a) the name of the Bidder;
(b) whether there is a modification;

23
Nepal Electricity Authority Chainpur Seti Hydroelectric Project (210MW)
Engineering Services Directorate Bidding Document

(c) the Bid Prices, including any discounts and alternative offers;
and
(d) any other details as the Employer may consider appropriate.
Only Price Bids, discounts, modifications, and alternative offers
read out and recorded during the opening of Price Bids shall be
considered for evaluation. No Bid shall be rejected at the opening
of Price Bids.

25.11 The Employer shall prepare a record of the opening of Price Bids
that shall include, as a minimum, the name of the Bidder, the Bid
Price (per lot if applicable), any discounts, modifications and
alternative offers. The Bidders’ representatives who are present
shall be requested to sign the record. The omission of a Bidder’s
signature on the record shall not invalidate the contents and effect
of the record.

E. Evaluation and Comparison of Bids


26. Confidentiality 26.1 Information relating to the examination, evaluation, comparison, and
post-qualification of bids and recommendation of Contract award,
shall not be disclosed to Bidders or any other persons not officially
concerned with such process until information on Contract award is
communicated to all Bidders.

26.2 Any attempt by a Bidder to influence the Employer in the evaluation


of the bids or Contract award decisions may result in the rejection of
its bid.

26.3 Notwithstanding ITB 26.2, from the time of bid opening to the time of
Contract award, if any Bidder wishes to contact the Employer on
any matter related to the bidding process, it may do so in writing.

27. Clarification of 27.1 To assist in the examination, evaluation, and comparison of the
Bids Technical and Price Bids, the Employer may, at its discretion, ask
any Bidder for a clarification of its Bid. Any clarification submitted
by a Bidder that is not in response to a request by the Employer shall
not be considered. The Employer’s request for clarification and the
response shall be in writing. No change in the substance of the
Technical Bid or prices in the Price Bid shall be sought, offered, or
permitted, except to confirm the correction of arithmetic errors
discovered by the Employer in the evaluation of the Price Bids, in
accordance with ITB 33. In case of e-submission of bid, upon
notification from the employer, the bidder shall also submit the original
of documents comprising the Technical and Price Bid as per ITB 11.2
and ITB 11.3 for verification of submitted documents for acceptance of
the e-submitted bid.

27.2 If a Bidder does not provide clarifications of its Bid by the date and
time set in the Employer’s request for clarification, its Bid may be
rejected.

24
Nepal Electricity Authority Chainpur Seti Hydroelectric Project (210 MW)
Engineering Services Directorate Bidding Document

28. Deviations, 28.1 During the evaluation of bids, the following definitions apply:
Reservations, and
Omissions (a) “Deviation” is a departure from the requirements specified in the
Bidding Document;
(b) “Reservation” is the setting of limiting conditions or withholding
from complete acceptance of the requirements specified in the
Bidding Document; and
(c) “Omission” is the failure to submit part or all of the information or
documentation required in the Bidding Document.

29. Examination of 29.1The Employer shall examine the Technical Bid to confirm that all
Technical Bid documents and technical documentation requested in ITB 11.2
have been provided, and to determine the completeness of each
document submitted.

29.2 The Employer shall confirm that the following documents and
information have been provided in the Technical Bid. If any of
these documents or information is missing, the offer shall be
rejected.
(a) Letter of Technical Bid;
(b) written confirmation of authorization to commit the Bidder;
(c) Bid Security; and
(d) Technical Proposal in accordance with ITB 16

30. Determination of 30.1 The Employer’s determination of a Bid’s responsiveness is to be


Responsiveness of based on the contents of the bid itself, as defined in ITB11.2.
Technical Bid
30.2 A substantially responsive Technical Bid is one that meets the
requirements of the Bidding Document without material deviation,
reservation, or omission. A material deviation, reservation, or
omission is one that,
(a) if accepted, would:
(i) affect in any substantial way the scope, quality, or
performance of the Works specified in the Contract;
or
(ii) limit in any substantial way, inconsistent with the Bidding
Document, the Employer’s rights or the Bidder’s
obligations under the proposed Contract; or
(b) if rectified, would unfairly affect the competitive position of
other Bidders presenting substantially responsive bids.

30.3 The Employer shall examine the technical aspects of the Bid
submitted in accordance with ITB 16, Technical Proposal, in
particular, to confirm that all requirements of Section VI (Works
Requirements) have been met without any material deviation,
reservation or omission.

30.4 If a bid is not substantially responsive to the requirements of the

25
Nepal Electricity Authority Chainpur Seti Hydroelectric Project (210MW)
Engineering Services Directorate Bidding Document

Bidding Document, it shall be rejected by the Employer and may not


subsequently be made responsive by correction of the material
deviation, reservation, or omission.

30.5 In case of e-submission bids, the Employer evaluates the bid on the
basis of the information in the electronically submitted bid files. If the
Bidder cannot substantiate or provide evidence to establish the
information provided in e-submitted bid through documents/
clarifications as per ITB Clause 27.1, the bid shall not be
considered for further evaluation.

30.6 In Case, a corruption case is being filed to Court against the Natural
Person or Board of Director of the firm/institution /company or any
partner of JV, such Natural Person or Board of Director of the
firm/institution /company or any partner of JV such bidder’s bid shall
be excluded from the evaluation, if public entity receives instruction
from Government of Nepal.
30.7Except in case of e-submission, the Financial Bid of the bidder, which
is evaluated as substantially non-responsive in technical bid, shall be
returned to the respective bidders.

31.Nonconformities 31.1 Provided that a bid is substantially responsive, the Employer may
Errors, and waive any non-conformities in the bid that do not constitute a
Omissions material deviation, reservation, or omission.

31.2 Provided that a Technical Bid is substantially responsive, the


Employer may request that the Bidder submit the necessary
information or documentation, within a reasonable period of time, to
rectify nonmaterial nonconformities in the Technical Bid related to
documentation requirements. Requesting information or
documentation on such nonconformities shall not be related to any
aspect of the Price Bid. Failure of the Bidder to comply with the
request may result in the rejection of its bid.

31.3 Provided that a Technical Bid is substantially responsive, the


Employer shall rectify quantifiable nonmaterial nonconformities
related to the Bid Price. To this effect, the Bid Price shall be
adjusted, for comparison purposes only, to reflect the price of a
missing or non-conforming item or component. The adjustment shall
be made using the methods indicated in Section III (Evaluation and
Qualification Criteria).

31.4 If the monetary value of such non-conformities is found to be more


than fifteen percent of the Bid Price of the bidder pursuant to ITB
31.3, such bid shall be considered nonresponsive and shall not be
involved in evaluation.

32 Qualification of the 32.1 The Employer shall determine to its satisfaction during the
Bidder evaluation of Technical Bids whether Biddersmeet the qualifying
criteria specified in Section III (Evaluation and Qualification
Criteria).

26
Nepal Electricity Authority Chainpur Seti Hydroelectric Project (210 MW)
Engineering Services Directorate Bidding Document

32.2 The determination shall be based upon an examination of the


documentary evidence of the Bidder’s qualifications submitted by
the Bidder, pursuant to ITB 17.1.

32.3 An affirmative determination shall be a prerequisite for the opening


and evaluation of a Bidder’s Price Bid. A negative determination
shall result into the disqualification of the Bid, in which event the
Employer shall return the unopened Price Bid to the Bidder.

33. Correction of 33.1 During the evaluation of Price Bids, the Employer shall correct
Arithmetical Errors arithmetical errors on the following basis:
(a) only for unit price Contracts, if there is a discrepancy between
the unit price and the total price that is obtained by multiplying the
unit price and quantity, the unit price shall prevail and the total
price shall be corrected, unless in the opinion of the Employer
there is an obvious misplacement of the decimal point in the unit
price, in which case the total price as quoted shall govern and
the unit price shall be corrected;
(b) if there is an error in a total corresponding to the addition or
subtraction of subtotals, the subtotals shall prevail and the total
shall be corrected;
(c) If there is a discrepancy between the bid price in the Summary
of Bill of Quantities and the bid amount in item (c) of the Letter
of Price Bid, the bid price in the Summary of Bill of Quantities
will prevail and the bid amount in item (c) of the Letter of Price
Bid will be corrected.
(d) if there is a discrepancy between words and figures, the
amount in words shall prevail, unless the amount expressed in
words is related to an arithmetic error, in which case the
amount in figures shall prevail subject to (a), (b) and (c) above.

33.2 If the Bidder that submitted the lowest evaluated bid does not
accept the correction of errors, its bid shall be disqualified and its bid
security shall be forfeited.

34 Subcontractors 34.1 In case of Prequalification, the Bidder’s Bid shall name the same
subcontractor as submitted in the prequalification application and
approved by the Employer.
In case of Post-qualification, the Employer may permit
subcontracting for certain specialized works as indicated in Section
III When subcontracting is permitted by the Employer, the sub-
contractor shall meet the qualifications criteria as indicated in
section III.
Sub-contractors’ qualification and experience will not be considered
for evaluation of the Bidder. The Bidder on its own (without taking
into account the qualification and experience of the sub-contractor)
should meet the qualification criteria.
Bidders may propose subcontracting up to the percentage of total
value of contracts or the volume of works as specified in the BDS.

27
Nepal Electricity Authority Chainpur Seti Hydroelectric Project (210MW)
Engineering Services Directorate Bidding Document

35. Evaluation of 35.1 The Employer shall use the criteria and methodologies listed in this
Price Bids Clause. No other evaluation criteria or methodologies shall be
permitted.

35.2 To evaluate a Price Bid, the Employer shall consider the following:
(a) the bid price, excluding Value Added Tax , Provisional Sums, and
the provision, if any, for contingencies in the Summary Bill of
Quantities, for Unit Rate Contracts, or Schedule of Prices for lump
sum Contracts, but including Day work items, where priced
competitively;
(b) price adjustment for correction of arithmetic errors in
accordance with ITB 33.1;
(c) price adjustment due to discounts offered in accordance with
ITB 14.4;
(d) adjustment for nonconformities in accordance with ITB 31.3;
(e) application of all the evaluation factors indicated in Section III
(Evaluation and Qualification Criteria);

35.3 The estimated effect of the price adjustment provisions of the


Conditions of Contract, applied over the period of execution of the
Contract, shall not be taken into account in bid evaluation.

35.4 If this Bidding Document allows Bidders to quote separate prices


for different lots (Contracts), and to award multiple Contracts to a
single Bidder as specified in BDS, the methodology to determine
the lowest evaluated price of the Contract combinations, including
any discounts offered in the Letter of Price Bid, is specified in Section
III (Evaluation and Qualification Criteria).

35.5 if the bid for an Unit Rate Contract, which results in the lowest
Evaluated Bid Price is seriously unbalanced or front loaded or
extremely low in the opinion of the Employer, the Employer may
require the Bidder to produce detailed price analysis 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 analysis, taking into
consideration the schedule of estimated Contract payments, the
Employer may require that the amount of the performance security be
increased at the expense of the Bidder as mentioned in BDS to
protect the Employer against financial loss in the event of default of
the successful Bidder under the Contract or may consider the bid
as non-responsive.

28
Nepal Electricity Authority Chainpur Seti Hydroelectric Project (210 MW)
Engineering Services Directorate Bidding Document

35.6 In case of e-submission bids, the Employer evaluates the bid on the
basis of the information in the electronically submitted bid files. If the
Bidder cannot substantiate or provide evidence to establish the
information provided in e-submitted bid through documents/
clarifications as per ITB Clause 27.1, the bid shall not be
considered for further evaluation.

35.7 In Case, a corruption case is being filed to Court against the Natural
Person or Board of Director of the firm/institution /company or any
partner of JV, such Natural Person or Board of Director of the
firm/institution /company or any partner of JV such bidder’s bid shall
be excluded from the evaluation, if public entity receives instruction
from Government of Nepal.

36. Comparison of 36.1 The Employer shall compare all substantially responsive bids in
Bids accordance with ITB 35.2 to determine the lowest evaluated bid.

37. Employer’s Right 37.1 The Employer reserves the right to accept or reject any bid, and to
to Accept Any Bid, annul the bidding process and reject all Bids at any time prior to
and to Reject Any or contract award, without thereby incurring any liability to Bidders.
All Bids In case of annulment, all Bids submitted and specifically, bid securities,
shall be promptly returned to the Bidders.

F. Award of Contract

38. Award Criteria 38.1 The Employer shall award the Contract to the Bidder whose offer
has been determined to be the lowest evaluated bid and is
substantially responsive to the Bidding Document, provided further
that the Bidder is determined to be qualified to perform the Contract
satisfactorily.

39. Letter of Intent to 39.1 The Employer shall notify the concerned Bidder whose bid has been
Award the selected in accordance with ITB 38.1 within seven days of the
Contract/Notification selection of the bid, in writing that the Employer has intention to accept
of Award its bid and the information regarding the name, address and amount
of selected bidder shall be given to all other bidders who submitted
the bid.

39.2 If no bidder submits an application pursuant to ITB 42 within a


period of seven days of the notice provided under ITB 39.1, the
Employer shall, accept the bid selected in accordance with ITB
38.1 and Letter of Acceptance shall be communicated to the selected
bidder prior to the expiration of period of Bid validity, to furnish the
performance security and sign the contract within fifteen days.

39.3 In Case, a corruption case is being filed to Court against the Natural
Person or Board of Director of the firm/institution /company or any
partner of JV, such Natural Person or Board of Director of the
firm/institution /company or any partner of JV such bidder’s bid shall
be excluded from the evaluation, if public entity receives instruction
from Government of Nepal.

40. Performance 40.1 Within Fifteen (15) days of the receipt of Letter of Acceptance from

29
Nepal Electricity Authority Chainpur Seti Hydroelectric Project (210MW)
Engineering Services Directorate Bidding Document

Security and Line of the Employer, the successful Bidder shall furnish the performance
Credit security in accordance with the Conditions of Contract, subject to ITB
35.5, as specified below from Commercial Bank or Financial Institution
eligible to issue Bank Guarantee as per prevailing Law in Nepal using
Sample Form for the Performance Security included in Section X
(Contract Forms), or another form acceptable to the Employer. The
performance security issued by any foreign Bank outside Nepal must be
counter guaranteed by Commercial Bank or Financial Institution eligible to
issue Bank Guarantee as per prevailing Law in Nepal.
i) If bid price of the bidder selected for acceptance is up to 15 (fifteen)
percent below the approved cost estimate, the performance security
amount shall be 5 (five) percent of the bid price.
ii) For the bid price of the bidder selected for acceptance is more than 15
(fifteen) percent below of the cost estimate, the performance security
amount shall be determined as follows:

Performance Security Amount = [(0.85 x Cost Estimate –Bid Price) x


0.5] + 5% of Bid Price.
The Bid Price and Cost Estimate shall be inclusive of Value Added Tax.
Within Fifteen (15) days of the receipt of Letter of Acceptance from the
Employer, the successful Bidder shall furnish the Letter of Commitment
for Bank’s Undertaking for Line of Credit of the amount as specified in the
BDS, using Sample Form for the Line of Credit included in Section X
(Contract Forms) at the time of contract agreement.

40.2 Failure of the successful Bidder to submit the above-mentioned


Performance Security and Line of Credit or to sign the Contract
Agreement shall constitute sufficient grounds for the annulment of
the award and forfeiture of the bid security. In that event the
Employer may award the Contract to the next lowest evaluated
Bidder whose offer is substantially responsive and is determined by
the Employer to be qualified to perform the Contract satisfactorily.
The process shall be repeated according to ITB 39.

41 Signing of 41.1 The Employer and the successful Bidder shall sign the Contract
Contract Agreement within the period as stated ITB 40.1.

41.2 At the same time, the Employer shall affix a public notice on the result
of the award on its notice board and make arrangement for causing
such notice to be affixed on the notice board also of the District
Coordination Committee, District Administration Office,
Provincial Treasury and Controller Office and District Treasury
and Controller Office. The Employer may make arrangements to
post the notice into its website, if it has; and if it does not have, into
the website of the Public Procurement Monitoring Office, identifying
the bid and lot numbers and the following information: (i) the result
of evaluation of bid; (ii) date of publication of notice inviting bids; (iii)
name of newspaper; (iv) reference number of notice; (v) item of
procurement; (vi) name and address of bidder making contract and
(viii) contract price

30
Nepal Electricity Authority Chainpur Seti Hydroelectric Project (210 MW)
Engineering Services Directorate Bidding Document

41.3 Within thirty (30) days from the date of issuance of notification
pursuant to ITB 39.1 unsuccessful bidders may request in writing to
the Employer for a debriefing seeking explanations on the
grounds on which their bids were not selected. The Employer shall
promptly respond in writing to any unsuccessful Bidder who,
requests for debriefing.

41.4 If the bidder whose bid has been accepted fails to sign the contract as
stated ITB 40.1, the Public Procurement Monitoring Office shall
blacklist the bidder on recommendation of the Public Entity.

42. Complaint and 42.1 If a Bidder is dissatisfied with the Procurement proceedings or
Review thedecision made by the Employer in opening of the price bid or the
intention to award the Contract, it may file an application to the
Chief of the Public Entity or Public Procurement Monitoring Office or
office established as per Clause 145(a) of the Public Procurement
Regulation within Seven (7) days of providing the notice under ITB
25.8 and ITB 39.1 by the Public Entity, for review of the proceedings
stating the factual and legal grounds.

42.2 Late application filed after the deadline pursuant to ITB 42.1 shall
not be processed.

42.3 The chief of Public Entity shall, within five (5) days after
receiving the application, give its decision with reasons, in
writing pursuant to ITB 42.1:
(a) whether to suspend the procurement proceeding and indicate the
procedure to be adopted for further proceedings; or
(b) to reject the application.
The decision of the chief of Public Entity shall be final for the Bid
amount up to the value as stated in 42.4.

42.4 If the Bidder is not satisfied with the decision of the Public Entity in
accordance with ITB 42.3, is not given within five (5) days of receipt
of application pursuant to ITB 42.1, it can, within seven (7) days
of receipt of such decision, file an application to the Review
Committee of the GoN, stating the reason of its disagreement on
the decision of the chief of Public Entity and furnishing the relevant
documents, provided that its Bid amount ,equal or more than Rupees
Twenty Million (NRs. 20,000,000). The application may be sent by
hand, by post, by courier, or by electronic media at the risk of the
Bidder itself.

42.5 Late application filed after the deadline pursuant to ITB 42.4 shall
not be processed.

42.6 Within three (3) days of the receipt of application from the Bidder,
pursuant to ITB 42.4, the Review Committee shall notify the
concerning Public Entity to furnish its procurement proceedings,
pursuant to ITB 42.3.

42.7 Within three (3) days of receipt of the notification pursuant to ITB

31
Nepal Electricity Authority Chainpur Seti Hydroelectric Project (210MW)
Engineering Services Directorate Bidding Document

42.6, the Public Entity shall furnish the copy of the related
documents to the Review Committee.

42.8 The Review Committee, after inquiring from the Bidder and the
Public Entity, if needed, shall give its decision within one (1) month
of the receipt of the application filed by the Bidder, pursuant to ITB
42.4.

42.9 The Bidder, filing application pursuant to ITB 42.4, shall have to
furnish a cash amount or Bank guarantee from Commercial
Bank or Financial Institution eligible to issue Bank Guarantee
as per prevailing Law equivalent to one percent (1%) of its quoted
Bid amount with the validity period of at least ninety (90) days from
the date of the filing of application pursuant to ITB 42.4.

42.10 If the claim made by the Bidder pursuant to ITB 42.4 is justified, the
Review Committee shall have to return the security deposit to the
applicant, pursuant to ITB 42.9, within seven (7) days of such
decision made.

32
Nepal Electricity Authority Chainpur Seti Hydroelectric Project (210 MW)
Engineering Services Directorate Bidding Document

Section II: Bid Data Sheet

A. General

ITB 1.1 The number of the Invitation for Bids is: 1 (One)

ITB 1.1 The Employer is: Nepal Electricity Authority,


Engineering Services Directorate,
Chainpur Seti (210 MW) Hydroelectric Project
Telephone No: 01-4153243
The Employer’s Representative is
Project Chief
Chainpur Seti Hydroelectric project
Email: chainpurseti@nea.org.np

ITB 1.1 The number and identification of lots (contracts) comprising this bidding process is: 1
(One)
Identification : CSHEP-CW-NCB-02-2078/79

ITB 2.1 The name of the Project is Chainpur Seti Hydroelectric Project (210 MW)
The implementing agency is Nepal Electricity Authority
GoN Funded or DP Funded: GoN Funded

ITB 4.1 (a) For GoN Funded:


Maximum number of partner in a joint venture shall be : 3 (three)

ITB 4.4 Not Applicable

ITB 4.9 For GoN Funded:


Maximum number of bidding process that a Bidder, and all parties constituting the
Bidder can participate shall be : 5 (five)

B. Bidding Document
For clarification purposes only, the Employer’s address is:
ITB 7.1
Attention: The Project Chief
Address: Chainpur Seti Hydroelectric Project,
Nepal Electricity Authority,
Durbarmarg , Kathmandu
Telephone: : 01-4153243
Electronic mail address: chainpurseti@nea.org.np
A Pre-Bid meeting “shall” held Pre-Bid Meeting will
ITB 7.4
Take place at the following date, time and place:
Date:2079/03/29 (13th July,2022 )

33
Nepal Electricity Authority Chainpur Seti Hydroelectric Project (210MW)
Engineering Services Directorate Bidding Document

Time:14:00 hours
Place: Chainpur Seti Hydroelectric Project, Nepal Electricity Authority,
Nepal Electricity Authority, Engineering Services Directorate

ITB 7.5 Time for request: Requests for clarification should be received by the Employer no later
than 10 days prior to the deadline for submission of bids.

C. Preparation of Bids

ITB 10.1 The language of the bid is: English/Nepali.

ITB 11.2 (h) The Bidder shall submit with its Technical Bid the following additional documents: Site
Visit is not compulsory. Site visit should be organized by bidders. Bidder has to
manage Site Visit at their own cost.

ITB 11.3 (b) In accordance with ITB 12 and ITB 14, the following schedules shall be submitted with
the bid, including the priced Bill of Quantities for Unit Rate Contracts and Schedule of
Prices for lump sum contracts.
(a) Letter of Price Bid;
(b) Detailed Work Schedule

11.3 (d) The Bidder shall submit with its Price Bid the following additional documents:
Not Applicable

ITB 13.1 Alternative bids “shall not be” permitted.

ITB 13.2 Alternative times for completion “shall not be” permitted.

ITB 13.4 Alternative technical solutions shall be permitted for the following parts of the Works:
Not Permitted.

ITB 14.6 The prices quoted by the Bidder “shall not be “subject to adjustment during the
performance of the Contract.

ITB 18.1 The bid validity period shall be: One Hundred Twenty (120) days.

ITB 19.1 The Bidder shall furnish a bid security, from Commercial Bank or Financial Institution
eligible to issue Bank Guarantee as per prevailing Law with a minimum of 8.80 Million(
In Words: Eight Million Eight Hundred Thousand Rupees Only), which shall be
valid for 30 days beyond the validity period of the bid.
Office Name: Nepal Electricity Authority (Chainpur Seti Hydroelectric Project)
ITB 19.2 (b)
Bank Name: Jyoti Bikas Bank Limited, Ason Branch
Bank Address: Ason Branch, Kathmandu
Account Number: 00700100089507000001
ITB 20.1 In addition to the original of the bid, the number of copy/ies is/are: Not Applicable

34
Nepal Electricity Authority Chainpur Seti Hydroelectric Project (210 MW)
Engineering Services Directorate Bidding Document

ITB 20.2 The written confirmation of authorization to sign on behalf of the Bidder shall
indicate:
(a) The name and description of the documentation required to demonstrate the
authority of the signatory to sign the Bid such as a Power of Attorney; and
(b) In the case of Bids submitted by an existing or intended JV, an undertaking
signed by all parties (i) stating that all parties shall be jointly and
severally liable, and (ii) nominating a Representative who shall have the
authority to conduct all business for and on behalf of any and all the parties
of the JV during the bidding process and, in the event the JV is awarded
the Contract, during contract execution.

D. Submission and Opening of Bids


Bidders shall have the option of submitting their bids "by electronic only".
ITB 21.1
For bid submission purposes only, the Employer’s address is :
ITB 22.1
Attention : Project Chief , Chainpur Hydroelectric Project
Address : Nepal Electricity Authority, Chainpur Seti Hydroelectric Project
Durbarmarg , Kathmandu
Telephone: 01-4153243
Electronic mail address: chainpurseti@nea.org.np
The deadline for bid submission is:
Date: 2079/04/13 (29th July,2022)
Time: 12:00 Hours
The Technical Bid opening shall take place at :
ITB 25.1
Address : Nepal Electricity Authority, Chainpur Seti Hydroelectric Project
Durbarmarg , Kathmandu
Date : 2079/04/13 (29th July,2022)
Time: 14:00 hours.

E. Evaluation and Comparison of Bids


a) Contractor’s proposed subcontracting: Maximum percentage of subcontracting
ITB 34.1
permitted is: 25% of the total contract amount.
b) Sub-contractors’ qualification and experience will not be considered for evaluation
of the Bidder. The Bidder on its own (without taking into account the qualification
and experience of the sub-contractor) should meet the qualification criteria.
Not Applicable
ITB 35.4

ITB 35.5 The amount of the performance security be increased by Eight (8) percent of the
quoted bid price.

ITB 40.1 Letter of Commitment for Bank’s Undertaking for Line of Credit shall be of NRs.
75,000,000.00 (In Words: Seven Million Five Hundred Thousand Rupees Only)

ITB 41.4 The bidder whose bid has been accepted fails to sign the contract 40% of the
public procurement monitoring office shall blacklist the bidder on
recommendation of Public Entity.

35
Nepal Electricity Authority Chainpur Seti Hydroelectric Project (210MW)
Engineering Services Directorate Bidding Document

Section III: Evaluation and Qualification Criteria


This Section contains all the criteria that the Employer shall use to evaluate bids and qualify
Bidders by post-qualification exercise. GoN/DP requires bidders to be qualified by meeting
predefined, precise minimum requirements. The method sets pass-fail criteria, which, if not met
by the bidder, results in disqualification. In accordance with ITB 32 and ITB 35, no other
methods, criteria and factors shall be used. The Bidder shall provide all the information requested
in the forms included in Section IV (Bidding Forms).

1. Evaluation
In addition to the criteria listed in ITB 35.2 (a) - (e) the following criteria shall apply:

Note:
Use the evaluation criteria listed below as appropriate and required for the project.

1.1 Adequacy of Technical Proposal


Evaluation of the Bidder's Technical Proposal will include an assessment of the
Bidder's technical capacity, to mobilize key equipment and personnel for the contract
consistent with its proposal regarding work methods, scheduling, and material sourcing in
sufficient detail and fully in accordance with the requirements stipulated in Section VI (Works
Requirements).

1.2 Completion Time

An alternative Completion Time, if permitted under ITB 13.2, will be evaluated as follows:

Not Applicable

1.3 Alternative Technical Solutions

Alternative technical solutions, if permitted under ITB 13.4, will be evaluated as follows:

Not Applicable

1.4 Quantifiable Nonconformities and Omissions


Subject to ITB 14.2 and ITB 35.2, the evaluated cost of quantifiable nonconformities
including omissions, is determined as follows:

“Pursuant to ITB 31.3, the cost of all quantifiable nonmaterial nonconformities shall be
evaluated, but excluding omission of prices in the BoQ.The Employer will make its own
assessment of the cost of any nonmaterial nonconformities and omissions for the purpose of
ensuring fair comparison of bids.”

36
Nepal Electricity Authority Chainpur Seti Hydroelectric Project (210 MW)
Engineering Services Directorate Bidding Document

2. Qualification
2.1 Eligibility

Criteria Compliance Requirements Documents

Requirement Single Joint Venture Submission


Entity Requirements
All Each One
Partners
Partner Partner
Combined

2.1.1 Nationality
Letter of
Nationality in must meet must meet must meet not
Technical Bid
accordance with requirement requirement requirement applicable
Forms
ITB sub-clause 4.2
ELI –1; ELI
–2
with
attachments
2.1.2 Conflict of Interest

No conflicts of must meet existing or must meet not Letter of


interest in requirement intended JV requirement applicable Technical Bid
accordance with must meet
ITB Sub-Clause requirement
4.3.

2.1.3 Government/ DP Eligibility

Not having been must meet must meet must meet not Letter of
declared ineligible requirement requirement requirement applicable Technical Bid
by government
/DP, as described
in ITB Sub-Clause
4.4.

2.1.4 Government-owned Entity

Bidder required to must meet existing or must meet not Forms ELI - 1,
meet conditions of requirement intended JV requirement applicable ELI - 2, with
ITB Sub-Clause must meet attachments
4.5. requirement

2.1.5 UN Eligibility

Not having been must meet existing or must meet not Letter of
declared ineligible requirement intended JV requirement applicable Technical Bid
based on a United must meet
Nations resolution requirement
or Employer's
country law, as
described in ITB

37
Nepal Electricity Authority Chainpur Seti Hydroelectric Project (210MW)
Engineering Services Directorate Bidding Document

Sub-Clause 4.8

2.1.6 Bidder’s Participation in Bidding Process

Bidder’s must meet existing or must meet not ELI-3


Participation in not requirement intended JV requirement applicable
more than five (5) must meet
bidding process requirement
since 2078-12-03
i.e. March 17,
2022 as described
in ITB Sub-Clause
4.9.

2.1.7 Other Eligibility

Firm Registration must meet not must meet not Document


Certificate requirement applicable requirement applicable attachment

Business must meet not must meet not Document


Registration requirement applicable requirement applicable attachment
Certificate

VAT and PAN must meet not must meet not Document
Registration requirement applicable requirement applicable attachment
certificate (only
for domestic
bidders)

Tax Clearance must meet not must meet not Document


Certificate/Tax requirement applicable requirement applicable attachment
return submission
evidence/evidence
of time extension
for the F/Y
2077/78 (Only for
domestic
bidders)
Additional ……………. ………… …………… ………… …………
requirements

38
Nepal Electricity Authority Chainpur Seti Hydroelectric Project (210 MW)
Engineering Services Directorate Bidding Document

2.2 Pending Litigation


Criteria Compliance Requirements Documents

Requirement Single Joint Venture Submission


Entity Requirements
All Partners Each One
Combined Partner Partner

2.2.1 Pending Litigation

All pending must meet not must meet not Form LIT - 1
litigation shall be requirement applicable requirement by applicable
treated as by itself or itself or as
resolved against as partner partner to past
the Bidder and to past or or existing JV
so shall in total existing JV
not represent
more than Fifty
percent (50 %)
percent of the
Bidder's net
worth.

2.3 Financial Situation

Criteria Compliance Requirements Documents

Requirement Single Joint Venture Submission


Entity Requiremen
All Partners Each One ts
Combined Partner Partner

2.3.1 Historical Financial Performance

Submission of audited must meet not must meet not Form FIN - 1
balance sheets and requirement applicable requirement applicabl with
income statements, for e attachments
the last Three years to
demonstrate the
current soundness of
the Bidder's financial
position. As a
minimum, a Bidder's
net worth calculated as
the difference between
total assets and total
liabilities should be
positive.
Note:
(1) The financial information provided by a Bidder should be reviewed in its entirety to allow a truly
informed judgment, and the pass-fail decision on the financial position of the Bidder should be

39
Nepal Electricity Authority Chainpur Seti Hydroelectric Project (210MW)
Engineering Services Directorate Bidding Document

given on this basis. Balance sheet of the past three to five years period which shall be decided
according to the nature of the work.
2.3.2 Average Annual Construction Turnover

Minimum average annual must must meet must meet must meet Form
construction turnover of meet requiremen at least 25 40 % FIN -2
NRs 330.90 Million NRs requirem t %
of the
(In words: Three Thirty ent
of the requirement
Hundred Million and
requirement
Nine Hundred
Thousand Rupees
Only) calculated as total
certified payments
received for construction
contracts in progress or
completed, within best
three years out of last ten
fiscal years.
Only the net amount shall be calculated after deducting the amount for VAT and such amount shall be
adjusted to present value by applying wholesale price index of Nepal Rastra Bank.

2.3.3 Required Bid Capacity

The bidding capacity of the


must meet must meet must meet must meet Form
bidder should be equal to requirement requiremen 25% 40% FIN -3,4
or more than the NRs
t
352.10 Million (In words: of the of the
Three Fifty Two Hundred requirement requirement
Million and One
Hundred Thousand
Rupees Only).

2.4 Experience

Criteria Compliance Requirements Documents


Requirement Single Joint Venture Submission
Entity Requirement
All Each One
Partners Partner Partner
Combined
2.4.1 General Construction Experience
Experience under must meet not must meet not Form EXP - 1
construction contracts requirement applicable requirement applicabl
in the role of contractor, e
subcontractor, or
management
contractor for at least
the last Five (5) years
prior to the applications
submission deadline.

40
Nepal Electricity Authority Chainpur Seti Hydroelectric Project (210 MW)
Engineering Services Directorate Bidding Document

2.4.2 Specific Construction Experience


(a) Contracts of Similar Size and Nature
Participation as Prime must meet not Each must meet
contractor, in at least requiremen applicable partner at requiremen
One (1) Contract of t least one t
Construction of Contract of
Hydropower Project Constructio
including Tunnel works n works
of minimum 360 m within last
length with sectional 5(Five)
area more than 13.00 years with a
sq.m within the last five value of at
(5) years, with a value of least NRs
at least NRs 281.70 28.20(In
Million (In words: Two Word:
Eight One Hundred Twenty
Million and Seven Eight
Hundred Thousand Million
Rupees Only) that Two
have been successfully Hundred
or are substantially Thousand
completed and that are Rupees
similar to the proposed Only).
works. The similarity
shall be based on the
physical size,
complexity, methods,
technology or other
characteristics as
described in Section VI,
Works Requirements.

(b) Construction Experience in Key Activities


For the above or other must meet must meet not not Form
contracts executed during all all applicable applicable EXP -
the period stipulated in requirements requirements 2(b)
2.4.2(a) above, a minimum
construction experience in
the following key activities :
Successful Completion of
1. 14,480.00 sq. m of
Fiber/ Wiremesh
Shotcrete (5cm-20cm)
per year
2. 17,475.00 cu.m of
excavation of tunnel
per year
3. 15,600.00 m of
Rockbolt works per
year.

41
Nepal Electricity Authority Chainpur Seti Hydroelectric Project (210MW)
Engineering Services Directorate Bidding Document

2.5 Personnel

The Bidder must demonstrate that it has the personnel for the key positions that meet the
following requirements:

SN. Position Required Academic Total Experienc


No. Qualification Work e in Similar
Experienc Works
[When position
e [Years] [years]
demands]

Project Manager/ 1 BE in Civil


1. 5 3
Construction Engineering

2 Master in Geology/
Geologist/
2. Geotechnical or 5 3
Geotechnical
Equivalent

2 Diploma in Survey or
3. Surveyor 3 2
Equivalent or more

4. Engineer (Civil) 1 BE in civil 3 2

1 Training (at least 15


months)
Electrical Foreman/
5. Assistant Sub- 2 1
Supervisor
Engineer / Sub-
Engineer

Mechanical 1 Training (at least 15


6. Foreman/ months) 2 1
Supervisor

Civil 1 Certificate Level +


7. Supervisor/AutoCAD AutoCAD training 2 1
Operator

1 License holder/
8. Blaster 2 1
Experience Certificate

1 License holder/
9. Driller 2 1
Experience Certificate

42
Nepal Electricity Authority Chainpur Seti Hydroelectric Project (210 MW)
Engineering Services Directorate Bidding Document

2.6 Equipment

The Bidder must demonstrate that it has the key equipment listed hereafter:

No. Equipment Type and Characteristics Min. Number Requirement

1. Concrete mixer 7cf or More 2

Pneumatic Jack Hammer with Pusher Leg


2. 6
(Drilling Equipment)

3. Ventilation Fan 3

4. Diesel Generator 50 kVA 3

5. Air Compressor XA 280 3

6. Shotcrete Machine (Wet ) 2

7. Submersible Water Pump 4

8. Total Station 2

9. Tripper /Truck 3

10. Excavator 2

11. Backhoe 2

12. Loader 2

13. Pressure Grouting Machine 2

43
Nepal Electricity Authority Chainpur Seti Hydroelectric Project (210MW)
Engineering Services Directorate Bidding Document

Section IV: Bidding Forms

This Section contains the forms which are to be completed by the Bidder and submitted as
part of its Bid.

44
Nepal Electricity Authority Chainpur Seti Hydroelectric Project (210 MW)
Engineering Services Directorate Bidding Document

Letter of Technical Bid

The Bidder must accomplish the Letter of Bid in its letterhead clearly showing the
Bidder’s complete name and address.

Date: .........................................................

Name of the contract: …………………………………….

Invitation for Bid No.: ……………………………………

To:…………………………………………………………………………………………………….....

We, the undersigned, declare that:

(a) We have examined and have no reservations to the Bidding Documents, including Addenda
issued in accordance with Instructions to Bidders (ITB) Clause 8.

(b) We offer to execute in conformity with the Bidding Documents the following Works:

(c) Our Bid consisting of the Technical Bid and the Price Bid shall be valid for a period of [insert
validity period as specified in ITB 18.1 of the BDS] days from the date fixed for the bid
submission deadline in accordance with the Bidding Documents, and it shall remain binding
upon us and may be accepted at any time before the expiration of that period.

(d) Our firm, including any subcontractors or suppliers for any part of the Contract, have nationalities
from eligible countries in accordance with ITB 4.2and meet the requirements of ITB 3.4,& 3.5

(e) We are not participating, as a Bidder or as a subcontractor, in more than one Bid in this
bidding process in accordance with ITB 4.3(e), other than alternative offers submitted in
accordance with ITB 13.

(f) Our firm, its affiliates or subsidiaries, including any Subcontractors or Suppliers for any part
of the contract, has not been declared ineligible by DP, under the Employer’s country laws or
official regulations or by an act of compliance with a decision of the United Nations Security
Council;

(g) We are not a government owned entity/We are a government owned entity but meet
the requirements of ITB 4.5;1

(h) We declare that, we including any subcontractors or suppliers for any part of the contract
do not have any conflict of interest in accordance with ITB 4.3 and we have not been punished
for an offense relating to the concerned profession or business.

(i) We declare that we are solely responsible for the authenticity of the documents submitted
by us. The document and information submitted by us are true and correct. If any
document/information given is found to be concealed at a later date, we shall accept any
legal actions by the Employer.
(j) We agree to permit the Employer/DP or its representative to inspect our accounts and records
and other documents relating to the bid submission and to have them audited by auditors
appointed by the Employer.

45
Nepal Electricity Authority Chainpur Seti Hydroelectric Project (210MW)
Engineering Services Directorate Bidding Document

(k) If our Bid is accepted, we commit to mobilizing key equipment and personnel in accordance
with the requirements set forth in Section III (Evaluation and Qualification Criteria) and our
technical proposal, or as otherwise agreed with the Employer.

(l) We are committed to submit the Letter of Commitment for Bank’s Undertaking for Line of Credit
of ……………..Millions at the time of contract agreement, if the bid is awarded to us.

Name: .................................................................................................

In the capacity of .............................................................................

Signed …………………………………………………………...

Duly authorized to sign the Bid for and on behalf of …………

Date …………………………………………………………....

46
Nepal Electricity Authority Chainpur Seti Hydroelectric Project (210 MW)
Engineering Services Directorate Bidding Document

Letter of Price Bid

The Bidder must accomplish the Letter of Bid in its letterhead clearly showing the
Bidder’s complete name and address.

Date: .........................................................

Name of the contract: ………………………………

Invitation for Bid No.: ……………………………..

To:…………………………………………………………………………………………………….....

We, the undersigned, declare that:

(a) We have examined and have no reservations to the Bidding Documents, including Addenda
issued in accordance with Instructions to Bidders (ITB) Clause 8;

(b) We offer to execute in conformity with the Bidding Documents the following Works:

(c) The total price of our Bid, excluding any discounts offered in item (d) below is:
NRs……………………………….. or when left blank is the Bid Price indicated in the Bill of
Quantities.

(d) The discounts offered and the methodology for their application for subject contract [single
contract] are:……………………………………………..

(e) Our bid shall be valid for a period of 120 days after the deadline for the bid submission
deadline in accordance with the Bidding Documents, and it shall remain binding upon us and
may be accepted at any time before the expiration of that period;

(f) If our bid is accepted, we commit to obtain a performance security in accordance with the
Bidding Document;

(g) We have paid, or will pay the following commissions, gratuities, or fees with respect to the
bidding process or execution of the Contract:2
Name of Recipient Address Reason Amount

......................................... ....................................... ................................ ...................


......................................... ....................................... ................................ .................. .

(h) We understand that this bid, together with your written acceptance thereof included in your
notification of award, shall constitute a binding contract between us, until a formal contract
is prepared and executed;
(i) We understand that you are not bound to accept the lowest evaluated bid or any other

2
If none has been paid or is to be paid, indicate “None”.

47
Nepal Electricity Authority Chainpur Seti Hydroelectric Project (210MW)
Engineering Services Directorate Bidding Document

bid that you may receive; and

(j) We declare that we are solely responsible for the authenticity of the documents
submitted by us.

(k) We agree to permit the Employer/DP or its representative to inspect our accounts and
records and other documents relating to the bid submission and to have them audited by
auditors appointed by the Employer.
Name: ..............................................................................................

In the capacity of .............................................................................

Signed …………………………………………………………...

Duly authorized to sign the Bid for and on behalf of …………

Date …………………………………………………………....

48
Nepal Electricity Authority Chainpur Seti Hydroelectric Project (210 MW)
Engineering Services Directorate Bidding Document

Table of Price Adjustment Data


[To be used if Price Adjustment is applicable as per GCC 53.1]

Employer's
Base Bidder's
Source Proposed
Index Value Proposed
Code of Weighting
Description and Weighting
Index* Range
Date (coefficient)**
(coefficient)
1 2 3 4 5 6
Non -
Adjustable (A)
Labor (b)
Materials (c)
Equipment
usage (d)
Total

*Normally following source of index shall apply. Public Entity shall choose applicable Index for
each item.

(a) Labor: "National Salary and Wage Rate Index"- "Construction Labor" of Nepal Rastra Bank
or rate fixed by District Rate Fixation Committee

(b) Material:"National Wholesale Price Index" - Construction Materials" of Nepal Rastra Bank

(c) Equipment usage: "National Wholesale Price Index" - Machinery and Equipment" of Nepal
Rastra Bank or "Fuel" Price fixed by Nepal Oil Corporation.

** Bidders proposed weightings should be within the range specified by the Employer in column
-5

49
Nepal Electricity Authority Chainpur Seti Hydroelectric Project (210MW)
Engineering Services Directorate Bidding Document

Table of Price Adjustment Data


[To be used if Price Adjustment is applicable as per GCC 53.6]

Code Construction Unit Base Price (NRs/Unit) Source


Material* (Ex-factory) (Factory)**
1 2 3 4 5

* Major construction materials to be specified by Employer in column - 2.

** Base Price and source normally to be specified by Employer (or alternatively informed to be
proposed by bidder) in column 4 and 5.

Note:
The base prices of the construction materials shall be taken as of 30 days before the deadline for submission
of the Bid as quoted by the Bidder and verified by the Employer. For the purpose of calculation of price
adjustment, the Ex-factory price of the same source shall be taken into consideration.

50
Nepal Electricity Authority Chainpur Seti Hydroelectric Project (210 MW)
Engineering Services Directorate Bidding Document

Bid Security
Bank Guarantee
Bank’s Name, and Address of Issuing Branch or Office
(On Letter head of the Commercial bank or any Financial Institution eligible to issue Bank
Guarantee as per prevailing Law)
Beneficiary: .............................. name and address of Employer ………………………………
Date: ……………………………………………Bid Security No.: ..............................................
We have been informed that. …………. [insert name of the Bidder] (hereinafter called “the
Bidder”)intends to submit its bid (hereinafter called “the Bid”) to you for the execution of
…………...name of Contract . …………… under Invitation for Bids No. ……………… (“the
IFB”).
Furthermore, we understand that, according to your conditions, bids must be supported by a bid
guarantee.
At the request of the Bidder, we…………………. . name of Bank ……………….. hereby
irrevocably undertake to pay you any sum or sums not exceeding in total an amount of . .
………...amount in figures ………………………. (. …………..amount in words ……………….)
upon receipt by us of your first demand in writing accompanied by a written statement stating that
the Bidder is in breach of its obligation(s) under the bid conditions, because the Bidder:
(a) has withdrawn or modifies its Bid:
i) during the period of bid validity specified by the Bidder on the Letter of Technical and
PriceBid, in case of electronic submission
(ii) from the period twenty-four hours prior to bid submission deadline up to the period of bid
validity specified by the Bidder on the Letter of Technical Bid and Price Bid, in case of hard
copy submission; or
(b) does not accept the correction of errors in accordance with the Instructions to Bidders
(hereinafter “the ITB”); or
(c) changes the prices or substance of the bid while providing information pursuant to clause 27.1
of ITB; or
(d) having been notified of the acceptance of its Bid by the Employer during the period of bid
validity, (i) fails or refuses to execute the Contract Agreement, or (ii) fails or refuses to
furnish the performance security, in accordance with the ITB.
(e) is involved in fraud and corruption in accordance with the ITB
This guarantee will remain in force up to and including the date ………number…………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 letter than the above
date.
This Bank guarantee shall not be withdrawn or released merely upon return of the original
guarantee by the Bidder unless notified by you for the release of the guarantee.
This guarantee is subject to the Uniform Rules for Demand Guarantees, ICC Publication No. 758.
. . .Bank’s seal and authorized signature(s) . . .
Note:
The bid security of ………..……………. has been counter guaranteed by the Bank ……..………..…… on
…………... .................................................……..………. (Applicable for Bid Security of Foreign Banks).

51
Nepal Electricity Authority Chainpur Seti Hydroelectric Project (210MW)
Engineering Services Directorate Bidding Document

Technical Proposal Format

Personnel

Equipment

Site Organization

Method Statement

Mobilization Schedule

Construction Schedule

Others

52
Nepal Electricity Authority Chainpur Seti Hydroelectric Project (210 MW)
Engineering Services Directorate Bidding Document

Personnel
Form PER - 1: Proposed Personnel

Bidders should provide the names of suitably qualified personnel to meet the specified
requirements for each of the positions listed in Section III (Evaluation and Qualification Criteria).
The data on their experience should be supplied using the Form below for each candidate.

Academic Experience
Total Work
Qualification in Similar
No. Name Position* Experience
Works
[Years]
[years]

1.

2.

3.

4.

5.

 As listed in Section III (Evaluation and Qualification Criteria).

53
Nepal Electricity Authority Chainpur Seti Hydroelectric Project (210MW)
Engineering Services Directorate Bidding Document

Form PER - 2: Resume of Proposed Personnel

The Bidder shall provide all the information requested below. Fields with asterisk (*) shall be
used for evaluation.

Position*
Personal Information Name Date of Birth
Professional qualifications
Present employment Name of employer
Address of employer
Telephone Contact (manager/personnel officer)
Fax E-mail
Job title Years with present employer

Summarize professional experience over the last twenty years in reverse chronological order.
Indicate particular technical and managerial experience relevant to the project.

From* To* Company, Project, Position and Relevant Technical


and Management Experience*

Note:

In case of e-submission the Resume of Proposed Personnel shall be submitted on notification by the
Employer as per ITB 27.

54
Nepal Electricity Authority Chainpur Seti Hydroelectric Project (210 MW)
Engineering Services Directorate Bidding Document

Equipment
The Bidder shall provide adequate information to demonstrate clearly that it has the capability to
meet the requirements for the key equipment listed in Section III (Evaluation and Qualification
Criteria). A separate Form shall be prepared for each item of equipment listed, or for alternative
equipment proposed by the Bidder. The Bidder shall provide all the information requested below,
to the extent possible. Fields with asterisk (*) shall be used for evaluation.
(i) For the equipment under Bidder's ownership

Total Nos. of No. of Equipment Nos. of


Equipment Type Equipment engaged/proposed for Equipment
No. and under Bidder's ongoing/committed proposed for this
Characteristics Ownership contracts contract
1.
2.
3.
4.
5.

(ii) For the Equipment to be leased/hired


Total Nos. of No. of Equipment Nos. of
Equipment Type Equipment under the engaged/committe Equipment
No. and ownership of d for other works proposed to be
Characteristics lease/hire provider leased/hired for
this contract
1.
2.
3.
4.
5.

Type of Equipment*

Equipment Information Name of manufacturer Model and power rating

Capacity* Year of manufacture

Current Status Current location

Details of current commitments

Source Indicate source of the equipment

 Owned  Rented  Leased  Specially manufactured

The following information shall be provided only for equipment not owned by the Bidder.

55
Nepal Electricity Authority Chainpur Seti Hydroelectric Project (210MW)
Engineering Services Directorate Bidding Document

Owner Name of owner

Address of owner

Telephone Contact name and title

Fax email

Agreements Details of rental / lease / manufacture agreements specific to

the project

The Bidder shall be solely responsible for the data provided. However, this shall not
limit the right of Employer to verify the authenticity of submitted information.

Note:
In case of e-submission the “Agreements” shall be submitted on notification by the Employer as per ITB 27.1

56
Nepal Electricity Authority Chainpur Seti Hydroelectric Project (210 MW)
Engineering Services Directorate Bidding Document

Bidder’s Information and Qualification Format

Site Organization

Method Statement

Mobilization Schedule

Construction Schedule

Others

57
Nepal Electricity Authority Chainpur Seti Hydroelectric Project (210MW)
Engineering Services Directorate Bidding Document

Bidder’s Qualification
To establish its qualifications to perform the contract in accordance with Section III (Evaluation
and Qualification Criteria) the Bidder shall provide the information requested in the corresponding
Information Sheets included hereunder.

