Está en la página 1de 31

National Highways Authority of India

Bid Document

NATIONAL HIGHWAYS AUTHORITY OF INDIA (MINISTRY OF SHIPPING, ROAD TRANSPORT & HIGHWAYS, GOVT.OF INDIA) (DEPARTMENT OF ROAD TRANSPORT & HIGHWAYS) PROJECT IMPLEMENTATION UNIT, BHUBANESWAR.

EXTENSION OF EXISTING BT CARRIAGEWAY TO ACCOMMODATE 2 X 3 LANE FOR TEMPORARY TOLL PLAZA NEAR MANGULI CHHAK AT CH.245.500 KM. ON NH - 5.
VOLUME - I
ISSUED TO : _____________________________ _____________________________ _____________________________ Date : _____________________________

Page 1 of 31

National Highways Authority of India

Bid Document

CONTENTS
SECTION I SECTION II SECTION III SECTION IV Bid Notice Instructions to Bidders and General Conditions of contract. Bill of Quantities Drawings

Page 2 of 31

National Highways Authority of India

Bid Document

National Highways Authority of India (Department of Road Transport and Highways) Ministry of Shipping, Road Transport & Highways Project Implementation Unit, N-2/173, IRC Village, Nayapalli, Bhubaneswar 751 015. Ref: NHAI/15011/10/2008/PIU/BBSR/580 dt.18.03.2008

SHORT TERM BID NOTICE


Sealed tenders are invited in two cover system from experienced contractors / firms / manufacturers / agencies dealing with and /or having previous experience in the similar nature of job, for the following 6 Nos. of works to be carried out near Manguli Chhak at Km.245.500 for Construction of Temporary Toll Plaza on NH 5 in the State of Orissa.
Sl. No. 1 Name of the Work Estimated cost EMD (Rs. in (In Rs.) Lakhs) Cost of Sale of Tender Tender Document From To (in Rs.) 10000 Last Date / Time for Date and Time Time of Completion of Opening of Submissi of the Work Technical Bid on

Extension of existing BT Carriageway to accommodate 2 X 3 lane Toll Plaza. Construction of Pre-fabricated Administrative Block. Construction of Pre-fabricated Toll Booths. Construction of Pre-fabricated Generator/Electrical Panel Board Room. Supply, installation, testing & commissioning of 62.5 KVA air cooled diesel generator set & power supply. Supply, erection, commissioning of self supported 20 mtr. high mast lights.

92.64

185287

11: 00 11:00 15:00 Hrs. 15:30 Hrs. on Hrs. of Hrs. of on 17/04/08 19/03/08 17/04/08 17/04/08 11: 00 11:00 15:00 Hrs. 15:30 Hrs. on Hrs. of Hrs. of on 17/04/08 19/03/08 17/04/08 17/04/08 11: 00 11:00 15:00 Hrs. 15:30 Hrs. on Hrs. of Hrs. of on 17/04/08 19/03/08 17/04/08 17/04/08 11: 00 11:00 15:00 Hrs. 15:30 Hrs. on Hrs. of Hrs. of on 17/04/08 19/03/08 17/04/08 17/04/08 11: 00 11:00 15:00 Hrs. 15:30 Hrs. on Hrs. of Hrs. of on 17/04/08 19/03/08 17/04/08 17/04/08 11: 00 11:00 15:00 Hrs. 15:30 Hrs. on Hrs. of Hrs. of on 17/04/08 19/03/08 17/04/08 17/04/08

02 Months

12.40

24809

6000

02 Months

10.13

20268

6000

02 Months

4.57

9150

2000

02 Months

9.62

19240

4000

02 Months

12.12

24245

6000

02 Months

The complete Tender Document may be obtained in person or by authorized representative during office hours on normal working days on payment of non-refundable Tender Document fee plus 4% VAT in the form of Demand Draft in favour of National Highways Authority of India, payable at Bhubaneswar. The complete Tender Document will also be available on NHAI Website http://www.nhai.org. Contractor submitting the downloaded version would need to pay the cost of the Tender Document plus 4% VAT in the above manner. All other terms and conditions for submission of tender are contained in the Tender Documents.

Page 3 of 31

National Highways Authority of India

Bid Document

The Authority reserves the right to accept or reject any or all the Tenders without assigning any reason thereof.

Ph. No. (0674) 2554406 / 2555972 Fax No.2553231 Email: bhu@nhai.org

Sd/Project Director.

