KARNATAKA STATE HIGHWAYS IMPROVEMENT PROJECT

229

Transcript of KARNATAKA STATE HIGHWAYS IMPROVEMENT PROJECT

GOVERNMENT OF KARNATAKA

PUBLIC WORKS, PORTS & INLAND WATER TRANSPORT DEPARTMENT

PROJECT IMPLEMENTATION UNIT

Loan Number -8022-IN

KARNATAKA STATE HIGHWAYS IMPROVEMENT PROJECT - II STAGE-II

(National Competitive Bidding)

Upgradation of Road from Km 0+000 to Km 2+500 of Dharwad to Saundatti SH No.34 in Dharwad town limits through e-procurement system

Contract No. KSHIP-II/STG1/NCB/WEP3A

Bidding Document

Volume -I (Invitation for Bids, Instructions to Bidders, Bid Data Sheet, Forms of Bid, General

Conditions, Special Conditions, Security Forms)

February2017

Contents

A. General ...................................................................................................................................................................... 11. Scope of Bid ...................................................................................................................................... 12. Source of Funds ................................................................................................................................ 13. Eligible Bidders ................................................................................................................................ 14. Qualification of the Bidder ................................................................................................................ 15. One Bid per Bidder ........................................................................................................................... 56. Cost of Bidding ................................................................................................................................. 57. Site visit ............................................................................................................................................ 5

B. Bidding Documents ................................................................................................................................................. 68. Content of Bidding Documents ......................................................................................................... 69. Clarification of Bidding Documents ................................................................................................. 610. Amendment of Bidding Documents .................................................................................................. 6

C. Preparation of Bids .................................................................................................................................................. 811. Language of the Bid .......................................................................................................................... 812. Documents comprising the Bid ......................................................................................................... 813. Bid Prices .......................................................................................................................................... 814. Currencies of Bid and Payment ......................................................................................................... 915. Bid Validity ....................................................................................................................................... 916. Bid Security ...................................................................................................................................... 918. Format and Signing of Bid .............................................................................................................. 10

D. Submission of Bids ................................................................................................................................................ 1119. Submission of the Bids ................................................................................................................... 1120. Deadline for Submission of the Bids .............................................................................................. 1121. Late Bids ......................................................................................................................................... 1222. Modification and Withdrawal of Bids ............................................................................................. 12

E. Bid Opening and Evaluation .................................................................................................................................. 1223. Bid Opening .................................................................................................................................... 1224. Process to Be Confidential. ............................................................................................................. 1225. Clarification of Bids ........................................................................................................................ 1326. Examination of Bids and Determination of Responsiveness. ......................................................... 1327. Correction of Errors ........................................................................................................................ 1328. Deleted ............................................................................................................................................ 1329. Evaluation and Comparison of Bids ............................................................................................... 1330. Deleted ............................................................................................................................................ 14

F. Award of Contract .................................................................................................................................................. 1431. Award Criteria ................................................................................................................................ 1432. Employer's Right to Accept any Bid and to Reject any or all Bids ................................................. 1433. Notification of Award and Signing of Agreement .......................................................................... 1434. Performance Security ...................................................................................................................... 1536. Adjudicator ..................................................................................................................................... 1537. Corrupt or Fraudulent Practices ...................................................................................................... 15

SECTION 2: FORMS OF BID, QUALIFICATION INFORMATION AND LETTER OF ACCEPTANCE ............................................................................................................................................. 17

SECTION 3: CONDITIONS OF CONTRACT .......................................................................................................... 30

A. General ................................................................................................................................................................... 311. Definitions ....................................................................................................................................... 312. Interpretation ................................................................................................................................... 323. Language and Law .......................................................................................................................... 334. Engineer's Decisions ....................................................................................................................... 335. Delegation ....................................................................................................................................... 336. Communications ............................................................................................................................. 337. Subcontracting ................................................................................................................................ 338. Other Contractors ............................................................................................................................ 339. Personnel ......................................................................................................................................... 3310. Employer’s and Contractor's Risks ................................................................................................. 3311. Employer's Risks ............................................................................................................................. 3312. Contractor’s Risks ........................................................................................................................... 3413. Insurance ......................................................................................................................................... 3414. Site Investigation Reports ............................................................................................................... 3415. Queries about the Contract Data ..................................................................................................... 3416. Contractor to Construct the Works ................................................................................................. 3417. The Works to Be Completed by the Intended Completion Date ..................................................... 3418. Approval by the Engineer ............................................................................................................... 3519. Safety .............................................................................................................................................. 3520. Discoveries ...................................................................................................................................... 3521. Possession of the Site ...................................................................................................................... 3522. Access to the Site ............................................................................................................................ 3523. Instructions ...................................................................................................................................... 3524. Disputes .......................................................................................................................................... 3625. Procedure for Disputes .................................................................................................................... 3626. Replacement of Adjudicator ........................................................................................................... 36