Form ELI - 1: Bidder’s Information Sheet

Bidder's Information

Bidder's legal name

In case of JV, legal name of each partner

Bidder's country of constitution

Bidder's year of constitution

Bidder's legal address in country of

constitution

Bidder's authorized representative (name,

address, telephone numbers, fax numbers, e-

mail address)

Attached are copies of the following original documents.

1. In case of single entity, articles of incorporation or constitution of the legal entity named
above, in accordance with ITB 4.1 and 4.2.
2. Authorization to represent the firm or JV named in above, in accordance with ITB 20.2.

3. In case of JV, letter of intent to form JV or JV agreement, in accordance with ITB 4.1.

4. In case of a government-owned entity, any additional documents not covered under 1 above
required to comply with ITB 4.5.

58
Nepal Electricity Authority Chainpur Seti Hydroelectric Project (210 MW)
Engineering Services Directorate Bidding Document

Form ELI - 2: JV Information Sheet


Each member of a JV must fill in this form

JV / Specialist Subcontractor Information

Bidder's legal name

JV Partner's or Subcontractor's legal name

JV Partner's or

Subcontractor's country of constitution

JV Partner's or

Subcontractor's year of constitution

JV Partner's or

Subcontractor's legal address in country of

constitution

JV Partner's or

Subcontractor's authorized representative

information (name, address, telephone

numbers, fax numbers, e-mail address)

Attached are copies of the following original documents.

1. articles of incorporation or constitution of the legal entity named above, in accordance


with ITB 4.1 and 4.2.
2. Authorization to represent the firm named above, in accordance with ITB 20.2.
3. In the case of government-owned entity, documents establishing legal and financial
autonomy and compliance with commercial law, in accordance with ITB 4.5.

59
Nepal Electricity Authority Chainpur Seti Hydroelectric Project (210MW)
Engineering Services Directorate Bidding Document

Form ELI - 3: Bidder’s Participation in Bidding Process since 2078-12-03 BS


i.e. (March 17, 2022)
Each member of a JV must fill in this form

Participation in Bidding Process

Name of Bid Submission Date of Issuance of


IFB no. Taking Over
office Date Status of bid*
Certificate**

* Mention “On going” if the bid has not been awarded yet and “Awarded” if the bid has been awarded to
the bidder. Status of bidding process only the ongoing and awarded has to be mentioned.
** Insert date of issuance of taking over certificate if the awarded bid has been substantially completed
and taking over certificate has been issued.

60
Nepal Electricity Authority Chainpur Seti Hydroelectric Project (210 MW)
Engineering Services Directorate Bidding Document

Form LIT - 1: Pending Litigation


Each member of a JV must fill in this form

Pending Litigation

 No pending litigation in accordance with Criteria 2.2 of Section III (Evaluation and
Qualification Criteria)
 Pending litigation in accordance with Criteria 2.2 of Section III (Evaluation and Qualification
Criteria)

Value of Pending
Value of Pending Claim as a
Year Matter in Dispute
Claim in NRS Percentage on Net
Worth

61
Nepal Electricity Authority Chainpur Seti Hydroelectric Project (210MW)
Engineering Services Directorate Bidding Document

Form FIN - 1: Financial Situation

Each Bidder or member of a JV must fill in this form

Financial Data for Previous 3 Years [in NRS]

Year 1 : Year 2 : Year 3 :

Information from Balance Sheet

Total Assets

Total Liabilities

Net Worth

Current Assets

Current Liabilities

Information from Income Statement

Total Revenues

Profit Before Tax

Profit After Tax

o Attached are copies of financial statements (balance sheets including all related notes, and
income statements) for the last three or above years, as indicated above, complying with the
following conditions.
o All such documents reflect the financial situation of the Bidder or partner to a JV, and not sister
or parent companies.
o Historic financial statements must be audited by a certified auditor.
o Historic financial statements must be complete, including all notes to the financial statements.
o Historic financial statements must correspond to accounting periods already completed and
audited (no statements for partial periods shall be requested or accepted).

Note:
In case of e-submission the attachments should not be uploaded but shall be submitted on
notification by the Employer as per ITB 27.1

62
Nepal Electricity Authority Chainpur Seti Hydroelectric Project (210 MW)
Engineering Services Directorate Bidding Document

Form FIN - 2: Average Annual Construction Turnover

Each Bidder or member of a JV must fill in this form

The information supplied should be the Annual Turnover of the Bidder or each member of a
JV in terms of the amounts billed to clients for each year for work in progress or completed to
NRs at the end of the period reported.

Annual Turnover Data for the Last 10 Years


(Construction only)

Year Amount Currency

- Average Annual Construction Turnover


(Best three years within the last 10 years)

63
Nepal Electricity Authority Chainpur Seti Hydroelectric Project (210MW)
Engineering Services Directorate Bidding Document

Form FIN - 3: Bid Capacity

Each Bidder or member of a JV must fill in this form

Bid Capacity = [(5 x A) – B]

A = Average Annual Turnover of best three years out of last ten fiscal years.
B = Annual Value of the existing commitments and works (ongoing) to be completed, calculated
from FIN-4.

A, in B, in Bid Capacity,
SN Name of Bidder Pan No.
Million Million in Million

Total Bid Capacity :

Signature of Bidder

64
Procurement of Works- Single Stage Two Envelope Procedure | 65

Form FIN-4: Current Contract Commitments / Works in Progress


Bidders and each partner to a JV should provide information on their current commitments on all contracts that have been awarded, or for which a letter
of intent or acceptance has been received, or for contracts approaching completion, but for which an unqualified, full completion certificate has yet to be
issued.
Current Contract Commitments ( For Calculation of B with reference of FIN-3)
Initial or Value of Estimated Time in
Contract
Employer's Contract Revised outstanding Month to Complete the
Contract Amount
Name of Name of the Contact Date(yyyy- Contract works [In outstanding works
No. Share in % in
Contract Contractor/s Address, mm) Duration Millions, (f) = (c) + (d) – Date of
(a) Millions
Tel, Fax (c) (months) NRS]# Invitation of Bid
(b)
(d) (e) (f)
1

Signature of Bidder
# The Outstanding Works means Contract Price (excluding Vat) minus Work Evaluated by Employer till the reference date. Bidder shall have to
submit the relevant documentary evidence to substantiate the facts/figures.
 (e)  ( a ) 
Note 1: “B” shall be calculated as : B    ( f )  x12 , If (f) is less than 12, then value of (f) shall be taken as 12.
 
Note 2: If Initial or Revised Contract Date is run out with respect to Date of Invitation of Bid, the Estimated Time in Month to Complete the outstanding
works shall be taken equal to 12 months.
65
Nepal Electricity Authority Chainpur Seti Hydroelectric Project (210MW)
Engineering Services Directorate Bidding Document

Form EXP - 1: General Construction Experience


Each Bidder or member of a JV must fill in this form.

General Construction Experience

Starting Ending Year Contract Identification and Name and Role of


Month Year Month Address of Employer Brief Description of Bidder
Year the Works Executed by the Bidder

66
Nepal Electricity Authority Chainpur Seti Hydroelectric Project (210 MW)
Engineering Services Directorate Bidding Document

Form EXP - 2(a): Specific Construction Experience

Fill up one (1) form per contract.

Contract of Similar Size and Nature


Contract No………… of….. Contract Identification
Award Date Completion
Date
Role in Contract   
Contractor Management Subcontractor
Contractor
Total Contract Amount  NRS
………..
If Partner in a JV or subcontractor, Percent of Amount
specify participation of total contract Total
amount
Employer's Name
Address
Telephone/Fax
Number
E-mail

Description of the similarity in accordance with Criteria 2.4.2 (a) of Section III

Note :
The Employer should insert here contract
size, complexity, methods, technology, or
other characteristics as described in Section
VI (Work Requirements) against which the
bidder demonstrates similarity in the box on
the right-hand-side.

67
Nepal Electricity Authority Chainpur Seti Hydroelectric Project (210MW)
Engineering Services Directorate Bidding Document

Form EXP - 2(b): Specific Construction Experience in Key Activities

Fill up one (1) form per contract.


Contract of Similar Size and Nature

Contract No………… of……….. Contract Identification

Award Date Completion


Date

Role in Contract   
Contractor Management Subcontractor
Contractor

Total Contract Amount  NRS


………..

If Partner in a JV or subcontractor, specify Percent of Amount


participation of total contract amount Total

Employer's Name
Address
Telephone/Fax
Number
E-mail

Description of the similarity in accordance with Criteria 2.4.2 (a) of Section III

Note :
The Employer should insert here production
rate(s) for the key activity (activities) subject
contract against which the bidder
demonstrates in the box on the right-hand-
side production rates achieved by him on
previous contracts.

68
Nepal Electricity Authority Chainpur Seti Hydroelectric Project (210 MW)
Engineering Services Directorate Bidding Document

Section V - Eligible Countries

[This section contains the list of eligible countries. Select one option, either GoN Funded or
DP Funded.]

For GoN funded: [with estimate upto NRs. 1 Billion]


For the purpose of ITB 4.2: “Nepal”; and
For the purpose of Country of Origin ITB 5.1 and GCC 79.2: “all Countries”

69
Nepal Electricity Authority Chainpur Seti Hydroelectric Project (210MW)
Engineering Services Directorate Bidding Document

Part II : BIDDING PROCEDURES

70
Nepal Electricity Authority Chainpur Seti Hydroelectric Project (210 MW)
Engineering Services Directorate Bidding Document

Table of Clauses
Scope of Work............................................................................................................................ 73
Specifications ............................................................................................................................. 74
Drawings ................................................................................................................................... 75
Supplementary Information......................................................................................................... 76
Section VI: Bill of Quantities ........................................................................................................ 78
Notes for Unit Rate Contracts: ...............................................................................................78
Preamble of Bill of Quantities .................................................................................................80
A. General .............................................................................................................................80
B. Day work Schedule ...........................................................................................................81
Provisional Sums ...................................................................................................................82
Bill of Quantities ......................................................................................................................... 83

71
Nepal Electricity Authority Chainpur Seti Hydroelectric Project (210MW)
Engineering Services Directorate Bidding Document

Section VI: Works Requirements

This Section contains the Specification, the Drawings, and supplementary information
that describe the Works to be procured.

72
Nepal Electricity Authority Chainpur Seti Hydroelectric Project (210 MW)
Engineering Services Directorate Bidding Document

Scope of Work
1. Work under this section consists of furnishing of all labour, material, equipments and
appliances necessary or required to complete the construction of adit tunnels (adit III, adit V
and adit VI) of Chainpur seti (210 MW) Hydroelectic project.

2. Construction work shall includes:

a) Excavation of Adit Tunnels (Adit III at Rumaligad Adit V at Basti Gaun and Adit VI at left
bank of Sitalikhola) as according to the mention shape and size of adit tunnels at drawing.

b) Dewatering and Care of water during construction for all adit tunnels.

c) Concrete work at the inlet Portal area of adit Tunnels

d) Rock bolting, Wire Mesh Shotcrete, Fiber Shotcrete

e) Installation of Rib Steel at Rock Class V and Class VI (Weak portion)

73
Nepal Electricity Authority Chainpur Seti Hydroelectric Project (210MW)
Engineering Services Directorate Bidding Document

Specifications
Note : Separate Volume of Specification is attached for Online Document and
Separate volume – II Specification is available in case of detail specification of
work mentioned.

VOLUME – II SPECIFICATIONS

74
Nepal Electricity Authority Chainpur Seti Hydroelectric Project (210 MW)
Engineering Services Directorate Bidding Document

Drawings
This section has been separately included in Volume II of the Bid Document.

75
Nepal Electricity Authority Chainpur Seti Hydroelectric Project (210MW)
Engineering Services Directorate Bidding Document

Supplementary Information
Chainpur Seti Hydroelectric Project (CSHEP) is located in Saipal and Talkot Rural Municipality
of Bajhang District, Sudurpaschim Province of Nepal. NEA has identified the project and has also
acquired the study license to conduct the feasibility study. CSHEP is a Peaking Run-of-the-river
(PRoR) type project in the Seti River.

The project lies between 81° 16’ 00” E to 81° 20’ 15” E and 29° 36’ 20” N to 29° 44’ 40” N. The
major structures including diversion dam, settling basin, water conveyance tunnel lies in Saipal
and Talkot Rural Municipality. The powerhouse is located at at the Basti village of Talkot Rural
Municipality at an elevation of 1370 masl. Both the headworks and powerhouse locations are on
the right bank of the Seti River.The gross head of the project is 496 m and calculated net head
is 474.49 m. The design discharge of 50.68 m3/sec at 36.5% exceedance of flow is derived from
hydrological studies and project optimization studies. The Seti River is a part of the Karnali River
Basin System. The size of the entire catchment of the Seti River at the intake is about 1390.40
km2 and lies completely within Bajhang District. One of the major tributaries of the Seti River,
before it reaches the proposed intake site of CSHEP, is the Ghatganga River. Mean annual
rainfall in the catchment is 1561.27 mm. The average monthly flow at the headworks site is 63.65
m3/s. The 100-year return period flood is 1018.00 m3/s at the intake site and the design flood of
1000-year return period at the intake site is 1659 m3/s and PMF at headworks is 3935 m3/s.

The project headworks area is about 962 km from Kathmandu. Project area can be accessed by
travelling 114 km from Kathmandu to Mugling via Prithvi highway (H02), 42.8 km from Mugling
to Narayangad via Madan Ashrit highway (H05), 506 km from Narayangad to Attariya via
Mahendra highway (H01), 147 km from Attariya to Khodpe via Mahakali Highway (H14) and 103
km from Khodpe to Chainpur via Khodpe- Bajhang road (F49). The proposed Headworks site is
accessible within 51 Km form Chainpur which is under construction by Government of Nepal
(GoN), Department of Road (DoR) as Seti Highway.

The diversion dam has been designed with a diurnal pond of approximate 0.735 Mm 3 between
Full Reservoir Level (FRL) at El. 1874 masl and Minimum Operating Level (MOL) at El. 1862
masl with considering the live storage is sufficient to serve full peaking during 4 hours in the
afternoon and 2 hours in the morning. Dam platform level is at 1880 masl.

The diversion structure will consist of a structure with gates to regulate flood flow. The structure
consists of a radial gate and a flap gate for sediment/ bed load flushing. Gravel trap has been
provided to collect gravel and coarse sand after the intake consisting of three vertical gates.
Underground settling basin of three chambers has been proposed with each basin having
dimensions of 130 m x 15 m x 20.4 m (Lx B x H). The 20.4 m height of the settling basin is of
settling zone. The connecting tunnel will be a single chambered D shape Tunnel at the inlet, later
then it will be divided into three connecting tunnels to the settling basin. The total length of HRT
from the Settling Basin to the Surge Tank is 12,468 m. The finished diameter of D shaped
concrete lined HRT is 5.4 m and shotcrete lined is 5.9 m.

The pressure shaft is designed to carry the design discharge, from the surge tank to the turbine
via vertical and horizontal shaft to the semi-powerhouse. Pressure shaft having 3.5 m diameter

76
Nepal Electricity Authority Chainpur Seti Hydroelectric Project (210 MW)
Engineering Services Directorate Bidding Document

of length 1581.5 m is provided which bifurcates to a semi-surface powerhouse. After the branch,
the length of three number of 2.0 m internal diameter is 140.44 m long steel penstock pipe
conveys the flow to the powerhouse. The total length of pipe from surge tank to the powerhouse
is 1744.20 m.
The powerhouse size is 73 m x 18m x 32.2 m (L x B x H). It contains three units of vertical axis
pelton turbine each of 70 MW rated output. The center line level of the turbine is at 1374 masl.
The flow from the turbines will be released back to the Seti River through (5.5 m X 5.5 m)
rectangular tailrace culvert of 70 m long.

The installed capacity of the project is 210 MW. Estimated duration of the project is 5 years
excluding the construction of the access road, camp facilities. Total saleable energy is estimated
to be 1158.02 GWh consisting of dry season energy of 219.50 GWh (6 hrs peaking) and dry off
peaking season energy of 136.91 GWh and wet season energy is 801.62 GWh. The dry season
energy comes to be 30.78% of the total energy generated. The generated power is planned to
evacuate through 220 kV double circuit transmission line of length 500 m to proposed Bajhang
hub substation at Basti Village. The construction period of the project is 5 years.

The estimated total project cost of the project is NRs.42,631,879,425.66 including IDC of NRs.
6,085,993,445.74 for Private scenario. The financial analysis for the PROR plant with energy
price at posted rate, i.e. NPR 4.80/kWh for wet season energy and NPR 8.40/kWh for dry off
peaking season energy and NPR 10.55/kWh for dry peaking season energy considering annual
price escalation on electricity at the rate of 3% for 8 years. For Private scenario, with interest rate
of 10 %, NPV is NRs. 16,717.0 million, B/C ratio is 1.53 at 9 % discount rate and IRR is 13.17%.
For NEA scenario, with interest of 5% and with the NEA Scenario, results in an NPV of NRs.
19,363.0 million, B/C ratio of 1.63 at 9% discount rate and IRR of 14.11%.Chainpur Seti
Hydroelectric Project (CSHEP) is found to be technically feasible and financially viable.

77
Nepal Electricity Authority Chainpur Seti Hydroelectric Project (210MW)
Engineering Services Directorate Bidding Document

Section VI: Bill of Quantities3


Notes for Unit Rate Contracts:
Objectives

The objectives of the Bill of Quantities are


(a) To provide sufficient information on the quantities of Works to be performed to enable Bids
to be prepared efficiently and accurately; and
(b) When a Contract has been entered into, to provide a priced Bill of Quantities for use in the
periodic valuation of Works executed.

In order to attain these objectives, Works should be itemized in the Bill of Quantities in sufficient
detail to distinguish between the different classes of Works, or between Works of the same nature
carried out in different locations or in other circumstances which may give rise to different
considerations of cost. Consistent with these requirements, the layout and content of the Bill of
Quantities should be as simple and brief as possible.

Content
The Bill of Quantities should be divided generally into the following sections:
(a) Preamble;
(b) Work Items (grouped into parts);
(c) Day works Schedule;
d) Provisional Sums; and
(d) Summary.

Preamble
The Preamble should indicate the inclusiveness of the unit prices, and should state the methods
of measurement which have been adopted in the preparation of the Bill of Quantities and which
are to be used for the measurement of any part of the works.

Work Items
The items in the Bill of Quantities should be grouped into sections to distinguish between those
parts of the Works which by nature, location, access, timing, or any other special characteristics
may give rise to different methods of construction, or phasing of the Works, or considerations of
cost. General items common to all parts of the works may be grouped as a separate section in
the Bill of Quantities.

Day work Schedule


A Day work Schedule should be included only if the probability of unforeseen work, outside the
items included in the Bill of Quantities, is high. To facilitate checking by the Employer of the
realism of rates quoted by the Bidders, the Day work Schedule should normally comprise the
following:

In lump sum contracts, delete “Bill of Quantities” and replace with “Schedule of Activities” throughout this section.
3

78
Nepal Electricity Authority Chainpur Seti Hydroelectric Project (210 MW)
Engineering Services Directorate Bidding Document

(a) A list of the various classes of labor, materials, and Constructional Plant for which basic day
work rates or prices are to be inserted by the Bidder, together with a statement of the
conditions under which the Contractor will be paid for work executed on a day work basis.

(b) Nominal quantities for each item of Day work, to be priced by each Bidder at Day work rates
as bid. The rate to be entered by the Bidder against each basic Day work item should include
the Contractor’s profit, overheads, supervision, and other charges.

Provisional Sums

Provisional Sums included and so designated in the Bill of Quantities shall be expended in
whole or in part at the direction and discretion of the Project Manager in accordance with the
Conditions of Contract.

Summary
The Summary should contain a tabulation of the separate parts of the Bill of Quantities carried
forward, with provisional sums for Day work, for physical (quantity) contingencies, and for price
contingencies (upward price adjustment) where applicable.

79
Nepal Electricity Authority Chainpur Seti Hydroelectric Project (210MW)
Engineering Services Directorate Bidding Document

Preamble of Bill of Quantities

A. General
1. The Bill of Quantities shall be read in conjunction with the Instructions to Bidders, General and
Special Conditions of Contract, Technical Specifications, and Drawings.

2. The quantities given in the Bill of Quantities are estimated and provisional, and are given
to provide a common basis for bidding. The basis of payment will be the actual quantities
of work ordered and carried out, as measured by the Contractor and verified by the Project
Manager and valued at the rates and prices bid in the priced Bill of Quantities, where
applicable, and otherwise at such rates and prices as the Project Manager may fix within the
terms of the Contract.

3. For any item for which measurement is based on records made before or during construction
the records shall be prepared and agreed between the Engineer and the Contractor. Should the
Contractor carry out such work without the prior agreement of the Engineer, the Engineer may
request the Contractor to carry out investigations to confirm the extent of the work and the
quantity of work certified for payment shall be solely at the Engineer's discretion. The cost of any
such investigation shall be borne by the Contractor.

4. The rates and prices bid in the priced Bill of Quantities shall, except as otherwise provided
under the Contract, include all construction equipment, labor, supervision, materials, erection,
maintenance, insurance, profit, taxes, and duties, together with all general risks, liabilities, and
obligations set out or implied in the Contract.

5. A rate or price shall be entered against each item in the priced Bill of Quantities, whether
quantities are stated or not. The cost of items against which the Contractor has failed to enter
a rate or price shall be deemed to be covered by other rates and prices entered in the Bill of
Quantities.

6. The whole cost of complying with the provisions of the Contract shall be included in the Items
provided in the priced Bill of Quantities, and where no Items are provided, the cost shall be
deemed to be distributed among the rates and prices entered for the related Items of Work.

7. General directions and descriptions of work and materials are not necessarily repeated nor
summarized in the Bill of Quantities. References to the relevant sections of the Contract
documentation shall be made before entering prices against each item in the priced Bill of
Quantities. The Specification Clause references where given in the item description of the Bills
of Quantities are for the convenience of bidders and generally refer to the principal relevant-
specification clause but do not necessarily represent the whole of the specification requirements
for the work required within the item. The presence of a Specification clause reference shall not
in any way reduce the Bidders obligation to complete work in accordance with all the
requirements of the Specification.
8. Provisional Sums included and so designated in the Bill of Quantities shall be expended in
whole or in part at the direction and discretion of the Project Manager in accordance with the
Conditions of Contract.
9. The method of measurement of completed work for payment shall be in accordance with the
Specifications.

80
Nepal Electricity Authority Chainpur Seti Hydroelectric Project (210 MW)
Engineering Services Directorate Bidding Document

B. Day work Schedule


A)General
1. Work shall not be executed on a day work basis except by written order of the Project Manager.
Bidders shall enter basic rates for day work items in the Schedules. These rates shall apply to
any quantity of day work ordered by the Project Manager. Nominal quantities have been indicated
against each item of day work, and the extended total for day work shall, be carried forward as a
Provisional Sum to the Summary Total Bid Amount. Unless otherwise adjusted, payments for
day work shall be subject to price adjustment in accordance with the provisions in the Conditions
of Contract.
b) Day work Labor
1. In calculating payments due to the Contractor for the execution of day works, the hours for labor
will be reckoned from the time of arrival of the labor at the job site to execute the particular item
of day work to the time of departure from the job site, but excluding meal breaks and rest periods.
Only the time of classes of labor directly doing work ordered by the Project Manager and are
competent to perform such work will be measured. The time of gangers (charge hands) actually
doing work with the gangs will also be measured but not the time of foremen or other supervisory
personnel.
2. The Contractor shall be entitled to payment in respect of the total time that labor is employed on
day work, calculated at the basis rates entered by it in the " SCHEDULE OF DAY WORK RATES:
1. LABOR". The rates for labor shall be deemed to cover all costs to the Contractor including (but
not limited to) i) the amount of wages paid to such labor, transportation time, overtime,
subsistence allowances, ii) any sums paid to or on behalf of such labor for social benefits in
accordance with Nepal law, iii) Contractor's profit, overheads, superintendence, liabilities and
insurance and iv) charges incidental to the foregoing.
c) Day work Equipment
1. The Contractor shall be entitled to payments in respect of Constructional Plant already on site
and employed on day work at the basis rental rates entered by him in the “SCHEDULE OF DAY
WORK RATES:2 EQUIPMENT ”. The said rates shall be deemed to include due and complete
allowance for depreciation, interest, indemnity and insurance, repairs, maintenance, supplies,
fuel, lubricant, and other consumables and all overhead, profit and administrative costs related
to the use of such equipment. The cost of drivers, operators and assistants also shall be included
in the rate of the equipment and no separately payment shall be made for it.
2. In calculating the payment due to the Contractor for Constructional Plant employed on day work,
only the actual number of working hours will be eligible for payment, except that where applicable
and agreed with the Project Manager, the travelling time from the part of the Site where the
Construction Plant was located when ordered by the Project Manager to be employed on day
work and the time for return journey there to shall be included for payment.
d) Day work Materials
1. The Contractor shall be entitled to payment in respect of materials used for day work (except for
materials for which the cost is included in the percentage addition to labor costs as detailed
heretofore), at the rates entered by him in the "SCHEDULE OF DAY WORK RATES: 3
MATERIALS" and shall be deemed to include overhead charges and profit as follows;
(i) the rates for materials shall be calculated on the basis of the invoiced price, freight, insurance,
handling expenses, damage, losses, etc. and shall provide for delivery to store for stockpiling
at the Site.
(ii) the cost of hauling materials for use on work ordered to be carried out as day work, from the
store or stockpile on the Site to the place where it is to be used also shall be include in the
same rate.

81
Nepal Electricity Authority Chainpur Seti Hydroelectric Project (210MW)
Engineering Services Directorate Bidding Document

Provisional Sums
A general provision for physical contingencies (quantity overruns) may be made by including a
provisional sum in the Summary Bill of Quantities. Similarly, a contingency allowance for possible
price increases should be provided as a provisional sum in the Summary Bill of Quantities. The
inclusion of such provisional sums often facilitates budgetary approval by avoiding the need to
request periodic supplementary approvals as the future need arises. Where such provisional sums
or contingency allowances are used, the SCC should state the manner in which they will be used,
and under whose authority (usually the Project Manager’s).

The estimated cost of specialized work to be carried out, or of special goods to be supplied, by
other contractors should be indicated in the relevant part of the Bill of Quantities as a particular
provisional sum with an appropriate brief description. A separate procurement procedure is
normally carried out by the Employer to select such specialized contractors. To provide an element
of competition among the Bidders in respect of any facilities, amenities, attendance, etc., to be
provided by the successful Bidder as prime Contractor for the use and convenience of the
specialist contractors, each related provisional sum should be followed by an item in the Bill of
Quantities inviting the Bidder to quote a sum for such amenities, facilities, attendance, etc.

82
Nepal Electricity Authority Chainpur Seti Hydroelectric Project (210 MW)
Engineering Services Directorate Bidding Document

Bill of Quantities

83
Nepal Electricity Authority Chainpur Seti Hydroelectric Project (210 MW)
Engineering Services Directorate Bill of Quantities

Rate (NRs.)
Item Description of Works Unit Quantity Amount Remarks
No. In Figure In Words (NRs.)
Construction of Adit Tunnels (Adit III , Adit V and Adit VI) at the Headrace Tunnel

A Provisional Sum
A.1 Provisional sum for required unforeseen works as
assigned by Project Manager (rate of such items will P.S. 1.00 500000.00 Five Lakhs 500000.00
be based on Day Works schedule submitted during
bidding).

Sub-Total A

B General Items

B.1 Insurance in accordance with Sub- Clause 19 of Job 1.00


Condition of Contract.

B.2 Bank Commission Allowance for Performance Job 1.00


Security

B.3 Bank Commission Allowance for Advance Payment Job 1.00


Guarantee

B.4 Mobilization and demobilization of all necessary


machines and equipment for construction of Adit Job 1.00
Tunnel as per specification, including the provision
of Temporary accommodation for contractors site
office, contractors with adequate electricity and
drinking water facility as specified and demolish
camp site and reinstate the ground as per specification
and as instructed by the project manager all complete.

84
Nepal Electricity Authority Chainpur Seti Hydroelectric Project (210 MW)
Engineering Services Directorate Bill of Quantities

Description of Works Unit Quantity Amount Remarks


Item Rate (NRs.) (NRs.)
No.
In Figure In Words
B.5 Supply and maintain of construction power as per Job 1.00
specification.

B.6 Establish, maintain and operate laboratory at the site Refer to Item H. Tests
with equipment furnishing required for testing
specified quality of the materials as per specification
or testing of the material as per instruction by site
Engineer as specified in specification.

B.7 Supply, provide and maintain Occupational Health Job 1.00


and Safety during construction all complete.

B.8 Providing, placing and fixing of mesh wire gate with


double shutter at the portal of tunnel, Shutters
provided with 6mm diameter welded steel bars of
100mmX100mm opening welded to L-section frames,
Provided on the periphery and horizontal frame at the
center, shutter frame hinged to additional L-section Job 3.00
frame welded to anchor bars grouted in the rock on the
periphery of tunnel opening, all complete and as per
instruction of project manager for adit tunnels III, V
and VI all complete.

B.9 Installation of project information board in the area


located by engineer, all complete as specified in Nos. 3.00
specification for adit tunnels III, V and VI all
complete.

85
Nepal Electricity Authority Chainpur Seti Hydroelectric Project (210 MW)
Engineering Services Directorate Bills of Quantities
Description of Works Unit Quantity Rate (NRs.) Amount Remarks
Item (NRs.)
No. In Figure In Words
Total B

C Construction of Adit Tunnel III at Rumaligad (451.00m long Adit III along Main Access Tunnel Headrace Tunnel at Elevation 1817.80m)

C.1 Inlet Portal and Adit Tunnel III works

C.1.1 Dewatering and Care of water during construction for Job 1.00
all adits.

C.1.2 Preparation of site before excavation of tunnel which


includes removing the bushes, taking out the roots,
making the undulated surface in level etc. as per m2 253.00
specification or instructed by Engineer.

C.1.3 Overburden of all types of soil excavation after m³ 1,672.04


cleaning the site etc. as per specification or instructed
by Engineer.

C.1.4 Underground Tunnel Excavation in rock class III, IV


and V by Supply, Handling, Storing of the Explosive
in safe way for tunneling method (Full Face
Excavation) for adit tunnel including excavation for
support in rock, shoring, strutting, ventilation, Rm 451.00
lighting, supply of construction power, drainage,
dewatering, wherever needed and all ancillary
operations such as removing and hauling the
excavated material up to 2-3km specified disposal
area including cost of all materials, machinery, labour,
etc. all complete as per instruction or instructed by
Engineer.

86
Nepal Electricity Authority Chainpur Seti Hydroelectric Project (210 MW)
Engineering Services Directorate Bill of Quantities

Rate (NRs.)
Item Description of Works Unit Quantity Amount Remarks
No. In Figure In Words (NRs.)
C.1.5 Providing, fabricating and fixing T Anchor bar 12mm
diameter including cost of all materials, machinery,
labour, cleaning and flushing the holes, grouting with m 53.41
cement slurry, etc. complete as per drawing and
specification or instructed by Engineer.

C.1.6 Providing, fabricating and fixing Anchor bar 25mm


diameter including cost of all materials, machinery,
labour, cleaning and flushing the holes, grouting with m 248.85
cement slurry, etc. complete as per drawing and
specification or instructed by Engineer.

C.1.7 Providing, fabricating and fixing Rib I beam ISMB


150 @ 1.2 m c/c at portal upto 10 m length etc.
complete as per drawing and specification or tonne 7.53
instructed by Engineer.

C.1.8 Providing and fixing Connecting bar 16mm diameter


including cost of all materials, machinery, labour, etc.
complete as per drawing and specification or m 1,634.22
instructed by Engineer.

C.1.9 Providing, fabricating and fixing 25 mm diameter


rockbolt (2-4m long) in drilled holes including cost of
all materials, machinery, labour, cleaning and flushing m 4083.00
the holes, grouting with cement slurry, etc. complete
as per drawing and specification or instructed by
Engineer.

87
Nepal Electricity Authority Chainpur Seti Hydroelectric Project (210 MW)
Engineering Services Directorate Bills of Quantities
Rate (NRs.)
Item Description of Works Unit Quantity Amount Remarks
No. (NRs.)
In Figure In Words

C.1.10 Providing 100 mm thick wiremesh shotcrete including


all required materials, equipment and manpower for
application etc. complete as per drawing and m2 464.27
specification or instructed by Engineer.

C.1.11 Providing 150 mm thick wiremesh shotcrete including


all required materials, equipment and manpower for
application etc. complete as per drawing and m2 474.41
specification or instructed by Engineer.

C.1.12 Providing 50 mm thick Fibre reinforced shotcrete


including all required materials, equipment and
manpower for application etc. complete as per m2 3,759.73
drawing and specification or instructed by Engineer.

C.1.13 Providing 100 mm thick Fibre reinforced shotcrete


including all required materials, equipment and
manpower for application etc. complete as per m2 941.71
drawing and specification or instructed by Engineer.

C.1.14 Providing, fabricating and fixing Drainage Pipe


HDPE (50 mm dia) including cost of all materials,
machinery, labour, cleaning and flushing the holes, m 392.00
etc. complete as per drawing and specification or
instructed by Engineer.

88
Nepal Electricity Authority Chainpur Seti Hydroelectric Project (210 MW)
Engineering Services Directorate Bill of Quantities

Rate (NRs.)
Item Description of Works Unit Quantity Amount Remarks
No. (NRs.)
In Figure In Words
C.1.15 Providing, fabricating and fixing Forepole 25 mm dia m 1848.00
@ 6 m long spacing 30 cm at crown including cost of
all materials, machinery, labour, cleaning and flushing
the holes, grouting with cement slurry, etc. complete
as per drawing and specification or instructed by
Engineer.

C.1.16 Providing, mixing and laying Plain Cement


Concrete(P.C.C.) conforming to I.S. code with stone
aggregate 20 mm and down gauge ( R.C.C. ) works
including compaction, curing and making access for
conveyance of concrete in M25 (1:1:2) cement, sand m3 11.37
and aggregate etc. at front face of inlet portal all
complete as per drawing or instructed by Engineer.

C.1.17 Providing, fitting and fixing standard formwork of


shuttering of good planks including all necessary
props, bracing, wedges and nails etc. for concrete
work at portal face and removal of form works at
approved time for all types of R.C.C. works all m2 35.56
complete as per specification or instructed by
Engineer.

Sub Total C

D Construction of Adit Tunnel V at Basti (290m long Adit 5 along Main Access Tunnel Headrace Tunnel at Elevation 1396.60m)
D.1 Adit Tunnel V

89
Nepal Electricity Authority Chainpur Seti Hydroelectric Project (210 MW)
Engineering Services Directorate Bills of Quantities
Rate (NRs.)
Item Description of Works Unit Quantity Amount Remarks
No. (NRs.)
In Figure In Words
D.1.2 Preparation of site before excavation of tunnel which m2 415.38
includes removing the bushes, taking out the roots,
making the undulated surface in level etc. as per
specification or instructed by Engineer.

D.1.3 Overburden soil excavation after cleaning the site etc. m³ 849.71
as per specification or instructed by Engineer.

D.1.4 Providing and laying Gabion Structure for retaining


earth with diaphragm including rolling, cutting
weaving, placing, laying sides and diaphragms with
binding wire and filling boulders all complete as per
drawing and technical specification or instructed by
m³ 168.75
Engineer. Mesh Wire- 10 Swg, Selvedge Wire 8 Swg,
Binding Wire 12 Swg Hexagonal Mesh Type 80 mm
x 100 mm.

D.1.5 Backfilling the excavated part of the Gabion


Structure for retaining earth with proper compaction
all complete as per drawing and technical m³ 129.63
specification or instructed by Engineer.

D.1.6 Providing and laying of a geotextile filter between


pitching and embankment slopes as per drawing and
technical specifications or instructed by Engineer. m2 92.75

90
Nepal Electricity Authority Chainpur Seti Hydroelectric Project (210 MW)
Engineering Services Directorate Bill of Quantities

Rate (NRs.)
Item Description of Works Unit Quantity Amount Remarks
No. (NRs.)
In Figure In Words
D.1.7 Underground Rock Excavation in rock class IV and V
by supply, handling, storing of the explosive in safe
way for tunneling method (full face excavation) for
adit tunnel including excavation for support in rock,
shoring, strutting, ventilation, lighting, supply of
construction power, drainage, dewatering, wherever
Rm 290.00
needed and all ancillary operations such as removing
and hauling the excavated material up to specified
disposal area including cost of all materials,
machinery, labour, etc. all complete as per instruction
and specification or instructed by Engineer.

D.1.8 Providing, fabricating and fixing T Anchor bar 12mm


diameter including cost of all materials, machinery,
labour, cleaning and flushing the holes, grouting with m 70.86
cement slurry, etc. complete as per drawing and
specification or instructed by Engineer.

D.1.9 Providing, fabricating and fixing Anchor bar 25 mm


diameter including cost of all materials, machinery,
labour, etc. complete as per drawing and specification m 898.33
or instructed by Engineer.

D.1.10 Providing and fixing Connecting bar 16mm diameter


including cost of all materials, machinery, labour, etc.
complete as per drawing and specification or m 3354.82
instructed by Engineer.

91
Nepal Electricity Authority Chainpur Seti Hydroelectric Project (210 MW)
Engineering Services Directorate Bills of Quantities
Rate (NRs.)
Item Description of Works Unit Quantity Amount Remarks
No. (NRs.)
In Figure In Words
D.1.11 Providing 50 mm thick Fibre reinforced shotcrete
including all required materials, equipment and
manpower for application etc. complete as per m2 1,461.82
drawing and specification or instructed by Engineer.

D.1.12 Providing 100 mm thick Fibre reinforced shotcrete


including all required materials, equipment and
manpower for application etc. complete as per m2 2666.11
drawing and specification or instructed by Engineer.

D.1.13 Providing 100 mm thick wiremesh shotcrete including


all required materials, equipment and manpower for
application etc. complete as per drawing and m2 194.28
specification or instructed by Engineer.

D.1.14 Providing 150 mm thick wiremesh shotcrete including


all required materials, equipment and manpower for
application etc. complete as per drawing and m2 1,422.03
specification or instructed by Engineer.

D.1.15 Providing, fabricating and fixing 25 mm diameter


rockbolt (3-4m long) in drilled holes including cost of
all materials, machinery, labour, cleaning and flushing
the holes, grouting with cement slurry, etc. complete
as per drawing and specification or instructed by m 6,956.50
Engineer.

92
Nepal Electricity Authority Chainpur Seti Hydroelectric Project (210 MW)
Engineering Services Directorate Bill of Quantities

Rate (NRs.)
Item Description of Works Unit Quantity Amount Remarks
No. (NRs.)
In Figure In Words
D.1.16 Providing, fabricating and fixing Drainage Pipe
HDPE (50 mm dia) including cost of all materials,
machinery, labour, cleaning and flushing the holes, m 244.00
etc. complete as per drawing and specification or
instructed by Engineer.

D.1.17 Providing, fabricating and fixing Rib I beam ISMB


150 @ 1.2 m c/c at portal upto 10 m length etc.
complete as per drawing and specification or tonne 19.36
instructed by Engineer.

D.1.18 Providing, fabricating and fixing Grouted Spile Bar


(25 mm dia at crown, 5 m length) including cost of all
materials, machinery, labour, cleaning and flushing m 435.00
the holes, grouting with cement slurry, etc. complete
as per drawing and specification or instructed by
Engineer.

D.1.19 Providing, fabricating and fixing Forepole 25 mm dia


@ 6 m long spacing 30 cm at crown including cost of
all materials, machinery, labour, cleaning and flushing
the holes, grouting with cement slurry, etc. complete
as per drawing and specification or instructed by m 4,200.07
Engineer.

93
Nepal Electricity Authority Chainpur Seti Hydroelectric Project (210 MW)
Engineering Services Directorate Bills of Quantities
Rate (NRs.)
Item Description of Works Unit Quantity Amount Remarks
No. (NRs.)
In Figure In Words
D.1.20 Providing, mixing and laying Plain Cement
Concrete(P.C.C.) conforming to I.S. code with stone
aggregate 20 mm and down gauge ( R.C.C. ) works
including compaction, curing and making access for
conveyance of concrete in M25 (1:1:2) cement, sand m3 15.13
and aggregate etc.at front face of inlet portal all
complete as per drawing or instructed by Engineer.

D.1.21 Providing, fitting and fixing standard formwork of


shuttering of good planks including all necessary
props, bracing, wedges and nails etc for concrete work
at portal face and removal of form works at approved
time for all types of R.C.C. works all complete as per m2 41.56
specification or instructed by Engineer.

Sub Total D

E Construction of Adit Tunnel VI at Left Bank of Sitalikhola (230m long Adit VI along Main Access Tunnel Headrace Tunnel at Elevation
1396.60m)
E.1 Adit Tunnel VI

E.1.1 Dewatering and Care of water during construction for Job 1.00
all adit tunnels
E.1.2 Preparation of site before excavation of tunnel which
includes removing the bushes, taking out the roots, m2 535.00
making the undulated surface in level etc. as per
specification or instructed by Engineer.

94
Nepal Electricity Authority Chainpur Seti Hydroelectric Project (210 MW)
Engineering Services Directorate Bill of Quantities

Rate (NRs.)
Item Description of Works Unit Quantity Amount Remarks
No. In Figure In Words (NRs.)

E.1.3 Overburden soil excavation after cleaning the site etc. m³ 1700.16
as per specification or instructed by Engineer.

E.1.4 Underground Tunnel Excavation in rock class V and


VI by supply, handling, storing of the explosive in Rm
safe way for tunneling method (full face excavation) 230.00
for adit tunnel including excavation for support in
rock, shoring, strutting, ventilation, lighting, supply of
construction power, drainage, dewatering, wherever
needed and all ancillary operations such as removing
and hauling the excavated material up to2-3km
specified disposal area including cost of all materials,
machinery, labour, etc. all complete as per instruction
and specification or instructed by Engineer.

E.1.5 Providing, fabricating and fixing T Anchor bar 12mm


diameter including cost of all materials, machinery, m 66.44
labour, cleaning and flushing the holes, grouting with
cement slurry, etc. complete as per drawing and
specification or instructed by Engineer.

E.1.6 Providing, fabricating and fixing Anchor bar 25 mm


diameter including cost of all materials, machinery, m 1406.53
labour, etc. complete as per drawing and specification
or instructed by Engineer.
E.1.7 Providing and fixing Connecting bar 16mm diameter
including cost of all materials, machinery, labour, etc. m 5011.32
complete as per drawing and specification or
instructed by Engineer.

95
Nepal Electricity Authority Chainpur Seti Hydroelectric Project (210 MW)
Engineering Services Directorate Bills of Quantities
Rate (NRs.)
Item Description of Works Unit Quantity Amount Remarks
No. In Figure In Words (NRs.)

E.1.8 Providing 50 mm thick Fibre reinforced shotcrete


including all required materials, equipment and m2
manpower for application etc. complete as per 3,324.40
drawing and specification or instructed by Engineer.

E.1.9 Providing 100 mm thick wiremesh shotcrete including


all required materials, equipment and manpower for m2 508.82
application etc. complete as per drawing and
specification or instructed by Engineer.

E.1.10 Providing 150 mm thick wiremesh shotcrete including


all required materials, equipment and manpower for m2 2106.25
application etc. complete as per drawing and
specification or instructed by Engineer.

E.1.11 Providing 200 mm thick wiremesh shotcrete including


all required materials, equipment and manpower for m2
application etc. complete as per drawing and 1140.46
specification or instructed by Engineer.

E.1.12 Providing, fabricating and fixing 25 mm diameter m 8,461.50


rockbolt (3-4m long) in drilled holes including cost of
all materials, machinery, labour, cleaning and flushing
the holes, grouting with cement slurry, etc. complete
as per drawing and specification or instructed by
Engineer.

96
Nepal Electricity Authority Chainpur Seti Hydroelectric Project (210 MW)
Engineering Services Directorate Bill of Quantities

Rate (NRs.) Amount Remarks


Item Description of Works Unit Quantity (NRs.)
No.
In Figure In Words
E.1.13 Providing, fabricating and fixing Drainage Pipe m 504.00
HDPE (50 mm dia) including cost of all materials,
machinery, labour, cleaning and flushing the holes,
etc. complete as per drawing and specification or
instructed by Engineer.

E.1.14 Providing, fabricating and fixing Rib I beam ISMB tonne 45.58
150 @ 1.2 m c/c at portal upto 10 m length etc.
complete as per drawing and specification or
instructed by Engineer.

E.1.15 Providing, fabricating and fixing Forepole 25 mm dia


@ 6 m long spacing 30 cm at crown including cost of m
all materials, machinery, labour, cleaning and flushing 10,411.00
the holes, grouting with cement slurry, etc. complete
as per drawing and specification or instructed by
Engineer.

E.1.16 Providing, mixing and laying Plain Cement


Concrete(P.C.C.) conforming to I.S. code with stone
aggregate 20 mm and down gauge ( R.C.C. ) works 15.13
including compaction, curing and making access for m3
conveyance of concrete in M25 (1:1:2) cement, sand
and aggregate etc.at front face of inlet portal all
complete as per drawing or instructed by Engineer.

97
Nepal Electricity Authority Chainpur Seti Hydroelectric Project (210 MW)
Engineering Services Directorate Bills of Quantities

Item Description of Works Unit Quantity Rate (NRs.) Amount Remarks


No. (NRs.)
In Figure In Words
E.1.17 Providing, fitting and fixing standard formwork of
shuttering of good planks including all necessary m2
props, bracing, wedges and nails etc for concrete 41.56
work at portal face and removal of form works at
approved time for all types of R.C.C. works all
complete as per specification or instructed by
Engineer.