Page 4 of 31

National Highways Authority of India

Bid Document

INSTRUCTIONS TO BIDDERS AND GENERAL CONDITIONS OF CONTRACT

Page 5 of 31

National Highways Authority of India

Bid Document

Name of the Work: Extension Of Existing BT Carriageway to Accommodate 2 X 3 Lane for Temporary Toll Plaza near Manguli Chhak at Ch.245.500 Km. on NH - 5. INSTRUCTION TO BIDDERS AND GENERAL CONDITIONS OF CONTRACT
[1] [2] The invitation for this bid is of short term notice and bidders are required to fill up the rates in the Bill of Quantities [BOQ] enclosed herewith. The complete bid documents can be obtained from the office of the Project Director, NHAI, Project Implementation Unit N2/ 173, IRC Village, Nayapalli, Bhubaneswar751015, on all working days as per the schedule at the Bid Notice. The filled in bids are to be received in the Office of the Project Director, National Highways Authority of India, PIU on or before 17.04.2008 up to 15:30 Hrs. The bids will be opened on 17.04.2008at 15:30 Hrs. The work shall be carried out strictly as per latest MoSRT&H specifications, IRC guidelines and relevant BIS codes or special specifications. The work has to be completed within a period of 60 (Sixty) days from the date of commencement. The date of commencement of this Contract is considered as 3 (Three) days from the date of issuance of letter of acceptance. The bidders are advised to inspect the site and satisfy themselves before quoting the rates for BOQ items. THE BID (TWO ENVELOP SYSTEM): Technical and Financial Bids shall be submitted in Original in separate sealed envelops kept in an outer envelop duly sealed, signed and marked with the title of the bid along-with the Name, Address of the party submitting the bid. Technical Bid:- Technical bid in the form contained in the bidding document strictly confirming to Scheduled-1 along-with security, bid documents and enclosure except BOQ. Financial Bid:- Financial Bid in the form of BOQ attached in the bid documents. The requisite amount as per Bid Notice has to be submitted as Bid Security in the form of Crossed Demand Draft on any Nationalized Bank, drawn in favour of National Highways Authority of India, payable at Bhubaneswar, along with the Technical Bid. The Bid Security of the successful bidder will be released on submission of the Performance Security to NHAI. The Bid Security of the unsuccessful bidders will be refunded on award of the contract without any interest.

[3] [4] [5] [6] [7] [8] [9]

[9.1] [9.2] [10]

Page 6 of 31

National Highways Authority of India

Bid Document

[11] [12]

Bids not accompanied by Bid Security are considered invalid and will be summarily rejected. No exemption on submission of Bid Security will be allowed on any grounds. The bidders whose relevant experience in similar type of jobs as mentioned in the Bill of Quantities should only quote. The bidders should have valid registration in any Govt. Organisation. Bids from joint venture are not allowed. Performance Security: The successful bidders shall submit within 3 (Three) days of Date of issue of letter of acceptance, 5% of the accepted bid amount as Performance Security by way of Crossed Demand Draft drawn on any Nationalized Bank in favour of National Highways Authority of India, Payable at Bhubaneswar which shall be refunded without interest on successful completion of Defect Liability Period and Issuance of Defect Liability Certificate. Retention Money: A sum of 10% of the each bill value will be deducted from the payments made to the Contractor as Retention Money and 50% of the Retention Money will be refunded on Issuance of Taking Over Certificate and the balance 50% of the Retention Money will be refunded to the Contractor on completion of all Defects Liability during Defects Period and issuance of Defects Liability Certificate. Defects Liability Period: The Defects Liability Period for this Contract is 6 (Six) months from the date of completion of the work and issuance of completion certificate. The rates have to be quoted in figures and words. In case of any difference observed between the rates quoted in words and in figures, the rates quoted in words will be considered as final for evaluation of the bids. All corrections are to be initialed by the authorized signatory of the bidder. All pages of the bid document along-with enclosures are to be signed by the Contractor while submitting the bid. Contractor shall submit an application in duplicate for running payment bill to the Project Director for each month un prescribed format as approved by the Project Director along with detail measurements and other supporting documents. The bill shall be scrutinized and adjusted for Retention Money and other taxes etc., and the balance payment will be made to the Contractor within 28 (twenty eight) days of submission of application for payment. The Contractor shall submit programme of work along-with Bar chart to the Project Director within 3 days from the issuance of letter of acceptance. The Contractor shall pay liquidated damages to the NHAI @0.2% of gross bid amount for each day delay in completion if work subject to a maximum amount of 10% of Contract amount. TDS for IT as per rules will be deducted while making payment of the bills. The Royalty charges will be recovered from the running / final bills as per the rate inforce during the currency of the contract.

[13]

[14]

[15] [16]

[17] [18] [19]

[20] [21]

[22]

Page 7 of 31

National Highways Authority of India

Bid Document

[23] [24] [25]