B. Time Control .......................................................................................................................................................... 3627. Program ........................................................................................................................................... 3628. Extension of the Intended Completion Date ................................................................................... 3629. Deleted ............................................................................................................................................ 3730. Delays Ordered by the Engineer ..................................................................................................... 3731. Management Meetings .................................................................................................................... 3732. Early Warning ................................................................................................................................. 37

C. Quality Control ...................................................................................................................................................... 3733. Identifying Defects .......................................................................................................................... 3734. Tests ................................................................................................................................................ 3735. Correction of Defects ...................................................................................................................... 3836. Uncorrected Defects ........................................................................................................................ 38

D. Cost Control ........................................................................................................................................................... 3837. Bill of Quantities ............................................................................................................................. 3838. Changes in the Quantities ............................................................................................................... 3839. Variations ........................................................................................................................................ 3840. Payments for Variations .................................................................................................................. 3841. Cash flow forecasts ......................................................................................................................... 3942. Payment Certificates ....................................................................................................................... 3943. Payments ......................................................................................................................................... 3944. Compensation Events ...................................................................................................................... 4045. Tax .................................................................................................................................................. 4146. Currencies ....................................................................................................................................... 4147. Price Adjustment ............................................................................................................................. 41

48. Retention ......................................................................................................................................... 4149. Liquidated Damages ....................................................................................................................... 4150. Deleted ............................................................................................................................................ 4251. Advance Payment ........................................................................................................................... 4252. Securities ......................................................................................................................................... 4253. Deleted ............................................................................................................................................ 4254. Cost of Repairs ................................................................................................................................ 42

E. Finishing the Contract ............................................................................................................................................ 4355. Completion ...................................................................................................................................... 4356. Taking Over .................................................................................................................................... 4357. Final Account .................................................................................................................................. 4358. Operating and Maintenance Manuals .............................................................................................. 4359. Termination ..................................................................................................................................... 4360. Payment upon Termination ............................................................................................................. 4461. Property ........................................................................................................................................... 4462. Release from Performance .............................................................................................................. 4463. Suspension of World Bank Loan or Credit ..................................................................................... 4464. Fraud and Corruption ...................................................................................................................... 45

F. Special Conditions of Contract ................................................................................................................................ 461. LABOUR : ...................................................................................................................................... 462. COMPLIANCE WITH LABOUR REGULATIONS : ................................................................ 463. SUB-CONTRACTING (GCC Clause 7) ....................................................................................... 484. Add new Sub- Clause 18.6 .............................................................................................................. 485. ARBITRATION (GCC Clause 25.3) ............................................................................................. 486. PROTECTION OF ENVIRONMENT: .......................................................................................... 507. LIQUIDATED DAMAGES: .......................................................................................................... 508. POSSESSION OF SITE .................................................................................................................. 51

SECTION 4: CONTRACT DATA .............................................................................................................................. 52

SECTION 5: SPECIFICATIONS ................................................................................................................................ 58

SECTION 6: BILL OF QUANTITIES ........................................................................................................................ 59

SECTION 7: FORMS OF SECURITIES .................................................................................................................... 60

INVITATION FOR BIDS

(IFB)

GOVERNMENT OF KARNATAKA

PUBLIC WORKS, PORTS & INLAND WATER TRANSPORT DEPARTMENT

PROJECT IMPLEMENTATION UNIT

NAME OF WORK : National Competitive Bidding forUpgradation of Road from Km 0+000 to Km 2+500 of Dharwad to Saundatti SH No.34 in Dharwad town limits through e-procurement system

DATE of COMMENCEMENT OF DOWNLOADING OF BID DOCUMENT : DATE :07/02/2017 TIME : 12.00 Noon (IST)onwards. LAST DATE FOR DOWN LOADING : DATE :09/03/2017 TIME: 17.00 hours as per server time. OF BID DOCUMENT FROM THE E-PROCUREMENT PLATFORM :http://e-proc.karnataka.gov.in

TIME AND DATE OF :DATE: 21/02/2017 TIME:11.30 hours (IST) PRE-BID CONFERENCE

LAST DATE AND TIME FOR : DATE: 09/03/2017TIME: 17.30 hours as per server time Bid submission/uploading of bid in Thebids will be opened online by the Authorized Officers E-procurement platform.