Sub Total E

F. Construction of Access Road To Adit tunnels

F.1 Adit tunnel III at Rumaligad R.m. 150.00

F.2 Adit tunnel V at Basti R.m. 150.00

F.3 Adit tunnel VI at Left Side of Sitalikhola R.m. 50.00

G Dayworks

G.1 Skilled Manpower man- 300.00


day
G.2 Unskilled manpower man- 600.00
day
G.3 Aggregrate m3 30.00

G.4 Cement Ton 1.50

G.5 Reinforcement Mt 1.50

98
Nepal Electricity Authority Chainpur Seti Hydroelectric Project (210 MW)
Engineering Services Directorate Bill of Quantities

Rate (NRs.)
Item Description of Works Unit Quantity Amount Remarks
No. (NRs.)
In Figure In Words

G.6 Sand m3 25.00

G.7 Tipper (10 T) with fuel, operator all complete. Hr. 250.00

G.8 Loader (1-1.5m3 capacity) with fuel, operator all Hr. 250.00
complete.
G.9 Excavator (2m3 capacity) with fuel, operator all Hr. 250.00
complete.
H Tests

H.1 Laboratory Tests

(Dry Density, Saturated Density, Water Absorption


Test, Water Content, Specific Gravity, Void Index,
Porosity, Uniaxial Compression Strength (Saturated),
Uniaxial Compression Strength (Dry), Modulus of
Elasticity & Poisson's Ratio, Triaxial Strength Test, Job 1.00
Direct Shear Test, Slake Durability, Brazilian Tensile
Strength, Petrography Test, Alkali Aggregation Test,
Insitu core cutting (strength test),Rebound Test,Cube
test, Pull out test, Cement Test, Reinfrocement Test)

H.2 Insitu Tests

H.2.1 Dialatometer Test


Set 1.00

99
Nepal Electricity Authority Chainpur Seti Hydroelectric Project (210 MW)
Engineering Services Directorate Bills of Quantities
Rate (NRs.)
Item Description of Works Unit Quantity Amount Remarks
No. (NRs.)
In Figure In Words
H.2.2 Block Shear Test
Set 2.00
H.2.3 Core Drilling works, as necessary
Set 100.00
VAT@13%

Grand Total(A+B+C+D+E+F+G+H)

In Words :

100
Nepal Electricity Authority Chainpur Seti Hydroelectric Project (210 MW)
Engineering Services Directorate Bidding Document

Part III: CONDITIONS OF CONTRACT


AND CONTRACT FORMS

101
Nepal Electricity Authority Chainpur Seti Hydroelectric Project (210 MW)
Engineering Services Directorate Bidding Document

Table of Clauses
A. General ....................................................................................................................... 105
1. Definitions ....................................................................................................................... 105
2. Interpretation ................................................................................................................... 107
3. Language and Law.......................................................................................................... 107
4. Contract Agreement ........................................................................................................ 107
5. Assignment ..................................................................................................................... 108
6. Care and Supply of Documents....................................................................................... 108
7. Confidential Details ......................................................................................................... 108
8. Compliance with Laws .................................................................................................... 109
9. Joint and Several Liability................................................................................................ 109
10. Project Manager's Decisions ......................................................................................... 109
11. Delegation ..................................................................................................................... 109
12. Communications ........................................................................................................... 109
13. Subcontracting .............................................................................................................. 109
14. Other Contractors.......................................................................................................... 109
15 Personnel and Equipment .............................................................................................. 109
16. Employer’s and Contractor's Risk .................................................................................. 110
17. Employer’s Risks.......................................................................................................... 110
18. Contractor’s Risks ........................................................................................................ 110
19. Insurance .................................................................................................................... 110
20. Site Investigation Reports ............................................................................................ 111
21. Contractor to Construct the Works ................................................................................ 111
22. The Works to Be Completed within intended Completion Date..................................... 111
23. Design by contractor and Approval by the Project Manager .......................................... 111
24. Safety, Security and Protection of the Environment ....................................................... 111
25. Discoveries .................................................................................................................. 112
26. Possession of the Site.................................................................................................. 112
27. Access to the Site ........................................................................................................ 112
28. Instructions, Inspections and Audits ............................................................................. 112
29. Dispute Settlement ....................................................................................................... 113
30. Procedures for Disputes ............................................................................................... 113
B. Staff and Labor .................................................................................................................... 113
31. Forced Labor................................................................................................................. 113
32. Child Labor.................................................................................................................... 113
33.Non-discrimination and Equal Opportunity ..................................................................... 113
B. Time Control ............................................................................................................... 113
34. Program ....................................................................................................................... 113
35. Extension of the Intended Completion Date .................................................................. 114
36. Acceleration ................................................................................................................. 114
37. Delays Ordered by the Project Manager ...................................................................... 114
38. Management Meetings ................................................................................................. 115
39. Early Warning .............................................................................................................. 115
C. Quality Control .................................................................................................................... 115
40.Identifying Defects.......................................................................................................... 115
41. Tests115
42. Correction of Defects .................................................................................................... 115
43.Uncorrected Defects ...................................................................................................... 115
D. Cost Control ........................................................................................................................ 115
44. Contract Price .............................................................................................................. 115
45. Changes in the Contract Price ...................................................................................... 116

102
Nepal Electricity Authority Chainpur Seti Hydroelectric Project (210 MW)
Engineering Services Directorate Bidding Document

46. Variations ...................................................................................................................... 116


47. Cash Flow Forecasts .................................................................................................... 117
48. Payment Certificates ..................................................................................................... 117
49. Payments ..................................................................................................................... 117
50. Compensation Events .................................................................................................. 117
51. Tax 118
52. Currency ...................................................................................................................... 119
53. Price Adjustment .......................................................................................................... 119
54. Retention...................................................................................................................... 120
55. Liquidated Damages ..................................................................................................... 121
56. Bonus ........................................................................................................................... 121
57. Advance Payment ......................................................................................................... 121
58. Securities ...................................................................................................................... 122
59. Dayworks ...................................................................................................................... 122
60. Cost of Repairs ............................................................................................................ 122
F. Force Majeure .................................................................................................................... 122
61. Definition of Force Majeure ........................................................................................... 122
62. Notice of Force Majeure ................................................................................................ 123
63. Duty to Minimize Delay.................................................................................................. 123
64. Consequences of Force Majeure .................................................................................. 124
65. Force Majeure Affecting Subcontractor ......................................................................... 124
66. Optional Termination, Payment and Release ................................................................ 124
67. Release from Performance ........................................................................................... 125
G. Finishing the Contract ........................................................................................................ 125
68. Completion .................................................................................................................. 125
69. Taking Over ................................................................................................................. 125
70. Final Account ............................................................................................................... 126
71. Operating and Maintenance Manuals ........................................................................... 126
72. Termination .................................................................................................................. 126
73. Fraud and Corruption ................................................................................................... 127
74. Black Listing ................................................................................................................. 128
75. Payment upon Termination .......................................................................................... 128
76. Property ....................................................................................................................... 129
77. Release from Performance .......................................................................................... 129
78.Suspension of DPLoan/Credit/Grant .............................................................................. 129
79. Eligibility ........................................................................................................................ 129
80. Project Manager’s Duties and Authorities ..................................................................... 129
81. Quarries and Spoil Dumps .......................................................................................... 129
82. Local Taxation .............................................................................................................. 130
83. Value Added Tax.......................................................................................................... 130
84. Income Taxes on Staff ................................................................................................. 130
85. Duties, Taxes and Royalties ......................................................................................... 130
86. Member of Government, etc, not Personally Liable ...................................................... 130
87. Approval of Use of Explosives ...................................................................................... 131
89. Permission for Blasting................................................................................................. 131
90. Records of Explosives ................................................................................................. 131
91.Traffic Diversion ............................................................................................................. 131

103
Nepal Electricity Authority Chainpur Seti Hydroelectric Project (210 MW)
Engineering Services Directorate Bidding Document

Section VIII: General Conditions of Contract

Nepal Electricity Authority


Engineering Services Directorate
Chainpur Seti Hydroelectric Project (210 MW)
Durbarmarg, Kathmandu

Construction of Adit Tunnels


For
Chainpur Seti (210 MW) Hydroelectric Project

104
Nepal Electricity Authority Chainpur Seti Hydroelectric Project (210 MW)
Engineering Services Directorate Bidding Document

General Conditions of Contract


A. General
1. Definitions 1.1 Boldface type is used to identify defined terms.
(a) The Accepted Contract Amount means the amount accepted in
the Letter of Acceptance for the execution and completion of the
Works and the remedying of any defects.
(b) The Activity Schedule is a schedule of the activities comprising
the construction, installation, testing, and commissioning of the
Works in a lump sum contract. It includes a lump sum price for each
activity, which is used for valuations and for assessing the effects of
Variations and Compensation Events.
(c) The Adjudicator is the person appointed jointly by the Employer and
the Contractor to resolve disputes in the first instance, as provided for in
GCC 23.2 hereunder.
(d) Bill of Quantities means the priced and completed Bill of Quantities
forming part of the Bid.
(e) Compensation Events are those defined in GCC 50 hereunder.
(f) The Completion Date is the date of completion of the Works as
certified by the Project Manager, in accordance with GCC 68.1.
(g) 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 GCC 2.3 below.
(h) The Contractor is the party whose Bid to carry out the Works has
been accepted by the Employer.
(i) The Contractor’s Bid is the completed bidding document submitted
by the Contractor to the Employer.
(j) The Contract Price is the Accepted Contract Amount stated in the
Letter of Acceptance and thereafter as adjusted in accordance with the
Contract.
(k) Days are calendar days; months are calendar-months.
(l) Dayworks are varied work inputs subject to payment on a time basis
for the Contractor’s employees and Equipment, in addition to payments
for associated Materials and Plant.
(m) A Defect is any part of the Works not completed in accordance
with the Contract.
(n) The Defects Liability Certificate is the certificate issued by Project
Manager upon correction of defects by the Contractor.
(o) The Defects Liability Period is the period calculated from the
Completion Date where the Contractor remains responsible for
remedying defects.
(p) Drawings include calculations and other information provided or
approved by the Project Manager for the execution of the Contract.
(q) The Employer /Engineer is the party who employs the Contractor to
carry out the Works, as specified in the SCC.
(r) Equipment is the Contractor’s machinery and vehicles brought
temporarily to the Site to construct the Works.
(s) Force Majeure means an exceptional event or circumstance: which is

105
Nepal Electricity Authority Chainpur Seti Hydroelectric Project (210 MW)
Engineering Services Directorate Bidding Document

beyond a Party's control; which such Party could not reasonably have
provided against before entering into the Contract; which, having arisen,
such Party could not reasonably have avoided or overcome; and, which
is not substantially attributable to the other Party.
(t) The Initial Contract Price is the Contract Price listed in the Employer’s
Letter of Acceptance.
(u) In writing or written means hand written, type written, printed or
electronically made, and resulting in permanent record.
(v) 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 SCC. The Intended Completion
Date may be revised only by the Project Manager by issuing an extension
of time or an acceleration order.
(w) Letter of Acceptance means the formal acceptance by the
Employer of the Bid and denotes the formation of the contract at the date
of acceptance.
(x) Materials are all supplies, including consumables, used by the
Contractor for incorporation in the Works.
(y) Party means the Employer or the Contractor, as the context requires.
(z) SCC means Special Conditions of Contract
(aa) Plant is any integral part of the Works that shall have a mechanical,
electrical, chemical, or biological function.
(bb) The Project Manager is the person named in the SCC (or any other
competent person appointed by the Employer and notified to the
Contractor, to act in replacement of the Project Manager) who is
responsible for supervising the execution of the Works and administering
the Contract.
(cc) Retention Money means the aggregate of all monies retained by the
Employer pursuant to GCC 54.1.
(dd) Schedules means the document(s) entitled schedules, completed by
the Contractor and submitted with the Letter of Bids, as included in the
Contract. Such document may include the Bill of Quantities, data, lists, and
schedules of rates and/or prices.
(ee) The Site is the area defined as such in the SCC
(ff) Site Investigation Reports are those that were included in the
bidding documents and are factual and interpretative reports about the
surface and subsurface conditions at the Site.
(gg) Specification means the Specification of the Works included in
the Contract and any modification or addition made or approved by the
Project Manager.
(hh) The Start Date is given in the SCC. It is the latest date when the
Contractor shall commence execution of the Works. It does not
necessarily coincide with any of the Site Possession Dates.
(ii) 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.
(jj) Temporary Works are works designed, constructed, installed, and
removed by the Contractor that are needed for construction or installation

106
Nepal Electricity Authority Chainpur Seti Hydroelectric Project (210 MW)
Engineering Services Directorate Bidding Document

of the Works.
(kk) A Variation is an instruction given by the Project Manager which
varies the Works
(ll) The Works are what the Contract requires the Contractor to construct,
install, and turn over to the Employer, as defined in the SCC.

2. Interpretation
2.1 In interpreting these GCC, 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 Project Manager shall
provide instructions clarifying queries about these GCC.
2.2 If sectional completion is specified in the SCC, references in the
GCC 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:
(a) Contract Agreement,
(b) Letter of Acceptance,
(c) Letters of Technical Bid and Price Bid,
(d) Special Conditions of Contract,
(e) General Conditions of Contract,
(f) Specifications,
(g) Drawings,
(h) Bill of Quantities (or Schedules of Prices for lump sum contracts),
and
(i) Any other document listed in the SCC as forming part of the
Contract.
3. Language and
3.1 The language of the Contract and the law governing the Contract are
Law stated in the SCC.

1.2. Throughout the execution of the Contract, the Contractor shall comply
with the import of goods and services prohibitions in the Employer’s
country when
(a) by an act of compliance with a decision of the United Nations
Security Council taken under Chapter VII of the Charter of the
United Nations, the Borrower’s Country prohibits any import of
goods from, or any payments to, a particular country, person, or
entity. Where the borrower’s country prohibits payments to a
particular firm or for particular goods by such an act of compliance,
that firm may be excluded.
4. Contract
4.1 The Parties shall enter into a Contract Agreement within 15 days after
Agreement the Contractor receives the Letter of Acceptance, unless the Special
Conditions establish otherwise. The Contract Agreement shall be

107
Nepal Electricity Authority Chainpur Seti Hydroelectric Project (210 MW)
Engineering Services Directorate Bidding Document

based upon the attached Contract forms in Section X.


5. Assignment
5.1 Neither Party shall assign the whole or any part of the Contract or any
benefit or interest in or under the Contract. However, either Party
(a) may assign the whole or any part with the prior agreement of
the other Party, at the sole discretion of such other Party; and
(b) may, as security in favor of a bank or financial institution,
assign its right to any moneys due, or to become due, under
the Contract.
6. Care and Supply
6.1 The Specification and Drawings shall be in the custody and care of
of Documents the Employer. Unless otherwise stated in the Contract, one copy of the
Contract and of each subsequent Drawing shall be supplied to the
Contractor, who may make or request further copies at the cost of the
Contractor.

6.2 Each of the Contractor’s Documents shall be in the custody and care
of the Contractor, unless and until taken over by the Employer. Unless
otherwise stated in the Contract, the Contractor shall supply to the
Engineer six copies of each of the Contractor’s Documents.

6.3 The Contractor shall keep, on the Site, a copy of the Contract,
publications named in the Specification, the Contractor’s Documents
(if any), the Drawings and Variations and other communications given
under the Contract. The Employer’s Personnel shall have the right of
access to all these documents at all reasonable times.
6.4 If a Party becomes aware of an error or defect in a document which
was prepared for use in executing the Works, the Party shall promptly
give notice to the other Party of such error or defect.
7. Confidential
7.1 The Contractor’s and the Employer’s Personnel shall disclose all such
Details confidential and other information as may be reasonably required in
order to verify the Contractor’s compliance with the Contract and allow
its proper implementation.

7.2 Each of them shall treat the details of the Contract as private and
confidential, except to the extent necessary to carry out their respective
obligations under the Contract or to comply with applicable Laws. Each
of them shall not publish or disclose any particulars of the Works
prepared by the other Party without the previous agreement of the
other Party. However, the Contractor shall be permitted to disclose
any publicly available information, or information otherwise required to
establish his qualifications to compete for other projects.

7.3 Notwithstanding the above, the Contractor may furnish to its


Subcontractor(s) such documents, data and other information it
receives from the Employer to the extent required for the
Subcontractor(s) to perform its work under the Contract, in which event
the Contractor shall obtain from such Subcontractor(s) an undertaking
of confidentiality similar to that imposed on the Contractor under this
Clause.

108
Nepal Electricity Authority Chainpur Seti Hydroelectric Project (210 MW)
Engineering Services Directorate Bidding Document

8. Compliance with
8.1 The Contractor shall, in performing the Contract, comply with
Laws applicable Laws.
9. Joint and
9.1 If the Contractor is a joint venture of two or more entities, all such
Several Liability entities shall be jointly and severally liable to the Employer for the
fulfillment of the provisions of the Contract, and shall designate one of
such persons to act as a leader with authority to bind the joint venture.
The contractor shall not handover the responsibility of the
contract to any one member or some members of Joint Venture
or any other parties, not involved in the contract. The composition
or the constitution of the joint venture shall not be altered without the
prior consent of the Employer.
10. Project
10.1 Except where otherwise specifically stated, the Project Manager shall
Manager's decide contractual matters between the Employer and the Contractor in
Decisions the role representing the Employer.

11. Delegation
11.1 The Project Manager may delegate any of his duties and responsibilities
to other people after notifying the Contractor, and may cancel any
delegation after notifying the Contractor.
12.
12.1 Communications between parties that are referred to in the Conditions
Communications shall be effective only when in writing. A notice shall be effective only
when it is delivered.
13. Subcontracting
13.1 For GoN Funded:
A list of approved Subcontractors including its value/works is included as
Article 2 (k) of contract Agreement. Approval by the Employer for any of
the Subcontractors shall not relieve the Contractor from any of its
obligations, duties, or responsibilities under the contract.

14. Other
14.1 The Contractor shall cooperate and share the Site with other
Contractors contractors, public authorities, utilities, and the Employer between the
dates given in the Schedule of Other Contractors, as referred to in the
SCC. The Contractor shall 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
15 Personnel and
15.1 The Contractor shall employ the key personnel and use the
Equipment
equipment identified in its Bid to carry out the Works, or other
personnel and equipment approved by the Project Manager. The Project
Manager shall approve any proposed replacement of key personnel and
equipment only if their relevant qualifications or characteristics are
substantially equal to or better than those proposed in the Bid.
15.2 If the Project Manager asks the Contractor to remove a person who is a
member of the Contractor’s staff or 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.
15.3 If the Employer, Project Manager, or Contractor determines, that any
employee of the Contractor be determined to have engaged in corrupt,

109
Nepal Electricity Authority Chainpur Seti Hydroelectric Project (210 MW)
Engineering Services Directorate Bidding Document

fraudulent, collusive, coercive, or other prohibited practices during the


execution of the Works, then that employee shall be removed in
accordance with Clause 15.2 above.
16. Employer’s and
16.1 The Employer carries the risks which this Contract states are
Contractor's Risk Employer’s risks, and the Contractor carries the risks which this
Contract states are Contractor’s risks.
17. Employer’s
17.1 From the Start Date until the Defects Liability Certificate has been
Risks
issued, the following are Employer’s risks:
(a) The risk of personal injury, death, or loss of or damage
to property (excluding the Works, Plant, Materials, and Equipment),
which are due to
(i) use or occupation of the Site by the Works or for the purpose of
the Works, which is the unavoidable result of the Works or
(ii) negligence, breach of statutory duty, or interference with any
legal right by the Employer or by any person employed by
or contracted to him except the Contractor.
(b) The risk of damage to the Works, Plant, Materials, and
Equipment to the extent that it is due to a fault of the Employer
or in the Employer’s design, or due to war or radioactive
contamination directly affecting the country where the Works are
to be executed.
17.2 From the Completion Date until the Defects Liability Certificate has been
issued, the risk of loss of or damage to the Works, Plant, and Materials is
an Employer’s risk except loss or damage due to
(a) a Defect which existed on the Completion Date,
(b) an event occurring before the Completion Date, which was not itself
an Employer’s risk, or
(c) the activities of the Contractor on the Site after the Completion
Date.
18. Contractor’s 18.1 From the Starting Date until the Defects Liability Certificate has been
Risks issued, the risks of personal injury, death, and loss of or damage to
property (including, without limitation, the Works, Plant, Materials,
and Equipment) which are not Employer’s risks are Contractor’s
risks.
19. Insurance
19.1 The Contractor shall provide insurance in the joint names of the
Employer and the Contractor from the Start Date to the end of the
Defects Liability Period, in the amounts and deductibles stated in the
SCC 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 to property (except the Works, Plant, Materials,
and Equipment) in connection with the Contract; and
(d) Personal injury or death.

19.2 Policies and certificates for insurance shall be delivered by the


Contractor to the Project Manager for the Project Manager’s approval

110
Nepal Electricity Authority Chainpur Seti Hydroelectric Project (210 MW)
Engineering Services Directorate Bidding Document

before the Start Date. All such insurance shall provide for
compensation to be payable in the proportions of Nepalese Rupees
required to rectify the loss or damage incurred.
19.3 If the Contractor does not provide any of the policies and
certificates required, the Employer may affect 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.
19.4 Alterations to the terms of insurance shall not be made without the
approval of the Project Manager.
19.5 Both parties shall comply with any conditions of the insurance policies.
20. Site
20.1 The Contractor, in preparing the Bid, shall rely on any Site
Investigation Investigation Reports referred to in the SCC, supplemented by any
Reports information available to the Contractor.

21. Contractor to
21.1 The Contractor shall construct and install the Works in accordance with
Construct the the Specifications and Drawings.
Works

22. The Works to


22.1 The Contractor may commence execution of the Works on the Start
Be Completed Date and shall carry out the Works in accordance with the Program
within intended submitted by the Contractor, as updated with the approval of the
Completion Date Project Manager, and complete them within the intended Completion
Date.
23. Design by
23.1 The contractor shall be responsible for the design of permanent works
contractor and as specified in SCC.
Approval by the
23.2 Contractor shall be responsible for design of the Temporary Works. The
Project Manager
Contractor shall submit Specifications and Drawings showing the
proposed Temporary Works to the Project Manager, for his approval.
23.3 All Drawings prepared by the Contractor for the execution of the
temporary or permanent Works, shall be subject to prior approval by
the Project Manager before their use.
23.4 The Project Manager’s approval shall not alter the Contractor’s
responsibility for design of temporary works.
24. Safety,
24.1 The Contractor shall, throughout the execution, and completion of
Security and the works and remedying of any defects therein:
Protection of the
a. Have full regard for the safety of all persons entitled to be upon the
Environment
site and keep the site (so as the same is under his control) and the
works (so far as the same are not completed or occupied by the
Employer) in an orderly state appropriate to the avoidance of danger
to such persons.
b. Provide and maintain at his own cost all lights, guards, fencing,
warning signs and watching, when necessary or required by the
Project Manager or by any duly constituted authority, for the
protection of the Works of for the safety and convenience of the
public or others.

111
Nepal Electricity Authority Chainpur Seti Hydroelectric Project (210 MW)
Engineering Services Directorate Bidding Document

c. 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.
d. Ensure that any cut or fill slopes are planted in grass or other plant
cover as soon as possible to protect them from erosion.
e. Any spoil or material removed from drains shall be disposed of to
designated stable tipping areas as directed by the Project
Manager.
f. Shall not use fuel wood as a means of heating during the
processing or preparation of any materials forming part of the works.
g. The Project Manager shall have the power to disallow any
working practice or activity of the Contractor or direct that such
practices or activities be modified should the Project Manager
consider, on the advice of the relevant Government Departments,
that the practices or activities will be harmful to wildlife.
h. Provide on the Site such lifesaving apparatus as may be
appropriate and an adequate and easily accessible first aid outfit
or such outfits as may be required by any government ordinance,
factory act, etc., subsequently published and amended from time
to time.
25. Discoveries
25.1 Anything of historical or other interest or of significant value
unexpectedly discovered on the Site shall be the property of the
employer. The Contractor shall notify the Project Manager of such
discoveries and carry out the Project Manager’s instructions for dealing
with them.
26. Possession of
26.1 The Employer shall give possession of all parts of the Site to the
the Site Contractor. If possession of a part is not given by the date stated in the
SCC, the Employer shall be deemed to have delayed the start of the
relevant activities, and this shall be a Compensation Event.
27. Access to the
27.1 The Contractor shall allow the Project Manager and any person
Site authorized by the Project Manager access to the Site and to any place
where work in connection with the Contract is being carried out or is
intended to be carried out.
28. Instructions,
28.1 The Contractor shall carry out all instructions of the Project Manager
Inspections and which comply with the applicable laws where the Site is located.
Audits
28.2 The Contractor shall keep, and shall make all reasonable efforts to
cause its Subcontractors and sub consultants to keep accurate and
systematic accounts and records in respect of the Works in such form
and details as will clearly identify relevant time changes and costs.
28.3 The Contractor shall permit the GoN/DP and/or persons appointed by
the GoN/DP 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 to have such accounts and records audited by auditors
appointed by the GoN/DP if required by the GoN/DP. The Contractor’s
attention is drawn to Sub-Clause 73.2 which provides, inter alia, that

112
Nepal Electricity Authority Chainpur Seti Hydroelectric Project (210 MW)
Engineering Services Directorate Bidding Document

acts intended to materially impede the exercise of the GoN’s/DP’s


inspection and audit rights provided for under this Sub-Clause constitute
a obstructive practice subject to contract termination.
29. Dispute 29.1 The Employer and the Contractor shall attempt to settle amicably
Settlement by direct negotiation any disagreement or dispute arising between
them under or in connection with the Contract.
29.2 Any dispute between the Parties as to matters arising pursuant to this
Contract which cannot be settled amicably within thirty (30) days after
receipt by one Party of the other Party‘s request for such amicable
settlement may be referred to Arbitration within 30 days after the
expiration of amicable settlement period.
30. Procedures for
30.1 In case of arbitration, the arbitration shall be conducted in accordance
Disputes
with the arbitration procedures in accordance with law of Nepal at the
place within the territory of Nepal given in the SCC.
B. Staff and Labor
31. Forced Labor
31.1 The Contractor shall not employ forced labor, which consists of any
work or service, not voluntarily performed, that is exacted from an
individual under threat of force or penalty. This covers any kind of
involuntary or compulsory labor, such as indentured labor, bonded
labor, or similar labor–contracting arrangements.
32. Child Labor
32.1 The Contractor shall not employ children in a manner that is
economically exploitative, or is likely to be hazardous, or to interfere
with, the child's education, or to be harmful to the child's health or
physical, mental, spiritual, moral, or social development. Where
national laws have provisions for employment of minors, the
Contractor shall follow those laws applicable to the Contractor.
Children below the age of 18 years shall not be employed in
dangerous work.

33.Non-
33.1 The Contractor shall not make employment decisions on the basis of
discrimination and personal characteristics unrelated to inherent job requirements. The
Equal Opportunity Contractor shall base the employment relationship on the principle of
equal opportunity and fair treatment, and shall not discriminate with
respect to aspects of the employment relationship, including
recruitment and hiring, compensation (including wages and benefits),
working conditions and terms of employment, access to training,
promotion, termination of employment or retirement, and discipline. In
countries where national law provides for non-discrimination in
employment, the Contractor shall comply with national law. When
national laws are silent on nondiscrimination in employment, the
Contractor shall meet this Sub clause's requirements. Special
measures of protection or assistance to remedy past discrimination or
selection for a particular job based on the inherent requirements of
the job shall not be deemed discrimination.
B. Time Control
34. Program
34.1 Within the time stated in the SCC, after the date of the Letter of
Acceptance, the Contractor shall submit to the Project Manager for
approval a Program showing the general methods, arrangements, order,

113
Nepal Electricity Authority Chainpur Seti Hydroelectric Project (210 MW)
Engineering Services Directorate Bidding Document

and timing for all the activities in the Works. In the case of a lump sum
contract, the activities in the Program shall be consistent with those in
the Activity Schedule.
34.2 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.
34.3 The Contractor shall submit to the Project Manager for approval an
updated Program at intervals no longer than the period stated in the
SCC. If the Contractor does not submit an updated Program within
this period, the Project Manager may withhold the amount stated in the
SCC 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. In the case of a lump sum contract, the
Contractor shall Provide an updated Activity Schedule within 15 days of
being instructed to by the Project Manager.
34.4 The Project Manager’s approval of the Program shall not alter the
Contractor’s obligations. The Contractor may revise the Program and
submit it to the Project Manager again at any time. A revised Program
shall show the effect of Variations and Compensation Events.
35. Extension of
35.1 The Project Manager shall extend the Intended Completion Date if a
the Intended Compensation Event occurs or a Variation is issued which makes it
Completion Date impossible for Completion to be achieved by the Intended
Completion Date without the Contractor taking steps to accelerate
the remaining work, which would cause the Contractor to incur
additional cost.
35.2 The Project Manager shall decide whether and by how much to
extend the Intended Completion Date within 21 days of the Contractor
asking the Project Manager for a decision upon the effect of a
Compensation Event or Variation and submitting full supporting
information at least 21 days prior to the intended completion date. 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. Along with
full supporting information the contractor shall also submit Performance
Security, Advanced Payment Guarantee and insurance Policy with
extended validity as well as revised work schedule.
36. Acceleration
36.1 When the Employer wants the Contractor to finish before the
Intended Completion Date, the Project Manager shall obtain priced
proposals for achieving the necessary acceleration from the Contractor.
If the Employer accepts these proposals, the Intended Completion
Date shall be adjusted accordingly and confirmed by both the
Employer and the Contractor.
36.2 If the Contractor’s priced proposals for acceleration are accepted by the
Employer, they are incorporated in the Contract Price and treated as a
Variation.
37. Delays
37.1 The Project Manager may instruct the Contractor to delay the start or
Ordered by the progress of any activity within the Works.
Project Manager

114
Nepal Electricity Authority Chainpur Seti Hydroelectric Project (210 MW)
Engineering Services Directorate Bidding Document

38. Management
38.1 Either the Project Manager or the Contractor may require the other to
Meetings attend a management meeting. The business of a management
meeting shall be to review the plans for remaining work and to deal with
matters raised in accordance with the early warning procedure.
38.2 The Project Manager shall record the business of management
meetings and provide copies of the record to those attending the
meeting and to the Employer. The responsibility of the parties for
actions to be taken shall be decided by the Project Manager either at
the management meeting or after the management meeting and
stated in writing to all who attended the meeting.
39. Early Warning
39.1 The Contractor shall warn the Project Manager 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 the Works. The Project Manager 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 shall be provided by the Contractor as soon as
reasonably possible.
39.2 The Contractor shall cooperate with the Project Manager 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 Project Manager.
C. Quality Control
40.Identifying
40.1 The Project Manager shall check the Contractor’s work and notify the
Defects Contractor of any Defects that are found. Such checking shall not
affect the Contractor’s responsibilities. The Project Manager may
instruct the Contractor to search for a Defect and to uncover and test
any work that the Project Manager considers may have a Defect.
41. Tests
41.1 If the Project Manager 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.
42. Correction of
42.1 The Project Manager shall give notice to the Contractor of any Defects
Defects before the end of the Defects Liability Period, which begins at
Completion, and is defined in the SCC. The Defects Liability Period
shall be extended for as long as Defects remain to be corrected.
42.2 Every time notice of a Defect is given, the Contractor shall correct
the notified Defect within the length of time specified by the Project
Manager’s notice.
43.Uncorrected
43.1 If the Contractor has not corrected a Defect within the time specified
Defects in the Project Manager’s notice, the Project Manager shall assess the
cost of having the Defect corrected, and the Contractor shall pay this
amount.
D. Cost Control
44. Contract Price
44.1 In the case of a Unit Rate contract, the Bill of Quantities shall
contain priced items for the Works to be performed by the Contractor.
The Bill of Quantities is used to calculate the Contract Price. The

115
Nepal Electricity Authority Chainpur Seti Hydroelectric Project (210 MW)
Engineering Services Directorate Bidding Document

Contractor will be paid for the quantity of the work accomplished at the
rate in the Bill of Quantities for each item.
44.2 In the case of a lump sum contract, the Activity Schedule shall contain
the priced activities for the Works to be performed by the Contractor. The
Activity Schedule is used to monitor and control the performance of
activities on which basis the Contractor will be paid. If payment for
Materials on Site shall be made separately, the Contractor shall show
delivery of Materials to the Site separately on the Activity Schedule.
45. Changes in the
45.1 In the case of an Unit Rate contract:
Contract Price
(a) 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 2 percent of the Initial Contract Price,
the Project Manager shall adjust the rate to allow for the change.
(b) The Project Manager shall not adjust rates from changes in
quantities if thereby the Initial Contract Price is exceeded by more
than 10 percent, except with the prior approval of the Employer.
(c) If requested by the Project Manager, the Contractor shall provide
the Project Manager with a detailed cost breakdown of any rate in
the Bill of Quantities.
45.2 In the case of a lump sum contract, the Activity Schedule shall be
amended by the Contractor to accommodate changes of Program or
method of working made at the Contractor’s own discretion. Prices in the
Activity Schedule shall not be altered when the Contractor makes such
changes to the Activity Schedule.
46. Variations
46.1 All Variations shall be included in updated Programs, and, in the case
of a lump sum contract, also in the Activity Schedule, produced by the
Contractor.

46.2 The Contractor shall provide the Project Manager with a quotation for
carrying out the Variation when requested to do so by the Project
Manager. The Project Manager shall assess the quotation, which
shall be given within seven (7) days of the request or within any
longer period stated by the Project Manager and before the Variation
is ordered.
46.3 If the Contractor’s quotation is unreasonable, the Project Manager
may order the Variation and make a change to the Contract Price,
which shall be based on the Project Manager’s own forecast of the
effects of the Variation on the Contractor’s costs.
46.4 If the Project Manager 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.
46.5 The Contractor shall not be entitled to additional payment for costs that
could have been avoided by giving early warning.

46.6 In the case of an Unit Rate contract, if the work in the Variation
corresponds to an item description in the Bill of Quantities and if, in the
opinion of the Project Manager, the quantity of work above the limit
stated in GCC 45.1 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

116
Nepal Electricity Authority Chainpur Seti Hydroelectric Project (210 MW)
Engineering Services Directorate Bidding Document

used to calculate the value of the Variation. If the cost per unit of quantity
changes, or if the nature or timing of the work in the Variation does not
correspond with items in the Bill of Quantities, the quotation by the
Contractor shall be in the form of new rates for the relevant items of work.
47. Cash Flow
47.1 When the Program, or, in the case of a lump sum contract, the Activity
Forecasts Schedule, is updated, the Contractor shall provide the Project
Manager with an updated cash flow forecast.
48. Payment
48.1 The Contractor shall submit to the Project Manager monthly statements
Certificates of the estimated value of the work executed less the cumulative amount
certified previously.
48.2 The Project Manager shall check the Contractor’s monthly statement
and certify the amount to be paid to the Contractor within 30 days of
submission by contractor.
48.3 The value of work executed shall be determined by the Project Manager.
48.4 The value of work executed shall comprise:
(a) In the case of an Unit Rate contract, the value of the quantities
of work in the Bill of Quantities that have been completed; or
(b) In the case of a lump sum contract, the value of work executed
shall comprise the value of completed activities in the Activity
Schedule.
48.5 The value of work executed shall include the valuation of Variations
and Compensation Events.
48.6 The Project Manager 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.
49. Payments
49.1 Payments shall be adjusted for deductions for advance payments and
retention. The Employer shall pay the Contractor the amounts certified
by the Project Manager within 30 days of the date of each certificate. If
the Employer makes a late payment, the Contractor shall be paid
interest as indicated in the SCC on the late payment in the next
payment. Interest shall be calculated from the date by which the payment
should have been made up to the date when the late payment is made.

49.2 If an amount certified is increased in a later certificate or as a result


of an award by 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.

49.3 Items of the Works for which no rate or price has been entered in BOQ
shall not be paid for by the Employer and shall be deemed covered by
other rates and prices in the Contract.
50. Compensation
50.1 The following shall be Compensation Events:
Events
(a) The Employer does not give access to a part of the Site by the Site
Possession Date pursuant to GCC 26.1.

117
Nepal Electricity Authority Chainpur Seti Hydroelectric Project (210 MW)
Engineering Services Directorate Bidding Document

(b) The Employer modifies the Schedule of Other Contractors in a way


that affects the work of the Contractor under the Contract.
(c) The Project Manager orders a delay or does not issue
Drawings, Specifications, or instructions required for execution of
the Works on time.
(d) The Project Manager instructs the Contractor to uncover or to carry
out additional tests upon work, which is then found to have no Defects.
(e) The Project Manager unreasonably does not approve a
subcontract to be let.
(f) Ground conditions are substantially more adverse than could
reasonably have been assumed before issuance of the 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 Project Manager 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 effects on the Contractor of any of the Employer’s Risks.
(k) The Project Manager unreasonably delays issuing a Certificate of
Completion.

50.2 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
shall be extended. The Project Manager 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.
50.3 As soon as information demonstrating effect of each Compensation
Event upon the Contractor’s forecast cost has been provided by the
Contractor, it shall be assessed by the Project Manager, and the
Contract Price shall be adjusted accordingly. If the Contractor’s forecast
is deemed unreasonable, the Project Manager shall adjust the
Contract Price based on the Project Manager’s own forecast. The
Project Manager shall assume that the Contractor shall react
competently and promptly to the event.
50.4 The Contractor shall not be entitled to compensation to the
extent that the Employer’s interests are adversely
affected by the Contractor’s not having given early warning or not
having cooperated with the Project Manager.
51. Tax
51.1 The Project Manager shall adjust the Contract Price if taxes, duties,
and other levies are changed between the date 30 days before the
submission of bids for the Contract and the date of the last Completion
certificate. The adjustment shall be the change in the amount of tax
payable by the Contractor, provided such changes are not already

118
Nepal Electricity Authority Chainpur Seti Hydroelectric Project (210 MW)
Engineering Services Directorate Bidding Document

reflected in the Contract Price or are a result of GCC 53.


52. Currency
52.1 The currency of Contracts shall be Nepalese Rupees.
53. Price 53.1 Prices shall be adjusted for fluctuations in the cost of inputs only if
Adjustment provided for in the SCC. If so provided, the amounts certified in each
payment certificate, before deducting for Advance Payment, shall be
adjusted by applying the respective price adjustment factor to the
payment amounts due.
53.2 Adjustment Formulae4: The formulae will be of the following general
type:
𝐿𝑛 𝑀𝑛 𝐸𝑛
𝑝𝑛 = 𝐴 + 𝑏 + 𝑐 + 𝑑 + 𝑒𝑡𝑐.
𝐿𝑜 𝑀𝑜 𝐸𝑜
Where:
pn is a price adjustment factor to be applied to the amount for the
payment of the work carried out in the subject month, determined in
accordance with Clause 49;
A is a constant, specified in the Bidding Forms- Table of Price
Adjustment data, representing the nonadjustable portion in
contractual payments;5b, c, d, etc., coefficients representing the
estimated proportion of each cost element (labor, materials, equipment
usage, etc.) in the Works or sections thereof, net of Provisional
Sums, as specified in the SCC;
Ln, Mn, En, etc., are the current cost indices or reference prices of the
cost elements for month “n,” determined pursuant to Sub-Clause 53.4,
applicable to each cost element; and
Lo, Mo, Eo, etc., are the base cost indices or reference prices
corresponding to the above cost elements at the date specified in Sub-
Clause 53.4

53.3 Sources of Indices and Weightings: The sources of indices shall


be those listed in the Bidding Forms- Table of Price Adjustment data,
as approved by the Project Manager and stated in SCC. Indices shall
be appropriate for their purpose and shall relate to the Contractor’s
proposed source of supply of inputs on the basis of which his Contract
shall have been computed. As the proposed basis for price
adjustment, the Contractor shall have submitted with his bid the
tabulation of Weightings and Source of Indices in the Bidding Forms,
which shall be subject to approval by the Project Manager.
53.4 Base, Current and Provisional Indices: The base cost indices or
prices shall be those prevailing on the day 30 days prior to the latest
date for submission of bids. Current indices or prices shall be those
prevailing on the day 30 days prior to the last day of the period to
which a particular Interim Payment Certificate is related. If at any

4 For complex Works involving several types of construction work with different inputs, a family of
Formulae will be necessary. The various items of Day work may also require different formulae, depending
on the nature and source of the inputs
5 Insert a figure for factor A only where there is a part of the Contractors’ expenditures which will not be
subject to fluctuation in cost or to compensate for the unreliability of some indices. A should normally be
0.15. The sum of A, b, c, d, etc., should be one.

119
Nepal Electricity Authority Chainpur Seti Hydroelectric Project (210 MW)
Engineering Services Directorate Bidding Document

time the current indices are not available, provisional indices as


determined by the Project Manager will be used, subject to
subsequent correction of the amounts paid to the Contractor when the
current indices become available.
53.5 Weightings: The weightings for each of the factors of cost given in the
Bidding Forms shall be adjusted if, in the opinion of the Project
Manager, they have been rendered unreasonable, unbalanced or
inapplicable as a result of varied or additional work already executed
or instructed under Clause 46 or for any other reason.

53.6 Where, price adjustment provision is not applicable pursuant to Sub-


clause 53.1 then the Contract is subject to price adjustment only for
construction material in accordance with this clause. If the prices of
the construction materials stated in the contract is increased or
decreased in an unexpected manner in excess of ten (10%) percent
in comparison to the base price construction material stated in
Section –IV, Bidding Forms-Table of Price Adjustment Data, then
the price adjustment for the increase or decrease of price of the
construction material beyond 10% shall be made by applying the
following formulas:
For unexpected increase in price
P =[R1 -(R0 ×1.10)]× Q
For unexpected decrease in price P
= [R1 -(R0 ×0.90)]× Q
Where:
“P” is price adjustment amount
“R1” is the present price of the construction material (Source of indices
shall be those listed in the Bidding forms)
“R0” is the base price of the construction material
“Q” is quantity of the construction material consumed in construction
during the period of price adjustment consideration If the Base price and
source is to be proposed by the Bidder as per the provision made in
Section –IV, Bidding Forms-Table of Price Adjustment Data then
the Base price and source filled by Bidder for the construction
material stated in the Bidding Form shall be subject to the
approval of the Project manager and shall be as stated in SCC..
53.7 The Price Adjustment amount shall be limited to a maximum of the initial
Contract Amount as specified in the SCC.
53.8 The Price Adjustment provision shall not be applicable for delayed
period if the contract is not completed in time due to the delay
caused by the contractor or the contract is a Lump sum Contract
54. Retention
54.1 The Employer shall retain from each payment due to theContractor
the proportion stated in the SCC until Completion of the whole of the
Works.
54.2 Upon the issue of a Defects Liability Certificate by the Project Manager,

120
Nepal Electricity Authority Chainpur Seti Hydroelectric Project (210 MW)
Engineering Services Directorate Bidding Document

in accordance with GCC 70.1, half the total amount retained shall be
repaid to the Contractor and half when the Contractor has submitted
the evidence of submission of tax return to the concerned Internal
Revenue Office. The Contractor may substitute retention money with
an “on demand” bank guarantee having validity at least one month more
than the end of defect liability period if:
(a) at least eighty (80) percent of the whole works have been completed,
(b) progress of the works is satisfactory in accordance with the Contract
as per approved work schedule
(c) it can be assured that the works can be completed at the intended
completion date
55. Liquidated
55.1 The Contractor shall pay liquidated damages to the Employer at the rate
Damages
per day stated in the SCC for each day that the Completion Date is later
than the Intended Completion Date. The total amount of liquidated
damages shall not exceed the amount defined in the SCC. The
Employer may deduct liquidated damages from payments due to the
Contractor. Payment of liquidated damages shall not affect the
Contractor’s liabilities.
55.2 If the Intended Completion Date is extended after liquidated damages
have been paid, the Project Manager shall correct any overpayment of
liquidated damages by the Contractor by adjusting the next payment
certificate. The Contractor shall be paid interest on the overpayment,
calculated from the date of payment to the date of repayment, at the
rates specified in GCC.49
56. Bonus
56.1 The Contractor shall be paid a Bonus calculated at the rate per
calendar day stated in the SCC for each day (less any days for
which the Contractor is paid for acceleration) that the Completion is
earlier than the Intended Completion Date. The Project Manager shall
certify that the Works are complete, although they may not be due to be
complete.
57. Advance
57.1 The Employer shall make advance payment to the Contractor of the
Payment
amounts stated in the SCC in two equal installments by the date
stated in the SCC, against provision by the Contractor of an
unconditional bank guarantee from Commercial Bank or Financial
Institution eligible to issue Bank Guarantee as per prevailing Law in
Nepal.in a form acceptable to the Employer in amounts 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 shall not be charged on the advance payment.

57.2 The Contractor is to use the advance payment only to pay for
Equipment, Plant, Materials, and mobilization expenses required
specifically for execution of the Contract. The Contractor shall

121
Nepal Electricity Authority Chainpur Seti Hydroelectric Project (210 MW)
Engineering Services Directorate Bidding Document

demonstrate that advance payment has been used in this way by


supplying copies of invoices or other documents to the Project
Manager.
57.3 The advance payment shall be repaid by deducting proportionate
amounts, as stated in SCC, from payments otherwise due
Contractor, following the schedule of completed percentages of the
Works on a payment basis. No account shall be taken of the advance
payment or its repayment in assessing valuations of work done,
Variations, price adjustments, Compensation Events, Bonuses, or
Liquidated Damages.

58. Securities
58.1 The Performance Security, including any additional security required
as per ITB 35.5 and ITB 40.1, shall be provided to the Employer no
later than the date specified in the Letter of Acceptance and shall be
issued in an amount specified in the SCC, by a Commercial Bank
or Financial Institution eligible to issue Bank Guarantee as per
prevailing Law in Nepal acceptable to the Employer, and denominated
in Nepalese Rupees. The Performance Security shall be valid until a
date 30 days from the date of issue of the Defect Liability Certificate in
the case of a bank guarantee.
Any additional performance security required as per ITB 35.5 shall be
valid until a date 30 days from the date of issue of the certificate of
Completion in the case of a bank guarantee.
Any additional performance security required as per ITB 40.1 shall be
valid until a date 30 days from the date of issue of the certificate of DLP
in the case of a bank guarantee.
58.2 The performance security issued by any foreign Bank outside
Nepal must be counter guaranteed by Commercial Bank or Financial
Institution eligible to issue Bank Guarantee as per prevailing Law in
Nepal.
59. Dayworks
59.1 If applicable, the Dayworks rates in the Contractor’s Bid shall be used
for small additional amounts of work only when the Project Manager
has given written instructions in advance for additional work to be paid
for in that way.
59.2 All work to be paid for as Dayworks shall be recorded by the
Contractor on forms approved by the Project Manager. Each
completed form shall be verified and signed by the Project
Manager within two days of the work being done.
59.3 The Contractor shall be paid for Dayworks subject to obtaining signed
Dayworks forms.
60. Cost of
60.1 Loss or damage to the Works or Materials to be incorporated in the
Repairs 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.
F. Force Majeure
61. Definition of
61.1 In this Clause, “Force Majeure” means an exceptional event or
Force Majeure
circumstance,

122
Nepal Electricity Authority Chainpur Seti Hydroelectric Project (210 MW)
Engineering Services Directorate Bidding Document

(a) which is beyond a Party’s control;


(b) which such Party could not reasonably have provided against
before entering into the Contract;
(c) which, having arisen, such Party could not reasonably have
avoided or overcome; and
(d) which is not substantially attributable to the other Party.

61.2 Force Majeure may include, but is not limited to, exceptional events
or circumstances of the kind listed below, so long as conditions (a) to
(d) above are satisfied:
(a) war, hostilities (whether war be declared or not), invasion, act of
foreign enemies;
(b) rebellion, terrorism, sabotage by persons other than the
Contractor’s Personnel, revolution, insurrection, military or
usurped power, or civil war;
(c) riot, commotion, disorder, strike or lockout by persons other than
the Contractor’s Personnel;
(d) munitions of war, explosive materials, ionizing radiation or
contamination by radio-activity, except as may be attributable to
the Contractor’s use of such munitions, explosives, radiation or
radio-activity; and
(e) natural catastrophes such as earthquake, hurricane, typhoon or
volcanic activity.
62. Notice of Force
62.1 If a Party is or will be prevented from performing its substantial
Majeure
obligations under the Contract by Force Majeure, then it shall give
notice to the other Party of the event or circumstances constituting the
Force Majeure and shall specify the obligations, the performance of
which is or will be prevented. The notice shall be given within 14 days
after the Party became aware, or should have become aware, of the
relevant event or circumstance constituting Force Majeure.

62.2 The Party shall, having given notice, be excused performance of its
obligations for so long as such Force Majeure prevents it from
performing them.

62.3 Notwithstanding any other provision of this Clause, Force Majeure


shall not apply to obligations of either Party to make payments to the
other Party under the Contract.
63. Duty to
63.1 Each Party shall at all times use all reasonable endeavors to minimize
Minimize Delay
any delay in the performance of the Contract as a result of Force
Majeure.

123
Nepal Electricity Authority Chainpur Seti Hydroelectric Project (210 MW)
Engineering Services Directorate Bidding Document

63.2 A Party shall give notice to the other Party when it ceases to be
affected by the Force Majeure.
64. Consequences
64.1 If the Contractor is prevented from performing its substantial
of Force Majeure
obligations under the Contract by Force Majeure of which notice has
been given under GCC 62, and suffers delay and/or incurs Cost by
reason of such Force Majeure, the Contractor shall be entitled subject
to GCC 30 to
(a) an extension of time for any such delay, if completion is or will
be delayed, under GCC35 ; and
(b) if the event or circumstance is of the kind described in sub-
paragraphs (a) to (d) of GCC 61.2 and, in the case of
subparagraphs (b) to (d), occurs in the Country, payment of any
such Cost, including the costs of rectifying or replacing the
Works and/or Goods damaged or destructed by Force Majeure,
to the extent they are not indemnified through the insurance
policy referred to in GCC 19.

64.2 After receiving this notice, the Project Manager shall proceed in
accordance with GCC 10 to agree or determine these matters.
65. Force Majeure
65.1 If any Subcontractor is entitled under any contract or agreement
Affecting
relating to the Works to relief from force majeure on terms additional
Subcontractor
to or broader than those specified in this Clause, such additional or
broader force majeure events or circumstances shall not excuse the
Contractor’s nonperformance or entitle him to relief under this Clause.
66. Optional
66.1 If the execution of substantially all the Works in progress is prevented
Termination,
for a continuous period of 90 days by reason of Force Majeure of
Payment and
which notice has been given under GCC 62, or for multiple periods
Release
which total more than 150 days due to the same notified Force
Majeure, then either Party may give to the other Party a notice of
termination of the Contract. In this event, the termination shall take
effect 7 days after the notice is given, and the Contractor shall proceed
in accordance with GCC 72.5.

66.2 Upon such termination, the Project Manager shall determine the value
of the work done and issue a Payment Certificate, which shall include
(a) the amounts payable for any work carried out for which a price
is stated in the Contract;
(b) the Cost of Plant and Materials ordered for the Works which
have been delivered to the Contractor, or of which the
Contractor is liable to accept delivery: this Plant and Materials
shall become the property of (and be at the risk of) the Employer
when paid for by the Employer, and the Contractor shall place
the same at the Employer’s disposal;

124
Nepal Electricity Authority Chainpur Seti Hydroelectric Project (210 MW)
Engineering Services Directorate Bidding Document

(c) other Costs or liabilities which in the circumstances were


reasonably and necessarily incurred by the Contractor in the
expectation of completing the Works;
(d) the Cost of removal of Temporary Works and Contractor’s
Equipment from the Site and the return of these items to the
Contractor’s works in his country (or to any other destination at
no greater cost); and
(e) the Cost of repatriation of the Contractor’s staff and labor
employed wholly in connection with the Works at the date of
termination.
67. Release from 67.1 Notwithstanding any other provision of this Clause, if any event or
Performance circumstance outside the control of the Parties (including, but not
limited to, Force Majeure) arises, which makes it impossible or
unlawful for either or both Parties to fulfill its or their contractual
obligations or which, under the law governing the Contract, entitles
the Parties to be released from further performance of the Contract,
then upon notice by either Party to the other Party of such event or
circumstance,
(a) the Parties shall be discharged from further performance,
without prejudice to the rights of either Party in respect of any
previous breach of the Contract; and
(b) the sum payable by the Employer to the Contractor shall be the
same as would have been payable under GCC 66 if the Contract
had been terminated under GCC 66.
G. Finishing the Contract
68. Completion
68.1 The Contractor shall request the Project Manager to issue a
certificate of Completion of the Works, and the Project Manager shall
do so upon deciding that the work is completed.
68.2 In addition to the other provisions, before acceptance of the completed
works, Employer shall verify and assure that such works are within the
set objective, quality and appropriate to operate and use.
69. Taking Over
69.1 In the contractor’s Opinion, if the works are complete and ready for
taking over, the contractor may apply by notice to the Project
Manager for a Taking-Over Certificate. If the Works are divided
into Sections, the Contractor may similarly apply for a Taking-Over
Certificate for each Section.
69.2 The Project Manager shall, within 30 days after receiving the
Contractor’s application:
(a) issue the Taking-Over Certificate to the Contractor if physical
progress of works is at least ninety (90) percent in accordance with
the Contract except for any minor outstanding work and defects
(as listed in the Taking-Over Certificate) which will not
substantially affect the use of the Works or Section for their
intended purpose (either until or whilst this work is completed and
these defects are remedied); or

125
Nepal Electricity Authority Chainpur Seti Hydroelectric Project (210 MW)
Engineering Services Directorate Bidding Document

(b) reject the application, giving reasons and specifying the work
required to be done by the Contractor to enable the Taking-Over
Certificate to be issued. The Contractor shall then complete this
work before issuing a further notice under this Sub-Clause.
69.3 If the Engineer fails either to issue the Taking-Over Certificate or
to reject the Contractor’s application within the period of 30 days,
and if the Works or Section (as the case may be) are substantially
completed in accordance with the Contract, the Taking-Over
Certificate shall be deemed to have been issued on the last day of
that period.
70. Final Account
70.1 The Contractor shall supply the Project Manager with a detailed account
of the total amount that the Contractor considers payable under the
Contract before the end of the Defects Liability Period. The Project
Manager shall issue a Defects Liability Certificate and certify any final
payment that is due to the Contractor within 60 days of receiving the
Contractor’s account if it is correct and complete. If it is not, the
Project Manager shall issue within 60 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
Project Manager shall decide on the amount payable to the Contractor
and issue a payment certificate.
71. Operating and
71.1 If “as built” Drawings and/or operating and maintenance manuals are
Maintenance required, the Contractor shall supply them by the dates stated in the
Manuals SCC.
71.2 If the Contractor does not supply the Drawings and/or manuals by the
dates stated in the SCC pursuant to GCC 71.1, or they do not receive
the Project Manager’s approval, the Project Manager shall withhold the
amount stated in the SCC from payments due to the Contractor.