Sales Tax on Works Contract / VAT as per rules will be deducted at source while making payment of bills to the Contractors. The bids submitted should be valid for a period of 90 (Ninety) days from the last date of submission of the bids. If the Contractor fails to commence the work within seven days from the date of commencement or the performance of the work is not found satisfactory, NHAI reserves the right to rescind the contract and forfeit the Performance Security submitted. NHAI reserves the right to accept any bid, reject any or all bids without assigning any reasons thereof. The rates for different items of work shall be fixed and the price adjustment including escalation shall not be applicable for any increase or decrease in rates due to change in price of materials, labour, Bitumen and Fuel etc., during the execution of the Contract. The Contractor shall at all times during the currency of this contract comply with all existing Acts, Regulations, Bylaws including all Statutory orders, Amendments enacted by State or Central or other Local Authorities. The Contractor shall submit a valid insurance Contractors All Risks policy (CAR) duly covering men, material, machinery and equipment brought to the site of work during the currency of Contract as well as upto the Defect Liability Period. The Contractor shall submit detail Quality Assurance Manual along-with the Methodology and sequence of execution of work. During the course of execution, the contractor shall adhere strictly to the above said Quality control Manuals to achieve the required quality of work. The Project Director or his authorized representative will check the Contractors work during the course of execution or subsequently and any defects found shall be informed to the Contractor for during rectification / removal of such defective work. No bills for payment of such defective work shall be entertained. All disputes arising in connection with this Contract are to be finalized by the Project Director at PIU, Bhubaneswar level only. The quantities mentioned in this Contract are tentative and may increase or decrease as per the site conditions. No extra rate or claims for the increased or decreased quantities are allowed under this Contract. After completion of execution of work while submitting the final bill application, the Contractor shall enclosed the as built drawings for verification by the Employer and the final bill payment will be settled accordingly. The Contractor is responsible for all Labour Regulations and Insurances etc., as applicable. No extra payment on this account will be entertained.

[26] [27]

[28]

[29]

[30]

[31]

[32] [33] [34]

[35]

[36]

Page 8 of 31

National Highways Authority of India

Bid Document

[37] [38]

Deleted. The Contractor shall produce documents in possession of own / leased Bituminous? Hot Mix Plant 60 80 TPH capacity of standard Indian / Imported make to deliver the Bituminous mix material in a short duration before the temperature of mix fall below the requirement as per MoRT & H. Specifications. The plant need to be installed within a distance of the work spot. No land shall be provided by NHAI for installation of plant and bidder has to make his own arrangements for the same. Since the work is of urgent in nature, no time extension shall be considered. The Contractor shall furnish the valid warranty certificate documents related to procurement of finished material from the source or Authorised Dealer. The Contractor shall work in association with existing O & M Contractor and any work activity within the jurisdiction of O & M Contractor should be liased on at his own level. NHAI shall make earnest efforts to resolve any such matters. The Contractor shall not quote any reasons for his delay in the progress of work due to the work activity involved in the jurisdiction of O & M Contractor nor seek any extension out of this. The bidders may obtain any further information, if desired from the following address: The Project Director, National Highways Authority of India, [Ministry of Shipping, Road Transport & Highways] Project Implementation Unit N2 / 173, IRC Village, Nayapalli, Bhubaneswar-751015 Ph. No-: 0674- 2554406, 2555972 Fax No. 0674- 2553231

[39] [40] [41] [42]

[43]

Page 9 of 31

National Highways Authority of India

Bid Document

Technical Bid:
The complete set of bid documents along-with bid security, enclosures expect financial bid have to be put in sealed cover labeling Technical Bid. From: Full Name Address To: ....................................................... The Project Director, ....................................................... National Highways Authority of India ....................................................... N2 / 173, IRC Village, Nayapalli, ....................................................... Bhubaneswar-751015 (i) E-mail ....................................................... (ii) Land line No ........................................................ (iii) Mobile No....................................................... Sub: Extension Of Existing BT Carriageway to Accommodate 2 X 3 Lane for Temporary Toll Plaza near Manguli Chhak at Ch.245.500 Km. on NH - 5. Sir, Pursuant to the Notice inviting bids issued by the Project Director, NHAI, PIU, Bhubaeneswar, this is to furnish herewith the details of informations for favour of your kind perusal. 1. Details of value of works executed in last 3 years i.e. from 2005 to 2007-08 chronological order) (1) Rs.......................................................... (2) Rs.......................................................... (3) Rs.......................................................... (2) Details of value of single work executed in 1 year during the said years period Rs......................................................... (3) Copy of valid Registration in Government Organisation (in

For the above details, attested copies of documentary proof has to be attached for verification. The financial bids of those bidders who satisfactory submitted the above details only will be opened in the presence of eligible bidders / authorized representatives.

Page 10 of 31

National Highways Authority of India

Bid Document

BILL QUANTITIES [B.O.Q] VOLUME - II

Page 11 of 31

National Highways Authority of India

Bid Document

Name of the Work : Extension Of Existing BT Carriageway to Accommodate 2 X 3 Lane for Temporary Toll Plaza near Manguli Chhak at Ch.245.500 Km. on NH - 5.

National Highway Authority of India


(Ministry of Shipping, Road Transport & Highways)
Project Implementation Unit, N2 / 173, IRC Village Nayapalli, Bhubaneswar, Pin- 751015, Orissa

BILL OF QUANTITIES
Item Description No. 1. Clearing and grubbing road land including cost of all labour and material complete as per drawings and Technical Specifications Clause 201 of MoRT & H and as directed by Engineer-in-charge 2. Roadway excavation necessary including bituminous / granular layers in all soils for construction of road and drains including cost of all labour and material complete as per Technical Specifications Clause 301 and 202 of MoSRT&H and as directed by Engineer-incharge. 3. Construction of embankment with approved material from borrow areas with all leads and lifts complete including cost of all labour and material as per drawings and Technical Specifications Clause 305 of MoSRT&H and as directed by Engineer-in-charge. 4. Construction of sub-grade with approved material complete with all leads and Unit Quantity Rate Amount (In Rs.) (In Rs.)

Hectare 1.57

Cum

301

Cum

8645

Cum

1104

Page 12 of 31

National Highways Authority of India

Bid Document

Item No.

Description lifts, meeting the requirements of minimum soaked CBR value of 8% including cost of all labour and material as per drawing and Technical Specifications Clause 305 of MoSRT&H and as directed by Engineer-in-charge. Construction granular subbase (GSB) including cost of labour and material complete as per drawing and Technical Specifications Clause 401; Grading 1 of Table 400-1 of MoSRT&H and as directed by Engineer-in-charge. Constructing Wet Mix Macadam (WMM) base including cost of labour and material complete as per drawing and Technical Specifications Clause 406 of MoSRT&H and as directed by Engineer-in-charge. Providing bituminous Primer coat of medium curing cutback (MC) over granular surface complete as per Technical Specifications Clause 502 of MoSRT&H and as directed by Engineer-in-charge. Providing and applying hot bituminous cutback (Rapid curing grade RC-250) tack coat over prepared surface all including cost of all labour and material complete as per Technical specifications Clause 503 @ 2.0 kg to 2.5 kg / 10 sqm over bituminous surface and as directed by

Unit

Quantity

Rate Amount (In Rs.) (In Rs.)

5.

Cum

663

6.

Cum

712

7.

Sqm

2373

8.

Sqm

2373

Page 13 of 31

National Highways Authority of India

Bid Document

Item No. 9.

Description Engineer-in-charge. Providing and laying Dense Bituminous Macadam (DBM) course using bitumen of 60/70 grade , including cost of all labour and material, complete as per drawing and Technical Specifications Clause 507 and as directed by Engineer-incharge. Providing and laying Plain Cement concrete kerb in M-20 grade , including cost of all labour and material, complete as per drawing and Technical Specifications Clause 408 and Section 1700 for foundation of kerb without channel (M-10 Grade) and as directed by Engineer-in-charge. Providing and laying Bituminous Concrete (BC) using Crumb Rubber Modified Bitumen (CRMB 60) including cost of all labour and material, as per drawing, IRC:SP:53-1999 and Technical Specifications Clause 312 (Km 55.00 to Km 60.00) and as directed by Engineer-in-charge. Providing laying and jointing hume pipes of NP4 class, 250mm dia confirming to IS 458 1988 (3rd Revision) including supply and fixing RCC collars (NP4 class) to suit the hume pipes form Admn., Block to end toll booth including supply and cost of all labour, material,

Unit Cum

Quantity 285

Rate Amount (In Rs.) (In Rs.)

10.

Rmt

450

11.

Cum

95

12.

Rmt

124

Page 14 of 31

National Highways Authority of India

Bid Document

Item No.

Description

Unit

Quantity

Rate Amount (In Rs.) (In Rs.)

13.

incidental charges etc.. excluding supply pavement layer cutting charges complete as per drawing, IRC:SP:531999 and Technical Specifications Clause 409 and Section 2900 and as directed by Engineer-in-charge. Sand filling in foundation & Cum low laying areas including watering.

3600

(Rupees................................................................................................... ...............................................................................................................)

Page 15 of 31

National Highways Authority of India

Bid Document

DRAWINGS

Page 16 of 31

National Highways Authority of India

Bid Document

TECHNICAL SPECIFICATIONS

Page 17 of 31

National Highways Authority of India

Bid Document

NATIONAL HIGHWAYS AUTHORITY OF INDIA TECHNICAL SPECIFICATIONS


CONTENTS
______________________________________________________________ SL NO. Description Page 1. 2. Preamble............................................................................ PART-I General Technical Specifications - Specification for Road & Bridge Works, Fourth Revision, 2001 .......................................... PART II Supplementary (amendments / modifications / additions to existing Clauses of General Technical Specifications Part I) .................... Additional Technical Specifications .................................. PART III Specifications for Building Works ....................................

3.

4. 5.