72. Termination
72.1 The Employer may terminate the Contract at any time if the
contractor;
a. does not commence the work as per the Contract,
b. abandons the work without completing,
c. fails to achieve progress as per the Contract.
72.2 The Employer or the Contractor may terminate the Contract if the
other party causes a fundamental breach of the Contract.
72.3 Fundamental breaches of Contract shall include, but shall not be limited
to, the following :
(a) The Contractor uses the advance payment for matters other than the
contractual obligations,
(b) the Contractor stops work for 30 days when no stoppage of work is shown
on the current Program and the stoppage has not been authorized by
the Project Manager;
(c) the Project Manager instructs the Contractor to delay the progress of the
Works, and the instruction is not withdrawn within 30 days;
(d) the Employer or the Contractor is made bankrupt or goes into
liquidation other than for a reconstruction or amalgamation.
(e) a payment certified by the Project Manager is not paid by the Employer

126
Nepal Electricity Authority Chainpur Seti Hydroelectric Project (210 MW)
Engineering Services Directorate Bidding Document

to the Contractor within 90 days of the date of the Project Manager’s


certificate;
(f) the Project Manager 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 Project
Manager;
(g) the Project Manager gives two consecutive Notices to update the
Program and accelerate the works to ensure compliance with GCC
Sub clause 22.1 and the Contractor fails to update the Program and
demonstrate acceleration of the works within a reasonable period of
time determined by the Project Manager;
(h) the Contractor does not maintain a Security, which is required;
(i) the Contractor has delayed the completion of the Works by the number
of days for which the maximum amount of liquidated damages can be
paid, as defined in the SCC; and
(j) If the Contractor, in the judgment of the Employer has engaged in
corrupt or fraudulent practices in competing for or in executing the
Contract, pursuant to GCC 73.1.
72.4 When either party to the Contract gives notice of a breach of Contract
to the Project Manager for a cause other than those listed under GCC
72.3 above, the Project Manager shall decide whether the breach is
fundamental or not.
72.5 Notwithstanding the above, the Employer may terminate the
Contract for convenience.
72.6 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.
73. Fraud and
73.1 If the Employer determines that the Contractor has engaged in corrupt,
Corruption fraudulent, collusive, coercive or obstructive practices, in competing for
or in executing the Contract, then the Employer may, after giving 15 days
notice to the Contractor, terminate the Contractor's employment under the
Contract and expel him from the Site.
73.2 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 GCC Clause 15.
For the purposes of this GCC 73;
(i) “corrupt practice” 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”5 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”6 is an arrangement between two or more
parties designed to achieve an improper purpose, including to
influence improperly the actions of another party;

127
Nepal Electricity Authority Chainpur Seti Hydroelectric Project (210 MW)
Engineering Services Directorate Bidding Document

(iv) “coercive practice”7 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
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
GON’s/DP’s inspection and audit rights provided for under
GCC28.3.
74. Black Listing
74.1 Without prejudice to any other rights of the Employer under
this Contract, GoN, Public Procurement Monitoring Office
(PPMO), on the recommendation of procuring entity, may
blacklist a Bidder for its conduct for a period of one (1) to three
(3) years on the following grounds and seriousness of the act
committed by the bidder:
(a) if it is established that the Contractor has committed
substantial defect in implementation of the contract or has not
substantially fulfilled its obligations under the contract or the
completed work is not of the specified quality as per the
contract.
(b) If convicted from a court of law in a criminal offense liable to
be disqualified for taking part in procurement contract,
(c) If it is established that the Contractor has engaged in corrupt
or fraudulent practices in competing for or in executing the
Contract.
75. Payment upon
75.1 If the Contract is terminated because of a fundamental breach of
Termination Contract by the Contractor, the Project Manager shall issue a certificate
for the value of the work done and Materials ordered less advance
payments received up to the date of the issue of the certificate.
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.
75.2 If the Contract is terminated for the Employer’s convenience or because
of a fundamental breach of Contract by the Employer, the Project
Manager shall issue a certificate for the value of the work done, Materials
ordered, 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.

75.3 If the Contract is terminated because of fundamental breach of


Contract or for any other fault by the Contractor, the performance
security shall be forfeited by the Employer.
In such case, amount to complete the remaining works as per the

128
Nepal Electricity Authority Chainpur Seti Hydroelectric Project (210 MW)
Engineering Services Directorate Bidding Document

Contract shall be recovered from the Contractor as Government dues.


76. Property
76.1 All Materials on the Site, Plant, Equipment, Temporary Works, and
Works shall be deemed to be the property of the Employer if the Contract
is terminated because of the Contractor’s default.
77. Release from
77.1 If the Contract is frustrated by the outbreak of war or by any other event
Performance entirely outside the control of either the Employer or the Contractor, the
Project Manager 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 a
commitment was made.
78.Suspension of
78.1 In the event that the DP suspends the loan/ credit/grant to the Employer
DPLoan/Credit/Gra from which part of the payments to the Contractor are being made:
nt
a. the Employer is obligated to notify the Contractor of such
suspension within 7 days of having received the DP's
suspension notice; and
b. if the Contractor has not received sums due him within the 30 days
for payment provided for in GCC 49.1, the Contractor may
immediately issue a 15-day termination notice.
79. Eligibility
79.1 The Contractor shall have the nationality of an eligible country as
specified in Section V of the bidding document. The Contractor shall
be deemed to have the nationality of a country if the Contractor is a
citizen or is constituted, or incorporated, and operates in conformity
with the provisions of the laws of that country. This criterion shall also
apply to the determination of the nationality of proposed
subcontractors or suppliers for any part of the Contract including
related services.

79.2 The materials, equipment, and services to be supplied under the


Contract shall have their origin in eligible source countries as specified
in Section V of the bidding document and all expenditures under the
Contract will be limited to such materials, equipment, and services. At
the Employer’s request, the Contractor may be required to provide
evidence of the origin of materials, equipment, and services.

79.3 For purposes of GCC 79.2, “origin” means the place where the
materials and equipment are mined, grown, produced, or
manufactured, and from which the services are provided. Materials
and equipment are produced when, through manufacturing,
processing, or substantial or major assembling of components, a
commercially recognized product results that differs substantially in its
basic characteristics or in purpose or utility from its components.
80. Project
80.1 The Project Manager’s duties and authorities are restricted to the
Manager’s Duties extent as stated in the SCC.
and Authorities

81. Quarries and


81.1 Any quarry operated as part of this Contract shall be maintained
Spoil Dumps and left in a stable condition without steep slopes and be either refilled
or drained and be landscaped by appropriate planting. Rock or gravel

129
Nepal Electricity Authority Chainpur Seti Hydroelectric Project (210 MW)
Engineering Services Directorate Bidding Document

taken from a river shall be removed over some distance so as to limit


the depth of material removed at any one location, not disrupt the river
flow or damage or undermine the river banks. The Contractor shall not
deposit excavated material on land in Government or private
ownership except as directed by the Project Manager in writing or
by permission in writing of the authority responsible for such land in
Government ownership, or of the owner or responsible representative
of the owner of such land in private ownership, and only then in
those places and under such conditions as the authority, owner or
responsible representative may prescribe.
82. Local Taxation
82.1 The prices bid by the Contractor shall include all taxes that may be
levied in accordance to the laws and regulations in being in Nepal on
the date 30 days prior to the closing date for submissions of Bids on
the Contractor’s equipment, plant and materials acquired for the
purpose of the Contract and on the services performed under the
Contract. Nothing in the Contract shall relieve the Contractor from his
responsibility to pay any tax that may be levied in Nepal on profits
made by him in respect of the Contract.
83. Value Added
83.1 The Contract is not exempted from value added tax. An amount
Tax specified in the schedule of taxes shall be paid by the Contractor in the
concerned VAT office within time frame specified in VAT regulation.
84. Income Taxes
84.1 The Contractor’s staff, personnel and labor will be liable to pay
on Staff personal income taxes in Nepal in respect of their salaries and wages,
as are chargeable under the laws and regulations for the time being in
force, and the Contractor shall perform such duties in regard to such
deductions as may be imposed on him by such laws and regulations.
84.2 The issue of the Final Account Certificate pursuant to clause GCC 70
shall be made only upon submittal by the Contractor of a certificate
of income tax clearance from the Government of Nepal.
85. Duties, Taxes
85.1 Any element of royalty, duty or tax in the price of any goods including
and Royalties fuel oil, and lubricating oil, cement, timber, iron and iron goods
locally procured by the Contractor for the works shall be included
in the Contract rates and prices and no reimbursement or payment
in that respect shall be made to the Contractor.
85.2 The Contractor shall familiarize himself with GON the rules and
regulations with regard to customs, duties, taxes, clearing of goods
and equipment, immigration and the like, and it will be necessary for
him to follow the required procedures regardless of the assistance as
may be provided by the Employer wherever possible.
85.3 The Contractor shall pay and shall not be entitled to the reimbursement
of cost of extracting construction materials such as sand,
stone/boulder, gravel, etc. from the river beds or quarries. Such prices
will be levied by the local District Development Committee (DDC)
as may be in force at the time. The Contractor, sub-contractor(s)
employed directly by him and for whom he is responsible, will not be
exempted from payment of royalties, taxes or other kinds of surcharges
on these construction materials so extracted and paid for to the DDC.
86. Member of
86.1 No member or officer of GoN or the Employer or the Project Manager
Government, etc, or any of their respective employees shall be in any way personally

130
Nepal Electricity Authority Chainpur Seti Hydroelectric Project (210 MW)
Engineering Services Directorate Bidding Document

not Personally bound or liable for the act or obligations of the Employer under
Liable the Contract or answerable for any default or omission in the
observance or performance of any of act, matter or thing which
are herein contained.
87. Approval of
87.1 No explosives of any kind shall be used by the Contractor without the
Use of Explosives prior consent of the Employer in writing and the Contractor shall
provide, store and handle these and all other items of every kind
whatsoever required for blasting operations, all at his own expense in a
manner approved in writing by the Employer.

88 Compliance 88.1 The Contractor shall comply with all relevant ordinances, instructions
with and regulations which the Government, or other person or persons
Regulations for having due authority, may issue from time to time regarding the
Explosives handling, transportation, storage and use of explosives.
89. Permission for
89.1 The Contractor shall at all times maintain full liaison with and
Blasting inform well in advance, and obtain such permission as is required
from all Government authorities, public bodies and private parties
whatsoever concerned or affected, or likely to be concerned or affected
by blasting operation.

90. Records of
90.1 Before the beginning of the Defects Liability Period, the Contractor shall
Explosives account to the satisfaction of the Project Manager for all explosives
brought on to the Site during the execution of the Contract and
the Contractor shall remove all unused explosives from the Site on
completion of works when ordered by the Project Manager.

91.Traffic
91.1 The Contractor shall include the necessary safety procedures regarding
Diversion and pedestrian traffic diversion that is needed in execution of the works.
The Contractor shall include in his costing of works, any temporary
works or diversion that are needed during the construction period. All
traffic diversion should be designed for the safety of both the motoring
public and the men at work. It shall ensure the uninterrupted flow of
traffic and minimum inconvenience to the public during the period
concerned. As such, adequate warning signs, flagmen and other
relevant safety precautionary measures shall be provided to warn
motorists and pedestrians well ahead of the intended diversion as
directed by the Project Manager. All traffic devices used shall be
designed in accordance with the instruction of Project Manager.

131
Nepal Electricity Authority Chainpur Seti Hydroelectric Project (210 MW)
Engineering Services Directorate Bidding Document

Section IX: Special Conditions of Contract

The following Special Conditions of Contract shall supplement the GCC. Whenever there is a conflict,
the provisions herein shall prevail over those in the GCC

132
Nepal Electricity Authority Chainpur Seti Hydroelectric Project (210 MW)
Engineering Services Directorate Bidding Document

Special Conditions of Contract


A. General

The Employer is Nepal Electricity Authority, Engineering Services


Directorate, Chainpur Seti (210 MW) Hydroelectric Project,
Durbarmarg, Kathmandu
Telephone No: 01-4153243
GCC 1.1 (q)
Email: chainpurseti@nea.org.np
The Employer's Representative is:
Project Manager

GCC 1.1 (v) The Intended Completion Date for the whole of the Works shall be 500 (Five
Hundred) Days from the date of Contract.

The Project Manager is project chief of the Chainpur Seti Hydroelectric Project
GCC 1.1(bb)
& 10.1
The Project Manager and Engineer are synonyms.

GCC 1.1 (ee) The Site is located at 16 km North from Chainpur (District Headquarter) of
Bajhang District of Far Western Province

GCC 1.1 (hh) The Start Date shall be 21(Twenty One) days from date of signing of
Contract.

GCC 1.1 (ll) The Works consist of Construction of adit tunnel including Excavation of
tunnel, Fiber Shotcrete ,wiremesh Shotcrete ,Ribs work, etc.

GCC 2.2 Sectional Completions are: Not Applicable

GCC 2.3(i) The following documents also form part of the Contract: Day Work
Schedule, Memorandum of Understanding (MoU).

GCC 3.1 The language of the contract is ENGLISH/NEPALI


The law that applies to the Contract is the law of NEPAL

GCC 11.1 The Project Manager may delegate any of his duties and responsibilities.

GCC 14.1 Schedule of other contractors: For Adit VI, Construction shall start after the
track opening of Access road of Contract ID: CSHEP-CW-NCB-02-078/79.

133
Nepal Electricity Authority Chainpur Seti Hydroelectric Project (210 MW)
Engineering Services Directorate Bidding Document

GCC 19.1 The minimum insurance amounts and deductibles shall be:
1. The minimum cover for loss of or damage to the Works, Plant and
Materials is: 110% of the Contract Amount.
2. The maximum deductible for insurance of the Works and of Plant and
Materials is: 5,00,000.00 (Five Lakhs).
3. The minimum cover for loss or damage to Equipment is: Full
Replacement Value.
4. The maximum deductible for insurance of Equipment is 10% of
Claimed amount.
5. The minimum for insurance of other property is: 2,000,000(Twenty
Lakhs) with unlimited number of occurrences
6. The maximum deductible for insurance of other property is:
1,00,000.00 (One Lakh).
7. The minimum cover for personal injury or death insurance
i. for the Contractor’s employees is that specified in the Labor act of
Nepal and
ii. for other people is :1,000,000.00(Ten Lakhs) with an unlimited
number of occurrences.

GCC 20.1 Site Investigation Reports are: Not Applicable

GCC 23.1 The following shall be designed by the Contractor : Not Applicable

GCC 26.1 The Site Possession Date(s) shall be: within Fourteen(14) Days of the signing
of the Agreement

GCC 30.1 The place of arbitration shall be: NEPCA, Kathmandu, Nepal

C. Time Control

GCC 34.1 The Contractor shall submit for approval a Program for the Works within
Thirty (30) days from the date of the Letter of Acceptance.

GCC 34.3 The period between Program updates is 45 days.


The amount to be withheld for late submission of an updated Program is
100,000.00 (One Hundred Thousand)

D. Quality Control
GCC 42.1 The Defects Liability Period is 365 days.

E. Cost Control

GCC 49.1 Interest rate is the minimum rate of any commercial (Class A) bank
approved by Nepal Rastra Bank of Nepal. The minimum rate of interest
is 7.00%.

GCC 53.1 The Contract is subject to price adjustment, and the following information
regarding coefficients does apply.
The coefficients and indices for adjustment of prices in Nepalese Rupees shall
be as specified in the Table of Adjustment Data submitted by bidder together
with the Letter of Price Bid which is approved by the Project manager.

134
Nepal Electricity Authority Chainpur Seti Hydroelectric Project (210 MW)
Engineering Services Directorate Bidding Document

GCC 53.6 Base Price of Construction Materials applicable for price adjustment shall be
as per the Table of Adjustment Data submitted by Bidder together with the Letter
of Price Bid which is approved by the Project manager.

GCC 53.7 The Price Adjustment amount shall be limited to a maximum of:
For GoN Funded: 25 % (Twenty Five) percentage of the initial Contract
Amount

GCC 54.1 The proportion of payments retained is:


For GoN Funded: 5 (five) percent

GCC 55.1 The liquidated damages for the whole of the Works are 0.05 Percent of the
final Contract Price per day. The maximum amount of liquidated damages for
the whole of the Works is 10 Percent of the final Contract Price.

GCC 56.1 Bonus : N/A (Not Applicable)

GCC 57.1 The Advance Payments shall be: Ten percent (10%) of the Accepted
Contract Amount (excluding Provisional Sum and VAT) and shall be paid in
two equal installments and to the Contractor.
The first installment of 5% of the accepted Contract Amount shall be made
to the Contractor within 30 days of submission of an acceptable bank
guarantee for the advance payment.
The second installment of the remaining 5% shall be made after the
Contractor completes full mobilization at Site and has submitted insurance
policies after the submission of an acceptable bank guarantee for the advance
payment.

GCC 57.3 Deductions from Payment Certificates will commence in the first certificate in
which the value of works executed exceeds 20% of the Contract Price.
Deduction will be at the rate of 30% of the respective Monthly Interim Payment
Certificate until such time as the advance payment has been repaid; provided
that the advance payment shall be completely repaid prior to the end of 80
% of the approved contract price.

GCC 58.1 i) If bid price of the bidder selected for acceptance is up to 15 (fifteen) percent
below the approved cost estimate, the performance security amount shall be 5
(five) percent of the bid price.
ii) For the bid price of the bidder selected for acceptance is more than 15 (fifteen)
percent below of the cost estimate, the performance security amount shall be
determined as follows:
Performance Security Amount = [(0.85 x Cost Estimate –Bid Price) x 0.5] +
5% of Bid Price.
The Bid Price and Cost Estimate shall be inclusive of Value Added Tax. The
Standard form(s) of Performance Security acceptable to the employer shall be an
Unconditional Bank Guarantee acceptable to the Employer of the type presented
in the Bidding Documents.
The Performance security form shall be in the format of Bidding Document,
Section 9 Contract forms.

135
Nepal Electricity Authority Chainpur Seti Hydroelectric Project (210 MW)
Engineering Services Directorate Bidding Document

G. Finishing the Contract

GCC 71.1 Operating and maintenance manuals :Not Applicable

GCC 71.2 The date by which “as built” drawings are required is Within Thirty (30)
days after issuance of Certificate of Completion.

The amount to be withheld for failing to produce “as built” drawings is: NRs:
500,000.00 (Five Lakh).

GCC 72.3 (i) The maximum number of days is: 200 Days.

GCC 80 The Project Manager has to obtain the specific approval of the Employer for
taking any of the following actions :
a. Approving subcontracting of any part of the works under General
Conditions of Contract Clause 13;
b. Certifying additional costs determined under General Conditions of
Contract Clause 50;
c. Determining start date under General Conditions of Contract Clause 1;
d. Determining the extension of the intended Completion Date under
General Conditions of Contract Clause 35;
e. Issuing a Variation under General Conditions of Contract Clause 1 and
46, except in an emergency situation, as reasonably determined by the
Project Manager; emergency situation may be defined as the
situation when protective measures must be taken for the safety of life
or of the works or of adjoining property.
f. Adjustment of rates under General Conditions of Contract Clause 45;

136
Nepal Electricity Authority Chainpur Seti Hydroelectric Project (210 MW)
Engineering Services Directorate Bidding Document

Section X: Contract Forms

This Section contains forms which, once completed, will form part of the Contract. The forms for
Performance Security and Advance Payment Security, when required, shall only be completed by
the successful Bidder after contract award.

137
Nepal Electricity Authority Chainpur Seti Hydroelectric Project (210 MW)
Engineering Services Directorate Bidding Document

Letter of Intent
[on letterhead paper of the Employer]

Date: ... …………………

To: .................................................Name and address of the Contractor..........................

Subject: …………………… Issuance of letter of intent to award the contract............


This is to notify you that, it is our intention to award the contract ... ................................. [insert
date] ............................for execution of the ...................................................................... [insert
name of the contract and identification number, as given in the Contract Data/SCC] to you
as your bid price ............................................ [insert amount in figures and words in Nepalese
Rupees] as corrected and modified in accordance with the Instructions to Bidders is hereby
selected as substantially responsive lowest evaluated bid.

Authorized Signature: ………………………………

Name: ... …………………………………………….

Title: ……………………………………………….

CC:
[Insert name and address of all other Bidders, who submitted the bid]

[Notes on Letter of Intent


The issuance of Letter of Intent is the information of the selection of the bid of the successful bidder by the
Employer and for providing information to other unsuccessful bidders who participated in the bid as regards
to the outcome of the procurement process. This standard form of Letter of Intent to Award should be filled in
and sent to the successful Bidder only after evaluation and selection of substantially responsible lowest
evaluated bid.]

138
Nepal Electricity Authority Chainpur Seti Hydroelectric Project (210 MW)
Engineering Services Directorate Bidding Document

Letter of Acceptance
[on letterhead paper of the Employer]

Date: ……………………..

To: ……………………………………Name and address of the Contractor……………...


Subject: …………………….Notification of Award

This is to notify that your Bid dated ................................date …………………………..for execution


of the……………………..name of the contract and identification number, as given in the
Contract Data/SCC ……………………... for the Contract price of Nepalese Rupees [insert
amount in figures and words in Nepalese Rupees], as corrected in accordance with the
Instructions to Bidders is hereby accepted in accordance with the Instruction to Bidders.

You are hereby instructed to contact this office to sign the formal contract agreement within 15
days with Performance Security of NRs. ………. in accordance with the Conditions of Contract,
using for that purpose the Performance security Form included in Section X (Contract Forms) of
this Bidding Document.

Authorized Signature: …………………………………...

Name and Title of Signatory: ……………………………

139
Nepal Electricity Authority Chainpur Seti Hydroelectric Project (210 MW)
Engineering Services Directorate Bidding Document

Contract Agreement
THIS AGREEMENT made the ...............................dayof…..between……………………. name
of the Employer ………………(hereinafter “the Employer”), of the one part, and
……………………………name of the Contractor …………………(hereinafter “the Contractor”),
of the other part:
WHEREAS the Employer desires that the Works known as ……………………….... name of the
Contract ..............................should be executed by the Contractor, and has accepted a Bid by
the Contractor for the execution and completion of these Works and the remedying of any defects
in the sum of NRs …..........…..[insert amount of contract price in words and figures including
taxes](hereinafter “the Contract Price”).

The Employer and the Contractor agree as follows:


1. In this Agreement words and expressions shall have the same meanings as are respectively
assigned to them in the Contract documents referred to.

2. The following documents shall be deemed to form and be read and construed as part of this
Agreement.This Agreement shall prevail over all other Contract documents.
(a) the Letter of Acceptance;
(b) the Letters of Technical and Price Bid;
(c) the Addenda Nos ................................... Insert addenda numbers if any ……………
(d) the Special Conditions of Contract;
(e) the List of Eligible Countries that was specified in Section V of the bidding document,
(f) the General Conditions of Contract;
(g) the Specification;
(h) the Drawings;
(i) Bill of Quantities (or Schedules of Prices for lump sum contracts), and
(j) Table of Price Adjustment Data
(k)List of Approved Subcontractors [For GoN funded project]
(l) .......................................................[Specify if there are any other document]

3. In consideration of the payments to be made by the Employer to the Contractor as indicated in


this Agreement, the Contractor hereby covenants with the Employer to execute the Works and to
remedy defects therein in conformity in all respects with the provisions of the Contract.

4. The Employer hereby covenants to pay the Contractor in consideration of the execution and
completion of the Works and the remedying of defects therein, 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.

IN WITNESS whereof the parties hereto have caused this Agreement to be executed in
accordance with the laws of Nepal on the day, month and year indicated above.

Signed by ………………………….
for and on behalf the Contractor in the presence of

Witness, Name Signature, Address, Date

Signed by…………………………..
for and on behalf of the Employer in the presence of

Witness, Name, Signature, Address, Date

140
Nepal Electricity Authority Chainpur Seti Hydroelectric Project (210 MW)
Engineering Services Directorate Bidding Document

List of Approved Subcontractors

In accordance with GCC Sub-Clause 13.1,The following Subcontractors are approved for
carrying out the work as specified below.

Name of Value/Percentage
Description of Works
Subcontractors of subcontract

141
Nepal Electricity Authority Chainpur Seti Hydroelectric Project (210 MW)
Engineering Services Directorate Bidding Document

Letter of Commitment for Bank’s Undertaking for Line of


Credit
Bank’s Name, and Address of Issuing Branch or Office
(On Letter head of the Commercial bank or any Financial Institution eligible to issue Bank
Guarantee as per prevailing Law)

Date:
Contract No:

Name of Contract :

To:

[Name and address of the Employer]

CREDIT COMMITTMENT No: [insert number]


We are pleased to know that [name of Contractor] (hereinafter called “the Contractor”) has been
awarded the Contract for the execution of the Works of [description of works] for above
contract.
Furthermore, we understand that, according to your conditions, the Contractor’s Financial
Capacity i.e. Liquid Asset must be substantiated by a Letter of Commitment of Bank’s
Undertaking for Line of Credit.
At the request of, and arrangement with, the Contractor, we [name and address of the Bank] do
hereby agree and undertake that [name and address of the Contractor] will be provided by us
with a revolving line of credit, for execution of the Works viz. [insert name of the works], for an
amount not less than NRs …….[in figure] ( in words) for the sole purpose of the execution of the
above Contract. This Revolving Line of Credit will be maintained by us until [Insert “Initial
Contract Period”] months by the Procuring Entity.
This committed line of credit shall not be terminated or cancelled without the prior written approval
of Employer.
In witness whereof, authorised representative of the Bank has hereunto signed and sealed this
Letter of Commitment.

Signature Signature

Name : Name :

Designation: Designation:

142
Nepal Electricity Authority Chainpur Seti Hydroelectric Project (210 MW)
Engineering Services Directorate Bidding Document

Performance Security
(On letterhead paper of the Commercial Bank or Financial Institution eligible
to issue Bank Guarantee as per prevailing Law in Nepal.)

............................ Bank’s Name, and Address of Issuing Branch or Office ...................................


Beneficiary: .............................................. Name and Address of Employer ………………….......
Date: ..................................................

Performance Guarantee No.:………………………………………………….

We have been informed that ... ... [insert name of the Contractor] (hereinafter called "the
Contractor") has been notified by you to sign the Contract No. ……………….. [insert reference
number of the Contract] for the execution of ……….. [insert name of contract and brief
description of Works] (hereinafter called "the Contract").

Furthermore, we understand that, according to the conditions of the Contract, a performance


guaranteeis required.

At the request of the Contractor, we... .................................. . [insert name of the Bank] hereby
irrevocably undertake to pay you any sum or sums not exceeding in total an amount of ...............[insert
name of the currency and amount in figures*] (... .......... .. insert amount in words) such sum
being payable in Nepalese Rupees, upon receipt by us of your first demand in writing accompanied
by a written statement stating that the Contractor is in breach of its obligation(s) under the Contract,
without your needing to prove or to show grounds for your demand or the sum specified therein.

This guarantee shall expire, no later than the………………………..Day of ………………… **,


and any demand for payment under it must be received by us at this office on or before that date.

…………………………………………
Seal of Bank and Signature(s)
Note:
All italicized text is for guidance on how to prepare this demand guarantee and shall be deleted from the final
document.
 The Guarantor shall insert an amount representing the percentage of the Contract Price specified in the
Contract in Nepalese Rupees.
** Insert the date thirty days after the date specified for the Defect Liability Period. The Employer should note
that in the event of an extension of the time for completion of the Contract, the Employer would need to
request an extension of this guarantee from the Guarantor. Such request must be in writing and must be
made prior to the expiration date established in the guarantee. In preparing this guarantee, the Employer
might consider adding the following text to the form, at the end of the penultimate paragraph: “The Guarantor
agrees to a one-time extension of this guarantee for a period not to exceed [six months], in response to the
Employer’s written request for such extension, such request to be presented to the Guarantor before the
expiry of the guarantee”.

143
Nepal Electricity Authority Chainpur Seti Hydroelectric Project (210 MW)
Engineering Services Directorate Bidding Document

Advance Payment Security


(On letterhead paper of the Commercial Bank or Financial Institution eligible
to issue Bank Guarantee as per prevailing Law in Nepal.)

…………………………….. Bank’s Name, and Address of Issuing Branch or Office....................


Beneficiary: ………………………Name and address of employer
Date : …………………………………
Advance Payment Guarantee No……………………………..

We have been informed that ………………has entered into Contract No. ..... Name and Address
of Employer………………name of the Contractor…………… (hereinafter called "the
Contractor")..reference number of the Contract……………dated …………… with you, for the
execution of ...contract and brief description of Works ……………. (hereinafter called "the
Contract").

Furthermore, we understand that, according to the Conditions of the Contract, an advance


payment in the sum……………. name of the currency and amount in figures*…(.... amount in
words .....) is to be made against an advance payment guarantee.

At the request of the Contractor, we............................ . name of the Bank ………………….


hereby irrevocably undertake to pay you any sum or sums not exceeding in total an amount
of………………….name of the currency and amount in figures*... .................... .(…… amount in
words ......................................................................... .) upon receipt by us of your first demand in
writing accompanied by a written statement stating that the Contractor is in breach of its obligation
under the Contract because the Contractor used the advance payment for purposes other than the
costs of mobilization in respect of the Works.
The maximum amount of this guarantee shall be progressively reduced by the amount of the
advance payment repaid by the Contractor as indicated in copies of interim statements or payment
certificates which shall be presented to us. This guarantee shall expire, at the latest, upon our
receipt of a copy of the interim payment certificate indicating that eighty (80) percent of the
Contract Price has been certified for payment, or on the ....... day of ......**, whichever is earlier.
Consequently, any demand for payment under this guarantee must be received by us at this office
on or before that date.

……………………………………………………
Seal of Bank and Signature(s)
Note:
All italicized text is for guidance on how to prepare this demand guarantee and shall be deleted from the final document.
*The Guarantor shall insert an amount representing the amount of the advance payment in Nepalese Rupees of the
advance payment as specified in the Contract.
** Insert the date Thirty days after the expected completion date. The Employer should note that in the event of an
extension of the time for completion of the Contract, the Employer would need to request an extension of this
guarantee from the Guarantor. Such request must be in writing and must be made prior to the expiration date
established in the guarantee. In preparing this guarantee, the Employer might consider adding the following text to the
form, at the end of the penultimate paragraph: “The Guarantor agrees to a one-time extension of this guarantee for a period
not to exceed [six months], in response to the Employer’s written request for such extension, such request to be presented
to the Guarantor before the expiry of the guarantee”.

144
NEPAL ELECTRICITY AUTHORITY

ENGINEERING SERVICES DIRECTORIATE

CHAINPUR SETI HYDROELECTRIC PROJECT (210 MW)

Durbarmarg, Kathmandu

BIDDING DOCUMENTS
FOR
CONSTRUCTION OF ADIT TUNNELS
(III,V&VI)

Contract No.:- NCB: CSHEP-CW-NCB-02-2078/079

VOLUME – II SPECIFICATIONS

June, 2022

KATHMANDU, NEPAL
Bid Document Specifications

PART I: SPECIFICATIONS FOR ADIT TUNNEL


WORKS

1
Bid Document Specifications

Contents
1 PRELIMINARIES AND GENERAL PROVISIONS ..................................................................................... 8
1.1 Reference to other Clauses ........................................................................................................... 8
1.2 The Site.......................................................................................................................................... 8
1.3 Use of Land and Right-of-Way ...................................................................................................... 8
1.4 Access to Site ................................................................................................................................ 8
1.5 Health and Safety .......................................................................................................................... 8
1.5.1 Health, Safety, Environmental and Social Management (HSES) ............................................ 8
1.5.2 Safety Measures..................................................................................................................... 8
1.5.3 Traffic Management............................................................................................................... 9
1.5.4 Medical Services..................................................................................................................... 9
1.6 Environmental Protection ........................................................................................................... 10
1.6.1 General Requirements ......................................................................................................... 10
1.6.2 Spoil Disposal ....................................................................................................................... 10
1.6.3 Erosion Protection ............................................................................................................... 10
1.6.4 Water Pollution .................................................................................................................... 10
1.6.5 Reinstatement of the Site .................................................................................................... 10
1.7 Employer's Use of Contractor's Temporary Works..................................................................... 11
1.8 Materials, Plant and Workmanship ............................................................................................ 11
1.9 Drawings and Design ................................................................................................................... 11
1.10 Site Meetings ............................................................................................................................ 12
1.11 Site Register .............................................................................................................................. 12
1.12 Contractor's Camps, Offices, Canteen, Workshops etc. ........................................................... 12
1.13 Contractor's Other Temporary facilities ................................................................................... 13
1.13.1 Water Supply...................................................................................................................... 13
1.13.2 Sewerage System ............................................................................................................... 13
1.13.3 Solid Wastes ....................................................................................................................... 13
1.13.4 Power Supply ..................................................................................................................... 13
1.13.5 Communication .................................................................................................................. 14
1.13.6 Explosives ........................................................................................................................... 14
1.14 Dewatering ................................................................................................................................ 14
1.15 Equipment and Materials ......................................................................................................... 14
1.16 Quality Assurance and Testing .................................................................................................. 15
1.16.1 General ............................................................................................................................... 15
1.16.2 Quality Assurance Procedure ............................................................................................. 15

2
Bid Document Specifications

1.16.3 Management Structure ...................................................................................................... 15


1.16.4 Subcontractors ................................................................................................................... 15
1.16.5Materials ............................................................................................................................. 15
1.16.6 Quality Record.................................................................................................................... 15
1.16.7 ............................................................................................................................................ 15
Non-Conformance......................................................................................................................... 15
1.16.8 Quality Control Testing ...................................................................................................... 16
1.17 Site Laboratory for Quality Testing ........................................................................................... 16
1.18 Measurement and Payment ..................................................................................................... 17
1.19 Road .......................................................................................................................................... 17
2 SURVEYING WORK ............................................................................................................................. 18
2.1 Scope ........................................................................................................................................... 18
2.2 Survey by the Employer .............................................................................................................. 18
2.3 Services by the Contractor .......................................................................................................... 18
2.3.1 General ................................................................................................................................. 18
2.3.2 Setting out for the Works .................................................................................................... 18
2.3.3 Survey Points and Benchmarks ............................................................................................ 19
2.4 Measurement & Payment ........................................................................................................... 20
3 EARTHWORKS .................................................................................................................................... 21
3.1 General ........................................................................................................................................ 21
3.1.1 Definitions ............................................................................................................................ 21
3.1.2 Reference Standards ............................................................................................................ 23
3.1.3 Documents ........................................................................................................................... 23
3.2 Clearing and Grubbing ................................................................................................................ 24
3.2.1 General ................................................................................................................................. 24
3.2.2 Clearing ................................................................................................................................ 24
3.2.3 Grubbing .............................................................................................................................. 24
3.3 Topsoil Excavation....................................................................................................................... 25
3.4 Soil Excavation ............................................................................................................................ 25
3.4.1 General ................................................................................................................................. 25
3.4.2 Stability and Safety of Excavations ...................................................................................... 26
3.4.3 Open Cut for Tunnel Adits ................................................................................................... 26
3.4.4 Structural Excavation ........................................................................................................... 26
3.4.5 Use of Materials ................................................................................................................... 26
3.4.6 Construction Tolerances ...................................................................................................... 27
3.5 Measurement and Payment ....................................................................................................... 27

3
Bid Document Specifications

4 DRILLING OF HOLES, EXPLORATORY DRILLING AND GROUTING ....................................................... 28


4.1 Scope ........................................................................................................................................... 28
4.1.1 Coverage .............................................................................................................................. 28
4.1.2 Classification and Definition ................................................................................................ 28
4.2 Reference Standards ................................................................................................................... 28
4.3 Reference Standards ................................................................................................................... 28
4.3.1 Documents ........................................................................................................................... 28
4.3.2 Test Reports ......................................................................................................................... 29
4.4 Drilling General ........................................................................................................................... 29
4.5 Equipment and Execution ................................................................................................... 30
4.5.1 Exploratory Drilling and Grouting ................................................................................... 30
4.5.2 Holes for other Purposes ..................................................................................................... 30
4.5.3 Flushing between holes ....................................................................................................... 31
4.5.4 Grouting ............................................................................................................................... 31
4.6 Logging of Drill Holes .................................................................................................................. 32
4.7 Grouting ...................................................................................................................................... 32
4.7.1 Grouting Materials ............................................................................................................... 32
4.7.2 Cement Grouting.................................................................................................................. 33
4.7.3 Chemical Grouts ................................................................................................................... 34
4.8 Measurement and Payment ....................................................................................................... 34
5 ROCK EXCAVATION ............................................................................................................................ 36
5.1 Scope ........................................................................................................................................... 36
5.1.1 Coverage .............................................................................................................................. 36
5.1.2 Classification and Definition ................................................................................................ 36
5.2 Submittals by the Contractor ...................................................................................................... 37
5.2.1 General ................................................................................................................................. 37
5.2.2 Documents ........................................................................................................................... 37
5.3 Rock Excavation .......................................................................................................................... 38
5.3.1 General Requirements ......................................................................................................... 38
5.3.2 Ventilation............................................................................................................................ 39
5.3.3 Illumination, Communication and Roadways ...................................................................... 40
5.3 Survey.......................................................................................................................................... 40
5.3.5 Care of water during construction ....................................................................................... 40
5.4 Open Cut Excavation ................................................................................................................... 40
5.5 Underground Excavation ............................................................................................................ 40
5.6 Drilling/Blasting (Above- and Underground) .............................................................................. 41

4
Bid Document Specifications

5.6.1 General ................................................................................................................................. 41


5.6.2 Excavation Tolerances.......................................................................................................... 41
5.6.3 Drilling Accuracy................................................................................................................... 41
5.6.4 Perimeter Blasting................................................................................................................ 42
5.7 Utilisation of Materials ............................................................................................................... 42
5.8 Measurement and Payment ....................................................................................................... 42
5.8.1 General ................................................................................................................................. 42
5.8.2 Abnormal Over-break .......................................................................................................... 43
5.8.3 Open Cut Excavation ............................................................................................................ 43
5.8.4 Underground Excavation ..................................................................................................... 44
5.8.5 Changed Orientation of Tunnel ........................................................................................... 44
5.8.6 Haulage, transportation and disposal of excavated materials ............................................ 44
6 ROCK SUPPORT .................................................................................................................................. 45
6.1 Scope ........................................................................................................................................... 45
6.1.1 Coverage .............................................................................................................................. 45
6.1.2 Classification and Definition ................................................................................................ 45
6.2 Reference Standards ................................................................................................................... 46
6.3 Submissions by the Contractor ................................................................................................... 46
6.3.1 General ................................................................................................................................. 46
6.3.2 Documents ........................................................................................................................... 46
6.3.3 Test Reports ......................................................................................................................... 47
6.3.4 Certificates ........................................................................................................................... 47
6.4 General ........................................................................................................................................ 47
6.4.1 Inspection of Tunnel, Marking of Chainage, Wash-down .................................................... 47
6.4.2 Rock Support ............................................................................................................................ 48
6.5 Scaling ......................................................................................................................................... 49
6.5.1 General ................................................................................................................................. 49
6.5.2 Basic Scaling ......................................................................................................................... 49
6.5.3 Additional Scaling ................................................................................................................. 49
6.6 Rock Bolts and Accessories ......................................................................................................... 50
6.6.1 Materials .............................................................................................................................. 50
6.6.2 Accessories ............................................................................................................................... 51
6.6.3 Execution.................................................................................................................................. 51
6.6.4 Testing .................................................................................................................................. 52
6.6.5 Criteria for Assessment of Test Numbers and Acceptance of Test Results ......................... 53
6.8 Spiles ........................................................................................................................................... 53

5
Bid Document Specifications

6.9 Sprayed Concrete (Shotcrete) ..................................................................................................... 54


6.9.1 General ................................................................................................................................. 54
6.9.2 Sprayed concrete (Shotcrete/Fibrecrete) ............................................................................ 54
6.9.3 Reinforcement of Sprayed Concrete.................................................................................... 57
6.10 Cast in place Concrete Rock Support ........................................................................................ 58
6.10.1 Scope .................................................................................................................................. 58
6.10.2 Materials/Equipment ......................................................................................................... 58
6.10.2.1 Materials and Admixtures for Concrete ......................................................................... 58
6.10.3 Tolerances .......................................................................................................................... 59
6.10.4 Testing and Control ............................................................................................................ 59
6.10.5 Documentation .................................................................................................................. 60
6.11 Measurement and Payment ..................................................................................................... 61
6.11.1 General ............................................................................................................................... 61
6.11.2 Additional Scaling / Inspection of Tunnels and Surface Excavations ................................. 61
6.11.3 Wiremesh, Rock Bolts, Rock Dowels, and Accessories ...................................................... 61
6.11.4 Sprayed Concrete ............................................................................................................... 62
6.11.5 Cast in place Concrete Rock Support ................................................................................. 63
6.12 Steel Rib Supports ..................................................................................................................... 63
6.12.1 Materials ............................................................................................................................ 63
6.12.2 Execution............................................................................................................................ 64
6.12.3 Measurement and Payment .............................................................................................. 64
7 INVESTIGATION AND INSTRUMENTATION DURING CONSTRUCTION ............................................... 65
7.1 Contractor’s assistance in connection with geological mapping and investigations during
Construction...................................................................................................................................... 65
8 DRAINAGE AND EROSION PROTECTION ............................................................................................ 66
9 CONCRETE WORKS ............................................................................................................................. 67
9.1 Coverage ..................................................................................................................................... 67
9.2 Reference Standards ................................................................................................................... 67
9.3 Reinforcement ............................................................................................................................ 69
9.3.1 Steel ..................................................................................................................................... 69
9.3.2 Bending and Fixing ............................................................................................................... 69
9.4 Concrete ...................................................................................................................................... 70
9.4.1 Cement ................................................................................................................................. 70
9.4.2 Pozzolana ............................................................................................................................. 71
9.4.3 Aggregates ........................................................................................................................... 71
9.4.4 Water ................................................................................................................................... 73

6
Bid Document Specifications

9.4.5 Admixtures ........................................................................................................................... 73


9.4.6 Water/Binder Ratio .............................................................................................................. 73
9.4.7 Classes of Concrete .............................................................................................................. 74
9.4.8 Designed Mixes .................................................................................................................... 75
9.4.9 Production and Transport .................................................................................................... 76
9.4.10 Preparations for Placing of Concrete ................................................................................. 77
9.4.11 Placing of Spayed Concrete................................................................................................ 77
9.4.12 Curing of Concrete ............................................................................................................. 80
9.4.13 Quality Control and Testing ............................................................................................... 80
9.4.14 Failure to meet Quality Requirements .............................................................................. 82
9.5 Joints, .......................................................................................................................................... 82
9.5.1 Waterstop and Jointing Materials........................................................................................ 82
9.5.2 Construction Joints .............................................................................................................. 83
9.6 Rock Bolts .................................................................................................................................... 84
9.7 Measurement and Payment ....................................................................................................... 84
9.7.1 Reinforcement ..................................................................................................................... 84
9.7.2 Concrete ............................................................................................................................... 84
10 GABION WORKS ............................................................................................................................... 85
10.1 Wire Mesh ................................................................................................................................. 86
10.2 Stone Fill.................................................................................................................................... 87
10.3 Measurement and payment ..................................................................................................... 87

7
Bid Document Specifications

1 PRELIMINARIES AND GENERAL PROVISIONS

1.1 Reference to other Clauses


Throughout this document, references are occasionally made to other Chapters or Clauses in
this and other documents. All such references are intended solely for the convenience of those
using the Document, and the absence of a reference in no way excludes the application of every
other Chapter or Clause in this and other documents which may, in the opinion of the Employer,
have any bearing upon the point in question. The documents shall be read and applied as a
whole.

1.2 The Site


The site is located at Saipal and Talkot rural municipalities of Bajhang District of Sudurpaschim
Province of Nepal.

1.3 Use of Land and Right-of-Way


The Contractor will, during the execution of the Works, have free and temporary use of working
areas and access thereto within the Site.

The Contractor shall obtain the approval of the Employer for the sitting of all camps, offices,
workshops, temporary roads, etc. necessary for the execution of the Contract. All other use of
land is subject to the approval of the Employer.

1.4 Access to Site


The Chainpur Seti Hydroelectric Project is located in Bajhang District of Sudurpaschim
Province of Nepal. The Headworks site of the project is located at Saipal rural municipality and
Powerhouse is located at Basti village of Talkot rural municipality. The project headworks area
is about 962km from Kathmandu. Project area can be accessed by travelling 114km from
Kathmandu to Mugling via Prithvi highway, 42.80 km from Mugling to Narayangad via Madan
Ashrit highway, 506km from Narayangad to Attariya via Mahendra highway, 147km from
Attariya to Khodpe via Mahakali highway and 103km from Khodpe to Chainpur which is under
construction by Government of Nepal, Department of Road as Seti Highway.

1.5 Health and Safety


1.5.1 Health, Safety, Environmental and Social Management (HSES)
The Contractor shall carry out the works according to good workmanship, complying with
requirements set forth in the Contract and in such a way that health and safety of persons
involved in the works, or present at site, or members of the public, are not compromised. The
Contractor is responsible for the preparation of an HSES Program, and the implementation of
the HSES Program during all construction phases, also in accordance with the requirements of
the Contract.

1.5.2 Safety Measures


The Contractor shall be responsible for the safety of all workers and other persons entering the
Works, and shall take all measures necessary to ensure their safety, to the approval of the
Engineer, in accordance with the Conditions of Contract and the present specifications. In
particular, such safety measures shall include, but not limited to, the following:

8
Bid Document Specifications

a) Provision of proper safety and emergency regulations for the prevention of accidents related
to fire, gas, electricity, traffic, work operations, working environment and other, and for
response to such accidents, should they occur.

b) Supply of stretchers, first aid kits and rescue facilities in general.

c) Safe shoring and suitable barriers and warning signs for any excavation pits.

d) Provision of effective safety clothing including safety helmets and safety boots for all
personnel including the Engineer, the Employer's staff and representatives and any authorized
visitors to the site.

e) Proper control of water including provision of ample dewatering and stand-by pumping
plant.

f) Provision and maintenance of suitable lighting to ensure that the Works are adequately
illuminated at all times, including appropriate spares and stand-by equipment.

g) Provision and maintenance of safe and effective lifting equipment, including ropes, slings,
pulleys and other lifting tackle, each appliance having a valid testing certificate, as appropriate.

h) Provision of safe and easy access to the works.

i) Provision of notices written in Nepali and English to be erected at points likely to be used by
the public, which shall warn the public of the existence of the Works. These notices shall be in
addition to any statutory requirements demanded of the Contractor.

1.5.3 Traffic Management


Contractor shall as part of his HSES Program issue and implement traffic management plan
and procedures for all traffic within the site.

The plan and procedures shall as a minimum address the following issues:
 Access control to the site
 Adequate signs and information boards
 Speed limits

The traffic management plan and procedures shall be approved by the Engineer.

1.5.4 Medical Services


Contractor shall be responsible for all medical and first aid services required for his staff. His
medical services shall have capacity to serve the Employer and Engineer as well who shall pay
for the services at costs reflecting normal prices for such services in Nepal. The first aid station
shall be located close to the Contractor’s office compound, and shall be properly equipped with
sufficient medical equipment and supplies of medicines. The first aid station shall as a
minimum have a full time Health Assistant and Auxiliary Health Worker.

The Contractor shall have an agreement with at least one of helicopter companies in Kathmandu
for quick evacuation in case of serious accidents.

9
Bid Document Specifications

The first aid station shall be established latest 30 days after the Commencement Date. Prior to
this, Contractor shall provide temporary medical facilities as required for the preliminary and
initial works at site.

1.6 Environmental Protection


1.6.1 General Requirements
The Contractor shall take all reasonable precautions to avoid unnecessary environmental
disturbance or damage by his construction activities. This applies to all construction sites,
roads and borrow areas, and also to the surrounding area with communities which may
be adversely affected by the Contractor's operations. In particular his measures shall
include, but not be limited to the instructions for work performance given in the following
sub-clauses. The Contractor shall also comply with environmental regulations issued by
the Government of Nepal and with requirements issued by other relevant Nepalese
authorities, to the extent that such regulations and requirements apply to the project.

1.6.2 Spoil Disposal


Surplus materials from excavation shall be disposed at locations approved by the Engineer. All
spoil dumps shall be established in accordance with plans and drawings, prepared by the
Contractor and approved by the Engineer, showing sub-drains, final geometry, erosion
protection and surface drainage. The dumps shall be filled to design lines and levels and shaped
to blend in with the landscape. All permanent surfaces shall be shaped to stable slopes.

The Contractor may dispose of spoil at locations not indicated for such purpose on the Drawings
only after approval by the Engineer. In such case, the Contractor shall submit to the Engineer
in due course a plan for the disposal including detailed drawings as indicated above. All permits
required for spoil deposal from the Authorities shall be obtained by the Contractor.

1.6.3 Erosion Protection


Where there is a risk of severe erosion occurring on slopes of temporary or permanent works,
the Contractor shall implement measures to safely carry water away from the areas to minimize
erosion and to prevent eroded material from being carried into water courses.

1.6.4 Water Pollution


The Contractor shall take all reasonable precautions to avoid contamination of groundwater or
release of pollutants to creeks and rivers. Such pollutants include also untreated sewage,
petroleum products, biocides and any chemical product foreign to the natural environment. Fuel
and oil storage shall be located well away from water courses and be provided with interceptor
traps so that accidental spills do not contaminate the aquatic environment. All waste oil shall
be stored and disposed of at appropriate waste handling standard.

The Contractor is responsible for providing necessary permits from the Authorities for surface
discharges and effluents.

1.6.5 Reinstatement of the Site


Before completion of the Works, the Contractor shall remove temporary tracks, temporary
stockpiles etc. as required by the Engineer, and shall restore all disturbed areas by shaping such
areas to fit in with the local topography as appropriate On completion of the Works, the
Contractor shall, unless otherwise agreed by the Engineer, remove from the Site or dispose of

10
Bid Document Specifications

in accordance with the Contract all his temporary Site installations and structures, surplus
materials, construction plant and equipment, and all rubbish, debris and scrap. The Contractor
shall leave the Site in a clean and tidy condition in all respects to the approval of the Engineer.
Should the Contractor fail to complete this work within 90 days of the issue of the Taking over
Certificate, the Employer may decide to have the work carried out by others and the expense
incurred by the Employer in so doing shall be deducted from the Contractor's final payment.

1.7 Employer's Use of Contractor's Temporary Works.


The Contractor shall during the progress of the Works allow the Employer, the Engineer and
other contractors employed by the Employer in connection with the Works, the reasonable use
of the temporary works and services. Except for Items which are designated for payment in the
Bill of Quantities, the cost of such assistance shall be deemed to be included in the rates and
lump sum prices in the Bill of Quantities.

1.8 Materials, Plant and Workmanship


The workmanship and all materials and plant incorporated into the Permanent Works shall,
except where specified otherwise, comply with the latest issues of the Standards and Codes of
Practice, as directed by the Engineer.

The Contractor shall keep at his site office a copy of all relevant standards and codes referred
to in the Specifications.

Where the Contractor is not bound by the Contract to a particular standard or code, he shall,
free of charge, furnish the Engineer with two English language copies of the Standard or Code
of Practice according to which he intends to supply materials or carry out work. If not supplied
by the Contractor in due time, Engineer may request such documents. The copies shall then be
provided within 21 days of the request being made. Where proprietary products are specified,
similar products from other manufacturers will be permitted only if the Contractor demonstrates
the product's equivalence to the specified product to the satisfaction of the Engineer.

Where required, the Contractor shall submit for the approval by the Engineer samples and test
reports of proposed materials. Such samples shall be kept by the Employer for reference.

Materials or plant approved by the Employer shall not be replaced by other similar materials or
plant from the same manufacturer or from other manufacturers or suppliers without the prior
approval of the Engineer.

If in the judgement of the Engineer any materials or articles brought onto the Site are found to
be of inferior quality to that required by the Contract or in any way unsuitable, such materials
or plant shall forthwith be removed from the Site.

1.9 Drawings and Design


The drawings issued for the purpose of tendering are not valid for construction. Based on the
Contractor's Programme the Engineer will in due course issue drawings, which shall be valid
for construction. The Contractor shall carefully review all such drawings and shall advise the
Engineer of any errors or omissions within 10 days of receipt after which time the Contractor
shall be deemed to have accepted the drawings.

Certain of the temporary works shall be designed by the Contractor himself. This applies to:

11
Bid Document Specifications

 All temporary Site works, installations and facilities


 All temporary excavations (slopes, bracings etc.)
 All temporary support works in tunnels
 Certain connecting roads within the Site Area

Contractor’s design of such works shall be presented to the Engineer for approval at least 20
days before the work starts.

1.10 Site Meetings


Site meetings will normally be held monthly, but will be called for whenever the progress of
the work so requires, or when required by the Employer or the Engineer. The Contractor shall
be represented at all meetings by a responsible representative who has the power to commit the
Contractor in all matters concerning the Contract.

Minutes will be issued by the Engineer and submitted to the Contractor at Site. If no comments
are given in writing within 7 days from the receipt, the Minutes are deemed to be accepted by
the Contractor.

1.11 Site Register


The Contractor shall keep a site register wherein full details of all work carried out each day
shall be recorded. The register shall be available for inspection by the Engineer any time during
normal office hours. At least the following details shall be included:

- Location of the various works undertaken

- Type and amount of work achieved

- Number of employees and plant working

- Tests carried out and results

- Weather conditions

- Inspections carried out by the Engineer

- Visitors.

1.12 Contractor's Camps, Offices, Canteen, Workshops etc.


The Contractor shall at all times provide adequate accommodation and recreational facilities
for his workforce.

The exact location and layout of the camp site, buildings and any other facilities as may be
required in connection with the camp shall be approved by the Employer. The Contractor shall
obtain the necessary approval from the relevant authorities in connection with the establishing
of such camps, buildings and other temporary facilities.

Unless otherwise instructed, the Contractor shall dismantle and remove all such structures and
facilities upon completion of the Contract after receiving approval in writing from the Engineer,

12
Bid Document Specifications

and shall restore the site, as far as practicable, to its original condition and leave it neat, tidy
and stable to the satisfaction of the Engineer.

1.13 Contractor's Other Temporary facilities


1.13.1 Water Supply
The Contractor shall make all provisions for the supply of water required for the execution of
the Works as well as adequate quantities of potable water for the Contractor's camps, offices,
workshops etc. and at every place of working. The Contractor shall be responsible for ensuring
that he has sufficient water to satisfy demand at all times. Water sources shall be approved by
the Engineer.

The temporary water supply system shall be designed, constructed, operated and maintained
by the Contractor throughout his work.

1.13.2 Sewerage System


The Contractor shall design, construct, operate and maintain throughout the period of his work
a sewerage system from camps, offices, workshops etc. comprising collection, treatment and
disposal.

1.13.3 Solid Wastes


The Contractor shall make all provisions for collection and disposal of solid wastes from camps,
offices, workshops etc. and all places of work. Methods of collection and disposal shall comply
with relevant regulations and be subject to approval by the Engineer.

1.13.4 Power Supply


The Contractor shall arrange uninterrupted supply of electric power for construction Works
and lighting as required for his camps and all offices, workshops, storage and working areas
etc. and for all construction sites of the Works. The Contractor may require to supply power to
the Client and to the Army Camp at the bunker of explosives.

Power supply for construction, contractor’s own needs and for general use in offices and
working areas shall be paid in lump sum basis as specified in BoQ .

At the completion of the Works, the temporary power supply facilities and temporary
distribution lines shall be removed unless they are transferred to and taken over by the
Employer.

Power Supply from Public Network:


Nepal Electricity Authority, Bajhang Distribution Centre is expanding 11 kV electricity line at
Talkot Rural Municipality. The contractor may use the existing NEA line, if available during
the construction time.

Power Supply from Diesel Generating Equipment:


The Contractor shall supply, Delivery, install and operate at least three (3) numbers of diesel
generators (2 for operation and 1 for spare) of required capacities for the construction of adit
tunnels (III, V and VI). The Contractor shall evaluate the total power requirements based on
the construction method and as specified in the Contract.

13
Bid Document Specifications

The location of the diesel generator sets shall be at proper place, but in any case shall not be
within reasonable distance of any housing or accommodation area or public or domestic
buildings unless the Contractor installs special sound insulation to reduce the noise level in any
such area to the satisfaction of the Engineer. All generator plants shall in any case be adequately
silenced and located so as to keep the noise level at the nearest housing or office area below 65
dB(A).

The Contractor shall operate and maintain the diesel generators for uninterrupted construction
power supply and shall store adequate quantity of fuel at the site. Payment for the electric power
supply from the diesel generating equipment shall be made as according to the Bills of
Quantities. The mode of payment includes:

1st Installment = 30 % of the total cost after supply, delivery, installation and Operation of
three (3) generators at Site.

2nd Installment = 30% of the total cost after completion of 400m excavation of Adit tunnels as
certified by the Engineer/Employer.

3rd Installment = 25% of the total cost after completion of 750m excavation of Adit tunnels as
certified by the Engineer/Employer.

4th Installment = 15% after completion of the remaining work.

After successful completion of construction of adits, the DG sets shall be the property of
contractor.

1.13.5 Communication
The Contractor shall be responsible for the installation, operation, and maintenance throughout
the duration of the Contract of a reliable communication system for his own need on the Site.
This shall include communication between the Site offices, between the offices and the work
places, and externally to the public network.

1.13.6 Explosives
The Contractor shall provide suitable storage and transport for explosives to be used. The
Contractor has full and sole responsibility also during blasting operations and shall adhere to
all relevant laws and regulations of Government of Nepal.

1.14 Dewatering
The Contractor shall plan, design, construct and maintain all necessary works for drainage and
dewatering in order to keep the tunnel face dry and the access in the tunnel in good condition
at all times. The Contractor may enter into an agreement with the main contractor for taking
over the dewatering arrangement. Otherwise the Contractor shall remove all temporary works
for dewatering at completion of his works. The Contractor shall not interfere with the natural
flow of water for any purpose whatsoever without the approval of the Engineer.

1.15 Equipment and Materials


The Contractor shall provide sufficient equipment, spares and materials to ensure continuity
and proper completion of his operations, including, but not limited to power generating sets,
earthwork equipment, concrete mixing and transportation equipment, grouting equipment,

14
Bid Document Specifications

dewatering equipment and other key plant and equipment required to ensure progress of the
tunnelling work. The stock of general supplies and construction materials at Site shall always
be sufficient for 15 days uninterrupted operation.

1.16 Quality Assurance and Testing


1.16.1 General
Detailed QA / QC procedures shall be submitted for approval/comments by the Engineer,
within 28 days after Letter of Acceptance. The Engineer will either approve the quality
procedures or require reasonable amendments to be made. The Contractor shall carry out all
such amendments within 14 days and re-submit the documents to the Engineer for approval.
Works carried out prior to approval of the Contractor's quality procedures shall require separate
approval of individual quality plans for each of such works, with exception of preliminary and
general works, and site surveys. The Contractor’s quality system shall comply with the latest
edition of ISO 9001 and with the requirements for quality assurance and testing as set out below
and in other sections of the Contract. It shall be the responsibility of the Contractor to
demonstrate to the Engineer that compliance with the specified requirements is achieved.

1.16.2 Quality Assurance Procedure


The Contractor shall prepare a set of co-ordinated quality procedures designed to ensure that
materials and workmanship by himself and his Subcontractors will meet the specified
requirements for quality.

The procedures shall comply with the quality systems the Contractor proposes for use on the
Contract. The procedures shall include as a minimum.

1.16.3 Management Structure

The proposed contract management structure includes identifying personnel responsible for the
overall management and control of the Contract, and the site representatives responsible for
quality control.

1.16.4 Subcontractors
Description of how the quality standards of subcontractors, if any, will be supervised and
monitored.

1.16.5Materials
Description of how materials suppliers will be controlled to ensure that only materials
complying with quality standards are produced and delivered to site, and methods for
identifying and removing from the site any non-conforming materials.

1.16.6 Quality Record


Description of how quality will be recorded, samples of standard records and methods for storage,
retrieval and maintenance of these records.

1.16.7 Non-Conformance
Details of how materials or Works, which do not conform to specified requirements, will be
identified, corrective action determined, evidence of corrective action being taken and methods
to avoid future non-conformance.

15
Bid Document Specifications

1.16.8 Quality Control Testing


The Contractor shall prepare, and update daily, control charts or graphs of the results of quality
control tests. A separate control chart or graph shall be kept for each type of procedure or test.
These charts shall be kept on display in an area at the Works site readily accessible to the
Engineer. A copy of the updated charts shall be provided to the Engineer twice a week.
All records shall be maintained on Site in a secure storage area. Access to inspect and peruse
these records shall be provided by the Contractor at the request of the Engineer.

1.17 Site Laboratory for Quality Testing


The Contractor shall establish a site laboratory appropriately equipped for quality testing at site
appropriate for the types and number of tests that shall be performed according to the
requirements of the Contract. The laboratory equipment shall be calibrated and in good working
condition. In case site laboratory could not be established the Contractor shall carry out the
testing of all construction materials as well as works at other places out of the site.

The Contractor shall provide required tools, consumables, forms, etc. and shall have the
responsibility of carrying out all testing of materials according to the Specifications and as
directed by the Engineer, and shall supply the Engineer with two copies of the results of each
test on approved printed forms. A third copy of the results shall be retained in the laboratory.
The Engineer will witness the testing at his own discretion. At the commencement of the Works
all testing equipment shall be calibrated to ensure accuracy of the testing in accordance with
the relevant Standards. The Contractor shall perform additional calibration from time to time
to ensure correctness and accuracy of the equipment and shall ensure that all equipment is kept
in good working order.

Mainly Testing procedure are divided in 2 main parts,

A) Laboratory Test: This tests includes the test at laboratory. The Contractor may set the
testing equipments at the site office allocated for these type of tests. The numbers of
test include:

Laboratory Tests Unit Quantity


Dry Density Set 6
Saturated Density Set 6
Water Absorption Test Set 6
Water Content Set 6
Specific Gravity Set 6
Void Index Set 10
Porosity Set 6
Uniaxial Compression
Set 6
Strength (Saturated)
Uniaxial Compression
Set 6
Strength (Dry)
Modulus of Elasticity &
Set 3
Poisson's Ratio
Triaxial Strength Test Set 3
Direct Shear Test Set 3
Slake Durability Set 3

16
Bid Document Specifications

Brazilian Tensile Strength Set 6


Petrography Test Set 3
Alkali Aggregation Test Set 3
Insitu core cutting
(strength test),Rebound
Test,Cube test , Pull out Job 1
test, Cement Test,
Reinfrocement Test

B) Insitu Tests

 Dialatometer Test
 Block Shear Test
 Core Drilling Works

1.18 Measurement and Payment


Preliminary and General Items shall be measured and paid at the prices stated in the Bill
of Quantities. The payment for the General Items included in the Bill of Quantities shall be
made eighty percent (80%) of the lump sum price stated in BOQ when the engineer judges that
said system is acceptably established and remaining twenty percent (20%) will be made after
the removal/ handover of the facilities.

Any required testing works where no provision have been made for testing in the site laboratory
shall be carried out at a qualified government or commercial laboratory in Nepal as approved
by the Engineer. Contractor shall arrange and pay for the test and no separate payment will
done for such works. The payment of such laboratory works shall be made as specified in the
Bills of Quantities after the completion of tests.

The mode of payment includes:

1st Installment = 20 % of the total cost after setup at the site.

2nd Installment = 80 % after the completion of all tests of the project as certified by
Engineer/Employer.

1.19 Road
Access roads should be constructed for adit III at Rumalia Gad, adit V at Basti Gaun and adit
VI at left bank of Sitalikhola. At least one vehicle should easily pass along the road. The
payment of access road shall be done in running meter basis as specified in the Bill of
Quantities.

17
Bid Document Specifications

2 SURVEYING WORK

2.1 Scope
This chapter specifies requirements for all surveying works, above ground and underground.
General surveys will not be paid separately. Costs for all the survey works shall be included in
the unit rates of the Priced Bill of Quantities.

2.2 Survey by the Employer


The Employer has performed a geodetic base study for the project area. The Contractor shall
identify and check the control points at the start of the Works. The maps that have been
produced during previous studies will be made available to the Contractor upon request. The
use of these maps does not relieve the Contractor of his sole and exclusive responsibility for
the accuracy of the survey and measurements of the Works. The Contractor shall, at his own
cost and under his own responsibility give special attention to verifying, confirming or
otherwise amend the information given in the available documents, whenever he is responsible
for application of the information.

2.3 Services by the Contractor


2.3.1 General
The Contractor shall provide all services for geodetic survey and measurements as required for
the execution of the works and performance of all obligations under the Contract. The
Contractor shall clear and maintain sight lines to establish direct view between neighbouring
control points as necessary in the basic network. He shall secure and maintain all control points
until his works are completed and he shall re-establish to the same standard any point damaged
or destroyed during the construction period.

2.3.2 Setting out for the Works


The Contractor shall check all GPS monuments, benchmarks and other relevant data in the
basic networks established previously, to confirm co-ordinates, elevations, distances and
directions, submit a report showing the results of control measurements and in writing approve
their sufficiency for his works or propose corrections.

Based on these data, the Contractor shall establish all additional control points and benchmarks
necessary to determine the exact alignment of the access tunnel. It is the Contractor's
responsibility to maintain all control points. Control points shall be the centre of a 12 mm
diameter pin set to protrude 3 mm above the top of a 0.25 x 0.25 x 0.30 m deep concrete block,
embedded 0.25 m into the ground. The level and/or other markings shall be painted on the
surface of the concrete block as directed by the Engineer.

The Contractor shall set out the lines and levels of surface excavation and earth works at
intervals of not more than 25 m or as required for constructing the works. For the tunnel
excavation the Contractor shall establish, and continuously extend, an at all time available
alignment and benchmark control system for checking the location of the working face and
setting out the next round. A properly maintained laser based system is required. Tunnel control
surveys, based on the GPS basic control network, shall be carried out when the tunnel has been
excavated through the curve and further 200 m of the straight alignment. A comprehensive
report from such basic controls shall be presented to the Engineer.

18
Bid Document Specifications

During excavation the Contractor shall use a continually operating laser-based guidance
system. Geometric control shall take place as soon as possible after excavation, and before any
application of sprayed concrete.

The Contractor shall put chainage marks on the tunnel wall at 10m intervals. The chainage
marking shall be carried out with clearly visible spray paint, and the accuracy shall be within
250 mm.
The Contractor shall take full responsibility for the correctness and accuracy of his survey work
and for the actions of the personnel engaged in it. He shall supply all such stakes, templates,
ranges, gauges, precision survey instruments and other tools and materials required, and all
labour necessary in setting out and checking any part of the work.

The Contractor shall submit comprehensive reports on all his survey and setting-out work, for
control and approval by the Engineer. Any control by the Engineer shall not relieve the
Contractor of his full responsibility for the accuracy of measurements and for structures, and
parts thereof, having positions and dimensions within the tolerances specified.

2.3.3 Survey Points and Benchmarks


2.3.3.1 Temporary Survey points and Benchmarks
All fix-points, benchmarks and survey points established by the Contractor shall be firmly
secured in their fixed positions, well protected and clearly marked. All such points and marks
shall be maintained for the Engineer's control survey. The Contractor shall, without additional
payment, at any time on the request of the Engineer:

a) Expose covered survey points

b) Shift machinery and equipment out of the required sight lines

c) Halt construction work, drilling, mucking and machine operations

d) Restrict or stop traffic of persons or vehicles near instruments or in sight lines

e) Provide materials, tools, stakes, marks and an adequate number of assistants as directed by
the Engineer

f) Clear bushes, remove obstacles and level off ground to a required extent for the Engineer's
auxiliary surveys

g) Properly re-install lost survey points which are still required.

2.3.3.2 Permanent Survey Points and Benchmarks


The Contractor shall supply and install additional survey points and benchmarks to be left as
future reference points. The Contractor may install such points as the work progresses, and use
them for his setting-out work during the construction period.

Permanent survey points and benchmarks shall be firmly anchored to solid rock or to concrete
structures by grouted bolts. A clearly visible template in stainless steel shall, similarly, be
anchored next to the point where the number, designation and geodetic data of the point are

19
Bid Document Specifications

clearly and durably engraved. Exact location and installation details shall be presented for and
approved by the Engineer.

2.3.3.3 Survey for Measurement of Quantities


The Engineer shall be given due notice of the Contractor's intention to carry out quantity
surveys to enable him to attend and witness such surveys.

The Contractor shall carry out and provide all personnel, equipment and materials required to
effectuate surveys and to determine the quantities of work performed. Measurement of existing
surface profiles, intermediate and final excavation and fill lines and related fieldwork shall be
carried out as specified in the Contract or as required for proper documentation of records or
and as approved by the Engineer.

All the survey works required in works items shall be included in the rate of work items in the
bill of quantities. No separate pay shall be made under the heading of surveying works.

2.4 Measurement & Payment


No separate pay shall be made under the heading of surveying works.

20
Bid Document Specifications

3 EARTHWORKS

3.1 General
Earthworks shall refer to site clearance and work carried out in earth (soil) and rock materials.
Rock excavation is treated in Chapter 5.

Unless otherwise specified, the Contractor shall carry out all earthworks in accordance with
direction of the engineer. The Contractor shall be responsible for the management and sorting
of all excavated and borrowed materials to enable the placement and disposal of materials in
accordance with the Contract. Excavated materials shall, according to their nature and to the
Contractor's materials management plan, be placed as fills in their final locations in the Works,
stockpiled for later placement, or removed to a nominated or approved spoil disposal area. All
excavated materials belong to the Employer and no material shall be removed from the Site
without the written approval of the Engineer.

The design lines and levels of excavations shall be defined as those shown on the Drawings or
specified in the Contract, or as adjusted or otherwise determined by the Engineer.

Excavations shall be taken to the design lines and levels or to such other limits as the Contractor
may require enabling him to construct the Works in accordance with the Contract. Excavation
beyond the design lines and levels made without the Engineer's direction or approval, including
but not limited to, excavation to provide working space and excavation below approved
stripping levels, shall be backfilled with approved material unless otherwise specified or
approved, and at the Contractor's expense. Save and except as specified below, the Contractor,
having due regard for safety and stability considerations, shall bear sole responsibility for
determining the method and extent of all excavations, and no warranty is given or implied by
the Employer that excavations will be stable under all conditions if excavated to the design
lines and levels. The exceptions to the foregoing shall be the following works, in respect of
which the Engineer shall specify the final extent of excavations:
Permanent batters of excavations;
 Foundations surfaces for structures and fills forming part of the Permanent Works.

Excavations, whether permanent or temporary, shall be braced, battered, benched or otherwise


shaped and/or supported in accordance with the requirements and recommendations of BS 6031
and in a manner consistent with the Contractor's obligations to provide a safe working
environment for all personnel. Excavations shall be adequately protected by barriers and/or
signed by warnings such that people and equipment are not endangered.

Unless otherwise specified or approved by the Engineer, earthworks shall be maintained in a


dry, dewatered state at all times. The Contractor shall to the extent practicable divert surface
water away from earthworks and shall minimise interference with natural drainage lines. Water
diverted away or removed from earthworks shall be controlled and disposed of in accordance
with the provisions of Chapter 8 Drainage and erosion protection.

3.1.1 Definitions
The following definitions shall apply to earthworks:

1) Topsoil is defined as the top layer of soil containing fine roots and decomposed organic
matter.

21
Bid Document Specifications

2) Soil is defined as all materials other than topsoil or rock. Weathered rock that can be
excavated by thirty tons excavator with backhoe with teeth, or equivalent equipment, and
blocks less than 1 m³ shall be classified as soil.

3) Rock is defined as all materials which require blasting, or the use of compressed air drilling,
or the use of pneumatic tools for their removal, and which cannot be excavated by thirty tons
excavator with backhoe with teeth, or equivalent equipment. Boulders larger than 1 m3 shall
be considered as rock.

4) Fill includes the supply, hauling, placing and compaction of suitable soil or rock materials
as backfill, embankments etc. Fill shall include the supply, hauling, placing, compaction and
placing suitable soil or rock materials in backfill or embankment fill, in accordance with these
Specifications and to the lines, levels, grades, dimensions and cross sections shown on the
drawings or as required by the Engineer.

a) Suitable material shall comprise all material that is acceptable for use in the works and which
is capable of being compacted to form a stable fill in accordance with the Specifications having
side slopes as indicated on the Drawings.

b) Unsuitable material means other than suitable material and includes:


 All material containing more than 5 percent by weight of organic matter (such as topsoil,
material from swamps and marshes, peat, logs stumps and perishable material).
 Materials that cannot be adequately compacted due to excessive moisture content.
 All material with a 4 day soaked CBR -value (AASHTO T193) of less than 5 percent
at 96 percent MDD (AASHTO T99).

c) Structural backfill shall comprise blasted rock or sandy gravel. The material shall be well
graded. Contents of fines (passing sieve size 0.075 mm) shall be maximum 5%. Maximum
stone size shall be 2/3 of the thickness of each compaction layer and maximum 300 mm.

d) Rockfill shall comprise blasted rock of high permeability. Contents of fines (passing sieve
size 0.075 mm) shall be maximum 5 % and maximum stone size 2/3 of the given layer
thickness. High Quality Rockfill shall be defined as rockfill produced from rock with a uniaxial
compressive strength of minimum 40 MPa and weathered to a degree not more than “slightly
weathered”.

e) Drainage zones shall consist of processed blasted rock or gravel/stones of size 50 - 100 mm.

f) Filter zones shall consist of 0 - 60 mm blasted rock or sandy gravel with maximum 2 % fines
passing sieve size 0.075 mm (non-cohesive). Filters next to core materials in earth or rockfill
dams shall be in accordance to the filter criteria of ICOLD, Bulletin 95, 1994.

g) Low permeability materials shall comprise clayey or silty materials with 20 - 75% passing
sieve size 0.075 mm and maximum particle size 100 mm and placed at a moisture content at
approximately 2 % above the optimum water content (AASHTO T99).

h) Erosion protection material: Reference is made to Chapter 8

22
Bid Document Specifications

3.1.2 Reference Standards


All materials, equipment and workmanship incorporated in the Earthworks shall, except where
specified otherwise or where specific standards are referred to, comply with any of the latest
issues of the Standards and Codes of Practice, as relevant and appropriate, published by the
following organisations:
The Nepalese Building Control Act
 Nepalese Standard Specification of Materials and Workmanship for Building Contracts.
 ASTM: American Society for Testing and Materials
 AASHTO: American Association of State Highway and Transportation
Officials
 BS: British Standards Institution
 CEN: European Committee for Standardization
 COPANT: La Comisión Panamericana de Normas Técnicas
 ICOLD: International Commission on Large Dams

The list of standards for Earthworks includes, but is not limited to, the following standards:
BS 6031 Code of Practice for Earthworks
 BS EN 1997-1 Eurocode 7: Geotechnical Design – Part 1: General Rules
 AASHTO T99 Standard Method of Test for the Moisture-Density Relations of
Soils Using a 2.5 kg Rammer and a 305 mm Drop (modified Proctor test)
 AASHTO T193 Standard Method of Test for the California Bearing Ratio

3.1.3 Documents
The Contractor shall prepare and submit documents to the Engineer in accordance with
requirements in Chapter 1 Preliminaries and general provisions, and the following Table 3-1:

Table 3-1: Documents to be prepared and submitted by the Contractor


Issue
Issue for Issue
Documentation for
approval time
info
Record profiles/drawings of ground level surveys
of all * 2F
areas to be excavated or filled.
Record profiles/drawings of level surveys taken
for the
purposes of measurement of quantities of * 2T
excavation
or fill.
Proposed excavation plan showing solutions and
possible actions to ensure satisfactory stability of
* 4F
open
cuts
Proposed plan for deposits of different materials,
soils
or rock, spoils or temporarily stockpiles for later
* 4F
use.
The plan shall include proper actions for ensuring
satisfactory stability during rain and floods.

23
Bid Document Specifications

XF = X number of weeks prior to start of manufacture/work as applicable.


XT = X number of weeks after completion of test/inspection/work as applicable

3.2 Clearing and Grubbing


3.2.1 General
The Contractor is responsible for all clearing and grubbing of all temporary areas, areas for
spoil deposit, access road leading up to the spoil deposit and of areas for permanent roads and
facilities as indicated on drawings. The works shall include clearing of designated areas of all
trees, down timber, snags, rubbish, bushes and other vegetation, and shall include grubbing up
roots and stumps and disposing of all material resulting from the clearing and grubbing. It shall
also include the demolition, removal and disposal of structures that obstruct the work.

Attention is directed to the Contractor's obligations under Nepalese law and under this Contract
with regard to damage, particularly with regard to protection of property and landscape and to
responsibility for damage claims.

Existing roads, property, utilities, services and areas designated for preservation shall be
protected from damage that could result from the Contractor's operations.

3.2.2 Clearing
Clearing shall consist of the removal and disposal of everything above ground level including
overhanging branches except those items the Engineer directs to be left undisturbed. The
material to be cleared shall include, but not be limited to trees, stumps, logs, bushes,
undergrowth, grass, crops, loose vegetable matter and structures unless provided for elsewhere.

Felling, trimming or removal of trees shall be restricted to the minimum practicable for the
execution of the Works. The Contractor shall protect from damage all trees designated by the
Engineer. Except for large trees, clearing shall not extend more than 3 m beyond the limits of
excavation or fill without the Engineer's written permission. The Contractor shall demolish,
break up and remove any structure and superficial obstructions on the Site that could be in the
way for or otherwise affect the Works, unless such structures or obstructions are designated for
preservation. He shall clear each part of the Site at such times and to the extent required and
approved by the Engineer. Materials removed in clearing operations shall be burned to their
minimum practical volume and buried in spoil disposal areas with a minimum cover of 500
mm of earth and/or rock spoil, or shall be otherwise disposed of or stored according to the
Environmental Management and Action Plan or as approved by the Engineer. Burning of
cleared materials shall be done in such a manner and in such locations as to cause the least fire
risk. The Contractor shall take special precautions to prevent fire from spreading and shall have
available at all time’s suitable equipment and supplies to prevent and suppress any fire.

3.2.3 Grubbing
Grubbing shall consist of the removal and disposal of stumps and roots to a depth of at least
200 mm below cleared level. Any holes left below permanent level after grubbing of stumps,
roots etc. shall be backfilled with suitable material and compacted in accordance with these
specifications. Grubbing of channels and ditches will be required only to the depth necessitated
by the excavation within these areas.

24
Bid Document Specifications

3.3 Topsoil Excavation


Topsoil excavation shall consist of removal and stockpiling of all organic topsoil in an
operation separated from soil excavation in all areas for excavation, below embankments,
foundations, permanent roads and where the topsoil is not of adequate quality for temporary or
permanent areas, as directed by the Engineer.

The stockpiled topsoil shall be used for reinstatement of excavated areas and for landscaping
as directed by the Engineer.

3.4 Soil Excavation


3.4.1 General
The Contractor shall carry out the excavation of cuts in accordance with the Contract and shall
adhere to the lines, grades, depths and levels shown on the Drawings, unless directed otherwise
by the Engineer.

The Contractor shall notify the Engineer sufficiently in advance of the beginning of any
excavation so that profiles and measurements may be taken of the undisturbed ground.
These measurements shall be performed by the Contractor. The natural ground adjacent
to the planned excavations shall not be disturbed without permission of the Engineer.
Excavated materials shall, according to their nature and to the Contractor's materials
management plan, be placed as fills in their final locations in the Works or stockpiled for
later placement, or removed to a nominated or approved spoil disposal area. Boulders
and rock suitable for erosion protection shall be sorted out and stored separately for later
use as instructed by the Engineer. All excavated materials belong to the Employer and no
material shall be removed from the Site without the written approval of the Engineer.
Any excess excavation outside the design limits shall be made good by backfilling with
suitable material compacted in accordance with the Specifications, and at the
Contractor's expense.

Boulders, logs and other unsuitable and non-approved material encountered in excavation shall
be removed.

The cut slopes shall be cleared of all loose and unstable stones and boulders. Excavations shall
be cleaned of all loose and disturbed material and cut to a firm surface, either levelled or
terraced, as specified or shown on the Drawings or directed by the Engineer.

Stones and boulders that jut out of the excavated surface with more than 100 mm are not
acceptable in permanent cut slopes. The Contractor shall remove such stones and boulders to a
depth of min. 500 mm normal to the slope line and build up the resulting hollows with materials
approved by the Engineer so as to ensure an even and solid surface. Demolition by drilling and
blasting or by hydraulic chisel hammer may be necessary before excavation and shall be
included in the prices for the excavation work. Necessary ditches shall be excavated together
with the main excavation. The Contractor shall make all necessary precautions to take care of
surface water during the construction period without causing erosion damage. All ditches shall
have proper gradient towards natural run-off, ditches or pump sumps. Reference is made to
Chapter 8 Drainage and erosion protection.

Shaping of the excavated surfaces, including removal of stones and boulders as specified above,

25
Bid Document Specifications

and compaction of the bottom when required shall be included in the prices for the excavation
work.

3.4.2 Stability and Safety of Excavations


The Contractor, having due regard for safety and stability considerations, shall bear sole
responsibility for determining the method and extent of all excavations.

No warranty is given or implied by the Employer that temporary excavations will be stable
under all conditions if excavated to the design lines and levels.

All the necessary measures, efforts and actions to ensure sufficient stability and safety of
temporary excavations/slopes for which the Contractor is responsible shall be included in the
prices for the excavation work.

3.4.3 Open Cut for Tunnel Adits


The Contractor shall be responsible for the stability and safety of the temporary cuts in the open
cut area. Approval by the Engineer of the documentation required in this respect will not relieve
the Contractor of his responsibility. Start of work shall be subject to the Engineer’s approval.

Proposed excavation plan, stability calculations and possible measures to ensure satisfactory
stability of the temporary cuts and satisfactory safety conditions shall be submitted to the
Engineer for approval minimum 21 days prior to the start of excavation.

3.4.4 Structural Excavation


After excavation is completed, the Contractor shall notify the Engineer. No footing/bedding
material or structure shall be placed until the Engineer has approved the depth of excavation
and the characteristics of the foundation material.

Special care shall be taken not to disturb the bottom of the excavation. When, in the opinion of
the Engineer, the foundation material is soft, dirty or otherwise unsuitable, such material shall
be replaced by suitable compacted structural backfill material or concrete as specified or shown
on the Drawings or directed by the Engineer. If foundation fill material is required, such
material shall be placed and compacted in layers not more than 150 mm thick to minimum 100
percent MDD (AASHTO T 99).

3.4.5 Use of Materials


Excavated materials shall be used for forming of fills of access road or spoiled as approved by
the Engineer. Spoiled materials shall be kept separate as for topsoil, suitable soil, unsuitable
soil, and rock. Unless designated by the Employer or Engineer, spoil areas shall be proposed
by the Contractor and approved by the Engineer.

No excavated suitable material other than surplus to requirements shall be spoiled or removed
from the Site except on the direction of the Engineer. Should the Contractor be permitted to
remove suitable material from the Site to suit his operational procedure then he shall make good
at his own expense any deficit of filling that might arise there from.

Where excavation reveals a combination of suitable and unsuitable materials and the Engineer
considers it practicable, the Contractor shall carry out the excavation in such a manner that the

26
Bid Document Specifications

suitable materials are excavated separately for use in the works without being contaminated by
the unsuitable materials.

All materials considered as unsuitable by the Engineer shall be removed from road subgrades
or final excavated or filled levels to such a depth as the Engineer directs and replaced with
suitable material compacted in compliance with the Specifications.

3.4.6 Construction Tolerances


Unless otherwise approved, the lines and levels of completed earthworks surfaces shall not vary
from the design lines and levels specified in the Drawings, or directed by the Engineer, by more
than the values specified below. Measurement shall, however, be to theoretical levels and lines:

Type of Work Vertical tolerances in mm


Soil excavation: +0, -200
Evenness of excavated
permanent 200 mm measured along 5.0 m straight edge
slope surface
Sub-grade: ± 30

3.5 Measurement and Payment


Earthworks for mobilisation areas, camps, offices etc. and other temporary works will not be
measured for payment. Also cost of dewatering if required shall be included in the pay items
stated in the Bill of Quantities.

a) Clearing and Grubbing shall not be measured for payment. Costs for cleaning and grubbing
shall be deemed to be included in the pay items stated in the Bill of Quantities.

b) Soil excavation shall be measured by volume in its natural state. Measurement of soil
excavation shall be made based on cross sections of the terrain after topsoil excavation and to
the exposed and cleaned rock surface where relevant, and to the lines, grades, dimensions, and
cross section shown on the Drawings or directed by the Engineer.

The quantities measured as specified in b) to above shall be paid at the contract prices included
in the Bill of Quantities, which prices and payment shall constitute full compensation for
furnishing all materials and works required to complete the specified work items according to
the requirements of the contract.

For all earthworks shaping, cleaning and other finishing of surfaces in cut and fill shall be
deemed to be included in the excavation or fill except where a separate item is included in the
Bill of Quantities for such work. Furthermore, all loading and transport to fill or spoil, and all
works required at the place of disposal, shall be inclusive. Any extra handling of materials if
required will not be measured and paid.

27
Bid Document Specifications

4 DRILLING OF HOLES, EXPLORATORY DRILLING AND


GROUTING

4.1 Scope
4.1.1 Coverage
This chapter specifies requirements for drilling of holes for ground water and seepage control
and all exploratory drilling and grouting in order to explore and modify the properties of the
rock through which the Works are to be constructed. The extent of such work depends on the
properties of the rock encountered during the tunnel excavation and shall be carried out as
directed by the Engineer.

4.1.2 Classification and Definition


Definition of grouting at the face and grouting behind the face, shall be similar as defined in
Chapter 6.1.2 Classification and Definition, under definition of “Support work at the face” and
“Support work behind the face”.

4.2 Reference Standards


The work shall be performed according to relevant standards, or if no standards exist, the work
shall be performed according to recognised practice approved by the Engineer.

4.3 Reference Standards


Submissions that the Contractor is required to make to the Engineer are described below. The
issue time defines the date that the Engineer shall receive the first issue of the documents:

XF = X number of weeks prior to start of manufacture/work as applicable.

XT = X number of weeks after completion of test/inspection/work as applicable.

4.3.1 Documents
The Contractor shall prepare and submit documents in accordance with Table 4-1.

Table 4-1: Submittals of Documents


Issue
Issue for Issue
Documentation for
approval time
info

28
Bid Document Specifications

Organisation plan for the Works showing


procedures
and materials for the work and the * 6F
responsibilities and
qualifications of the personnel
Log of all drilled holes * 1T
Specific grouting procedures, material,
composition, * 6F
properties and equipment

The Engineer’s approval does not relieve the Contractor of his sole responsibilities for efficient
and successful execution of the work.

4.3.2 Test Reports


The Contractor shall make tests and prepare and submit test reports in accordance with Table
4-2.

Table 4-2: Submittals of Test Reports


Issue
Issue for Issue
Item for
approval time
info
Characteristics of grout agents * 6F
Characteristics of packers and flexible hoses * 6F

The Engineer’s approval does not exempt the Contractor of his sole responsibilities for efficient
and successful execution of the work.

4.4 Drilling General


Drilling of holes for exploratory drilling, ground water control and rock mass grouting
encompasses:

Drilling of holes for exploratory drilling and grouting from the tunnel front or from elsewhere
in the tunnel at any angle as instructed by the Engineer.

Grouting works will be performed in the tunnel for control of permeability and influx of water
or for consolidation.

Grouting may be done either as cement grouting or as chemical grouting. Grouting operations
are not designed and specified in detail at the tender stage. The grouting works will be decided
and designed by the Engineer in co-operation with the Contractor during excavation.

The Contractor shall at any time during the progress of the Works provide and maintain
adequate equipment and materials with stand-by reserves to be able to carry out any drilling
and grouting operation ordered by the Engineer.

The grouting shall be supervised by an engineer with documented grouting and drilling
experience from similar works. At least one additional crew member shall document
appropriate experience.

29
Bid Document Specifications

The Contractor shall keep daily updated records and logs of all drilled holes, flexible grouting
tubes, water pressure tests and grout takes. The results shall be presented in numerical and
graphical format, comprising every borehole and every flexible tube with results of water
pressure tests, grout takes at the various depth intervals, and data for performance and applied
pressures. The boreholes and tubes shall be given a number, identifying location as well as
direction.

4.5 Equipment and Execution


4.5.1 Exploratory Drilling and Grouting
Percussion drilling equipment shall be used for drilling of exploratory drill holes, grouting
holes, control holes, sounding holes, and drainage holes etc. from the tunnel, if not otherwise
requested by the Engineer.

Percussion drilling equipment shall be capable of drilling holes up to 50 m length in any


direction. Percussion drilling equipment shall be available from start of excavation work. Bits
with a minimum diameter of 32 mm shall be used for drilling.

Equipment units for excavation and rock support work may be used when satisfying the above
requirements.
Water flushing shall be used during drilling of all grout holes. The use of grease or lubricants
on drill rods or use of mud for drilling is not permitted.

After drilling, the hole shall be flushed with water and air. Pumps for supply of air and water
for flushing shall be capable of delivering a pressure of minimum 10 bar.

The tolerance for collaring of drill holes is 0.20 m and for alignment deviation the tolerance is
4% of the depth of the hole.

All drill holes not designated for further use extending beyond planned excavation perimeter
shall be grouted with shrink compensated mortar.

4.5.2 Holes for other Purposes


The purpose of drilling is indicated under the payment items in the Payment Schedules. The
method of drilling is the choice of the Contractor. The Contractor shall be able to drill long
holes in all directions and within the drilling accuracy specified. Steering rods and special bits
may be required in order to fulfil these requirements. Efficient equipment is required in order
to secure an adequate advance according to the time schedule. Packers for water pressure testing
and grouting shall be available for all drill hole diameters.

All relevant field observations and measurements shall be logged.

Ground water monitoring shall be performed. Ground water levels shall be recorded twice a
shift for each hole during drilling operation.

4.5.2.1 Drilling Accuracy:


 Collaring = 0.20m
 Maximum deviation = 4% of drilled length

30
Bid Document Specifications

4.5.3 Flushing between holes


If flushing between holes is required, the Contractor shall have available a high capacity water
pump (min. 200 l/min. at 50 bar), air compressor and other equipment (radial flushing head)
needed for efficient flushing operation.

4.5.4 Grouting
Equipment both for cement grouting and chemical grouting shall be available and in working
order at any time at the site.

Each unit of equipment for cement grouting shall include, but are not limited to:
 Grout mixer
 Grout agitator
 Grout pump
 Flow meter, pressure gauges for air, water and grout supply lines, grout
supply, valves, packers and fittings to supply a continuous flow of grout and an
accurate pressure control

The Grout Mixer shall be a high-speed colloidal grout mixer. The mixer shall be capable of
mixing grouts with water/ cement ratios between 0.4 and 10. An accurate measurement of
materials shall take place at the mixer so that mix proportions can be exactly controlled. Cement
may be added to the mixer by weight or by volume. Each component added to the mixer shall
be measured to an accuracy of +/- 5 %. Minimum mixer capacity shall be 250 l.

The Grout Agitator shall be capable of keeping grout of specified water-cement ratios (between
0.4 and 10) in suspension. It shall be equipped with screen to remove particles not passing a
4.75 mm sieve. The sump shall be graduated to metric standards so that the volume of grout
injected into a hole can be measured accurately. The capacity of the agitator shall not be less
than twice that of the mixer.

The grout pumps shall be a progressive cavity, pulse free type, capable of handling thin and
viscous grouts with no pulse. The capacity shall be at least 0.08 m3 grout per minute at a
discharge pressure of 50 bar, and minimum 0.05 m3 per minute at 100 bar. The pump shall be
equipped with a pressure regulating device securing a maximum grouting pressure within ± 10
% of the required pressure. Required working pressure shall be maximum 120 bar.

Pressure gauges shall be Bourdon type or similar of heavy duty quality and shall measure
pressures as appropriate to the range of grouting pressure employed. Two pressure gauges shall
be supplied for the grouting plant, one at the header and one at the pump. In addition a pressure
recording unit shall be connected to the pressure line from the grout pump. The dial size of the
pressure gauge shall not be less than 150 mm. The pressure recording unit shall record the
pressure within ±1 bar. The records may be in analogue or digital form and with the possibility
of pressure readings every minute. The Contractor shall supply a calibrated master gauge for
each pressure range for checking the accuracy of all gauges used.

The pump and the connected agitator shall be located at a distance of maximum 30 metres from
any hole being grouted.

Packer dimension and construction of the packer shall correspond to the diameter of the drill
hole, to the drilling method used to produce the hole, and to the applied pressure. Double

31
Bid Document Specifications

packers and single packers shall be available. Disposable packers may be used if approved by
the Engineer.

For chemical grouting, suitable pumps as well as necessary accessories shall be available.
Required working maximum pumping pressure is 250 bar. Equipment shall be compatible with
grout data as given by manufacturer. Pumping capacity shall as a minimum be 4 l/min.

All grouting units shall at all times be clean and in proper working condition. The Contractor
shall supply sufficient operating personnel, supervision, labour, spare parts and tools to operate
the units at full capacity and top efficiency. A minimum of three grouting units of each type
shall be available at site.

The grouting plant shall be provided with satisfactory storage for supplies of grouting material
so that the operations may proceed without interruptions. The plant shall be provided with
suitable housing for protection against rain and direct sunshine. Flexible grouting tubes, both
for chemical and for cement grouting, will be required for contact grouting. Acceptable brands
are FUKO 2 for cement grouting and Multitect (ULTRA) or FUKO 1 for chemical grouting, or
equivalents.

4.6 Logging of Drill Holes


All drill holes shall be logged. The log shall include the following as a minimum.
 Precise location, direction and length of each hole
 Location of weakness zones, including notes on variation in penetration rate and colour
of returned flushing water. Location shall be recorded if loss of flushing water occurs.
 Location, nature and quantity of any occurrence seepage.

4.7 Grouting
4.7.1 Grouting Materials
4.7.1.1 Water
Water for concrete, mortar, grout or curing shall be clean, fresh and free from matter in solution
or suspension that may adversely affect the strength, durability or appearance of the Works or
cause corrosion on reinforcement and embedded items.

4.7.1.2 Cement
The cements to be used shall be fresh Portland Cements. Transport, handling and storage shall
conform to the requirements in the corresponding clauses of the specifications for cement to be
used in concrete or as recommended by the manufacturer.

The cement grout shall be of the stable mix type.

The following cement grout types may be used:

Grout type A:

Portland Cement conforming to ASTM C150 and having a specific surface of not less then 400
m2/kg (Blaine Value) with not more than 1% by weight being retained on a sieve 200 and with
stabilising and plasticising admixtures of micro silica (Elkem Materials Multi Grout Grout
Aid or equivalent) and superplasticisers (Sika-SP 40 or equivalent). The maximum bleeding
value shall conform to the recommendations of ISRM Commission on Rock Grouting, which

32
Bid Document Specifications

state that the grout suspension (with all additives) is considered stable when the sedimentation
rate ∆H/H after 2 hours remains under 5%. Water cement ratio: Typically 0.45 - 1.2. Marsh
funnel viscosity: 36-50 sec.

Grout type B:

The cement to be used shall be micro fine Portland cements with a specific surface of not less
than 650 m2/kg (Blaine Value), with not more than 1 % by weight being retained on sieve 30.
The maximum bleeding value shall conform to the recommendations of ISRM Commission on
Rock Grouting, which state that the grout suspension (with all additives) is considered stable
when the sedimentation rate ∆H/H after 2 hours remains under 5% Water cement ratio: Typical
0.45 - 1.2. Marsh funnel viscosity: 36 - 50 sec.

Grout type C:
A quick setting, fine grained grout with a pot life that can be regulated in a controlled manner
between 10 minutes and 1 hour for a mix in proportion 1:1, water/cement (weight) at 25o C.
Type: Accelerator aided mix designs or premixed blocker agents as Thermax + C-Max (Elkem
Materials-MultiGrout) or equivalent.

4.7.1.3 Admixtures
The Engineer may require the addition of materials other than those specified above in order to
improve the properties of cement grouts with respect to stability, pumpability, acceleration and
retarding, and penetration ability. Such admixtures shall include, but are not limited to, micro-
silica powder, as well as expanding, water reducing, accelerating and stabilising admixtures.

4.7.1.4 Chemical grouts


Chemical grouts may be required for special purposes.

The following chemical grouts may be used:

Grout type D: Polyurethane grout - TACSS 020 (De Neef) or similar.

Grout type E: Epoxy grout with extended potlife - Mapepoxy BI-R (Rescon Mapei) or similar.
Alternative products with documented similar properties will be accepted and may be offered
by the Contractor.

Transport and storage of chemical grouts shall be as specified by the manufacturer.

4.7.2 Cement Grouting


Grouting shall be done according to procedures and criteria approved by the Engineer. The
procedure for cement grouting starts with drilling of grout holes. Before grouting, the hole shall
be flushed for 3 minutes or until return water is clean. If the flushing reveals washing out of
material into neighbouring holes, a more comprehensive flushing has to be done.

For rock mass grouting at the tunnel face all holes drilled shall be grouted. Control holes shall
be drilled between grouted holes when the grout agents have set, and the grouting will continue
in a split spacing system until control holes demonstrate that the required permeability is
reached unless otherwise ordered by the Engineer. It will be assumed that the required

33
Bid Document Specifications

permeability is reached when the gross grout take in the control hole is below the limit defined
by the Engineer. Packer intervals shall be as directed by the Engineer.