Page 18 of 31

National Highways Authority of India

Bid Document

NATIONAL HIGHWAYS AUTHORITY OF INDIA


Technical Specifications
1. PREAMBLE 1.1.1. General The Technical Specifications covering the materials and the workmanship aspect as well as method of measurements and payments are included in this section. These specifications cover the items of civil non-civil works coming under scope of this document. All work shall be carried out in minute details. The works shall be executed in accordance with good practices followed for achieving high standards of workmanship, thus ensuring safety and durability of the construction. All codes and standards referred to in these specifications shall be the latest thereof, unless wise stated. 1.1.2 Inclusive Documents The provisions of special conditions of contract, those specified elsewhere in the tender document, as well as execution drawings and notes, or other specifications issued in writing by the Engineer shall form part of the technical specifications of this project. 1.1.3 The attention of the contractor is drawn to those clauses of codes, which require supporting specification either by the Engineer or by Mutual agreement between the supplier and purchaser. In such cases, it is the responsibility of the tendered/contractor to seek clarification on any uncertainty and obtain prior approval of the Engineer before taking up the supply / construction. In absence of such prior clarification, the Engineers choice/ design will be final and binding on the contractor without involving separately any additional payment. 1.1.4 Measurement and Payment The methods of measurement and payment shall be as described under various items and in the Bill of Quantities. Where specific definitions are not given, the methods described in B.I.S Code will be followed. Should there be any detail of construction or materials which has not been referred to in the Specification or in the Bill of Quantities and Drawing but the necessity for which may be implied or inferred there from, or which is usual or essential to the completion of the work in the trades, the same shall be deemed to be included in the rates and prices entered by the contractor in the Bill of Quantities.

Page 19 of 31

National Highways Authority of India

Bid Document

1.1.5 Defective Works All defective works are liable to be demolished, rebuilt and defective materials replaced by the contractor at his own cost and without involving any time

1.2

SITE INFORMATION

1.2.1 The information given hereunder and provided elsewhere in these documents is given in good faith by the Employed by the Contractor shall satisfy himself regarding all aspect of site conditions and no claim will be entertained on the plea that the information supplied by the erroneous or insufficient. 1.2.2
1.2.2.1

General Climate Conditions The variation in temperature in this region are between 10.6o C and 48.90 C. The annual rainfall in the area in the range of 650 mm to 1420 mm, a good portion of which is concentrated during the months of May to October each year.

1.2.2.2

2.

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

2.1

PART I General Technical Specifications shall be the SPECIFICATIONS FOR ROAD AND BRIDGE WORKS (FOURTH REVISION 2001), as corrected in the original issued by the Ministry of Surface Transport (Roads Wings), Government of India and published by the Indian Roads Congress (IRC), with a cross reference to relevant Bureau of Indian Standards (BIS) for materials or other aspects not covered by the IRC.

2.2

PART II Supplementary Technical Specifications shall comprise of various Amendments / Modification / Additions to the SPECIFICATIONS FOR ROAD AND BRIDGE WORKS referred to in PART I above and also Additional Specifications for particular items of work not already covered in PART I. 2.2.1 A Particular Clause or a part thereof in SPECIFICAIONS FOR ROAD AND BRIDGE WORKS (FOURTH REVISION 2001) as corrected
Page 20 of 31

National Highways Authority of India

Bid Document

in the original referred in PART I above, where Amended/Modified/Added upon, and incorporated in PART-II, referred to above, such Amendment /Modification/Addition super cedes the relevant Clause or part of the Clause. 2.2.2 When an Amended/Modified/Added Clause super cedes Clause or thereof in the said Specifications, then any reference to the superceded Clause shall be deemed to refer to the Amended/Modified/Added Clause or part thereof. 2.2.3 In so far as Amended/Modified/Added Clause may come in conflict or be inconsistent with any of the provisions of the said Specifications under reference, the Amended/Modified/Added Clause shall always prevail. 2.2.4 The Additional Specification shall comprise of specifications for particular items of work not already covered in PART-I 2.2.5 Additional Specifications The Following Clause have been added to the SPECIFICATIONS FOR ROAD AND BRIDGE WORK (FOURTH REVISION 2001) A-1 Curing using liquid membrane forming compound.

2.2.6 In the absence of any definite provision on any particular issue in the aforesaid Specifications, reference may be made to the latest codes and specifications of IRC and BIS in that order. Where even these are silent, the construction and approved by the Engineer and in case of any dispute arising out of the interpretation of the above, the decision of the Engineer shall be final and binding on the Contractor. 2.3 PART III Specifications for Building Works. Technical Specifications for Building Works shall be the latest Specifications volume I to IV, 1995 as published by the Central Public Works Department, Government of India and deemed to be bound into this documents. 2.4 The latest editions till 30 days before the final date of the submission of the bid of all Specifications / Standard shall be applicable.