Normally, cement grouting is to be performed at high pressure with a cement suspension


consisting of cement, water and admixtures as specified. The detailed procedure will be defined
during excavation according to the local rock mass conditions. If grout is pressed from one hole
into neighbouring holes, all holes shall be grouted simultaneously according to the procedure
described above. The Contractor shall be able to hook up to such holes for simultaneous
grouting of up to 5 holes. The grouting sequence shall start with the leanest grout mix at each
packer setting. If the grout take exceeds a certain quantity of cement (will be specified during
construction) without increasing grout pressure, a richer grout mix or other grout types shall
follow. Grouting is terminated when a predefined pressure level or grout take level has been
reached. Grout type C shall be used for the termination of all holes if not otherwise ordered by
the Engineer.
If grout is found to by-pass to rock surface behind the face during grouting, such leaks shall be
plugged or caulked. Plugging materials and spill of grout shall be removed as required by the
Engineer.

The grout material shall be adequately set (cured) prior to blasting into a grouted area. The
Contractor shall specify the manufacturer and type of grout he intends to use.

4.7.3 Chemical Grouts


In principle, the procedures are similar as for cement grouting.

Chemical grout may be required in cases penetration of cement grouts turns out insufficient to
achieve the intended control of influx of water into the tunnel.

The Contractor shall specify the manufacturer and type of grout he intends to use for Grout
Type D and E.

4.8 Measurement and Payment


The prices shall be based on evaluation of the rock conditions. Grouting procedures shall be
adapted to local rock mass conditions. Price and/or time adjustments due to geological
conditions or drilling- and grouting problems will not be approved and shall be included in the
rates.

Payment for the measured quantities as specified in a) to d) shall include all deliveries, and
work described in the Specifications, directed by the Engineer or as required to complete the
grouting work according to modern methods and recognised good practice. For grouting works
at the tunnel face, time dependent costs are paid as a separate item.

The payment items are as follows:

a) In general, drilling will be measured by the metre of drilling as specified, independent of


type of drilling and drill hole diameter; all costs inclusive.

b) Cement pressure grouting shall include flushing between drilled holes and will be measured
as follows:

- Packer setting by number of settings and depth interval.

34
Bid Document Specifications

- Dry weight of consumed cement in the volume of grout of specified type as injected into the
rock mass at each packer setting or tube connection in accordance with Specifications or as
directed by the Engineer.

c) Chemical grouting shall be measured as follows:

- Packer setting by number of settings and depth interval.

- Grout by kg of chemical material (i.e. water not included) injected into the rock mass or tube
setting in accordance with the Specifications or as directed by the Engineer.

d) Time for grouting shall cover all other direct and indirect costs and shall be measured and
paid for per shift hour. Grouting time shall be measured from start of grout pumping to end of
normal setting time or extended as described under 4.7.2 Cement Grouting.

Price for packer installation is calculated as price for each grouting.

Time for general grouting underground is to be measured and recorded from the start of grout
pumping to the end of the normal setting time for the last hole or pipe/tube grouted. Time lost
due to any technical or mechanical break-down of equipment is the Contractor’s own
responsibility and expense. The price shall be based on three separate mixing and pumping
lines.

Use of admixtures, micro-silica powder, expander, accelerator and water reducing, stabilising
or other chemical admixtures shall be included in the unit prices listed.

All reporting is to be included in the unit rates and prices.

The quantities measured as specified will be paid at the contract prices included in the Payment
Schedules (Bill of Quantities). Prices and payments shall be valid independent of the final
amount of work on each item compared to the quantities listed in the Bill of Quantities. No
other payments will be approved.

35
Bid Document Specifications

5 ROCK EXCAVATION
5.1 Scope
5.1.1 Coverage
This Chapter specifies requirements for all underground and above ground rock excavation
works. Any excavation method that would fulfil the specified requirements may be used, i.e.
drill and blast method and mechanical excavation methods.

The Contractor shall provide all material, labour and equipment and carry out all works,
temporary works and tests required for completion of excavation.

The Contractor shall assume full and sole responsibility for safe working conditions in all
excavations, and the health and safety of all workers and visitors to the worksite. See also
definition in Chapter 6 Rock Support. In addition to any special provisions for safety included
in these specifications, all of Contractor’s operations shall conform to all applicable laws and
regulations.

5.1.2 Classification and Definition


5.1.2.1 General
Rock is defined as all materials, which require blasting, or the use of drilling, or the use of
mechanical breakers for their removal, and which cannot be extracted by a thirty tons excavator
with backhoe with teeth, or equivalent equipment.

Boulders larger than 1m3 shall be classified as rock. Boulders less than this shall be classified
as soil.

All types of materials found in rock formations underground shall be classified according to
the rock mass quality classification listed below.

The Engineer shall decide if the material shall be classified and measured as Rock, and his
decision shall be final.

5.1.2.2 Rock Support Quality Classification


Basic Rock Support Class resources (S) used for each rock mass category (EC I to EC VI) is in principle
listed as follows:
EC I => S I: Scaling and spot bolts. 50mm thick plain
shotcrete in crown and wall.
EC II => S II: Scaling. Pattern bolting. 50mm thick fibre
reinforced sprayed concrete in wall and
crown.
EC III => S III: Scaling. Pattern bolting and 50mm thick
fibre reinforced sprayed concrete in two
layers in crown and 50mm thick fibre
reinforced sprayed concrete in walls.
EC IV => S IV: Scaling and pattern bolting and 100mm thick
fibre reinforced sprayed concrete in two
layers in crown and 100mm thick fibre

36
Bid Document Specifications

reinforced sprayed concrete in two layers in


walls.
EC V => S V: Scaling, pattern bolting and spiling bolts if
necessary. Steel ribs or application of
reinforced ribs of rebars, 150mm thick fibre
reinforced sprayed concrete in crown and
walls. If no ribs provided, 150mm thick
wiremesh shotcrete and 100mm thick fibre
reinforced sprayed concrete.
EC VI => S VI: Scaling, pattern bolting and spiling bolts.
Steel ribs or application of reinforced ribs of
rebars, 200mm thick wiremesh shotcrete and
50mm thick fibre reinforced sprayed
concrete in crown and walls.

5.2 Submittals by the Contractor


5.2.1 General
Submissions, which the Contractor is required to make to the Engineer are described below.
The issue time defines the date that the Engineer shall receive the first issue of the documents:
XF = X number of weeks prior to start of manufacture/work as applicable.
XT = X number of weeks after completion of test/inspection/work as applicable.

5.2.2 Documents
The Contractor shall prepare and submit documents in accordance with Table 5-1.

Table 5-1: Documents for submittal - rock excavation.


Item Issue for Issue for Issue
approval info time

Detailed work plan showing procedures for rock


* 3F
support application
Data sheets and samples for rock bolts and
anchors including accessories, rock straps, ready * 3F
mixed mortars and admixtures for grout.
Data sheets for equipment for application of
* 3F
sprayed concrete
Data sheets and samples for the different types of
cement, fibres, lattice girders, chemical * 3F
admixtures and micro silica
Rock bolting and sprayed concrete reports
including all records of rock bolting and sprayed * 2T
concrete performed

37
Bid Document Specifications

The Engineer’s approval does not exempt the Contractor of his sole responsibilities for efficient
and successful execution of the work.

5.3 Rock Excavation


5.3.1 General Requirements
Prior to commencement of the work, the Contractor shall submit to the Engineer a plan showing
manpower and equipment for excavation and support work intended to be used, spare parts and
supplies on the Site, and the expected advance rate of excavation and tunnelling including time
for support work. Only experienced supervisors, foremen and well-trained tunnelling crews
shall be employed for the work.

The Contractor shall be responsible for the management and sorting of all excavated materials
to enable the placement and disposal of materials in accordance with the Contract. Excavated
materials shall, according to their nature and to the Contractor's materials management plan, be
placed as fills in their final locations in the Works, stockpiled for later placement, used for
aggregate production, or removed to a nominated or approved spoil disposal area. All excavated
materials belong to the Client and no material shall be removed from the Site without the
written approval of the Engineer.

Excavation in rock shall achieve stable, reasonably regular rock slopes and surfaces with as
little over-break as possible.

The Contractor may choose his own methods for drilling, blasting and transporting the rock.
Except where otherwise specified, perimeter blasting shall form the final surfaces in
underground openings. Charging of drill holes as well as type of ignition, drilling patterns etc.,
shall be according to modern methods and recognised good practice.

The Contractor shall observe and carry out all excavation works according to rules and
regulations regarding the import, transport, storage and use of explosives issued by and public
authority having jurisdiction in respect of the same. Detailed records shall be kept by the
Contractor and submitted daily to the Engineer giving the types and quantities of explosives
used, delivered and in stock. The Contractor shall not later than 6 weeks ahead of start of
blasting works, provide the Engineer with a list of blasting licence holders. Only qualified
persons shall be permitted to conduct blasting operations.

Where firing is carried out electrically the Contractor shall take all precautions necessary to
prevent premature explosions. During thunderstorms and other electrical disturbances charging
and firing is not permitted and warning shall be given to all operators when charging is in
progress.

An instrument measuring static electricity levels shall be installed at the tunnel portal. The
instrument shall be connected to an easily visible warning device.

All metal mains, ducts and tracts shall be properly earthed at the tunnel entrance. After
excavation of soil material, the rock surface shall be sufficiently cleaned for drilling and placing
of explosives to the satisfaction of the Engineer.

Excavations shall follow the theoretical rock contour lines and levels or such other limits as the
Contractor may require to enable him to construct the Works in accordance with the Contract
considering collaring accuracy and hole deviation specified. Excavation beyond the theoretical

38
Bid Document Specifications

rock contour lines and levels made without the Engineer's direction or approval, including but
not limited to, excavation to provide working space and excavation below approved stripping
levels, shall be backfilled with concrete at the Contractors expense unless otherwise specified
or approved.

The Contractor shall be solely responsible for all damage or accidents resulting from blasting
of temporary, permanent or subsidiary works, or to the property of the Client or of others, as
well as for injury to persons.
The Contractor is responsible for covering and required protection in connection with blasting.
Debris from blasting and spill from transportation are not allowed outside the excavation area.
The Contractor has to clean up such material as the Engineer finds it necessary. The Contractor
shall regularly inspect the excavated faces of all works under his jurisdiction, including
temporary and permanent access roads and shall forthwith remove and dispose of any material,
which the Engineer and/or the Contractor deem loose or unsafe.

Blasting in the vicinity of completed, or partially completed, concrete structures shall be subject
to the Engineer’s consent. Normally, blasting shall not take place in the vicinity of newly
concreted structures until 10 days after concreting. The restriction does not apply to blasting
close to installed rock support in underground openings.

Before commencing the rock excavation work, the Contractor shall prepare and present to the
Engineer a quality assurance plan that ensures that the rock excavation work is performed
according to the Contract requirements.

The rock surface shall be inspected after each blast, and action for immediate securing at the
face shall be taken as required. The Engineer shall have access to the face and, if considered
appropriate, carry out mapping of the rock conditions revealed. In cases of adverse rock
conditions or significant deterioration of the conditions the Engineer shall be notified
immediately.

In case of very difficult places for excavation of rock, heading and benching method will be
adopted as direction and instruction of engineer. The payment for this type of work shall be
made as specified in bill of quantities. No other payments will be approved.

5.3.2 Ventilation
The ventilation system shall be efficient and reliable during the excavation period in order to
provide a safe and comfortable working environment inside tunnels and caverns. When
reaching and penetrating carbonaceous rock the Contractor shall perform measurement of
methane gas levels and provide sufficient protection and ventilation against such gases.

Air velocity shall always be higher than 0.3 m/s in the cross sectional area of tunnels and
caverns. The air breathed by persons shall contain not less than 19% of oxygen by volume. The
environment inside the tunnel will be governed by seasonal variations in temperature, humidity,
rock temperature and by work activities ongoing within the tunnel. The fan shall be robust and
efficient and be capable of providing variable airflow to suit the construction sequence and
activity level inside the tunnel as work progresses. The fan shall be supplied complete with all
necessary components for commissioning and use. All components of the duct system shall be
non-flammable.

39
Bid Document Specifications

The ducting shall be of a safe robust material. Flexible ducting shall have a high tear resistance
and shall be appropriately reinforced and maintained.

The Contractor shall describe the details of the systems, which will be used.

5.3.3 Illumination, Communication and Roadways


The Contractor shall install and maintain illumination as required for safe and efficient working
conditions and inspection of the work executed.

The Contractor shall install and maintain a system of telecommunication at the work fronts.

The Contractor shall maintain all temporary and permanent transport roads in good and dry
conditions to facilitate efficient and quick transportation aboveground as well as under-ground.

5.3 Survey
All surveying shall be carried out as specified in Chapter 2 Surveying work.

5.3.5 Care of water during construction


The contractor shall construct and maintain all necessary conduits and piping, flumes, drains,
swamps and other diversion and intercepting works for water supply or drainage works in
surface and underground works and shall furnish all materials thereof.

The contractor shall also furnish, install, maintain and operate all necessary piping and other
watering and dewatering equipment for construction activities. All parts of surface and
underground works shall be maintained free of water as required or instructed by engineer.

Care of water during construction of any volume and discharge in tunnels and also in open cut
shall be maintained for the safe working condition by the contractor. Appropriate handling of
water that may arises during excavation shall be made by the contractor by adequate pumping
or any other draining provision. There shall be no separate measurement and payment other
than specified in the bill of quantity.

5.4 Open Cut Excavation


Excavation beyond the theoretical rock contour shall wherever possible be backfilled with
approved concrete, unless otherwise directed by the Engineer.

The slopes of permanent batters are assumed to be vertical unless other slopes are directed by
the Engineer.

In the Bill of Quantities rock excavation is divided into the following categories:
Bulk rock excavation, and
 Trench/ditch rock excavation with bottom width less than 2.0 m

5.5 Underground Excavation


Underground excavation comprises excavation of the tunnel as shown on Drawings. Any
recesses, trenches, enlargements etc. required by the Contractor will not be measured for
payment.

The excavation procedure shall always be adapted to the local rock mass conditions. When

40
Bid Document Specifications

traversing weakness zones or other areas of heavily jointed or otherwise incompetent rock, pilot
tunnelling, dividing of the section, and/or advancing with shorter pull than normal may become
necessary. Spiling, immediate application of sprayed concrete, reinforced sprayed concrete
lining, pressure grouting or other support measures, further described in Chapter 4 and Chapter
6, may also be required. The methods to be used for excavation and support shall be subject to
the Engineer's approval.

A rigid template of the same shape and dimensions as the theoretical cross-section shall pass
through. Deviation of the theoretical cross section from the centre line will not be approved.

Any subsequent slashing, wedging or re-drilling of rock that may be necessary in order to meet
the above requirements is the responsibility and cost of the Contractor. Control of compliance
with the design requirements shall be carried out by the Contractor at regular intervals as
directed by the Engineer.

5.6 Drilling/Blasting (Above- and Underground)


5.6.1 General
Prior to starting rock at the tunnel portal the Contractor shall, after notifying the Engineer, carry
out a survey of the surface of the rock as agreed by the Engineer. (See also Chapter 2 Surveying
work)

Before commencing any drilling and blasting the Contractor shall submit for the Engineer's
approval the drilling-, charging- and ignition patterns he proposes to use. Such approval shall,
however, not exempt the Contractor of the full liability of any blasting operations. The drilling
equipment shall include a device for measuring the direction of drilling.

In order to minimise over-break and requirements for rock support, perimeter blasting (soft
blasting smooth contour blasting technique) shall be used on all final rock surfaces. The length
and size of blast rounds shall be regulated according to the prevailing rock conditions. When
deemed necessary from stability considerations, the Engineer can order reduced round lengths
and/or subdivision of the cross section.

When deemed necessary from stability considerations, the Engineer can order change in
excavation shape, both the arch height and the symmetry, within the given cross-sectional area.
Design drawings show the theoretical rock contour. Special rock mass conditions may require
cross-section adjustments, which shall be decided and/or approved by the Engineer.

5.6.2 Excavation Tolerances


The excavated area shall at no point be less than the theoretical area for each section given on
the Drawings. Rock protrusions inside theoretical contour lines are not accepted.

If the Contractor considers it necessary to request for excavation outside theoretical contour to
obtain access for his own purpose, such request shall be forwarded to the Engineer and the
work shall be at the Contractor cost and time.

5.6.3 Drilling Accuracy


The general requirements for drilling accuracy are as shown in Table 5-2.

41
Bid Document Specifications

Table 5-2: Drilling Accuracy


Excavation Drill holes/row Collaring Alignment
Aboveground Contour holes 100 mm 2% of depth of hole
Aboveground Next rows 200 mm 2% of depth of hole
Underground Contour holes 100 mm 4% of depth of hole
Underground Next rows 200 mm 6% of depth of hole

5.6.4 Perimeter Blasting


5.6.4.1 General
Perimeter blasting shall be applied on contours in order to ensure smooth final surfaces,
minimise over-break and reduce the subsequent support measures. Smooth blasting shall be
applied.

This includes drilling of contour holes c/c 700 mm with max. diameter Ø51 mm and use of
special low strength explosives. The row next to contour holes may also require charge
limitations.

As a general rule the distance between the perimeter and the nearest row of holes of the main
round shall be 1.3 times the spacing of perimeter holes for smooth blasting. The selection of
these and other pertinent parameters shall be based on experience gained from the initial rounds,
and shall be subject to the approval of the Engineer.

5.6.4.2 Smooth Blasting


The result of smooth blasting is governed by the following parameters:
 diameter of contour holes
 spacing of contour holes
 distance between the row of contour holes and next row of holes (burden)
 type and size of charges used
 ignition pattern

The method is based on closely spaced contour holes, with reduced charges to be fired as a
final clean-blast after the main round on the last number of delays. The method shall prevent
extensive fracturing of the rock mass beyond the contour.

5.7 Utilisation of Materials


Excavated materials shall be used for forming of fills and in road body or placed in approved
spoil tip. Some of the materials are to be processed for use as filter and erosion protection.
Unless designated by Drawings or by the Engineer spoil areas shall be proposed by the
Contractor and approved by the Engineer. Treatment and works at fill and/or spoil areas are
covered under Chapter 3 Earthworks.

5.8 Measurement and Payment

5.8.1 General
Excavation and rock support procedures shall be adapted to the mass conditions encountered
in the tunnel. When traversing unfavourable rock masses, suitable combinations of excavation
methods and rock support methods described in the Contract shall be used.

42
Bid Document Specifications

The rates for excavation shall include, but are not limited to:
 All scaling and cleaning necessary for drilling and placing of explosives
 The use of non-electric ignition system
 Normal over-break
 Any required slashing or wedging of rock protrusions inside the theoretical rock
contour
 Excavation beyond the theoretical contour and backfilling of the same with approved
concrete or otherwise as the Engineer may direct unless the excavation is ordered by
the Engineer or caused by abnormal over break (applicable in areas that are to be
concrete lined)
 Mucking out and transport of excavated material (including over-break, scaled
materials or other materials) to fill and/or spoil deposit areas. Work at the fill and/or
spoil deposit areas are covered by Chapter 3 Earthworks
 All shaping, cleaning and other preparation of the excavation except when a separate
pay item is included in the Bill of Quantities
 Construction and maintenance of temporary services such as adequate roadways,
drainage including all pumping as necessary, all pipes, cables, ventilation, illumination,
lightning protection, earthing and fire protection, communication systems etc. except if
separate pay item is included in the Bill of Quantities.
 Scaling as required after each round before mucking out
 Scaling as required after mucking out (See definition below)
 Weekly inspection and scaling as required of previously excavated openings as a regular
safety precaution (See definition below)
 Removal of all temporary service installations with fixtures
 All required surveying works.

5.8.2 Abnormal Over-break


Extra payment for excavation shall only be made for abnormal over-break as defined below.

Abnormal over-break shall mean which in the opinion of the Engineer cannot be prevented in
spite of reasonable care by the Contractor. Over-break shall mean the geologically unavoidable
over break and must be verified by the geologist. Abnormal over-break shall mean over-break
beyond 0.5 m of the net dimensions of the tunnel, i.e., beyond the theoretical rock contour
required as shown on the Drawings, and which in the opinion of the Engineer cannot be
prevented in spite of reasonable care by the Contractor. Abnormal over-break shall be measured
as volume in its natural state beyond the limits stated above of the theoretical rock contour
except that abnormal over-break in the floor of open cuts, tunnels or other excavations inclined
at less than 30º shall not be measured. The rate shall cover all works required, such as loading,
transport and tipping etc. Filling of over-break shall be done by contractor.
The payment of Abnormal overbreak shall be normal as the bills of quantity for the tunnel
excavation.

5.8.3 Open Cut Excavation


Rock excavation shall be measured by volume in its natural state as bulk excavation or as
trench/ditch excavation. Rock excavation shall be measured based on surveying of the exposed
and cleaned rock surface and to the theoretical contour shown on the Drawings or as directed
by the Engineer.

43
Bid Document Specifications

Trench excavation shall apply for rock excavation with a bottom width less than 2.0 m.
Foundation excavation will unless otherwise shown on drawings or instructed by the Engineer
be measured as defined above. Bracing of the sides if required will not be measured and shall
be included in the rate for the excavation. Rock excavation for mobilisation areas and temporary
works will not be measured for payment.

No extra payment will be made for water handling, including keeping all excavation fronts dry
and free of water.

All subdivision of rounds, all construction and maintenance of temporary services and all
scaling and cleaning of slope and foundation surfaces shall be included in the unit price for
rock excavation if separate items for such work are not listed.

5.8.4 Underground Excavation


Except for items where a lump sum is requested, underground excavation shall be measured by
running meter of specified length in its natural state, according to the items in the Bill of
Quantities. Tunnels with uniform cross-section shall be measured by net length along the centre
lines, not horizontal length. At intersection of under-ground openings the larger opening shall
be measured through to the branch, and the branch shall be measured from the imaginary wall
of the larger opening. The volume measured for excavation of other underground openings
shall be calculated to the theoretical contour shown on the Drawings or, if no theoretical contour
is shown, to the net dimensions of the volumes to be excavated.
The Payment of the excavation of the adit Tunnels will be according to the Bills of Quantities.

Rock excavation for mobilisation areas and temporary works for the Contractor’s own purpose
will not be measured for payment.

5.8.5 Changed Orientation of Tunnel


The Contractor shall be prepared for changes in orientation of the tunnel decided by the
Engineer on basis of the results from ongoing rock mechanical investigations in the
constructing period.

All excavation unit rates and all other rates given by the Contractor shall be valid independent
of any change in the orientation of the tunnel.

5.8.6 Haulage, transportation and disposal of excavated materials


Transportation and disposal of excavated materials shall be made in the areas specified in the
drawings or as per approval of Engineer.

The measurement for the hauling materials shall be measured as of its natural state before
excavation as specified in the drawing, specification and field survey as directed and approved
by the engineer. Payment for haulage of the excavated materials of underground and surface
excavation shall not be made separately for the transportation and disposal up to tunnel portal
area and haulage beyond portal area shall be made for the hauling as specified in the bill of
quantity.

44
Bid Document Specifications

6 ROCK SUPPORT

6.1 Scope
6.1.1 Coverage
This Chapter comprises all work intended to support and stabilise the rock whether of initial or
permanent nature, in open cuts or in underground openings.

The Contractor shall provide all material, labour and equipment and carry out all works,
temporary works and tests required for completion of the work.

The Contractor shall assume full and sole responsibility for safe working conditions for all
excavations and the health and safety of all workers and visitors to the work during the
construction period. In addition to provisions for safety included in these specifications and
elsewhere in the Contract, all of Contractor’s operations shall conform to all applicable laws
and regulations.

6.1.2 Classification and Definition


6.1.2.1 General
Support work shall be carried out in accordance with the following definitions:

“Initial rock support” shall mean support work necessary to ensure safe working conditions and
to maintain the shape of the rock excavation during the construction period.

“Additional rock support” shall mean all support work necessary to ensure the permanent long-
term stability of the excavations.

"Support work at the face" shall mean all support work interrupting the normal excavation
cycles, except that all support work carried out in caverns and above ground, in open cuts etc.,
shall be regarded and measured as support work behind the face.

"Support work behind the face" shall mean all support work not being measured as carried out
at the face.

The rock support consists of combinations of scaling, rock bolts, sprayed concrete, several
forms for reinforcement for the sprayed concrete including lattice girders and full concrete
lining.

6.1.2.2 Rock Support Classification


Basic Rock Support Class resources (S) used for each rock mass category (EC I to EC VI) is in
principle listed as follows:
EC I => S I: Scaling and spot bolts. 50mm thick plain
shotcrete in crown and wall.
EC II => S II: Scaling. Pattern bolting. 50mm thick fibre
reinforced sprayed concrete in wall and
crown.

45
Bid Document Specifications

EC III => S III: Scaling. Pattern bolting and 50mm thick


fibre reinforced sprayed concrete in two
layers in crown and 50mm thick fibre
reinforced sprayed concrete in walls.
EC IV => S IV: Scaling and pattern bolting and 100mm thick
fibre reinforced sprayed concrete in two
layers in crown and 100mm thick fibre
reinforced sprayed concrete in two layers in
walls.
EC V => S V: Scaling, pattern bolting and spiling bolts if
necessary. Steel ribs or application of
reinforced ribs of rebars, 150mm thick fibre
reinforced sprayed concrete in crown and
walls. If no ribs provided, 150mm thick
wiremesh shotcrete and 100mm thick fibre
reinforced sprayed concrete.
EC VI => S VI: Scaling, pattern bolting and spiling bolts.
Steel ribs or application of reinforced ribs of
rebars, 200mm thick wiremesh shotcrete and
50mm thick fibre reinforced sprayed
concrete in crown and walls.

6.2 Reference Standards


The work shall be performed according to relevant standards, or if no standards exist, according
to recognised practice approved by the Engineer.

6.3 Submissions by the Contractor


6.3.1 General
Submissions, which the Contractor is required to make to the Engineer are described below.
The issue time defines the date that the Engineer shall receive the first issue of the documents:
XF = X number of weeks prior to start of manufacture/work as applicable.
XT = X number of weeks after completion of test/inspection/work as applicable.

6.3.2 Documents
The Contractor shall prepare and submit documents in accordance with Table 6-1.
Table 6-1: Submittals of Documents - Rock support
Item Issue for Issue for Issue
approval info time

Detailed work plan showing procedures for rock


* 3F
support application

46
Bid Document Specifications

Data sheets and samples for rock bolts and


anchors including accessories, rock straps, ready * 3F
mixed mortars and admixtures for grout.
Data sheets for equipment for application of
* 3F
sprayed concrete
Data sheets and samples for the different types of
cement, fibres, lattice girders, chemical * 3F
admixtures and micro silica
Rock bolting and sprayed concrete reports
including all records of rock bolting and sprayed * 2T
concrete performed

The Engineer’s approval does not exempt the Contractor of his sole responsibilities for efficient
and successful execution of the work.

6.3.3 Test Reports

The Contractor shall make tests and prepare and submit test reports in accordance with Table
6-2.
Table 6-2: Submittals of Test Reports

Issue for Issue Issue


Item
approval for info time

Pre-construction test reports as specified * 3F

Test reports for all tests during construction * 2T

6.3.4 Certificates
The Contractor shall submit manufacturers’ and suppliers’ certificates of compliance with the
relevant standards.

6.4 General
6.4.1 Inspection of Tunnel, Marking of Chainage, Wash-down
The Contractor shall inspect the rock face jointly with the Engineer as soon as practical after
excavation of each round of blasting. Further, inspections with use of a mobile platform shall
be done with no longer intervals than 2 weeks and shall cover sections/areas where the
Contractor has completed the bi weekly scaling during this period.

The Contractor shall clearly mark the chainage of the tunnels for every 10 m. The chainage
marking shall be done with red spray paint on the right tunnel wall, 1.5 - 2.0 m above the invert.
The accuracy of the chainage marking shall be within ±250 mm. The maximum distance
between the tunnel face and the last chainage mark shall be 25 m. If the marking due to wear
and dirt becomes difficult to read, it shall be washed and/ or repainted.

47
Bid Document Specifications

Wash-down of excavated surfaces by water flushing shall be done after mucking of each round.

The Engineer’s geologist will regularly after blasting perform geological mapping of the rock
mass. This mapping will normally be done after mucking and will not disturb the Contractor’s
work. In special cases, the Engineer will order suspension of excavation works in order to
perform more thoroughly mapping or investigations.

6.4.2 Rock Support


The aim of rock support is both to provide safe working conditions during construction and a
sufficient long-term stability of the access tunnel. Safe working conditions, which are the
responsibility of the Contractor, are to be taken care of by the initial rock support. For long-
term stability, extent of additional rock support will be decided by the Engineer.

The terms initial rock support and additional rock support are used only for a classification of
rock support works in regard to responsibility for decision making, and may both occur at the
face and behind the face and shall not influence on measurement and/or payment. The terms
“at the face” and “behind the face” are used for differentiation of payment of rock support
works.

Initial rock support will normally consist of scaling, end anchored and/or fully grouted rock
bolts, rock straps, wire mesh, sprayed concrete or combination of these methods. In cases of
very poor and extremely poor rock mass quality lattice girders in combination with sprayed
concrete will be needed.

Additional rock support will normally consist of cement grouted rock bolts and/or sprayed
concrete with various reinforcement methods. Cast in place concrete lining might also be
required. For additional long-term support fully grouted rebar bolts (dowels) may be used.

The initial support shall be incorporated in the long-term support. Materials for initial rock
support shall therefore be of a long-term quality. The Contractor shall inspect rock surfaces
jointly with the Engineer as soon as practical after blasting/excavation and shall recommend to
the Engineer the type and extent of initial support. The type, extent and details of support to be
installed shall be subject to the Engineer’s consent. The Engineer may consent to the
Contractor’s proposals or may direct the Contractor to increase the amount of support or change
the type of support as part of the additional rock support. The Engineer will define additional
rock support prior to completion of the excavation work.

The failure of the Engineer to consent to the Contractor’s recommendations on rock support
does not exempt the Contractor of his responsibility for the safety of the work. No statement in
this Specification shall be construed to exempt the Contractor from the sole responsibility for
safe working conditions in the underground openings or from liability for injuries or to deaths
of persons or to damage to property. Consent to a reach as unsupported shall in no way exempt
the Contractor of responsibilities or liabilities and will not preclude the Engineer from requiring
supports in the reach at a later stage if signs of instability of the rock mass are indicated.

If at any time the Contractor has reason to believe that additional support, beyond that
previously consented to by the Engineer, may be necessary for the safety and integrity of any
rock surface, the Contractor shall promptly bring the matter to the Engineer’s attention together
with the Contractor’s recommendation as to the type and extent of additional necessary support.

48
Bid Document Specifications

The scheduling for installation of rock support shall be the responsibility of the Contractor, and
is subject to the consent of the Engineer. Additional rock support of long-term duration shall
be installed behind the tunnel face where the work does not cause delays in the excavation
progress. The Engineer might in special cases request such support to be applied at or
immediately behind the working face.

If the Contractor considers it necessary to request excavation outside the theoretical contour to
obtain access for his own purposes, such request shall be forwarded to the Engineer, and the
work, including all initial as well as all additional support, shall be at the Contractor’s cost and
time. The Engineer may also require such excavations backfilled with concrete, at the
Contractor’s cost and time.

6.5 Scaling
6.5.1 General
Scaling works are classified into basic scaling and additional scaling. Both the basic scaling
and the additional scaling are to be performed in accordance with the best prevailing practice.
It is required that the Contractor keeps available equipment in efficient working order for the
scaling works, such as:
 scaling rods scaling platform to be mounted on shovel
 hydraulic scaling hammer to be mounted on the boom of an excavator equipment for
cleaning/scaling by high-pressure water flushing

6.5.2 Basic Scaling


Basic scaling is included in the excavation procedure and covers scaling at the face, biweekly
scaling and final scaling as follows:

Scaling at the face:


Defined as a routine scaling after each blasting round, in order to comply with the safety
requirement and requirement of surface treatment, before application of sprayed concrete.

Bi-weekly scaling:
All scaling needed in walls and roof for the section excavated during the last 2 weeks, plus an
overlap of 30 m of the former bi-weekly scaling section. A measure for completed scaling is
that there are no stones larger than 0.001 m3 (1 dm3) which are possible to remove by manual
use of scaling rods, or as instructed by the Engineer. If the bi-weekly scaling is not performed
satisfactorily, the Engineer may request the blasting works stopped until the scaling is found
acceptable.

Final scaling:
Before handing over the Work of the work site for other activities. The required level for
completed scaling is as described under

6.5.3 Additional Scaling


Additional scaling is scaling ordered by the Engineer.

a) Extra scaling:
Extra scaling comes in addition to the basic scaling in order to comply with the requirement
defined under b), at the face or behind the face.

49
Bid Document Specifications

b) Invert cleaning and scaling:


Removal of temporary road dressing material, scaling of rock with scaling rods, And high-
pressure water flushing, 20 mm nozzle and minimum pressure 10 bar. Max. 0.001 m3
remaining loose materials accepted per 5 m2 of tunnel invert.

c) Chisel scaling:
All loose and drummy rock (hollow sound) is to be removed to the degree, which is possible
by chisels.

d)High-pressure water flushing of rock surface:


All loose rock is to be removed to the degree possible by high-pressure flushing with combined
water and air, 20 mm nozzle and minimum pressure 10 bar.

6.6 Rock Bolts and Accessories


6.6.1 Materials
Rock bolts of the following types may be used:

Resin end-anchored bolts (deformed steel bars)


 Fully grouted deformed steel bars
 Fully grouted expansion-shell bolts (deformed steel bars)

All bolts shall serve as permanent support and shall normally be fully grouted with cement
mortar, but resin end anchored and fully resin-grouted bolts may be approved as permanent
support, if corrosion protected in accordance with clause 2 in the list below. The Engineer shall
approve all bolt types to be proposed and used by the Contractor. Permanent rock bolts shall
conform to the following requirements:

1) Deformed steel bars and plain steel bars shall conform to ASTM A 615M, Grade 4500 having
minimum yield-point strength of 500 N/mm2.

2) Corrosion-protection with hot-dip zinc coating (minimum 80 micron) shall conform to


ASTM A 767 alone or in combination with epoxy coating conform to ASTM A 775 or similar.
Bolt accessories shall be provided with the same corrosion protection as the rock bolt.

3) Threaded rock bolts shall be provided with rolled threads of min. 150 mm length of the same
corrosion protection or better than the bolt itself. The threaded part shall withstand a force equal
to the actual ultimate load of the rebar. If the threaded part is separate and to be connected to
the rock bolt, the rock bolt and the threaded part shall be connected by friction welding
according to BS 6223. The friction weld shall have the same corrosion protection or better than
the bolt and threaded part. The friction weld shall withstand a force equal to the actual ultimate
load of the rebar.

4) All type of bolts shall be provided with a 200 mm square plate or equivalent diameter dished
anchor plates of 6 mm thickness, semi-spherical washers and nuts. The assembly shall adjust
to angular displacement from normal up to 45º. The steel quality of the anchor plates shall
conform to ASTM A 36/A 36M. Other accessories shall be of steel quality compatible with the
quality of the rock bolt.

Bottom part of bolts for end-anchoring with polyester resin anchoring shall be provided with a

50
Bid Document Specifications

spring or other device for efficient mixing of the polyester resin. Polyester resin capsules shall
be of quality giving sufficient bond strength to comply with requirements for pull tests.

The cement mortar used for grouting of rock bolts shall comply with the following
requirements:

Shall not react chemically with zinc coating


 Expansion 1 - 3 %, to be completed before completed hardening of the grout
 Max. grain size 0.5 mm
 Compressive strength min. 45 MPa at 28 days

Resin end anchored bolts shall be hot-dip zinc and epoxy coated. Fully grouted rock bolts shall
as a minimum be hot dip zinc coated. Additional epoxy coating will be required unless the
grouting material for bolting has been verified not to cause undesired chemical reactions with
the zinc coating.

The tensioning of all the rock bolts in the corresponding reach shall be checked as part of the
bi-weekly scaling. In case of loose bolts, the bolts shall be re-tensioned. In case of overbreak
around other bolts ends, re-drilling and/or resetting of bolts shall be done.

6.6.2 Accessories
The Contractor shall provide all necessary accessories, additional boreholes where required or
other items necessary for installation and anchoring or grouting of the bolts.

6.6.3 Execution
6.6.3.1 Drilling and Installation of Resin End-anchored Bolts
Resin-end anchored bolts shall be installed in accordance with the manufacturer's issued written
instruction.

The bolts shall have an anchored length of minimum 250 mm in high strength rock types
(unconfined compressive strength, UCS, >150 MN/m2) and 500 mm in medium strength rock
types (50<UCS< 150 MN/m2). For low strength rock types the minimum anchored length shall
be 1 m. The diameter of the boreholes' inner end shall be 10 to 12 mm larger than the bolt
diameter.

The bolts may be installed in a systematic, predetermined pattern, or as spot bolts.

6.6.3.2 Drilling and Installation of Fully Cement-grouted Bolts


Fully grouted deformed steel bars with or without expansion shell end anchoring shall be
installed in accordance with the following instructions:

1) Rock bolts may be installed in a systematic and predetermined pattern, or as spot bolts as
directed by the Engineer. Rock bolts shall be installed perpendicular to the rock perimeter, or
otherwise as directed by the Engineer.

2) The diameter of the drill holes shall be minimum 32 mm


3) Drill holes shall be flushed with water in their entire length before grouting.

51
Bid Document Specifications

4) Rock bolts shall be cleaned to remove dirt, grease or any other impurities
before installation.

5) The entire hole shall be filled with mortar (grout) before installation of the bolt.

6) In upward slanting boreholes measures shall be taken to prevent loss of mortar. The bolt
shall then be secured by wedges or other means to prevent movement during hardening of the
mortar.

7) Bolt ends shall not protrude more than 50 mm outside nuts if not otherwise decided by the
Engineer.

8) Anchor plate, washers and nuts may be located outside or within the reinforced sprayed
concrete. In conjunction with welded wire fabric or rock straps, the rock bolts shall be installed
in depressions of rock surface if possible.

9) The nut of grouted rock bolts shall be tightened to achieve a force at anchor plate of
approximately 20 kN. Tightening can be carried out when minimum 2 MPa grout strength has
been obtained.

10) For grouted expansion-shell bolts, the maximum working load shall be limited to 50% of
the ultimate load, when pre-stressed before grouting.

6.6.4 Testing
Documentation of properties of grouts to be used for grouting of rock bolts shall be submitted
to the Engineer. The grout properties to be documented will comprise, but are not limited to,
consistency, setting time, strength after 1, 7 and 28 days, porosity, expansion and permeability
of hardened grout.

The Contractor shall fill in Quality Control forms which state type of rock bolts and accessories,
condition of corrosion protection, installation method and tensioning.

The Contractor shall perform quality control of rock bolt installation according to the Quality
Control Procedure described by the Engineer. The Engineer’s control engineer shall have free
access to participate in the quality control.

End anchored rock bolts are to be tested by pull test. Installation procedure for grouted rock
bolts is to be verified by test grouting of rock bolts in plastic tubes. The following control
categories shall be included in the Quality Control Procedure:

Category I - Visual control of bolts and accessories

Visual control of corrosion protective coatings on rock bolts and accessories to be carried out
prior to installation. In case of any damage to epoxy/ polyester coating, mending is to be
performed with a result complying with the requirements for epoxy/polyester coating. In case
the damage penetrates the zinc layer, rock bolts or accessories will not be accepted.

Category II - Pull tests

52
Bid Document Specifications

Pull tests shall be carried out by use of hydraulic jack with a pull force of 80% of the yield
strength. Required number of tests for a given bolted area and required number of acceptable
results for approval of the bolted area are defined below. The number of accepted test bolts
required for approval of the given area or tunnel interval is defined below.

6.6.5 Criteria for Assessment of Test Numbers and Acceptance of Test Results
The method for selection of test bolts shall comply with International Standard ISO 2859- 1
“Sampling procedures and tables for inspection by attributes”. The Engineer will choose the
areas or the tunnel reaches to be tested. The Engineer will define bolt groups in the range from
200 to 500 bolts as lots for inspection (testing). Number of test samples will be decided in
accordance with ISO 2859-1, Table I, general inspection level II. A lot comprising 151 - 280
bolts require sample size G of 32 bolts for normal or tightened control, or 13 bolts for reduced
control.

Evaluation of results will be in accordance with Table IIA (single normal control) or Table IIB
(single tightened control), with Acceptable Quality Level AQL 2.5. With normal inspection
(testing), only 2 test failures are acceptable for a size G sample. Upgrading from normal to
tightened control regime is done (according to ISO 2859-1) “when two out of five or less tested
lots have been non-acceptable on original inspection (that is, ignoring re-submitted lots or
batches for this procedure)”. With tightened control only 1 test failure is accepted for sample
size G. “When tightened inspection is carried out, normal inspection shall be reverted to when
five consecutive lots have been considered acceptable on original inspection”. Procedures for
switching from normal to reduced testing and from reduced to normal testing are described in
ISO 2859-1.

6.6.5.1 Measures to be taken in Case of Rejection and Re-bolting


If the test results for a defined group of end anchored rock bolts do not satisfy the requirements,
control of all bolts in the group will be demanded. Bolts, which do not pass the pull test with a
pull force of 80% of the yield strength, shall be replaced by the Contractor at his own cost.

If the test results for a given group of grouted rock bolts do not satisfy the requirements stated
by AQL 4.0 in ISO 2859-1, the payment for the bolts in that group will be reduced by 25%,
and the Engineer will require additional bolting at the Contactor’s cost to correct the deficiency
in quality.

6.7 Rock Dowels


Rock dowels shall be applied in open cut rock excavation in portal area and other surface
excavation and in slope protection. Deformed steel bars and plain steel bars shall conform to
ASTM A 615M, Grade 4500 having minimum yield-point strength of 500 N/mm2.

The dowel shall be fully cement grouted and tightened by the base plate and nut bolts. The
material for deformed bar, cement grouting, nut bolts, base plate shall be same as that of rock
bolt as specified in the specification.

6.8 Spiles
Reinforcing of the rock mass ahead of the tunnel face with long rock bolts (spiles) is termed
spiling. This support method may be applied for particularly unstable rock, to restrict
deformation of the surrounding rock, and to prevent cave-ins following the subsequent rounds.

53
Bid Document Specifications

The spiling holes shall be drilled from the perimeter of the tunnel face, slanting outwards into
the rock surrounding the tunnel stretch ahead. Deformed steel bars shall be placed in the holes
and fully grouted.

The spile length is decided based on the length of the blasting round. Minimum spile length is
2 times the length of the next round.

Spacing and inclination of the spiles shall be as agreed upon by the Engineer.

Rock straps shall be combined with the radial bolts for securing protruding ends of spiles
against vibrations and over-break.

Spiles are subject to quality requirements as specified for rock bolts above.

6.9 Sprayed Concrete (Shotcrete)


6.9.1 General
General specifications for concrete works are given in Chapter 9 “Concrete works”.
Supplementary specifications relating to rock support are given below.

Sprayed concrete shall be applied plain or reinforced with steel fibres as directed by the
Engineer. All plant and methods for spraying shall be approved by the Engineer. Application
of sprayed concrete shall be carried out by experienced operators only. The Contractor shall
keep well suitable equipment at site for catching and measuring the quantity (by weight) of
rebound material.

For scheduled work the Contractor shall give the Engineer at least 12 hours notice about the
location of areas planned for spraying. When sprayed concrete is as initial tunnel support, the
Engineer shall be informed at the latest 1 hour in advance. When a major part of the surface is
to be covered, sufficient time shall be allowed for the Engineer to record the geological features
before concrete is sprayed.

6.9.2 Sprayed concrete (Shotcrete/Fibrecrete)


6.9.2.1 Composition
Portland Cement Type I, complying with ASTM C 150 Portland Cement, shall be used. The
minimum cement content for a particular environmental condition shall be as required by
EFNARC Section 6.4 and EN 206. The total Alkali content in the mix shall be less than 5.0
kg/m3.

Micro silica (silica fume) may be included in the mix for better pumpability and to improve
cohesive consistency, restricted to 10% by weight of the Portland clinker content. This limit
also applies to other admixtures with high pozzolanic effect, and also to the total content of
such materials. The total contents of such materials and other types of pozzolana directly mixed
into the cement and added during concrete production shall not exceed 25% of the total weight
of Portland cement and pozzolanic materials, including silica fume. Fly ash, if used, shall meet
the requirements in ASTM C618, and shall be tested and reported accordingly. Pozzolana shall
be ordered, handled and stored similarly to cement.

54
Bid Document Specifications

When sulphate content in ground water exceeds 150 ppm, sulphate resistance may be achieved
by use of micro silica (minimum 5 percent, maximum 10% of the cement weight) and a low
ratio ((≈0.45) of: (water)/(cement + silica)). The amount of water in the concrete includes added
water, sand moisture and water from additives, silica slurry etc.

The aggregate shall be well-graded sand with a maximum content of 10 % (by weight) of grains
of size larger than 8 mm. Particle size shall not exceed 16 mm.

Admixtures and other materials for concrete shall be so selected that the total content of
chlorides does not exceed 0.4% by weight of the Portland clinker. Full account should be taken
to effects of admixtures to the finished sprayed concrete and there should be sufficient data
about their suitability, including previous experience with the actual admixtures. Records
concerning details of the performance of such admixtures shall be maintained. As early as
possible, the required sprayed concrete trial mix design shall be batched, applied and tested
according to the standards referred to below for the Engineer's approval of the mixes and
methods to be used.

6.9.2.2 Requirements for Sprayed Concrete


The sprayed concrete mix shall be designed by the Contractor in accordance with EFNARC
Section 7.

Unless otherwise specified, the sprayed concrete shall meet the requirements of concrete
strength class C25 and the condition of environmental exposure shall be Moderate, both
according to EN 206. To determine that the concrete meets the requirements to compressive
strength, the in-situ strength requirements given in Table 9.1.2 of the EFNARC Specification
shall be met, which are based on a 50 mm diameter by 100 mm long core and include a 0.85
reduction factor to allow for effects of in-situ curing, the sprayed concrete operation itself and
the use of accelerator (rapid hardening agent). Unless otherwise specified, the rate of hardening
should be:

At 24 hours: 30 percent of final strength


At 7 days: 60 percent of final strength
At 28 days: 100 percent of final strength

Fibre reinforced sprayed concrete of strength class C25 used for ordinary rock support shall
have a flexural strength of minimum 3.95 MPa as specified in EFNARC Section 9.2.

The toughness requirements of the fibre reinforced sprayed concrete of strength class C25 shall
comply with residual strength class 2 as given in Figure 9.3.1 and Table 9.3.1of the EFNARC
Specification. Testing shall be in accordance with the description of the beam test as given in
EFNARC Section 10.
The Engineer may order adjustment of the mechanical parameters of sprayed concrete.
Documentation of these properties will then be required.

6.9.2.3 Methods/Execution
Sprayed concrete shall be applied plain or reinforced as shown in the drawings or agreed
between Contractor and the Engineer.

55
Bid Document Specifications

Before commencement of work the crew shall be instructed so as to obtain a sprayed concrete
quality, which is in accordance with the Specification and requirements made. The Engineer
may require that a volume estimate shall be made prior to application of sprayed concrete an
area, based on the specified average thickness and the roughness of the rock surface. The
roughness is defined by an empirical factor which gives an overall characteristic of the actual
surface. It takes into consideration the volume required to fill hollows and cracks. Furthermore,
the roughness factor will vary with the sprayed concrete thickness, resulting in a higher value
for thinner layers. The Contractor and the Engineer shall jointly, prior to spraying of the area,
decide on the roughness factor and agree on the required volume to produce the specified
thickness. The estimated volume shall also compensate for the assumed volume of rebound.
Additional sprayed concrete shall be applied if measurements show that the rebound quantity
is considerably higher than the pre-estimated value.

All surfaces to be sprayed shall be thoroughly scaled and then cleaned by water flushing and,
if required, by sand blasting until all dust, traces of dirt, oil, grease, rebound material and other
harmful matter have been removed. During spraying the nozzle position shall be at right angles
to the rock surface. Any crevices shall be filled first. Before spraying additional layers curing
membranes that may affect the bond strength shall also be removed. Surface preparation may
be omitted in very poor rock. The surface shall be kept moist, but not wet, until the sprayed
concrete is applied. Water seepage on the surface to be sprayed that may be detrimental to the
quality of the work shall be controlled by drainage or grouting before spraying starts. The
sprayed concrete shall be kept moist for at least 7 days by water sprinkling or covering. On
final surfaces a curing membrane shall be used if the curing conditions are deemed
unsatisfactory. Any curing compound shall comply with EN 206. Rapid drying at the end of
the curing period is to be avoided. Natural curing may be considered if the atmospheric
conditions surrounding the sprayed concrete are satisfactory, i.e. sufficient high relative
humidity.

All rebound sprayed concrete and all overspray shall be removed upon completion of the
sprayed section.

6.9.2.4 Thickness
When thickness is stated, the sprayed mean thickness shall be at least the specified thickness.
The sprayed minimum thickness on protruding rock shall be at least 50 % of the specified
thickness.

6.9.2.5 Testing and Control


Testing of sprayed concrete with or without steel fibre reinforcement, applied for general rock
support, shall be carried out as Normal Control Class according to the methods and with
frequencies as specified in EFNARC Sections 10 and 11, if not otherwise specified or
instructed. Quality control and documentation of sprayed concrete applied for this purpose shall
be executed in accordance with EFNARC Section 11. No differentiation is made between
sprayed concrete used for initial or permanent support.

The bond shall be checked at random by knocking on the sprayed concrete with a scaling rod.
A dull response (hollow sound) indicates areas of no bond. The control shall be documented
by a written report and carried out at a frequency of at least one knock per 5 m2. Areas of dull
response shall be clearly marked and the Engineer shall make an assessment of additional
support required, which shall be performed at the Contractor's expense. The checking shall be

56
Bid Document Specifications

carried out covering the total area of sprayed concrete. The bond requirement does not apply in
fault zones and in highly weathered rock mass.