Page 21 of 31

National Highways Authority of India

Bid Document

PART I GENERAL TECHNICAL SPECIFICATIONS 1.0 This part shall comprise the Specification for Road & Bridge Works (Fourth Revision 200), issued by the Ministry of Surface Transport, Roads Wing Government of India & Published by the India Road Congress, jamnagar House, New Delhi 110001, all as deemed to be bound into this document. 1.1 General conditions regarding use of equipment on works:In addition to the general conditions, the following requirements regarding the use of equipment in works shall be satisfied. a) The contractor shall be required to give a trial run of the equipment for specification and tolerance establishing adequacy to meet the requirements of specifications and completion of work as per programme before commencement of work. b) All equipment provided shall be of proven efficiency and shall of proven efficiency and shall be operated and maintained at all times in a manner as specified by the manufactures or industry practice. Regular reports on paper and adequate maintenance shall be submitted to the Engineer in the format and at intervals as approved by the Engineer. c) No equipment or personnel shall be removed from site without permission of the Engineer. 1.2 Where the term crushed stone is referred to in the Specification for Road & Bridge works of the MOST (Clause 1007) for use as aggregate in construction of pavement layers or in construction of cross drainage work it shall mean that the aggregates shall be obtained through the use of crusher/granulator and vibratory screens of suitable capacity. 2.0 Quality Control on Works & Materials Quality Control on Works & execution remain the primary responsibility of the Contractor. Nevertheless the Engineer will inspect the work from time to time during and after construction and get the quality of the work tested (by himself, by his Testing & Quality Control Units and / or by any other agency deemed fit by him) generally as per the requirements of the Handbook of Quality Control for Construction of Roads & Runways (IRC Special Publication No.11 & Section 900 of MOST Specifications). 3.0 Surveying & Measuring Equipments. Equipment for surveying and measurement of the work shall be procured by the Contractor for his use. The same shall also be made available to the Engineer at site for any work connected with the Contract without any charge.

Page 22 of 31

National Highways Authority of India

Bid Document

SUPPLEMENTARY TECHNICAL SPECIFICATION (AMENDMENTS/ MODIFICATIONS/ADDITIONS TO EXISTING CLAUSE OF GENERAL TECHNICAL SPECIFICAIONS PART-I) SECTION 100 Clause 102 GENERAL The Following abbreviations shall be added in this Clause. BIS - Bureau of Indian Standards CECRI: - Central Electrochemical Research Institute CPCB - Central Pollution Control Board CPCC - Cement Polymer Composite Coating System MDD - Maximum Dry Density (as per IS:2720-Part 8) MOST - Ministry of Surface Transport (This has been recently renamed as Ministry of Road Transport and Highways) NHAI - National Highways Authority of India WMM - Wet Mix Macadam

Clause 103 Add at the end of the clause The latest editions of these standards till 30 (thirty) days before the final date of submission of the tender shall be adopted. Clause 105 Scope of Work Clause 105.3 Add the following below the existing clause. The Contractor shall establish, adhere to, monitor and maintain an adequate quality assurance programme (QA-programme) based on the requirements of EN ISO 9002 and EN ISO 9003. The QA-programme shall cover the quality assurance aspects of all services rendered, all items to be supplied and all construction activities to be performed under the Contract, also including temporary structures and equipment which will influence the quality of the completed works or the progress of the Contract. The QA-programme shall as a minimum cover subject listed below: Organisation and Management Responsibility. Document and data control Construction programme Method statements Process Control Working Inspection testing and documentation from procedure Safety and emergency Control and documentation of purchasing and handing of materials of purchasing and handling of materials

Page 23 of 31

National Highways Authority of India

Bid Document

Non-conformity and corrective action Internal quality audit Servicing Education and training of staff Site Environment Plan The general procedures of the QA-programme shall be submitted to the Employer and Engineer for approval not later than twenty-eight days after the date of receipt of letter of acceptance. The special part of the QAprogramme shall be submitted successively to the effect that it shall have been approved prior to the activities to which the programme shall apply. Clause 105.4 Delete the words........15 days in advance................ in the first line of the Clause and replace it with Submission of Contractors programme month in advance, unless the Quality Assurance plan of the project as finalised and approvals in which case the QA plan requirements will prevail. In the latter case, as directed by the Engineer, he shall furnish Clause 106 CONSTRUCTION EQUIPMENT Add the following below sub-paragraph (f) (g) Adequate standby equipment including spare parts shall be available. (h) All measuring device and gauges shall be in good working condition. Measuring devices that can affect product quality shall be calibrated prior to use and at prescribed intervals against certified equipment. Calibration procedures shall be established, maintained and documented and corrective action taken when results are unsatisfactory. Accuracy and fitness of measuring devices shall be ensured by proper maintenance. Clause 107 Contract Drawings Add the following after the end of the paragraph in sub-Clause 107.3: After careful study of the drawings issued by the Engineer, the Contractor shall, prepare, where necessary all supplementary and working drawing with necessary field/ construction information and the like for adequacy of construction method and procedure etc. and shall submit the same to the Engineer for approval prior to construction progressively according to the work programme accepted by the Engineer who shall be given not less than 21 days for any review of these supplementary / working drawing and as directed, the

Page 24 of 31

National Highways Authority of India

Bid Document

contractor shall modify the drawings comprising the comments and requirements of the Engineer. The Contractor shall prepare detailed construction on the basis of the drawing given in Bid Documents and have them approved by the Engineer. Clause 108 Site Information Clause 108.4 This Sub-Clause shall read as follows: This Contractor shall identify quarries, borrow areas and other sources of materials required for the work. He shall satisfy himself that the required materials are available in adequate quantities and complying with the requirements of specifications. No claims shall be entertained on account of non-availability of materials, and increase in leads. It is the sole responsibility of the contractor to arrange the quarries, borrow areas etc., on license / lease basis or otherwise, and study in detail before tendering, the scope of taking the quarry on lease. Advance information must be collected by the contractor regarding the procedure laid down and the consequent delay in arranging the quarries on lease and must make alternative arrangement to procure the quarry products from lease holders. No separate payment will be made for arranging such quarries, borrow areas, etc. Clause 109 Setting Out Clause 109.8 Add the following paragraph in the Sub-Clause 109.8: Surveying Equipment and Personnel. The Contractor shall provide the necessary surveying equipment, accessories, surveyors and labourers required for setting out and related measurements, including making available these to the Engineer and his representative at different stages of the work. The surveying equipment shall be of high standard of manufacture as approved by the Engineer, in good working condition with adequate numbers and shall include inter alia the following: i) Precision automatic level with micrometer attachment with tripod and leveling staff reading to 5mm accuracy by estimation or better. ii) Theodolites with tripod Electronically operated with computerized output attachment reading to 20 seconds of angle accuracy or better. iii) Total Station with 2 spare batteries and charger, three tripods plus tangents sufficient for a 4 Km range, together with an electronic date recorder, 6 data packs and all necessary software for operation. iv) Precision staffs.

Page 25 of 31

National Highways Authority of India

Bid Document

3 metre straigth edge and measuring wedge fitted with handling wedges 100 mm height 1mm accuracy. vi) Field umbrellas vii) Ranging rods 50 mm diameter 3m long straight with one end each metallic, conical and painted alternatively black and white along the length. viii) Camber templates 2 lane fitted with handles. ix) Steel tape graduated in metres, centimeters and millimetres a) 10m long b) 20 m long c) 50 m long d) Reference markers and pegs The Contractor shall maintain the surveying equipment in good condition during the full duration of works and replace the ones which get worn out or otherwise become unworkable. The surveying equipment and related resources shall be provided under the general obligations of the Contractor requiring no separate payment. Clause 111 Precautions for Safeguarding the Environment This whole clause shall be substituted by following: Clause 111.1 General The Contractor shall take all precautions for safeguarding the environment during the course of the construction of works. He shall abide by all rules, regulations and laws in force governing pollution and environmental protection that are applicable to the area where the works are situated. NOISE: The Contractor shall mitigate against any sustained increase in base line ambient sound levels at sensitive receptors during construction of work. All construction operations shall be performed in a manner to minimize noise and vibration. The parameters for noise are detailed below. . 70 dB (A) for day and night; . 50 dB (A) for day and 45 dB (A) for night for sensitive recepters If the noise levels are found to be above these standards and it is determined by the Engineer that these levels are due to the equipment or plant being deployed by the Contractor, he shall undertake, at his own cost measures as approved by the Engineer, to bring these levels down to the specified levels. Blasting should be done as per Indian Explosive Act.
Page 26 of 31

V)

National Highways Authority of India

Bid Document

People living near such blasting sites shall have prior information of operational hazards. Blasting will not be undertaken at night. Workers at blasting sites will be provided with earplugs. Material haulage roads will be properly regulated. Labour shall be warmed against the hunting of wild life. If any we shall be disured. Clause 111.2 Borrow pits for Embankment Construction. Borrow pits shall not be dug within the Right - of - Way of the road. Arable lands will not be used for earth borrowing. The Contractor will ensure that proper excavation techniques are used to improve stability and safety of the borrow area. The excavation shall be carried out in such a way that the area does not inundate during monsoons or generate cesspools of water to become mosquito breeding sites. The stipulations in Clause - 305.2.2 shall govern. Clause 111.3 Quarry Operations The Contractor shall obtain material from licensed quarried only after the consent of the forest department or other concerned authorities. The quarry operation shall be undertaken within the purview of the rules and regulations in force. The Contractor shall ensure scheduling the movement of transport carrying material to and from the site during non- peak hours. The trucks carrying dusty material and fly ash/ pond ash shall be covered with a tarpaulin and provided with adequate free board to prevent spillage. End boards shall be provided in loaders to prevent spillage. Stockpiling of material shall be properly planned so as to ensure that no traffic jam takes place on the highway. Clause 111.5 Precautions against Dust The Contractor shall take all reasonable steps to minimize dust nuisance during the construction of the works. All existing highways and roads used by vehicles of the Contractor or any of his sub- contractors or suppliers of materials or plant, and similarly any new roads which are being used by traffic shall be kept clean and clear of all dust/ mud or other extraneous material dropped by the said vehicles or their tyres. Similarly, all dust or mud or other extraneous material from the works spreading on these highways shall be immediately cleared by the contractor. Clearance shall be effected immediately by manual sweeping and removal of debris, or, if so directed by the Engineer, by mechanical sweeping and clearing equipment,
Page 27 of 31