The thickness shall be checked by drilling through the hardened concrete in a grid of 2.0 x 2.0
m. Drilling shall be performed in hollows as well as at high points. The number of drill holes
for each check shall be at least 25. The frequency of thickness testing shall be at least once per
each 100 m2 of sprayed surface.

The control of fibre content shall be carried out from cored specimens in accordance with
EFNARC Section 10.9.1. The test shall be carried out for each sprayed volume of 50 m3 fibre-
reinforced sprayed concrete.

6.9.2.6 Documentation
A minimum of 2 weeks before commencement of sprayed concrete work, the Contractor shall
submit for the Engineer’s approval applicable data for fibres, cement and admixtures for the
sprayed concrete. Reports on testing shall be executed according to the applicable standards
(and the agreed Quality Plan).

6.9.3 Reinforcement of Sprayed Concrete


6.9.3.1 Materials
The following types of reinforcement for sprayed concrete may be used:

Steel fibres of approved type conforming to ASTM A 820, with a minimum fibre length of 18
mm and an aspect (length/thickness) ratio >40. The length of the steel fibres shall not exceed
0.7 of the internal diameter of the pipes or hoses used unless a test has proven that longer fibres
can be sprayed without blockage.

Welded wire fabric shall be of dimension 100 x 100 x 4.0 mm. Corrosion protection and
concrete cover thickness to be specified in each particular case.

Fibre glass reinforcement shall only be used as approved by the Engineer. Reinforcement for
sprayed concrete ribs shall be one of the following two types:
 Deformed rebars of minimum 16 mm diameter tied together by transverse pieces of
deformed rebars of minimum 20 mm diameter. The transverse ties shall be fixed to
radial rock bolts.
 Prefabricated lattice girders made from deformed rebars shall be bolted to the rock
surface. The girders shall comply with the following requirements: Section modulus:
Wx > 75 cm3

Height: hmax = 200 mm

Chain linked mesh is not accepted as sprayed concrete reinforcement.

6.9.3.2 Method/Execution
Steel fibres shall be added according to the achieved results from the testing of trial mixes
complying with the specified toughness/flexural tensile strength requirements. Steel fibres shall
be stored in a dry environment. Corroded steel fibres shall not be used. Before mounting welded
wire fabric the first layer of sprayed concrete shall be applied in order to smooth the surface.

57
Bid Document Specifications

Welded wire fabric shall be installed so that it follows irregularities of surface closely and with
one pitch of overlap. Additional bolts shall be installed for fixing of welded wire fabric with at
least one fixing point per 2.5 m2. For two layers of welded wire fabric reinforcement separate
bolts shall be installed for each layer. Minimum one layer of sprayed concrete is required
between two layers of wire mesh. Welded wire fabric shall be covered by a minimum 50 mm
thick sprayed concrete layer to provide satisfactory corrosion protection.

Rib- or lattice girder reinforcement shall be installed in accordance with given profile lines
and as close to the actual rock surface as possible. Prior to installation, the rock surface shall
be covered by a minimum 60 mm thick layer of fibre reinforced sprayed concrete. Girders shall
be fixed to the rock by means of rock bolts. The girder sections shall be bolted together.

Sprayed concrete shall be used to ensure a good and evenly distributed load transfer. Blocking
and wedging will not be permitted.

6.10 Cast in place Concrete Rock Support


6.10.1 Scope
The operation encompasses all activities and deliveries necessary for the installation of concrete
structures for rock support purposes:
Delivery of formwork material, reinforcement material, concrete etc.
 Execution of necessary scaling, formwork, reinforcement, concreting, removal
of formwork, curing precautions etc.

Formwork, as required, shall be provided by the Contractor.

6.10.2 Materials/Equipment
6.10.2.1 Materials and Admixtures for Concrete
The following requirements apply:
 Portland Cement Type I, complying with ASTM C 150 Portland Cement, shall be used.
 Pozzolanic admixtures may be used at the Engineer’s approval. The total content of
such materials directly mixed into the cement and added during concrete production
shall not exceed 35 % by weight of the cement’s total content of Portland clinker and
pozzolana. Silica fume may constitute a part of the pozzolanic materials, but not more
than 10 percent by weight of the Portland clinker content. This limit also applies to other
admixtures with correspondingly high pozzolanic effect, and to the total content of such
materials.
 When the sulphate content in ground water exceeds 150 ppm, sulphate resistance shall
be ensured by the use of microsilica (min 5% and maximum 10% of cement weight)
and a low ratio (≈0.45) of (water)/(cement silica). The water ratio includes added water,
moisture in the aggregates, slurry etc.
 The mixing water shall meet the requirements given in Sub-section 9.4.4.
 The aggregates shall be in accordance with the requirements in Sub-section 9.4.3.
 Admixtures and other materials for concrete shall be so selected that the total content
of chlorides does not exceed 0.4 percent by weight of the Portland clinker. See Sub-
section 9.4.5.
 To avoid damage due to alkali-silica reaction one of the two following measures shall
be taken:
 Using aggregate, which by testing at an approved laboratory has proved not to be
susceptible to destruction by alkalis.

58
Bid Document Specifications

 Limiting the alkali content of the concrete mix, accumulated from all sources to 3.0
kg/m3 of Na2O equivalent. As early as possible, the necessary trial concrete designs
shall be batched and tested according to the standards referred to below, for the
Engineer’s agreement of the mixes and methods to be used.

6.10.2.2 Reinforcement
The reinforcement material shall be in accordance with ASTM A185 and ASTM A 615M, as
applicable.

6.10.2.3 Concrete Grade and Strength Requirements


The concrete mix shall be designed to meet the requirements of the exposure conditions
according to BS 8110.

Unless otherwise specified, the condition of exposure shall be Moderate and the concrete
compressive strength shall meet the requirements of grade C35 concrete according to BS 5328.
Unless otherwise specified, the rate of the hardening shall be:

At 24 hours: 30 percent of final strength

At 7 days: 60 percent of final strength

At 28 days: 100 percent of final strength

6.10.2.4 Methods/Execution
Normally, plain concrete shall be used. Reinforcement may be required for special purposes or
by poor rock conditions. The actual minimum thickness of the concrete shall be 300 mm, unless
otherwise specified.

It may be required that the rock surface shall be trimmed so that a reasonable homogenous
thickness of the concrete is ensured. Where no specific requirements are given, the concrete
contour shall be 200 mm inside the theoretical contour of the excavated tunnel cross section.

Loose material shall be removed from the invert along the walls, so that the concrete support
footing rests on rock.

Where concrete rock support at the face is required, concreting shall be carried out immediately
after mucking out.

6.10.3 Tolerances
The position of completed concrete surface shall not deviate more than +/- 50 mm from the
planned position.

6.10.4 Testing and Control


Testing of concrete shall be carried out according to the methods and with frequencies specified
below. Quality control and documentation are of the following types:

 Concrete production control


 Materials control prior to concreting
In situ product control (when applicable)

59
Bid Document Specifications

6.10.4.1 Production Control


Production control includes:
 materials and proportioning
 aggregate moisture
 concrete temperature
 Consistency

Control procedure shall be prepared in each particular case. Production control shall be carried
out for each shift of concrete works. When using ready-mixed concrete, the production control
may be deleted provided, that the manufacturer can document adherence to the requirements.

6.10.4.2 Materials Control prior to Concreting


Materials control to be carried out on site shall comprise measurements of the following
parameters:
Concrete temperature
 Consistency
 Pore volume and density
 Compressive strength

6.10.4.3 Test Frequency


Test frequency shall be as indicated in Table 6-3:

Table 6-3: Test Frequency


Test Frequency
Temperature and consistency Once per shift
Occasionally, but at least at start of each
Pore volume and density concreting period. Pore volume only when
additives are used.
Each mix shall be tested once per concreting
Compressive strength period, but at least once per each 250 m3
concrete, totalling minimum of 5 tests.

Control and testing procedures shall be prepared in each particular case referring to relevant
standards. For determination of consistency and compressive strength BS 1881 shall apply.

6.10.5 Documentation

Not later than 2 weeks before planned commencement of any concrete work, the Contractor
shall submit for the Engineer’s approval applicable data for cement and admixtures for
concrete, as well as proposed design mix for the various concrete qualities.

Reporting on testing shall be executed according to the applicable standard and the agreed
Quality Plan.

60
Bid Document Specifications

6.11 Measurement and Payment


6.11.1 General
The Bill of Quantities indicates the expected quantities of the various scaling and rock support
works. These quantities and types of work are indicative based on available data and
information of ground conditions. The actual conditions encountered in the tunnel may result
in work and quantities different from indicated in the Bills of Quantities. Geological
information provided for the design of the project will be made available as unwarranted
information on request to the Client and shall only be regarded as guidance. Unit rates for rock
support shall not change with variation in quantities and/or design/layout of tunnels and
caverns.

Any combination of rock support methods included in the Bill of Quantities shall be paid by
adding the rates for the individual methods.

Rock support is specified as either at the tunnel work face or behind the tunnel work face.
Down-time of workforce and machinery due to scaling/rock support works required at the
tunnel face shall be incorporated in the unit prices.

Any extra cost incurred by the Contractor by disturbance in his work cycles due to scaling/rock
support works shall be included for in the Contractor’s unit rates and/or prices or sums.

Initial and additional rock support will be paid for provided materials and installation are in
accordance with the Specifications.

Quality control as specified shall be included in the unit prices listed. In case of rejection of
work due to breach of quality requirements, correction measures as determined by the Engineer
shall be performed at the Contractor’s cost and time. Payment for the measured quantities shall
include all deliveries, work, and other requirements described in the Specifications, shown on
the Drawings or directed by the Engineer and as required for the rock support to be installed as
specified. Backup storage of all materials and equipment required for rock support shall be kept
ready for use and in an amount sufficient to avoid delays, unless otherwise agreed with the
Engineer. Complete outfit for spraying concrete shall be available. Should the supplies
necessary for installation of rock support in a timely manner not be maintained, the Contractor
shall be responsible for provision of such temporary support as may be required for the safety
and protection of the work. The temporary support shall be exchanged with the initially
intended support as soon as possible, or the tunnel advance may be stopped. Cost for any
temporary rock support work done with materials which do not meet the quality defined in the
contract, will not be compensated.

The payment of rock support works will be paid according to the Bills of quantities.

6.11.2 Additional Scaling / Inspection of Tunnels and Surface Excavations


No separate payments shall be made for basic scaling and additional scaling

6.11.3 Wiremesh, Rock Bolts, Rock Dowels, and Accessories


Wiremesh

Wire mesh or chain linked mesh or welded wire fabric shall be as per specification and
measured by installed area same as that of wire mesh heading specified in bill of quantities.

61
Bid Document Specifications

The rates include the drilling if required, short steel wires and rods and grouting if required for
anchoring, supply delivery and installation chain link mesh or wire mesh with necessary
overlap. The rates also include removal of mesh/fabric not covered by sprayed concrete. No
separate payment will be made for overlap.

Rock Bolts

Rock bolts are to be measured according to the number of bolts installed as prescribed and
complying with specifications. The length of bolts is measured as the length from the end of
the bolt in the hole to the rock surface. The rates and prices given in payment Schedules/Bills
of Quantities are to be valid for any bolt numbers and orientation decided by the Engineer.

The payment for rock bolts shall be made in meters under the item rates specified in Bill of
Quantities. The rates include the drilling in required length and diameter as specified, flushing
of holes, installation and grouting with specified grouting materials and mixes and supply and
installation with base plate, with washer and nut as well as testing, tensioning as specified in
specification including re-drilling, re-tensioning and re-grouting (if required) all complete as
required.

Measures to be taken in case of rejection of bolts when tested are as described below: If the test
results for a defined group of end anchored rock bolts do not satisfy the requirements, control
of all bolts in the group will be required. All bolts, which do not pass the pull test, with a pull
force of 80 % of the yield strength, will have to be replaced by the Contractor at his own cost.

If the test results for a given group of grouted rock bolts do not satisfy the demands defined by
AQL 4.0 in ISO 2859-1, the rates and prices for the bolts in that group will be reduced by 25
% and the Engineer will require additional bolting in order to correct for the deficiency in
quality at the Contractor’s own expense and time. The size of rock bolts stated in drawing.

Rock Dowels

The payment for rock dowels shall be made in meters length of specified diameter under the
item rates specified in Bill of Quantities. The rates include the drilling in required length and
diameter as specified, flushing of holes, grouting with specified mixes and supply and
installation with base plate, with washer and nut as well as testing as specified in specification
all complete as required. The size of rock dowels stated in drawing.

6.11.4 Sprayed Concrete


Sprayed concrete (shotcrete) and fibre reinforced sprayed concrete shall be measured in square
metres with thickness specified on the Drawings and based the excavation lines or pay lines
shown on the Drawings or directed by the Engineer. The rates include mixing, transport,
pumping, spraying and all rebound, curing and testing as per specification all complete.

Unless otherwise specified, the strength grade of sprayed concrete shall meet the requirements
of concrete minimum strength class C25 as specified in EN-206-1. The core cylindrical strength
sprayed at site in panel of size 60*60*15 cm shall not be less than 85% of cylindrical strength
as specified above. The core size shall be 5 cm diameter and 10 cm long core sample. The
condition of environmental exposure shall be Moderate. Fibre reinforced sprayed concrete of
minimum strength class C25 used for ordinary rock reinforcement shall have a flexural strength
as specified in EFNARC.

62
Bid Document Specifications

The Engineer will present a system for the control of sprayed concrete volume delivered at the
work site. Use of accelerator or other additives is to be included in the unit prices. Cleaning of
the rock surface by high pressure water flushing or in special contaminated areas with sand
blasting prior to spraying is to be included in sprayed concrete unit prices given in Bills of
quantities. This also applies when new layers of sprayed concrete are applied as additional
support at the end of the construction period. If more than one layer is to be sprayed, the costs
for cleaning of any coating, rebound matter or other loose material before spraying of the next
layer are to be included for in the sprayed concrete unit prices.

The Contractor shall manage all the control mechanism to prevent the rebound losses. No extra
payment will be made for rebound losses as it is already included in the unitrates. The thickness
of shotcrete stated in drawings.

6.11.5 Cast in place Concrete Rock Support


Concrete lining shall be measured by the linear meter of lining for the specified tunnel cross-
section or m2 for wall-linings. The rate shall include formwork, concrete, and all works
required.

Cleaning of rock surfaces with high-pressure water as well as drainage of water leakages is to
be included in the unit prices above.

When abnormal over-break is accepted for payment, additional concrete volume in support
works and lining required to fill such volume will be measured by m3 and paid for
as concrete cast at the face or behind the face as the case may be. Reinforcement will be
measured and paid as in Chapter 9 Concrete works. Unless otherwise specified, the condition
of exposure shall be Moderate and the concrete compressive strength shall meet the
requirements of grade C35 concrete according to BS 5328.

6.12 Steel Rib Supports


6.12.1 Materials
Subject to approval of the Engineer, steel for tunnel support sets and blocking and lagging shall
be maintained at the site of the Works. The steel for the support sets need to be bent as per
Drawings or directed by the Engineer, however, sufficient steel shall be on hand before starting
underground excavation, to make at least 15 support sets with invert struts.

1. All materials for steel support sets shall be subject to approval of the Engineer before the
order is placed.

2. Material for steel supports shall be equal to or stronger than ASTM A36, steel. All bearing
plates, beams, posts, blocking, wedging, general hardware and all lagging required shall be of
sound material free from defects that will affect structural strength when used in conjunction
with the structural steel support systems.

3. Steel supports shall consist of steel ribs (ISWB 150, 13.5 kg/m*100@1.20 m c/c for class V
and ISWB 150, 13.5 kg/m*100@1.00 m c/c), foot-plates, concrete foot blocks, lagging, liner
plates, and other suitable structural steel members, complete with bolts, nuts, wedges, tie rods
and spreaders, and other accessories required for assembling the steel supports and supporting
them in place.

63
Bid Document Specifications

4. Wedges, lagging, and blocking may be timber; however, fibre reinforced shotcrete shall be
used to replace traditional wedges, lagging, and blocking to the maximum practicable extent.

6.12.2 Execution
1. Steel ribs with or without struts shall be installed where approved, as soon as practicable
following excavation. Ribs shall be set on foot blocks which shall rest on suitable foundations.
Ribs shall be securely wedged into place using fibre reinforced shotcrete or bags of fast-set
mortar. Where fibre reinforced shotcrete or bags of fastest mortar are inadequate for this
purpose, additional supports consisting of lagging, blocking wedges, bars and the like shall be
installed against the rock face as required to transfer the rock load to the steel ribs.

2. Wedges not covered by shotcrete shall be periodically checked and tightened and such
checking and tightening shall also be done immediately before placement of the concrete lining.

3 Steel ribs shall be set to provide a minimum concrete clearance of 200 mm, and shall
be left in place permanently.

6.12.3 Measurement and Payment

1. Steel support sets will be measured for payment by weight in tonne installed as approved
under the item rates specified in Bill of Quantities.

2. Steel support sets will be paid for at the unit price each quoted therefore in the Bill of
Quantities. The price paid shall include full compensation for furnishing and installing the steel
supports, regardless of size, together with all steel wedges, all blocking and lagging, tie rods
and bracing, and other miscellaneous steel required.

64
Bid Document Specifications

7 INVESTIGATION AND INSTRUMENTATION DURING


CONSTRUCTION

7.1 Contractor’s assistance in connection with geological mapping and investigations


during Construction
Tentative layout and location of construction adit and headrace tunnel is based on information
on geological conditions obtained from surface geological mapping. Further optimization will
be carried out during construction on basis of geological conditions encountered during
construction of Test Adit tunnel. Necessary information for this optimization will be collected
by geological tunnel logging with rock mass classification, by monitoring of variation in pore
pressure and in amount of leakage water from the tunnel, as well as by rock stress
measurements.

The Contractor is responsible for providing necessary assistance in connection with geological
mapping, surveying and rock stress measurements, conducted by the staff of the Engineer.
Sufficient information about the geological conditions along the tunnel is depending on access
for the geologist for mapping of geological features before the tunnel surface is covered by
sprayed concrete. This means that there will be stop periods to allow access for the geologist
for doing his mapping, or for doing other investigations.

To obtain the necessary information for making design decisions in due time, it is important
that necessity of these works is understood and that the Contractor contribute to smooth
operation. The Contractor shall contribute to efficient preparations and accomplishment of the
investigations by close collaboration with the Engineer. The Engineer’s geologist shall be given
access to the tunnel face for a period of 30 minutes for each blast round, after mucking and
prior to commencement of concrete spraying at the face. Additional stops may be instructed by
the Engineer.

65
Bid Document Specifications

8 DRAINAGE AND EROSION PROTECTION

The Contractor is responsible for taking care of surface water run-off from the surface around
the tunnel entrance and for taking necessary measures to prevent surface water draining from
the hillside above from entering the tunnel and divert any potential flow away from the tunnel
entrance as necessary.

He shall establish such measures as he find necessary and maintain them until he has completed
his work. The cost for this shall be included in his remuneration for temporary works and will
not be subject for separate measurement and payment. He shall implement necessary measures
for drainage and minimise erosion of tunnel spoil deposits from draining water. This shall also
include measures to safely carry water away from the areas to minimise erosion and eroded
materials being carried into water courses.

The Contractor shall maintain and repair all drainage facilities, slopes, and slope protection
structures so that they operate as required for protecting the works and surrounding areas.

Temporary works will not be measured for payments.

The payment on care of water during construction shall be made forty percent (40%) of the
lump sum price as stated in Bill of Quantity when the contractor has completed the installation
of all equipments and facilities designated in the plan which is proposed by the contractor and
approved by engineer. Remaining 30% will be paid on the progress of work and remaining
thirty percent (30%) will be paid when the contractor has completed the removal or hand over
of equipment and facilities as required or instructed by engineer. The pump with the auxiliary
instruments will be handed over to client after the completion of work. The price shall constitute
full compensation of cost of manpower, tools, equipment and materials including, design,
furnishing, construction, installation, operation, maintenance and subsequently removal of
watering and dewatering system and other items necessary to complete the works.

66
Bid Document Specifications

9 CONCRETE WORKS

9.1 Coverage
This Chapter contains requirements for:
 manufacture, transportation, placement, finishing, curing and repair of concrete
 supply and placing of reinforcement
 formwork
 joints, joint materials, joint treatment and bearing pads
 all other work associated with cast-in-place and pre-cast concrete

9.2 Reference Standards


Particular standards relevant for this chapter are listed below. If no standards exist, the work
shall be performed according to recognised practice approved by the Engineer.

American Association of State Highway and Transportation Officials (AASHTO)


AASHTO M 307 Standard Specification for Silica Fume Used in Concrete and Mortar

American Concrete Institute (ACI)


ACI 207.1R Mass Concrete
ACI 211 Standard Practice for Selecting Proportions for Normal, Heavyweight and Mass
Concrete
ACI 301 Standard Specification for Structural Concrete
ACI 304R Guide for Measuring, Mixing, Transporting and Placing Concrete
ACI 305R Hot Weather Concreting

American Society for Testing and Materials (ASTM)


ASTM A 82 Standard Specification for Steel Wire, Plain, for Concrete
Reinforcement
ASTM A 184M Standard Specification for Fabricated Deformed Steel Bar Mats for
Concrete Reinforcement
ASTM A 185 Standard Specification for Steel Welded Wire Fabric, Plain, for Concrete
Reinforcement
ASTM A 615M Standard Specification for Deformed and Plain Billet-Steel Bars for
Concrete Reinforcement
ASTM A 767M Standard Specification for Zinc-Coated (Galvanised) Steel Bars for
Concrete Reinforcement
ASTM A 775M Standard Specification for Epoxy-Coated Reinforcing Steel Bars
ASTM C 29 Standard Test Method for Unit Weight and Voids in Aggregate
ASTM C 31 Standard Practice for Making and Curing Concrete Test
Specimens in the Field
ASTM C 33 Standard Specification for Concrete Aggregates
ASTM C 39 Standard Test Method for Compressive Strength Of Cylindrical
Concrete Specimens
ASTM C 40 Standard Test Method for Organic Impurities in Fine Aggregates for
Concrete
ASTM C 42 Standard Test Method for Obtaining and Testing Drilled Cores and
Sawed Beams of Concrete
ASTM C 88 Standard Test Method for Soundness Of Aggregates By Use Of Sodium
Sulfate or Magnesium Sulfate

67
Bid Document Specifications

ASTM C 94 Standard Specification for Ready-Mixed Concrete


ASTM C 117 Standard Test Method for Materials Finer Than 75- Sieve
in Mineral Aggregates By Washing
ASTM C 125 Standard Terminology Relating To Concrete and Concrete Aggregates
ASTM C 127 Standard Test Method for Specific Gravity and Absorption of Coarse
Aggregate
ASTM C 128 Standard Test Method for Specific Gravity and Absorption of Fine
Aggregate
ASTM C 131 Standard Test Method for Resistance To Degradation of Small Size

Coarse Aggregate By Abrasion and Impact in the Los Angeles Machine


ASTM C 136 Standard Method for Sieve Analysis of Fine and Coarse Aggregates
ASTM C 138 Standard Test Method for Unit Weight, Yield and Air Content

(Gravimetric) of Concrete
ASTM C 142 Standard Test Method for Clay Lumps and Friable Particles in Aggregates
ASTM C 143 Standard Test Method for Slump of Portland Cement Concrete
ASTM C 150 Standard Specification for Portland Cement
ASTM C 151 Standard Test Method for Autoclave Expansion of Portland Cement
ASTM C 171 Standard Specification for Sheet Materials for Curing Concrete
ASTM C 172 Standard Method of Sampling Freshly Mixed Concrete
ASTM C 173 Standard Test Method for Air Content Of Freshly Mixed Concrete by
the Volumetric Method
ASTM C 186 Standard Test Method for Heat of Hydration of Hydraulic Cement
ASTM C 192 Standard Practice for Making and Curing Concrete Test Specimens in
the Laboratory
ASTM C 227 Standard Test Method for Potential Alkali Reactivity of Cement
Aggregate Combinations (Mortar-Bar Method)
ASTM C 231 Standard Test Method for Air Content Of Freshly Mixed Concrete
By the Pressure Method
ASTM C 260 Standard Specification for Air Entraining Admixtures for Concrete
ASTM C 289 Standard Test Method for Potential Reactivity of Aggregates (Chemical
Method)
ASTM C 309 Standard Specification for Liquid Membrane-Forming Compounds for
Curing Concrete
ASTM C 441 Standard Test Method for Effectiveness Expansion of Concrete
Due to the Alkali-Silica Reaction
ASTM C 494 Standard Specification for Chemical Admixtures for Concrete
ASTM C 566 Standard Test Method for Total Moisture Content Of Aggregate By
Drying
ASTM C 595 Standard Specification for Blended Hydraulic Cements
ASTM C 617 Standard Practice for Capping Cylindrical Concrete Specimens
ASTM C 618 Standard Specification for Fly Ash and Raw or Calcined Natural
Pozzolana for Use as a Mineral Admixture in Portland Cement Concrete
ASTM C 989 Standard Specification for Ground Granulated Blast-Furnace Slag for
use in Concrete and Mortars
ASTM C 1017 Specification for Chemical Admixtures for Use in ProducingFlowing
Concrete
ASTM D 75 Standard Practice for Sampling Aggregates

68
Bid Document Specifications

British Standards Institution (BS)


BS 812 Testing Aggregates Part 105. Methods for Determination of Particle
Shape. Flakiness Index
BS 812 Testing Aggregates Part 117. Methods for Determination of Water
Soluble Chloride Salts
BS 812 Testing Aggregates Part 118. Methods for Determination of Sulphate
Content
BS 4871 Approval Testing of Welders Working to Approval Welding Procedures
BS 5135 Metal-arc Welding of Carbon and Carbon Manganese Steel

9.3 Reinforcement

9.3.1 Steel
Steel reinforcement shall unless otherwise specified, be deformed high yield steel bars to
ASTM Specifications or equivalent, having a minimum yield-point stress of 400 N/mm2 and
500 N/mm2 as shown on the Drawings.

Plain round mild steel bars and fabric reinforcement to ASTM specifications or equivalent
having a minimum yield-point stress of 240 N/mm2 shall be used only where specifically
specified or shown on the Drawings.

The Contractor shall obtain from his suppliers certificates of the mechanical and physical
properties of the reinforcement and shall submit them to the Engineer for approval.

9.3.2 Bending and Fixing


Steel reinforcement shall be fixed in accordance with the detailed Drawings.

The Contractor shall provide facilities on the Site for cutting and bending reinforcement
whether he is ordering his reinforcement pre-cut and bent or not, and shall ensure that a
sufficient amount of straight bars is available on the Site for bending. Before being fixed in
position all reinforcement shall be cleaned of all mill scale, rust, dried grout, paint, oil, grease,
earth or any other substance, which may impair the bond between the reinforcement and the
concrete.

The bars shall be bent cold in strict accordance with the relevant ASTM Specifications and the
bending schedules. No bar except links and stirrups shall be bent to a smaller radius than four
times its diameter. After bending, reinforcement shall be securely bundled and labelled with
weatherproof tags or shall be marked with other approved signs by which it can readily be
identified.

The reinforcement shall be fixed in strict accordance with the Drawings as regards cover,
spacing and position, and suitable precautions shall be taken by the Contractor to prevent the
displacement of reinforcement during the placing and compaction of concrete. Where required
to support and retain the reinforcement in its correct position the Contractor shall provide
templates, pre-cast concrete blocks, stools or other supports to ensure the correct cover
thickness. Pre-cast concrete support blocks shall be manufactured from 2:1 sand/cement
mortar. They shall be well cured before use and carefully stored on the Site to avoid
contamination.

69
Bid Document Specifications

All intersections of bars in walls and slabs, all connections between binders or links and main
bars in columns or beams and all concrete blocks or other supports shall be tied with soft iron
wire ties or with fixing clips which shall not be allowed to make contact with the formwork or
to project materially into the specified cover.

All bars, which are lapped to secure continuity, shall, unless otherwise stated, overlap not less
than 40 times the diameter of the smaller bar to be lapped. Where not specifically detailed on
the Drawings the laps of reinforcement shall be staggered so that they do not fall on one plane.
Special care must be taken to comply with this requirement when using sliding formwork.

Unless shown on the drawings, or permitted by the Engineer, welding of bar reinforcement at
intersections or for the joining of bars is prohibited. Where permission is granted, the steel shall
be of weld able quality and welding shall be carried out in accordance with the
recommendations of the Institute of Welding for the welding of reinforcing bars for reinforced
concrete construction. Where galvanized reinforcement or anchor bolts are used, any damage
to the galvanizing shall be made good by application of an approved galvanizing formulation
before concrete placing is commenced. If the cement used in the concrete is de-chromatized,
one of the following measures shall be taken:
The concrete mortar in contact with the galvanized steel should be added Natrium Dichromate
in the mix (0.5 l/m3 of 10% NaCr2 solution), or The galvanized steel should be covered by a
suitable material, which prevents direct contact between the concrete mortar and the steel.

Where specified, reinforcement intersections shall be insulated by approved materials and


methods, e.g. by a short length of rubber or plastic hose on one of the bars so as to prevent
metallic contact between the bars.

The permissible tolerance on the specified cover is minus 0 mm and plus 10 mm.

9.4 Concrete
9.4.1 Cement
Cement for concrete shall, unless otherwise specified, comply with ASTM C 150 Type I.
Cement Type II and III to ASTM C 150 or use of fly ash cement shall be used only on approval
from Engineer. Unless the concrete aggregates are proved to be completely innocuous as to
alkali reactions, all cement shall be of the low-alkali type with a maximum alkali-content of
0.6 % expressed as sodium-equivalent (Na2O + 0.658 K2O).

The Contractor shall as soon as possible after the Commencement Date notify the Engineer
from which mill or mills he intends to purchase cement and whether the cement will be supplied
in bulk or bags. Purchase orders or contracts for supply of cement shall contain quality
requirements and quality control procedures to be approved by the Engineer, and factory test
certificates shall be delivered with all shipments. Cement shall be fresh when delivered to Site
and the consignments shall be used in the order of their delivery. The Contractor shall mark the
date of delivery on each consignment and each consignment shall be stored separately and in
such manner as to be easily accessible and identifiable.

No cement in bags or other containers shall be used unless these and the manufacturer's seals
are intact at the time of mixing. If the cement is delivered in bags it shall be stored Bid
Document Specifications in a waterproof shed or building at a temperature of not less than 8ºC
and the bags shall be placed on dry boards above the floor to prevent deterioration or

70
Bid Document Specifications

contamination from any cause. Bulk cement may be used providing it is stored in an approved
waterproof container.

The Contractor shall not use cement, which has hardened into lumps, but subject to removal of
the lumps by screening, the Engineer may allow such cement to be used in non-structural
concrete mixes. Cement having been stored on the Site for more than four months shall not be
used unless proved to be satisfactory.

The Contractor shall obtain test certificates from his suppliers of all consignments and shall
submit them to the Engineer for approval.

9.4.2 Pozzolana
Not applicable

9.4.3 Aggregates
Concrete aggregates shall be sound and durable natural sand and gravels and/or crushed rock
complying with the requirements of ASTM C33 in all respect unless otherwise stated. The
Contractor shall document all requirements stated in this standard and in this Sub-chapter by
relevant test results.

The proportions of the various sizes of aggregates shall be selected so as to obtain the required
classes of concrete. Fine aggregates are particles passing through a sieve with aperture size 4.76
mm; coarse aggregates those particles not passing through that sieve.
The acceptance or rejection of the aggregate shall be based on a total evaluation of the test
results.

Coarse aggregates for concrete Class E shall have a percentage of wear by the Los Angeles
Abrasion test (AASHTO T96) of not more than 30 per cent. The equipment and methods used
for processing of aggregates shall be such that the contents of flaky or elongated particles are
minimized. The Engineer may order adjustments to the crushing process to secure acceptable
particle size. The sieving and washing facilities, and the number of fractions available for
composing the aggregate, shall be such that deviations from the desired particle size distribution
curve is kept within the permitted limits.

The contents of flaky/flat and/or elongated particles shall not exceed 20% within any size group
tested. A flat particle is defined as one having a ratio of width to thickness equal to or greater
than three. An elongated particle is defined as one having a ratio of length to width equal to or
greater than three.

The particles shall not be coated by clay/silt or dust.

The chloride content expressed as anhydrous calcium chloride shall be less than 0.1% in the
fine aggregates and 0.05% in the coarse aggregates, respectively. The sulphate content of all
aggregates shall not exceed 0.4%.

By petrographic examination according to ASTM C 295 it shall also be shown that the sand
does not contain more than 10% by count (i.e. 1% by volume) of free mica. The total amount
of sulphide minerals shall be less than 0.5%.

71
Bid Document Specifications

If the petrographic examination reveals the presence of any minerals or rock types, which may
be suspected of causing alkali reactions in concrete, the reactivity shall be tested in accordance
with RILEM AAR-1 - Final Draft, RILEM/TC-ARP/02/. In such cases the cement may be
ordered substituted by a different type or brand.

If a proposed aggregate has an absorption of 2% or more and/or a density of less than 2.60, as
determined by the methods described in ASTM C 127 and 128, the Contractor shall
demonstrate by trial mixes and tests that the strength and durability of the concrete is not
adversely affected and that adequate workability can be maintained during the placing and
compacting processes.

The particle size distribution curve for fines (defined as the part of the aggregate smaller than
4.76 mm, and including fines in the coarse aggregate) shall be within the area shown below,
permitted deviations included. The final curve shall be produced with the following maximum
deviations from the curve agreed upon after test mixes:

Retained on 2.0 mm sieve: ± 7%

Retained on 0.5 mm sieve: ± 3%

Contents of fines < .125 mm ± 2%


Total amount of material finer than 0.075 mm shall not be greater than 5%

Figure 9-1 Limits for particle size distribution curve

The particle size distribution curve for total aggregate shall be continuous. Maximum deviation
for retained percentage on a given sieve size 5 mm and larger shall be ± 10% of that agreed
upon as result of test mixes.

Samples of the proposed aggregates and a report on the method of production and processing
including details on actual screen sizes to produce each aggregate shall be submitted for
approval by the Engineer.

Aggregates shall be processed and transported separately and stored on the Site in separate
stockpiles so arranged as to prevent the intermingling of the various sizes of aggregates. The
stockpiles shall be suitably protected to prevent contamination of the aggregates from the
ground, rubbish, or by leaves, dust or other windblown materials. Any aggregate so
contaminated shall not be used in the Works, and the bottom 300 mm layer of any stockpile
shall only be used if approved.

72
Bid Document Specifications

Figure 9-1 Limits for particle size distribution curve

9.4.4 Water
Water for concrete, mortar, grout or curing shall be clean, fresh and free from matter in solution
or suspension that may adversely affect the strength, durability or appearance of the Works or
cause corrosion on reinforcement and embedded items.

9.4.5 Admixtures
Admixtures to be used shall be approved by the Engineer. Trial mixes and continuous
monitoring of the concrete properties are necessary to determine quantities and type of water
reducers and retarders to be used. The use of calcium chloride or admixtures containing chloride
shall not be permitted.

9.4.6 Water/Binder Ratio


The binder may consist of only Portland cement or a mix of Portland cement and pozzolana.
The water binder ratio is calculated as follows:

W/b = w/(c +k.p)

Where:
w=total amount of water in the mix, including water contents of aggregates, kg/m3

b=total amount of binder, defined as (c + k.p)

c=amount of cement in the mix, kg/m3

k=efficiency factor of pozzolana relative to cement. If nothing else is documented, efficiency


factor
k = 0.2 shall be used for fly ash

p=amount of pozzolana in the mix, kg/m3

73
Bid Document Specifications

9.4.7 Classes of Concrete


The classes of structural concrete to be used in the permanent Works shall be designed mixes
with requirements as shown in Table 9-1 unless otherwise approved by the Engineer.

Table 9-1: Classes of Concrete


Classes of Concrete
Description
A B C D E
Characteristic strength 1)
(N/mm2)
50
Max. nominal aggregate size 20
20 30 40 25
(mm) 38 2)
63 38 25 -
Maximum cement content 350
300 375 450 -
(kg/m3) 250
180 300 - 0.40
Minimum cement content < 0.6
0.50+0.02 0.50+0.02 0.45+0.02 +0.0
(kg/m3) 100-
45-95 100-150 60-100 2
Water/binder ratio 150
3-5 3-5 - -
Indicative slump requirement -
-
(mm)
Air content (%)

1) Referring to measurements on concrete cylinders at 28 days

2) 25 mm for pumped concrete

Class A is a concrete of low heat, low slump and low permeability for massive structures such
as the dam and intakes and some sections of the powerhouse. Approved water reducers shall
be added to obtain high workability. The content of aggregates < 0.250 mm should not be less
than 8% of the 0/8 mm fraction. A low content may be compensated by the use of pozzolana.

Class B is a concrete for certain structures without exposure other than atmospheric. The
workability shall be medium to high and water reducers may be used.

Class C is a high-strength concrete of low permeability for liquid-retaining and certain other
structures. Water reducers shall be added to obtain very high workability. The content of
aggregates < 0.250 mm should not be less than 8% of the 0/8 mm fraction. A low content may
be compensated by the use of pozzolana.

Class D is a high-strength concrete for pre-cast members. Super-plasticisers and silica fume
shall be used to obtain very high workability.

Class E is a special high-strength concrete with high abrasive resistance for use in the lower
parts of radial gate openings. Super-plasticisers and silica fume shall be used. The slump values
given in Table 9-1 are for guidance only. Actual slump values shall be determined from trial
mixes and adjusted as required at the Site. For blinding concrete and for temporary Works the
prescribed mixes given in Table 9-2 may be used.

Table 9-2: Concrete mixes Class F and G


Classes of Concrete
Description
F G

74
Bid Document Specifications

Expected characteristic 12 20
strength 1) (N/mm2)

Cement (kg) 250 340


Total aggregate (kg) 1850 1800
Fine aggregate (%) 30 - 45 30 - 35

Referring to measurements on concrete cylinders at 28 days

Class F is a blinding concrete.

Class G is the minimum requirements for concrete used in temporary Works.

9.4.8 Designed Mixes


No class of concrete except Class F (blinding concrete) shall be placed in the permanent Works
until the Engineer has approved the trial mix for that class. Any change in type or source of
cement or aggregates during the progress of the Works requires fresh trial mixes to be prepared
by the Contractor and approved by the Engineer. Each class of concrete shall have a trial mix
prepared under production conditions consisting of 12 cylinders made from 6 batches. Two
cylinders shall be made from each batch; one cylinder for compressive testing at 7 days and the
other for compressive testing at 28 days. Sampling, curing and testing shall be in accordance
with ASTM C 31 and C 39.

The characteristic strength at 28 days of the mix, xc, based on testing of n samples may be
determined from the formula:

xc = xm – ks

where xm and s are the mean and the standard deviation of the test results respectively. The
coefficient k which is a function of the number of samples, has the following values:

n 3 4 5 6 7 8 9 10
k 2.50 2.14 1.96 1.86 1.79 1.74 1.70 1.67

n 12 15 20 25 30 >30
k 1.62 1.58 1.53 1.49 1.47 1.45
The relationship between the class of concrete and the characteristic strength as measured on
cylinders shall accord with Table 9-3.

Table 9-3: Concrete Strength Requirements


Concrete Strength requirements
Class of concrete Characteristic strength (N/mm2)

75
Bid Document Specifications

1day
7 days 28 days
(boiling)
A 10 15 20
B 10 15 20
C 16 23 30
D 25 33 40
E 30 40 50
The trial mix shall be deemed as approved if the characteristic strength, xc, so determined is
greater than the specified compressive strength. For concrete of Class A and C trial mix samples
shall in addition satisfy the requirements of permeability as specified in 9.4.7.

Notwithstanding the individual requirements to cement, aggregates and water, no concrete for
permanent works shall contain more soluble chlorides (as NaCl) than 0.4%, and not more
soluble sulphates (as SO3) than 4.0%, all by weight of the cement.

9.4.9 Production and Transport


Aggregates and cement shall be proportioned by weight-batching and water shall be
proportioned by volume. Subject to the prior approval of the Engineer volume batching of
aggregates may be used for small sections of work, but volume batching of cement will in no
case be accepted. The Contractor may, however, so proportion the mix that each batch shall
use whole bags of cement, the weight of which is known precisely. Where permission has been
given for volume batching of aggregates, all gauge boxes shall be accurate and strongly
constructed and due allowance shall be made for bulking of the aggregates in assessing the
correct volume to be used.

Batch mixing machines shall be provided in such numbers and of such capacity as to ensure a
continuous supply of freshly mixed concrete with at least one standby unit at all times during
construction. Continuous mixing machines shall not be used.

The aggregates and the cement shall be thoroughly mixed in a clean mechanical mixer until a
uniform mixture is obtained and the water added on basis of the approved mix design. The
mixing shall continue for at least 1 1/2 minutes after all the water has been added.

Mixers shall be completely emptied before receiving materials for the succeeding batch. Mixers
must be kept clean and shall be washed out after stopping work and at the end of each shift.

On commencing the work with a clean mixer the first batch shall contain only two thirds of the
normal quantity of coarse aggregate for the batch to compensate for the fine material and
cement which adheres to the drum. This batch shall also be mixed for at least one minute longer
than the normal specified time. This batch shall be used in Permanent Works only if approved
by the Engineer.

Concrete must be so transported and placed that contamination, segregation or loss of the
constituent materials does not occur. During transport concrete shall be carried in purpose-
made agitators operating continuously.

76
Bid Document Specifications

9.4.10 Preparations for Placing of Concrete


9.4.10.1 General
No concrete shall be placed until all formwork, reinforcement, fixings and surfaces, on which
the concrete is to be placed, have been inspected and approved by the Engineer. The Contractor
shall give the Engineer a minimum of 24 hours' notice of his intention to place concrete.
Concrete shall not be placed in any part of the structure without consent. If concreting has not
been started within 24 hours of consent being given, consent must again be obtained.

Concrete shall not be placed in water except with the written consent of the Engineer, nor shall
any concrete be subjected to running water until the concrete has hardened. All faces against
which concrete is to be placed shall be clean and free from oil, dirt, mud, saw dust, shavings or
other debris. Formwork, reinforcement and inserts, which may have become encrusted with
mortar or grout during previous placing of concrete, shall be cleaned of all such mortar and
grout.

Immediately before placing of concrete commences, all surfaces against which concrete is to
be placed shall be moistened and hosed down by the use of high velocity air/water jets.
Temporary openings in the formwork shall be provided to drain off excess water and any debris.
Where required, sufficient drains or dewatering plant shall be provided to keep the area where
concreting is in progress free from running or standing water. Such drains, hoses, pipes, pumps
or other plant shall be securely fastened to prevent disruption during placing of concrete.

9.4.10.2 Concrete against Rock


Rock surfaces against which liquid-retaining structures are to be constructed shall be cleaned
of all loose rock fragments by means of mechanical plant, scaling bars, wedges, and high
velocity air/water jets until only sound rock without any loose material remains and to the
satisfaction of the Engineer.

Where other structures than liquid-retaining structures are to be placed, preparation of rock
surfaces for concreting may be relaxed to removal of all loose material by means of high
velocity air/water jets only, if approved by the Engineer.

Rock surfaces shall be kept continuously moistened for at least 24 hours before placing of
concrete. Rock surfaces sloping less than 15° shall immediately before placing of concrete
commence be treated with a thin layer of mortar of the same cement/water ratio as that of the
concrete to be placed.

9.4.10.3 Concrete against Soil or Rock Fills


Where directed, all structural concrete shall be placed upon a 50 mm thick layer of sufficiently
cured blinding concrete.

9.4.11 Placing of Spayed Concrete


9.4.11.1 General
Concrete shall as far as possible be placed directly in its final position and shall not be caused
to flow so that the lateral movement will permit or cause segregation of the concrete.

Concrete when deposited shall have a temperature of not less than 5°C and not more than shown
in Table 9-4. It must be compacted in its final position within 30 minutes of discharge from the
mixer unless carried in purpose-made agitators, operating continuously, when the time will be

77
Bid Document Specifications

within 1 hour of the introduction of water to the mix and within 30 minutes of discharge from
the agitator.

Concrete shall be placed continuously over the area between construction joints to uniform
levels in layers not exceeding 500 mm in such a manner as to avoid segregation. In liquid-
retaining structures the concrete shall not be allowed to rise faster than 0.5 m/h and not slower
than 0.15 m/h.

Fresh concrete shall not be placed against in situ concrete, which has been in place for more
than 30 minutes, unless approved retarders have been applied or a construction joint is formed.
When in situ concrete has been in place for more than 4 hours, no further concrete shall be
placed against it for a further 20 hours or such other period of time as directed. Concrete shall
not be dropped from a height greater than 2.0 m. If certain sections of the Works require
concrete to be deposited from a greater height, the concrete shall be deposited through a tremie
or other approved pipes or chutes.

Each concreting team shall include a competent steel fixer and a carpenter who shall check that
the reinforcement, formworks, and other fittings are in the correct position before pouring, and
who shall be in attendance to ensure that reinforcement, formworks and fittings remain in
position while the placing and compacting of concrete is being carried out.

The time limits for placing and compacting concrete given above are based on a mix without
any additives. The Engineer may relax those limits when approved plasticizers giving
retardation or retarders are applied.

9.4.11.2 Compaction
Unless otherwise directed, all concrete shall be compacted by means of approved immersion
type internal vibrators with a minimum immersed frequency of 120 Hz and sufficient amplitude
to consolidate the concrete adequately. At least one spare vibrator shall be kept at the location
of every pour during concrete placement. Vibrators shall be operated in a near vertical position
and shall not be used to transport concrete within the forms.

Each layer of concrete shall be carefully rammed and vibrated allowing the vibrator to penetrate
into the previous layer until trapped air bubbles are released and stone pockets are eliminated
and until a homogenous dense mass of concrete is obtained with no honeycombing, pitting or
planes of weakness. Spatulas of adequate length shall be used to ensure that the concrete is well
rammed between the reinforcement and the formwork, around embedded items and into the
corners of forms. The number and size of vibrators shall be such as to ensure vibration
throughout the entire volume of the concrete and shall be applied to points uniformly spaced
and at such distance apart that their cones of influence shall overlap and the whole mass of the
concrete shall become plastic. Care must be taken to ensure that the concrete is not over-
vibrated causing excess water and laitance to form on top of the concrete. Any water
accumulating on the surface of newly placed concrete shall be removed by approved means
and no further concrete will be placed thereon until such water is removed.

Vibrators shall not be applied to, or have any contact with, reinforcement or formwork but shall
be carefully inserted to avoid contact with reinforcement and formwork as far as is practicable.

78
Bid Document Specifications

9.4.11.3 Underwater Concreting


Normally, underwater concreting will not be allowed. In cases when it proves necessary to
place concrete under water, the Contractor shall submit his method statement including the
following data for the approval of the Engineer:
Location of the pours
Plant to be used
Modifications to the approved concrete mixes
 Protection of fresh concrete against water currents etc.

Additives for underwater concreting shall be used to reduce segregation and wash-out of the
concrete during casting. Concrete shall not be placed in flowing water. Underwater concrete
shall be placed in position by a tremie or other approved pipelines. The casting should proceed
continuously and with one casting front.

During and after concreting underwater, pumping or dewatering operations in the immediate
vicinity shall be suspended until the Engineer permits them to be continued. Water shall not be
allowed to flow over or exert any unilateral pressure against concrete until at least 48 hours
after deposition.

9.4.11.4 Hot Weather Concreting


Mixing and placing of concrete when the air temperature at the Site exceeds 35oC shall not be
permitted unless approved by the Engineer.

The temperature in the concrete when placed shall always be as low as possible, and shall under
no circumstances exceed the values of Table 9-4.

Table 9-4: Maximum Concrete Temperatures


Maximum concrete temperature
Cement content Maximum concrete
(kg/m3) temperature
300 32°C
320 30°C
340 28°C
360 25°C
380 23°C
400 20°C
In order to maintain an adequate temperature of the concrete the following precautions shall be
taken wholly or in part as needed:

a) All aggregate stockpiles, water lines and tanks as well as the mixer shall be protected from
direct sunshine.

b) Coarse aggregate shall be cooled by constant watering where possible.

c) Mixing water shall be cooled by the addition of ice to the storage tanks. The Contractor shall
have available at Site a suitable plant for ice production. Where the above++ precautions are
inadequate concreting shall be carried out during the cooler parts of the day or during the night
as may be directed by the Engineer. Ambient temperature, aggregate temperature, concrete

79
Bid Document Specifications

transport length and type of vehicles will be influential as to what temperature the concrete
should have when leaving the mixer. The contractor shall provide sufficient transportation
capacity to ensure a continuously casting. The Contractor is responsible for ensuring further
cooling, if necessary. Heat reflecting rather than absorbing concrete containers should be used
for transport. The Contractor shall describe in detail the means and equipment to be used. The
Contractor shall evaluate the effects of curing temperatures and thermal gradients, and take this
into account in the construction. Thermal gradients greater than 30oC per 300 mm thickness
are normally not acceptable. Severe thermal gradients shall be limited by providing cover and
insulation of freshly exposed concrete. In order to reduce premature drying of the concrete
during transport and placing, all chutes, shuttering and reinforcement shall be cooled by
watering when possible, or shall otherwise be shaded from direct sunlight. Any water so used
shall be removed by setting with compressed air before placing the concrete.

9.4.11.5 Wet Weather Concreting


Concreting during periods of constant rain shall not be permitted unless aggregate stockpiles,
mixers and transporting equipment, and the areas to be concreted are adequately covered and
drained by diversion channels or by pumps. During showery weather the Contractor shall
ensure that, if permitted, the work can be concluded at short notice by the provision of stop
ends. On no account shall work be terminated before each section, between one stop end and
another, is complete. Adequate covering shall be provided to protect newly placed concrete
from the rain.

9.4.12 Curing of Concrete


Newly placed concrete shall be protected from rain, drying winds, sun and contact with
substances, which can adversely affect it.

No traffic or constructional loads shall be permitted on newly placed concrete until it has
hardened sufficiently to take such traffic or load without surface damage or deformation. A
curing membrane shall be applied on horizontal surfaces continuously, after final levelling of
the top surface. During the following curing period horizontal surfaces shall be protected from
evaporation of water by either watering or covering with hessian, canvas or an impermeable
sheet, as soon as covering can be performed without leaving prints on the surface.

Vertical surfaces shall be protected from excessive evaporation of water due to sun and wind
by keeping the formwork in close contact with the concrete until continuous application of
water or covering can be performed. Under extreme conditions covering and watering after
stripping may prove necessary so that no damage occurs to the surface of the concrete. Covering
with an absorbent material kept damp or an impermeable sheet close enough to the surface to
prevent excessive circulation of air shall be used. Liquid curing membranes are not considered
as sufficient alone. Concrete shall be protected as described for at least seven days unless
otherwise approved by the Engineer.

9.4.13 Quality Control and Testing


The Contractor shall present a QA-system in order to demonstrate his ability to produce, deliver
and cast the concrete, as well as perform the tests and running control that are required for the
present project. The quality control shall embrace all aspects of his concrete work including
aggregates, cement, water, admixtures, mixing plant, and equipment for transport, placing and
compaction. He shall supply all necessary labour, materials and equipment and carry out such
tests as are necessary to ensure the specified quality of the concrete.

80
Bid Document Specifications

The QA-system is subject to approval from the Engineer, and shall contain:
Organization plan showing position and responsibilities for persons who have influence on
quality of the concrete and of the work. Record of past experience from similar demanding
concrete work, and education in this respect, shall be given.

Description of the facilities at disposal for producing and transport of the concrete (and its
constituents, where relevant), and controlling its quality, to the extent necessary to demonstrate
capability to comply with the requirements.

Examples of what should be included are:

- Transport, storage and dosage facilities for aggregates, cement, pozzolana, additives and
water.

- Cooling facilities for water. Ice production facilities. System, if needed, for cooling
aggregates.

- Mixers. Type and capacity. Means of controlling and recording actual mix data. Calibration
of scales and volumeters. (Printout giving all mix data, planned and actual, shall follow each
batch)

- Concrete transport systems.

- Aggregate production plant. Facilities for crushing, sieving, washing and storage.

- Laboratory. Facilities, equipment and capacity.

- Instruments, equipment for monitoring concrete temperature in the structure.

- Backup facilities.

- Concreting equipment, vibrators etc.

Description of the internal control system that the Contractor will propose for his activities, and
of the system for reporting to the Engineer, that will ensure sufficient guarantee for meeting the
requirements.

Testing shall be performed according to the relevant ASTM standards or other relevant
standards. The Contractor's testing shall be carried out in the materials testing laboratory
established at Site, ref. Chapter 1.

Test reports shall record all data required for sample and batch identification and test results
shall be presented in a format approved by the Engineer and which shall include the location in
the Works of the concrete presented by the sample. Two copies of each test result shall be
submitted to the Engineer within 24 hours of the test being completed. In addition a weekly
summary report of the main data shall be presented to the Engineer. Testing shall be carried out
as often as the Engineer considers necessary to confirm the conformance of the concrete work
to the Contract. Unless otherwise approved, the minimum frequency of testing of the concrete
shall be as specified in Table 9-5.

81
Bid Document Specifications

Table 9-5: Minimum Test Frequency for Concrete


Description of Test Minimum Test Frequency
Compressive Strength 1 per 10 m3

Slump tests according to ASTM C 143 at the point of mixing and at the point of placing shall
be carried out as often as necessary to verify and control consistency, and when required by the
Engineer. Slump tests shall be made and recorded at least once for every section of concrete
being placed. For every 10 m3 of sprayed concrete placed, four samples shall be taken to be
cured and tested in the laboratory. Two samples being tested at 7 days and the other two samples
at 28 days. The concrete cylinders tested at 7 days are intended to be indicative of the strength
only, whereas the cylinders tested at 28 days shall be taken to represent the sprayed concrete
placed in the works. The concrete shall be accepted if the 28 day
characteristic strength determined exceeds the specified compressive strength.

9.4.14 Failure to meet Quality Requirements


Any concrete, which fails to meet the standard of acceptance, shall be either further tested or
condemned at the Engineer's sole discretion. Further tests shall be carried out in accordance
with ASTM C 42.

Any such further tests or the removal of condemned concrete, replacement, including the
removal and replacement of any satisfactory concrete necessarily removed as a result of the
remedial measures directed by the Engineer, shall be at the Contractor's responsibility.

9.4.15 Repair of Concrete


The quality of finish shall not be inferior to that described in this Specification. If any portion
of the facework should prove unsatisfactory upon removal of the formwork, it shall, without
delay, be cut out and made good as directed. Sufficient amounts of such face concrete shall be
removed to coincide with the panels in the formwork so that no patching effect occurs. No
plastering of concrete surfaces will be allowed. At the discretion of the Engineer, boardmarks
or minor discontinuities on exposed faces may be removed by rubbing down with carborundum,
and pinholes, small voids or minor porosity of the surface, may be filled, by rubbing down with
cement and sand mortar of the same richness as in the concrete. Treatment must be made
immediately after removing the formwork but in any case only after the Engineer has examined
the facework. Any concrete, the surface of which has been treated without prior approval, will
be liable to rejection, and consequent removal.

9.5 Joints,
9.5.1 Waterstop and Jointing Materials
Waterstop and jointing materials shall be obtained from an approved manufacturer. All
waterstop and jointing materials, which are not required for immediate use, shall be stored at
all times in a cool, damp environment.

Waterstop shall be manufactured from P.V.C. (polyvinyl chloride). The tensile strength shall
be minimum 12.5 N/mm2 and elongation before rupture minimum 300 %. Unless otherwise
specified, the waterstop shall be 200 mm wide.
No waterstop shall be shipped from the factory until certified test reports have been approved
by the Engineer. Supplementary samples of the waterstop shall be taken after delivery to the
Site and tested, at the Contractor's expense, in a laboratory approved by the Engineer.

82
Bid Document Specifications

Intersections and junctions shall be obtained prefabricated from the approved manufacturer.
All site joints shall be welded strictly in accordance with the manufacturer's recommendations.

Waterstop shall be located and maintained accurately in position, and details of the proposed
method of fixing shall be submitted to the Engineer for approval. On no account shall waterstop
be secured by nails or by any other means involving puncture of or damage to the waterstop
material. Waterstop shall, unless otherwise specified, have minimum 70 mm concrete cover.

Joint filler shall be manufactured of natural bonded cork or other approved material. Joint filler
shall be cut and trimmed accurately to suit the joint profile and shall be maintained accurately
in position by means of an approved adhesive.

Joint sealing compounds shall be approved rubber/bituminous compounds suitable for sealing
joints in horizontal and vertical/sloping concrete surfaces as appropriate. Sealing compounds
shall be applied strictly in accordance with the manufacturer's instructions and shall completely
fill the joint recess.

Primers shall be applied as and if recommended by the manufacturer.

9.5.2 Construction Joints


Construction joints will be permitted only at the positions shown on the Drawings or as
approved by the Engineer.

If further joints are required, the Contractor shall submit for approval proposals for the layout
of construction joints before concreting is started.

Where vertical construction joints are required the joint face of the first cast concrete shall be
finished against a stopping off board, or vertical end formwork suitably notched to pass the
reinforcement. The surface film of the first cast concrete shall be removed before the concrete
has hardened to expose the aggregate and leave a sound, clean irregular surface. Just before
concreting is resumed, the roughened joint surface shall be thoroughly cleaned and freed from
loose mortar, moistened and then treated with a thin layer of mortar of the same sand/cement
ratio as the concrete to be placed worked well into the surface. The Contractor must take
precautions to avoid segregation of the concrete along the joint plane and to obtain thorough
compaction. For horizontal joints a layer of mortar shall not be used, but the paste content shall
be slightly increased in the first layer.

Horizontal construction joints shall have a gentle slope for drainage, and shall be left free from
protruding rock, vibrator holes and other irregularities. Before concreting is continued, and as
late as feasible, the weak surface paste, film and contamination shall be removed to expose a
fresh, clean mortar and aggregate surface. This shall be done by use of high pressure water jet
of at least 40 MPa (approx. 6000 psi), or, when necessary for concrete having reached higher
strength, by sandblasting, as directed by the Engineer. Degreasing agents shall be used to
remove any oily impurities, "Green cutting" i.e. removing of film and laitance when the
concrete approaches final set, shall only be done when explicitly permitted by the Engineer,
and shall be done with great caution so as not to damage the concrete and reduce the strength
of the paste near the surface. After treatment, any loose material, sand and water shall be
removed before concreting.

83
Bid Document Specifications

9.6 Rock Bolts


Where shown on the Drawings, concrete structures shall be anchored to sound rock by grouted
rock bolts of deformed bars 500 N/mm2 and of specified diameter and length. The length of
the bolt protruding from the rock into concrete shall be 40 times its diameter but minimum 1.0
m for all dimensions and the depth in rock as specified. Requirements to materials and
execution of drilling and grouting shall be as specified for grouted rock bolts in Chapter 4.

9.7 Measurement and Payment


9.7.1 Reinforcement
The mass of steel reinforcement measured shall be calculated from the nominal diameter of the
reinforcement and the net length of the reinforcing bars as detailed in the bending schedules,
the mass of steel being taken as 0.785 kg/m per 100 mm2 of cross section. No allowances shall
be made for laps, splices, connectors, tying wire, templates, stools, blocks, ordinary spacers
and other supports. No measurements of any cutting, bending or forming of shapes will be
made. Measurement of fabric reinforcement shall be made in tonnes of material executed,
calculated at the manufacturers kilogramme rate per square metre, for the area covered by the
material, but without allowances for laps, bends, cutting, notching around obstructions, tying
wires, templates, stools, blocks, spacers or other supports and without deductions for voids less
than one square metre.

9.7.2 Concrete
Measurement of concrete shall be made in cubic metres placed in accordance with the line and
levels indicated on the Drawings or as required by the Specifications, or directed by the
Engineer. No deductions shall be made for the volume occupied by reinforcement, or individual
voids or embedded materials less than 0.05 m3, rebates, fillets and the like. No additional
measurement will be made for additives, admixtures, pouring restrictions or requirements,
consolidation, curing materials or methods, tests or hand finishing or making good where
directed.
Blinding concrete shall be measured by the net area, and the specified thickness shall be the
minimum thickness.

The rates for concrete shall include costs for any admixture whether ordered by the Engineer
or not.

If separate items are provided in the Bill of Quantities for finishing of top surfaces to Class UA,
UB or UC, the area measured shall be the net area shown on the Drawings or directed by the
Engineer including holes and openings in the finished surfaces each less than 0.5 m2 in area.

84
Bid Document Specifications

10 GABION WORKS

Gabions are wire mesh boxes filled with selected gravel or rock of suitable size and shape to
facilitate packing. The grain size of the gravel or rock shall be greater than about 1.5 times the
diameter of the mesh openings, but at least 10 cm. The standard type gabion shall be fabricated
from flexible hot-dip galvanised wire and/or wire mesh plastic coated type and sizes specified
below, with a selvedge as specified in the following.

The mesh shall be hexagonal woven mesh, the joints formed by twisting each pair of wires
through three half turns. The size of the mesh shall conform to the standard specification issued
by the manufacturer and shall be not greater than 1/3 of the smallest stone filled in the gabion.
All wire used in the fabrication of the gabions and in the wiring operations during construction
shall be "Mild Steel Wire", i.e. wire having an average tensile strength of 44 kg per square
millimetre. The diameter of the wire used in the fabrication of the mesh shall be 3.0 mm
according to the engineering requirements. Test shall be made on the wire before fabrication of
the gabions on a sample 30 cm long. Elongation shall not be less than 12 %. All wires used in
the fabrication of the gabions and in the wiring operations during construction shall be
galvanised. The minimum weight of the zinc coating shall be 275 gr/m2.

All edges of the standard gabions including end panels and the diaphragms, if any, shall be
mechanically selvedge in such a way as to prevent unravelling of the mesh and to develop the
full strength of the mesh. The wire used for the selvedge shall have a diameter greater than that
of the wire used to form the mesh. The size of the mesh wire, and selvedge wire shall be 10
SWG, 8 SWG respectively. And the size of binding wire shall be 12 SWG.

All wire used in the fabrication of gabions and wiring operations during construction shall
comply with the requirements of NS: 169-2045. The wires shall be galvanized with heavy
coating of zinc.

The standard gabions shall have the following dimensions:

- Length = 3.0 m

- Width = 1.0 m

- Height = 1.0 m

- Diaphragm= every 1m

Sufficient lacing and connecting wire shall be supplied with the gabions for all wiring
operations to be carried out in the construction of the gabion work. The quantity of such wire
is estimated to be 8 percent of the gabions supplied. Gabions shall be packed carefully and tight
by hand to ensure long term stability of gabion structure. According to the engineering
requirements, the gabions might incorporate diaphragms to form cells having a length not
greater than one time and half the width of the gabion. A tolerance on the diameters of all wire
in the above paragraphs of ±2.5 percent is permitted. The length of the gabions is subject to a
tolerance of ±3% and the height and the width to a tolerance of ±5%.

In case stabilization and anchoring of gabions are required, such stabilization and anchoring

85
Bid Document Specifications

(including provision of "dead men") shall be performed as shown in the drawings or as


instructed by the Engineer.

10.1 Wire Mesh


Wire mesh shall be mechanically pre-fabricated to become a uniform hexagonal woven mesh
wherein the joints are formed by twisting each pair of wires through three half-turns
(commonly) known as double twist), in such a manner that unraveling is prevented.

Double-twist mesh is demonstrated in the sketch below:

The tightness of the twisted joints shall be such that a force of not less than 1.7 kN is required
when pulling on one wire to separate it from the other wire, provided each wire is prevented
from turning under the applied forces, and the wire is all in the same plane. The wire mesh
dimensional layout is as per the diagram below:

X(mm) Y(mm)
80 100

86
Bid Document Specifications

10.2 Stone Fill


The stone shall be hard, tough, sound, durable and free from detrimental materials and shall not
have cracks, holes, and laminations enough and should be filled in such a manner that it will
be well packed, have smooth face finishing by wellshaped stone or as directed by Engineer.

10.3 Measurement and payment


Payment for the gabion work shall be made per cubic meter as provided above in unit prices
stated in the bill of quantities. No extra payment shall be made for foundation preparation of
gabion.

If otherwise not specified in the contract, no separate measurement and payment shall be made
for sampling samples and testing of materials, trials and construction control. It shall be deemed
to have included in the rates.

87
528 000 E 528 100 E 528 200 E 528 300 E 528 400 E

9+200
3 280 100 E

0
9+250210
AK40
5
2 07 0
50 200
20
25 5
20 197

0+425
9+300

0+400

0+375
T-5
3 280 000 E

0+350

0+325
820.40

0+300

50
AK-2

19
75
0+2

0
25
0+
9+350

5
22
0+
0
20
0+ 1925

0
75

.0
50
1
0+

R1
9+400
50
3 279 900 E 0+ 1 1845

1840
5
0+12 0
1 90 18 3
5

9+450
0
0+10 1830

5
0+07
4.00
4.00 1825
9+500 0
0+05 4.00
3 279 800 E
0
182
5
0+02
5
181
9+550
0
0+00

0+0
0+0
0

00
0+0
20 Kh 181

10
ols
0+030 i

0+0 0
04
50
0+

60
0+0

0
07
0+
9+600 08
0
0+
3 279 700 E 0 90
0+

0+
1 00 DETAIL B
110 SCALE 1:250
0+
120
0+
9+650 130
0+
136
0+

SCALE 1:2000

Surveyed By: Approved By: Title Sheet. No.


NEPAL ELECTRICITY AUTHORITY CONSULTANT : SCALE 1:2000
ENGINEERING SERVICES DIRECTORATE CHILIME ENGINEERING & SERVICES COMPANY LTD ADIT TUNNEL III
CHAINPUR SETI HYDROELECTRIC PROJECT Prepared By: Checked By: PLAN
(MASL)
CHAINAGE (M)

LONGITUDINAL SLOPE
TUNNEL INVERT LEVEL
GROUND LEVEL (MASL)
2050
2075
2100

1800
1825
1850
1875
1900
1925
1950
1975
2000
2025

ENGINEERING SERVICES DIRECTORATE


NEPAL ELECTRICITY AUTHORITY

CHAINPUR SETI HYDROELECTRIC PROJECT


1817.840 1833.01 0+000

CONSULTANT :
1818.090 1877.82 0+025

1818.340 1897.62 0+050

1818.590 1907.67 0+075

1818.840 1917.35 0+100

1819.090 1939.50 0+125

1819.340 1952.57 0+150

CHILIME ENGINEERING & SERVICES COMPANY LTD


1819.590 1940.25 0+175

1819.840 1948.57 0+200

1820.090 1957.14 0+225


1:100

SCALE 1:2000
1820.340 1968.16 0+250
ADIT 3 PROFILE

1820.590 1983.63 0+275

1820.840 2000.48 0+300

Prepared By:
Surveyed By:
1821.090 2021.06 0+325

1821.340 2041.10 0+350

1821.590 2053.56 0+375


Checked By:
Approved By:

1821.840 2059.28 0+400

1822.090 2063.94 0+425

1822.033 2066.28 0+450

2066.98 0+475

2068.27 0+500
Title

PROFILE
ADIT TUNNEL III
Sheet. No.
1829.57

5 5

1 1821.80 1

4 M LONG, 25 MM DIA.

4.00
ROCK BOLTS @ 2 M C/C
4.00
1817.80

2.32 4.00 4.00 4.00 2.39

SECTION A-A

5
1

1821.80
4.00

1817.80

1:100
8.00

Surveyed By: Approved By: Title Sheet. No.


NEPAL ELECTRICITY AUTHORITY CONSULTANT : SCALE 1:200
ENGINEERING SERVICES DIRECTORATE CHILIME ENGINEERING & SERVICES COMPANY LTD ADIT TUNNEL III
CHAINPUR SETI HYDROELECTRIC PROJECT Prepared By: Checked By: SECTIONS
528 325 E 528 350 E 528 375 E 528 400 E 528 425 E 528 450 E 528 475 E 528 500 E

3 279 775 E

0+0
00
0+
3 279 750 E

01
0
0+0
20

0+030
0
04
0+

50
0+0

0
06
3 279 725 E

0+

0
07
0+ 08
0
0+

0
09
0+
3 279 700 E

0
10
0+

0
11
0+

0
12
0+
3 279 675 E

0
13
0+

6
13
0+

3 279 650 E

Surveyed By: Approved By: Title Sheet. No.


NEPAL ELECTRICITY AUTHORITY CONSULTANT : SCALE 1:500
ENGINEERING SERVICES DIRECTORATE CHILIME ENGINEERING & SERVICES COMPANY LTD
CHAINPUR SETI HYDROELECTRIC PROJECT Prepared By: Checked By:
2100

2075 ADIT 3 PROFILE

2050
2025 ALIGNMENT DIRECTION N310°

2000

1975

1950

1925

1900

HEADRACE TUNNEL (1822.33 MASL


1875

1850

1825 LEVEL

1:100

1800
0+000

0+025

0+050

0+075

0+100

0+125

0+150

0+175

0+200

0+225

0+250

0+275

0+300

0+325

0+350

0+375

0+400

0+425

0+450

0+475

0+500
CHAINAGE (m)

2000.48

2021.06

2041.10

2053.56

2059.28

2063.94

2066.28

2066.98

2068.27
1833.01

1877.82

1897.62

1907.67

1917.35

1939.50

1952.57

1940.25

1948.57

1957.14

1968.16

1983.63
GROUND LEVEL (m amsl)

Surveyed By: Approved By: Title Sheet. No.


NEPAL ELECTRICITY AUTHORITY CONSULTANT : SCALE 1:2000
ENGINEERING SERVICES DIRECTORATE CHILIME ENGINEERING & SERVICES COMPANY LTD ADIT TUNNEL III
CHAINPUR SETI HYDROELECTRIC PROJECT Prepared By: Checked By: GEOLOGICAL SECTION
12
+6
50
12
5
187

+7
00
12
0
185

+7
50
75
0+2
OW

12
FL

+8
18
25

00
50
0+2
18
00
0+22

12
5

17
+8

75
50
0+
20
0

17
50
12

0+
+9

17
5
00

172
0+
15
5

0
12
+9
50

0+
17

12
00

5
13

0+
+0

10
16
00

0 DETAIL AT B
75

16 0+ SCALE 1:200
50 07
13

5
+0
50

0+
05
0
16

1611.50
25
13

0+
+1

02
00

5
0+
16

00
00

0
13
+1

SO
50

P1

1575
1605.50

4 M LONG, 25 MM DIA.
ROCK BOLTS @ 2 M C/C

5.50
5.00
1600.00
PLAN
SCALE 1:2000
3.75 5.00 3.75 1.50 1.20 2.00
1.10 0.43

SECTION OF INLET PORTAL


SCALE 1:200

Surveyed By: Approved By: Title Sheet. No.


NEPAL ELECTRICITY AUTHORITY CONSULTANT : SCALE 1:200
ENGINEERING SERVICES DIRECTORATE CHILIME ENGINEERING & SERVICES COMPANY LTD ADIT TUNNEL V
CHAINPUR SETI HYDROELECTRIC PROJECT Prepared By: Checked By: PLAN
1875

1850

1825

1800 5
1

1775

1750

1725 5
1

1700

5.50
1675

1650

10.00
1625

1600
1:100 DETAIL A
SCALE 1:200
1575
CHAINAGE (M)
0+000

0+025

0+050

0+075

0+100

0+125

0+150

0+175

0+200

0+225

0+250

0+275

0+300

0+325
1600.098 1612.05

1600.348 1631.08

1600.598 1653.70

1600.848 1678.17

1601.098 1695.82

1601.348 1712.39

1601.598 1728.73

1601.848 1755.66

1602.098 1786.77

1602.348 1812.89

1602.598 1832.87

1602.848 1850.28

1860.17
GROUND LEVEL (MASL)

TUNNEL INVERT LEVEL


(MASL)

LONGITUDINAL SLOPE

LONGITUDINAL PROFILE
SCALE 1:2000

Surveyed By: Approved By: Title Sheet. No.


NEPAL ELECTRICITY AUTHORITY CONSULTANT : SCALE 1:200
ENGINEERING SERVICES DIRECTORATE CHILIME ENGINEERING & SERVICES COMPANY LTD ADIT TUNNEL V
CHAINPUR SETI HYDROELECTRIC PROJECT Prepared By: Checked By: PROFILE
Surveyed By: Approved By: Title Sheet. No.
NEPAL ELECTRICITY AUTHORITY CONSULTANT : SCALE 1:1000
ENGINEERING SERVICES DIRECTORATE CHILIME ENGINEERING & SERVICES COMPANY LTD TYPICAL PLAN OF ACCESS ROAD
CHAINPUR SETI HYDROELECTRIC PROJECT Prepared By: Checked By: ADIT TUNNEL V
Surveyed By: Approved By: Title Sheet. No.
NEPAL ELECTRICITY AUTHORITY CONSULTANT : SCALE 1:200
ENGINEERING SERVICES DIRECTORATE CHILIME ENGINEERING & SERVICES COMPANY LTD ADIT TUNNEL V
CHAINPUR SETI HYDROELECTRIC PROJECT Prepared By: Checked By: SECTION OF INLET PORTAL PLATFORM
1875
Alignment direction N335°

1850

1825

1800

1775

1750

1725

1700

HORIZONTAL PRESSURE TUNNEL


1675

1650

1625

1600
1:100
0+000

0+025

0+050

0+075

0+100

0+125

0+150

0+175

0+200

0+225

0+250

0+275

0+300

0+325
CHAINAGE (m)
1612.05

1631.08

1653.70

1678.17

1695.82

1712.39

1728.73

1755.66

1786.77

1812.89

1832.87

1850.28

1860.17
GROUND LEVEL (m amsl)

Surveyed By: Approved By: Title Sheet. No.


NEPAL ELECTRICITY AUTHORITY CONSULTANT : SCALE 1:1500
ENGINEERING SERVICES DIRECTORATE CHILIME ENGINEERING & SERVICES COMPANY LTD ADIT TUNNEL V
CHAINPUR SETI HYDROELECTRIC PROJECT Prepared By: Checked By: GEOLOGICAL SECTION
DETAIL AT B PLAN
SCALE 1:200 SCALE 1:2000

PLAN
SCALE 1:200

Surveyed By: Approved By: Title Sheet. No.


NEPAL ELECTRICITY AUTHORITY CONSULTANT : SCALE 1:200
ENGINEERING SERVICES DIRECTORATE CHILIME ENGINEERING & SERVICES COMPANY LTD ADIT TUNNEL VI
CHAINPUR SETI HYDROELECTRIC PROJECT Prepared By: Checked By: PLAN
1525

1500

1475

1450

1425

1400

1375

1350
-0+075

-0+050

-0+025

0+000

0+025

0+050

0+075

0+100

0+125

0+150

0+175

0+200

0+225

0+250
CHAINAGE (M)
1392.21

1390.04

1393.24

1407.05

1419.78

1444.30

1464.68

1477.13

1478.97

1474.92

1474.92

1475.74

1478.17

1479.33
GROUND LEVEL (MASL)
1396.611

1394.611

1392.611

1390.611

1388.611

1386.611

1384.611

1382.611

1380.611

1378.611
TUNNEL INVERT LEVEL
(MASL)

LONGITUDINAL SLOPE

LONGITUDINAL PROFILE
SCALE 1:2000

2
1

5
1

5.50
19.00

LONGITUDINAL PROFILE
DETAIL B
SCALE 1:200

Surveyed By: Approved By: Title Sheet. No.


NEPAL ELECTRICITY AUTHORITY CONSULTANT : SCALE 1:200
ENGINEERING SERVICES DIRECTORATE CHILIME ENGINEERING & SERVICES COMPANY LTD ADIT TUNNELVI
CHAINPUR SETI HYDROELECTRIC PROJECT Prepared By: Checked By: PROFILE
1525

ALIGNMENT DIRECTION
N90°
1500

HORIZONTAL PRESSURE TUNNEL (1378.40 MASL)


1475

1450

1425

1400

1375
-0+075

-0+050

-0+025

0+000

0+025

0+050

0+075

0+100

0+125

0+150

0+175

0+200

0+225

0+250
CHAINAGE (m)
1392.21

1390.04

1393.24

1407.05

1419.78

1444.30

1464.68

1477.13

1478.97

1474.92

1474.92

1475.74

1478.17

1479.33
GROUND LEVEL (m amsl)

Surveyed By: Approved By: Title Sheet. No.


NEPAL ELECTRICITY AUTHORITY CONSULTANT : SCALE 1:1500
ENGINEERING SERVICES DIRECTORATE CHILIME ENGINEERING & SERVICES COMPANY LTD ADIT TUNNEL VI
CHAINPUR SETI HYDROELECTRIC PROJECT Prepared By: Checked By: GEOLOGICAL SECTION
2.0m LONG SYSTEMATIC ROCK BOLTING @
OF 0.25 mm SC=1.20m C/C
2.0m LONG SYSTEMATIC ROCK BOLTING @
OF 0.25 mm SC=2m C/C & SL=2.0m 2.0m LONG SYSTEMATIC ROCK BOLTING @
OF 0.25 mm SC=1.50m C/C & SL=1.50m

2.00 1.20
0
1.5

100 mm THICK SFR SHOTCRETE

FOREPOLE 32mm DIA @30cm C-C


4.05

4.20
4.00

4.00

4.00
4.10
150mm THICK
50 mm THICK SFR SHOTCRETE 100 mm THICK SFR SHOTCRETE WIREMESH SHOTCRETE
4.00
4.00
4.00
RIB AT SPACING 1.2m
4.10 4.20 4.40

TYPE III TYPE IV TYPE V


Q = 1 TO 4 Q = >4 TO 10 Q = 0.01 TO < 0.1
SCALE A
SCALE A SCALE A

ADIT TUNNEL 3 ADIT TUNNEL 3 ADIT TUNNEL 3

3.0m LONG SYSTEMATIC ROCK BOLTING


OF Ø 25mm @ 1.2m C-C 3.0m LONG SYSTEMATIC ROCK BOLTING
OF Ø 25mm @ 1.0m C-C

3.0m LONG SYSTEMATIC ROCK BOLTING @


OF 0.25 mm SC=1.50m C/C & SL= 1.0m
1.00
1.20 SPILE BAR 25mm DIA @ 30cm C-C
FOREPOLE 32mm DIA @30cm C-C

50 mm THICK SFR SHOTCRETE


50 mm THICK SFR SHOTCRETE

200mm THICK
WIREMESH SHOTCRETE

5.75
5.70
5.60

5.50
5.50

5.50
150mm THICK
5.00
WIREMESH SHOTCRETE
100mm THICK
SFR SHOTCRETL RIB (ISWB 150, 18.5 kg/m
*100 @ 1.0m c/c)
5.00 5.00

RIB (ISWB 150, 18.5 kg/m 5.50


5.20 5.40
*100 @ 1.20m c/c)

ADIT TUNNEL 5 & 6 ADIT TUNNEL 5 & 6 ADIT TUNNEL 6


TYPE IV TYPE V TYPE VI
Q = 0.001 TO <0.01
Q = >4 TO 10 Q = 0.01 TO < 0.1
SCALE A SCALE A
SCALE A

Surveyed By: Approved By: Title Sheet. No.


NEPAL ELECTRICITY AUTHORITY CONSULTANT : SCALE 1:100
ENGINEERING SERVICES DIRECTORATE CHILIME ENGINEERING & SERVICES COMPANY LTD ADIT TUNNELS III,V & VI
CHAINPUR SETI HYDROELECTRIC PROJECT Prepared By: Checked By: TUNNEL SUPPORT
SECTION-VI
Bill of Quantities
Notes for Unit Rate Contracts :
Objectives
The objectives of the Bill of Quantities are
(a) to provide sufficient information on the quantities of Works to be performed to enable Bids to be
prepared efficiently and accurately; and
(b) when a Contract has been entered into, to provide a priced Bill of Quantities for use in the periodic
valuation of Works executed.

In order to attain these objectives, Works should be itemized in the Bill of Quantities in sufficient detail to
distinguish between the different classes of Works, or between Works of the same nature carried out in different
locations or in other circumstances which may give rise to different considerations of cost. Consistent with
these requirements, the layout and content of the Bill of Quantities should be as simple and brief as possible.
Content
The Bill of Quantities should be divided generally into the following sections:
(a) Preamble;
(b) Work Items (grouped into parts);
(c) Day works Schedule;
d) Provisional Sums; and
(d) Summary.

Preamble
The Preamble should indicate the inclusiveness of the unit prices, and should state the methods of measurement
which have been adopted in the preparation of the Bill of Quantities and which are to be used for the
measurement of any part of the works.

Work Items
The items in the Bill of Quantities should be grouped into sections to distinguish between those parts of the
Works which by nature, location, access, timing, or any other special characteristics may give rise to different
methods of construction, or phasing of the Works, or considerations of cost. General items common to all parts
of the works may be grouped as a separate section in the Bill of Quantities.
Day work Schedule
A Day work Schedule should be included only if the probability of unforeseen work, outside the items included in
the Bill of Quantities, is high. To facilitate checking by the Employer of the realism of rates quoted by the
Bidders, the Day work Schedule should normally comprise the following:
(a) A list of the various classes of labor, materials, and Constructional Plant for which basic day work rates
or prices are to be inserted by the Bidder, together with a statement of the conditions under which the
Contractor will be paid for work executed on a day work basis.
(b) Nominal quantities for each item of Day work, to be priced by each Bidder at Day work rates as bid. The
rate to be entered by the Bidder against each basic Day work item should include the Contractor’s profit,
overheads, supervision, and other charges.
Provisional Sums
A general provision for physical contingencies (quantity overruns) may be made by including a provisional sum
in the Summary Bill of Quantities. Similarly, a contingency allowance for possible price increases should be
provided as a provisional sum in the Summary Bill of Quantities. The inclusion of such provisional sums often
facilitates budgetary approval by avoiding the need to request periodic supplementary approvals as the future
need arises. Where such provisional sums or contingency allowances are used, the Contract Data should state
the manner in which they will be used, and under whose authority (usually the Project Manager’s).

Summary
The Summary should contain a tabulation of the separate parts of the Bill of Quantities carried forward, with
provisional sums for Day work, for physical (quantity) contingencies, and for price contingencies (upward price
adjustment) where applicable.

These Notes for Preparing Specifications are intended only as information for the Employer or the person
drafting the Bidding documents. They should not be included in the final documents.
Bill of Quantities
1 Provisional Sum
Procument Item Details

SL.
Item Description Unit Quantity Unit Rate(NPR) Amount(NPR)
No

1 Provisional sum for required unforeseen works as P.S. 1.0 500000.0 500,000.00
assigned by Project Manager (rate of such items will be
based on Day Works schedule submitted during
bidding).
2 Construction work
Procument Item Details

SL. Bidder's Rate Bidder's Rate (in Total Amount


Item Description Unit Quantity
No (NPR) words) (NPR)

Insurance in accordance with Sub-


1 Job 1.0
Clause 19 of Condition of Contract.
Bank Commission Allowance for
2 Performance Security Job 1.0

Bank Commission Allowance for


3 Advance Payment Guarantee Job 1.0

Mobilization and demobilization of all


necessary machines and equipment for
construction of Adit Tunnel as per
specification, including the provision
of Temporary accommodation for
contractors site office, contractors
4 with adequate electricity and drinking Job 1.0
water facility as specified and
demolish camp site and reinstate the
ground as per specification and as
instructed by the project manager all
complete.

Supply and maintain of construction


5 power as per specification. Job 1.0

Supply, provide and maintain


Occupational Health and Safety
6 Job 1.0
during construction all complete.

Providing, placing and fixing of mesh


wire gate with double shutter at the
portal of tunnel, Shutters provided
with 6mm diameter welded steel bars
of 100mmX100mm opening welded to
L-section frames, Provided on the
periphery and horizontal frame at the
7 center, shutter frame hinged to Job 3.0
additional L-section frame welded to
anchor bars grouted in the rock on the
periphery of tunnel opening, all
complete and as per instruction of
project manager for adit tunnels III, V
and VI all complete.
Procument Item Details

SL. Bidder's Rate Bidder's Rate (in Total Amount


Item Description Unit Quantity
No (NPR) words) (NPR)
Installation of project information
board in the area located by engineer,
all complete as specified in
8 Nos 3.0
specification for adit tunnels III, V and
VI all complete.

Dewatering and Care of water during


9 construction for all adits. Job 1.0

Preparation of site before excavation


of tunnel which includes removing
the bushes, taking out the roots,
10 making the undulated surface in level m2 253.0
etc. as per specification or instructed
by Engineer.

Overburden of all types of soil


excavation after cleaning the site etc.
11 as per specification or instructed by m3 1672.04
Engineer.

Underground Tunnel Excavation in


rock class III, IV and V by Supply,
Handling, Storing of the Explosive in
safe way for tunneling method (Full
Face Excavation) for adit tunnel
including excavation for support in
rock, shoring, strutting, ventilation,
lighting, supply of construction power,
12 drainage, dewatering, wherever Rm 451.0
needed and all ancillary operations
such as removing and hauling the
excavated material up to 2-3km
specified disposal area including cost
of all materials, machinery, labour,
etc. all complete as per instruction or
instructed by Engineer.

Providing, fabricating and fixing T


Anchor bar 12mm diameter including
cost of all materials, machinery,
labour, cleaning and flushing the
13 holes, grouting with cement slurry, m 53.41
etc. complete as per drawing and
specification or instructed by
Engineer.

Providing, fabricating and fixing


Anchor bar 25mm diameter including
cost of all materials, machinery,
labour, cleaning and flushing the
14 holes, grouting with cement slurry, m 248.85
etc. complete as per drawing and
specification or instructed by
Engineer.

Providing, fabricating and fixing Rib I


beam ISMB 150 @ 1.2 m c/c at
portal upto 10 m length etc. complete
15 tonne 7.53
as per drawing and specification or
instructed by Engineer.
Procument Item Details

SL. Bidder's Rate Bidder's Rate (in Total Amount


Item Description Unit Quantity
No (NPR) words) (NPR)
Providing and fixing Connecting bar
16mm diameter including cost of all
materials, machinery, labour, etc.
16 complete as per drawing and m 1634.22
specification or instructed by
Engineer.

Providing, fabricating and fixing 25


mm diameter rockbolt (2-4m long) in
drilled holes including cost of all
materials, machinery, labour, cleaning
17 and flushing the holes, grouting with m 4083.0
cement slurry, etc. complete as per
drawing and specification or
instructed by Engineer.

Providing 100 mm thick wiremesh


shotcrete including all required
materials, equipment and manpower
18 for application etc. complete as per m2 464.27
drawing and specification or
instructed by Engineer.

Providing 150 mm thick wiremesh


shotcrete including all required
materials, equipment and manpower
19 for application etc. complete as per m2 474.41
drawing and specification or
instructed by Engineer.

Providing 50 mm thick Fibre


reinforced shotcrete including all
required materials, equipment and
manpower for application etc.
20 m2 3759.73
complete as per drawing and
specification or instructed by
Engineer.

Providing 100 mm thick Fibre


reinforced shotcrete including all
required materials, equipment and
manpower for application etc.
21 m2 941.71
complete as per drawing and
specification or instructed by
Engineer.

Providing, fabricating and fixing


Drainage Pipe HDPE (50 mm dia)
including cost of all materials,
machinery, labour, cleaning and
22 m 392.0
flushing the holes, etc. complete as per
drawing and specification or
instructed by Engineer.

Providing, fabricating and fixing


Forepole 25 mm dia @ 6 m long
spacing 30 cm at crown including
cost of all materials, machinery,
labour, cleaning and flushing the
23 m 1848.0
holes, grouting with cement slurry,
etc. complete as per drawing and
specification or instructed by
Engineer.
Procument Item Details

SL. Bidder's Rate Bidder's Rate (in Total Amount


Item Description Unit Quantity
No (NPR) words) (NPR)
Providing, mixing and laying Plain
Cement Concrete(P.C.C.) conforming
to I.S. code with stone aggregate 20
mm and down gauge ( R.C.C. ) works
including compaction, curing and
24 making access for conveyance of m3 11.37
concrete in M25 (1:1:2) cement, sand
and aggregate etc. at front face of
inlet portal all complete as per
drawing or instructed by Engineer.

Providing, fitting and fixing standard


formwork of shuttering of good planks
including all necessary props, bracing,
wedges and nails etc. for concrete
work at portal face and removal of
25 m2 35.56
form works at approved time for all
types of R.C.C. works all complete as
per specification or instructed by
Engineer.

Dewatering and Care of water during


26 construction for all adits. Job 1.0

Preparation of site before excavation


of tunnel which includes removing
the bushes, taking out the roots,
27 making the undulated surface in level m2 415.38
etc. as per specification or instructed
by Engineer.

Overburden soil excavation after


cleaning the site etc. as per
28 specification or instructed by m3 849.71
Engineer.

Providing and laying Gabion


Structure for retaining earth with
diaphragm including rolling, cutting
weaving, placing, laying sides and
diaphragms with binding wire and
filling boulders all complete as per
29 m3 168.75
drawing and technical specification or
instructed by Engineer. Mesh Wire-
10 Swg, Selvedge Wire 8 Swg,
Binding Wire 12 Swg Hexagonal
Mesh Type 80 mm x 100 mm.

Backfilling the excavated part of the


Gabion Structure for retaining earth
with proper compaction all complete
30 as per drawing and technical m3 129.63
specification or instructed by
Engineer.

Providing and laying of a geotextile


filter between pitching and
embankment slopes as per drawing
31 m2 92.75
and technical specifications or
instructed by Engineer.
Procument Item Details

SL. Bidder's Rate Bidder's Rate (in Total Amount


Item Description Unit Quantity
No (NPR) words) (NPR)
Underground Rock Excavation in rock
class IV and V by supply, handling,
storing of the explosive in safe way
for tunneling method (full face
excavation) for adit tunnel including
excavation for support in rock,
shoring, strutting, ventilation, lighting,
supply of construction power,
drainage, dewatering, wherever
32 Rm 290.0
needed and all ancillary operations
such as removing and hauling the
excavated material up to specified
disposal area including cost of all
materials, machinery, labour, etc. all
complete as per instruction and
specification or instructed by
Engineer.

Providing, fabricating and fixing T


Anchor bar 12mm diameter including
cost of all materials, machinery,
labour, cleaning and flushing the
33 holes, grouting with cement slurry, m 70.86
etc. complete as per drawing and
specification or instructed by
Engineer.

Providing, fabricating and fixing


Anchor bar 25 mm diameter including
cost of all materials, machinery,
34 labour, etc. complete as per drawing m 898.33
and specification or instructed by
Engineer.

Providing and fixing Connecting bar


16mm diameter including cost of all
materials, machinery, labour, etc.
35 complete as per drawing and m 3354.82
specification or instructed by
Engineer.

Providing 50 mm thick Fibre


reinforced shotcrete including all
required materials, equipment and
manpower for application etc.
36 m2 1461.82
complete as per drawing and
specification or instructed by
Engineer.

Providing 100 mm thick Fibre


reinforced shotcrete including all
required materials, equipment and
manpower for application etc.
37 m2 2666.11
complete as per drawing and
specification or instructed by
Engineer.

Providing 100 mm thick wiremesh


shotcrete including all required
materials, equipment and manpower
38 for application etc. complete as per m2 194.28
drawing and specification or
instructed by Engineer.
Procument Item Details

SL. Bidder's Rate Bidder's Rate (in Total Amount


Item Description Unit Quantity
No (NPR) words) (NPR)
Providing 150 mm thick wiremesh
shotcrete including all required
materials, equipment and manpower
39 for application etc. complete as per m2 1422.03
drawing and specification or
instructed by Engineer.

Providing, fabricating and fixing 25


mm diameter rockbolt (3-4m long) in
drilled holes including cost of all
materials, machinery, labour, cleaning
and flushing the holes, grouting with
40 cement slurry, etc. complete as per m 6956.5
drawing and specification or
instructed by Engineer.

Providing, fabricating and fixing


Drainage Pipe HDPE (50 mm dia)
including cost of all materials,
machinery, labour, cleaning and
41 m 244.0
flushing the holes, etc. complete as per
drawing and specification or
instructed by Engineer.

Providing, fabricating and fixing Rib I


beam ISMB 150 @ 1.2 m c/c at
portal upto 10 m length etc. complete
42 tonne 19.36
as per drawing and specification or
instructed by Engineer.

Providing, fabricating and fixing


Grouted Spile Bar (25 mm dia at
crown, 5 m length) including cost of
all materials, machinery, labour,
cleaning and flushing the holes,
43 m 435.0
grouting with cement slurry, etc.
complete as per drawing and
specification or instructed by
Engineer.

Providing, fabricating and fixing


Forepole 25 mm dia @ 6 m long
spacing 30 cm at crown including
cost of all materials, machinery,
labour, cleaning and flushing the
44 m 4200.07
holes, grouting with cement slurry,
etc. complete as per drawing and
specification or instructed by
Engineer.

Providing, mixing and laying Plain


Cement Concrete(P.C.C.) conforming
to I.S. code with stone aggregate 20
mm and down gauge ( R.C.C. ) works
including compaction, curing and
45 making access for conveyance of m3 15.13
concrete in M25 (1:1:2) cement, sand
and aggregate etc.at front face of inlet
portal all complete as per drawing or
instructed by Engineer.
Procument Item Details

SL. Bidder's Rate Bidder's Rate (in Total Amount


Item Description Unit Quantity
No (NPR) words) (NPR)
Providing, fitting and fixing standard
formwork of shuttering of good planks
including all necessary props, bracing,
wedges and nails etc for concrete
work at portal face and removal of
46 m2 41.56
form works at approved time for all
types of R.C.C. works all complete as
per specification or instructed by
Engineer.

Dewatering and Care of water during


47 construction for all adit tunnels Job 1.0

Preparation of site before excavation


of tunnel which includes removing
the bushes, taking out the roots,
48 making the undulated surface in level m2 535.0
etc. as per specification or instructed
by Engineer.

Overburden soil excavation after


cleaning the site etc. as per
49 specification or instructed by m3 1700.16
Engineer.

Underground Tunnel Excavation in


rock class V and VI by supply,
handling, storing of the explosive in
safe way for tunneling method (full
face excavation) for adit tunnel
including excavation for support in
rock, shoring, strutting, ventilation,
lighting, supply of construction power,
drainage, dewatering, wherever
50 Rm 230.0
needed and all ancillary operations
such as removing and hauling the
excavated material up to2-3km
specified disposal area including cost
of all materials, machinery, labour,
etc. all complete as per instruction and
specification or instructed by
Engineer.

Providing, fabricating and fixing T


Anchor bar 12mm diameter including
cost of all materials, machinery,
labour, cleaning and flushing the
51 holes, grouting with cement slurry, m 66.44
etc. complete as per drawing and
specification or instructed by
Engineer.

Providing, fabricating and fixing


Anchor bar 25 mm diameter including
cost of all materials, machinery,
52 labour, etc. complete as per drawing m 1406.53
and specification or instructed by
Engineer.
Procument Item Details

SL. Bidder's Rate Bidder's Rate (in Total Amount


Item Description Unit Quantity
No (NPR) words) (NPR)
Providing and fixing Connecting bar
16mm diameter including cost of all
materials, machinery, labour, etc.
complete as per drawing and
53 m 5011.32
specification or instructed by
Engineer.

Providing 50 mm thick Fibre


reinforced shotcrete including all
required materials, equipment and
manpower for application etc.
54 m2 3324.4
complete as per drawing and
specification or instructed by
Engineer.

Providing 100 mm thick wiremesh


shotcrete including all required
materials, equipment and manpower
55 for application etc. complete as per m2 508.82
drawing and specification or
instructed by Engineer.

Providing 150 mm thick wiremesh


shotcrete including all required
materials, equipment and manpower
56 for application etc. complete as per m2 2106.25
drawing and specification or
instructed by Engineer.

Providing 200 mm thick wiremesh


shotcrete including all required
materials, equipment and manpower
57 for application etc. complete as per m2 1140.46
drawing and specification or
instructed by Engineer.

Providing, fabricating and fixing 25


mm diameter rockbolt (3-4m long) in
drilled holes including cost of all
materials, machinery, labour, cleaning
58 and flushing the holes, grouting with m 8461.5
cement slurry, etc. complete as per
drawing and specification or
instructed by Engineer.

Providing, fabricating and fixing


Drainage Pipe HDPE (50 mm dia)
including cost of all materials,
machinery, labour, cleaning and
59 m 504.0
flushing the holes, etc. complete as per
drawing and specification or
instructed by Engineer.

Providing, fabricating and fixing Rib I


beam ISMB 150 @ 1.2 m c/c at
portal upto 10 m length etc. complete
60 tonne 45.58
as per drawing and specification or
instructed by Engineer.
Procument Item Details

SL. Bidder's Rate Bidder's Rate (in Total Amount


Item Description Unit Quantity
No (NPR) words) (NPR)
Providing, fabricating and fixing
Forepole 25 mm dia @ 6 m long
spacing 30 cm at crown including
cost of all materials, machinery,
labour, cleaning and flushing the
61 m 10411.0
holes, grouting with cement slurry,
etc. complete as per drawing and
specification or instructed by
Engineer.

Providing, mixing and laying Plain


Cement Concrete(P.C.C.) conforming
to I.S. code with stone aggregate 20
mm and down gauge ( R.C.C. ) works
including compaction, curing and
62 making access for conveyance of m3 15.13
concrete in M25 (1:1:2) cement, sand
and aggregate etc.at front face of inlet
portal all complete as per drawing or
instructed by Engineer.

Providing, fitting and fixing standard


formwork of shuttering of good planks
including all necessary props, bracing,
wedges and nails etc for concrete
work at portal face and removal of
63 m2 41.56
form works at approved time for all
types of R.C.C. works all complete as
per specification or instructed by
Engineer.

Adit tunnel III at Rumaligad (Access


64 Road) Rm 150.0

Adit tunnel V at Basti (Access Road)


65 Rm 150.0

Adit tunnel VI at Left Side of


66 Sitalikhola Rm 50.0

Skilled Manpower
67 Manday 300.0

Unskilled manpower
68 Manday 600.0

Aggregrate
69 m3 30.0

Cement
70 Ton 1.5

Reinforcement
71 Mt 1.5

Sand
72 m3 25.0

Tipper (10 T) with fuel, operator all


73 complete. Hr 250.0

Loader (1-1.5m3 capacity) with fuel,


74 operator all complete. Hr 250.0
Procument Item Details

SL. Bidder's Rate Bidder's Rate (in Total Amount


Item Description Unit Quantity
No (NPR) words) (NPR)
Excavator (2m3 capacity) with fuel,
75 operator all complete. Hr 250.0

(Dry Density, Saturated Density,


Water Absorption Test, Water
Content, Specific Gravity, Void Index,
Porosity, Uniaxial Compression
Strength (Saturated), Uniaxial
Compression Strength (Dry), Modulus
of Elasticity & Poisson's Ratio,
76 Triaxial Strength Test, Direct Shear Job 1.0
Test, Slake Durability, Brazilian
Tensile Strength, Petrography Test,
Alkali Aggregation Test, Insitu core
cutting (strength test),Rebound Test,
Cube test, Pull out test, Cement Test,
Reinfrocement Test)

Dialatometer Test
77 Set 1.0

Block Shear Test


78 Set 2.0

Core Drilling works, as necessary


79 Set 100.0

Total of Procument Items


Total Item Price

VAT

Grand Total

You might also like