National Highways Authority of India

Bid Document

and all dust, mud and other debris shall be hosed or watered using suitable equipment to avoid dust pollution. Special care shall be taken to combat dust problem originating from use of fly ash/pond ash. Clause 111.6 Pollution from Hot Mix Plant & Batching Plant & Other Construction Machinery The Contractor shall ensure the use of a relatively new, well maintained hot mix plant (batching plant) so that any emission conforms to the CPCB norms and be fitted with a dust extraction unit to avoid prolonged engine powered equipment illness. A sphalt mixing sites shall be located more than 500 m from any community or residence. The hot mix plant shall be founded on compacted/ paved surface so that the spills do not affect any aquifers. Properly sizing and maintenance of mufflers, engine intake. Silencers and engine shall be cannot out. The contractor shall take every pre....... to reduce the levels of noise vibration dust and emission from his plant. The contractor shall be fully responsible for any claims for damages caused to the owner of property fields and residences in the vicinity. All vehicles, equipments and machinery needed for construction will be regularly maintained to ensure that pollution emission levels conform to CPCB norms. All vehicles should be fitted with silencers. Construction vehicles, machinery & equipment will move or be station designated areas to avoid compaction of soil to ensure the preservation of the top soil for agriculture. Clause111.7 Road Safety The Contractor shall provide adequate circuit for traffic flow around construction areas, control speed of construction vehicles through road safety and training of drivers, provide adequate signage, barriers and flag persons for traffic control. If there are traffic jams during construction, measures shall be taken to relieve the congestions with the assistance of traffic police. Safety of workers undertaking various operations during construction will be ensured by providing helmets, masks, safety goggles, etc. Clause 111.8 Sanitation & Waste Disposal in Construction Camp The Contractor shall ensure that construction camps are located at a distance of minimum 200m from water sources. Special
Page 28 of 31

National Highways Authority of India

Bid Document

attention shall be paid to the sanitary conditions of the camps. The Contractor shall ensure that sufficient measures are taken i.e. provision of garbage tanks and sanitation facilities. Waste in septic tanks shall be cleaned periodically. Garbage shall be collected in four soakage pits at each construction site and dispose of daily. The Contractor shall provide adequate measures for the health care of workers and arrange their regular medical check- up to ensure that they do not suffer from any communicable disease. At every workplace, good & sufficient water supply will be maintained to avoid waterborne / water related diseases. If any pits are dug at construction / camp sites which are not filled and then may turn into mosquito breeding sites during monsoons, either these shall be filled up properly so that no water accumulates or sprayed frequently with pesticides to prevent mosquito breeding. Clause 111.9 Substances Hazardous to Health The Contractor shall not use or generate any material in the works, which is hazardous to the health of persons, animals or vegetation. Where it is necessary to use some such substance which can cause injury to the health of the workers, the Contractor shall provide suitable clothing or appliances to his workers, viz. earplugs, helmets or dust masks. Clause 111.10 Any structural damage caused to the existing roads / structures by his construction equipment shall be made good without any extra cost. Clause 111.12 Environmental Monitoring In order to carry out periodic checks environmental monitoring will be carried out by the Engineer as per schedule and if any parameter is found above the acceptable standards. Mitigation measures control measures as decided by the Engineer shall be complied with by the Contractor. Clause 111.13 Protection of Existing Trees The Contractor shall take all necessary measures to ensure safety and protection of the remaining trees from any action whatsoever relating to his construction operations in the adjoining areas. Clause 111.14 Disposal of Materials Outside Work Site Notwithstanding other relevant provisions in the contract, the excess material generated by dismantling, excavation, waste material and lubricants, used oil, gasoline and other such substance etc., shall be removed from site outside the right
Page 29 of 31

National Highways Authority of India

Bid Document

of way at regular intervals and site shall kept clean from all such disposable materials. Grease, cotton and other waste construction materials shall be disposed off in shallow soakage wells constructed at each construction site. Such intervals shall not exceed one month under any circumstances. The selection of the disposal site shall be the responsibility of the Contractor and he shall ensure that the selected site does not result in any claim for damages to the Employer or violation of any existing laws of weal bodies. Clause 111.15 Compliance with the foregoing will not relieve the Contractor of any responsibility for complying with the requirements of any highway authority in respect of the roads used by him. Clause 112 Arrangement for Traffic During Construction Clause 112.1 General Two weeks before undertaking work which would involve any obstruction whatsoever to traffic, the Contractor shall submit, for the Engineers approval, a Traffic Control Plan. The plan shall include: i) Typical drawings for temporary diversions ii) Typical details of arrangements for construction under traffic including details of traffic arrangements proposed to be in place after the cessation of work each day. Special consideration shall be given in the preparation of the Traffic Control plan for the safety of pedestrian and works and delineation of the roadway at night Temporary diversions will be constrained only with the approval of the Engineer.

Page 30 of 31

National Highways Authority of India

Bid Document

Clause 112.2 Add at the end of second paragraph as follows: Where it is absolutely necessary that the camber of the existing road is to be corrected before the commencement of the additional carriageway in order to avoid pending of rain water, the same unit - directional camber has to be provided first. Clause 112.3 This Clause shall be read as under. In stretches where it is not possible to pass the traffic on part width of the carriageway, a temporary diversion shall be constructed as described below:

Page 31 of 31

También podría gustarte