TIME AND DATE OF OPENING :DATE:14/03/2017 TIME: 11:30 hours as per server time OF BIDS OFFICER INVITING : Project Director, Project Implementation

Unit,Bangalore.

Note: (1) In the event of the specified date of opening of bids being declared a holiday for the Purchaser, the bids shall be opened on the next working day at the same time and venue.

(2) Completed bids shall be uploaded on the e-procurement platform by the Bidders

using their user ID and addressed to the Project Director in the manner described under Instructions to Bidders Section 1 of Bid Documents on or before the stipulated last date & time.

Karnataka State Highways Improvement Project – II National Competitive Bidding Bid Document Contract No. WEP-3A

ii

GOVERNMENT OF KARNATAKA PUBLIC WORKS DEPARTMENT

KARNATAKA STATE HIGHWAYS IMPROVEMENT PROJECT-II Project Implementation Unit, Karnataka State Highways Improvement Project,

I Floor, PWD Annexe Building, K.R.Circle, Bangalore – 560 001 Tel: + 91 80 2222 6262,2223 0714, 22126759/60/61 Fax: +91 80 2222 9666

E-mail:[email protected]

NATIONAL COMPETITIVE BIDDING INVITATION FOR BIDS through e-Procurement System

No.: PIU:KSHIP:WEP-3A:SE-2:AEE-1:AE-3:2016-17/5457 Date: 06/02/2017

1. The Government of Karnataka through the Government of India has received a loan from the

International Bank for Reconstruction and Development (IBRD) towards the cost of the

Karnataka State Highways Improvement Project and intends to apply a part of the funds to

cover eligible payments under the contract for construction of works as detailed below. Bidders

are advised to note the minimum qualification criteria specified in Clause 4 of the Instructions

to Bidders to qualify for award of the contract.

2. The Project Director, PIU, KSHIP, invites National Competitive Bidding for Construction of

Flexible Pavement in Dharwad town limit (Km 0+000) to (Km 2+500) of SH-34, Joint Venture

Participation is not allowed.

3. The bid document is available online from 07/02/2017 to 09/03/2017and bids are to be

submitted online through the e-procurement portal http://eproc.karnataka.gov.inonly.

Bids submitted in any other manner will not be accepted. Bidders are required to obtain Level

III Digital signature from designated firms available on e-proc. Portal and then register with the

Government of Karnataka e-procurement platform and submit bids by using their user ID and

Digital Signature.

4. Bidders must provide Bid Security as specified in the bid document and pay the bid processing

fee through the electronic system as per the requirement.

5. Bids along with necessary enclosures must be uploaded to the web site

http://eproc.karnataka.gov.in on or before17.30hrs as per server time on

09/03/2017and will be opened 11.30hrs as per server time on14/03/2017in the presence of the

bidders who wish to attend. If the office happens to be closed on the date of receipt of the bids

as specified, the bids will be received and opened on the next working day at the same time and

venue.

6. A Pre-bid meeting will be held on 21/02/2017 at 11.30hrs IST at the office of the Project

Director, PIU, KSHIP, Bangalore to clarify the issues and to answer questions on any matter

Karnataka State Highways Improvement Project – II National Competitive Bidding Bid Document Contract No. WEP-3A

iii

that may be raised at that stage as stated in Clause 9.2 of ‘Instructions to Bidders’ of the

Bidding Document.

7. Other details can be seen in the Bidding Documents.

8. The Project Director, KSHIP, reserves the right to accept or reject any tender without assigning

any reasons there off.

Contract No. Contract Name

Approx. Length

(km)

Construction Period

(months) Bid Security

KSHIP II/STG1/ NCB/WEP3A

National Competitive Bidding for Upgradation of Road from Km 0+000 to Km 2+500 of Dharwad to Saundatti SH No.34 in Dharwad town limits through e-procurement system

2.50 15 INR 3.50 Million

Project Director PIU KSHIP

Bangalore

Karnataka State Highways Improvement Project – II National Competitive Bidding Bid Document Contract No. WEP3A

1

SECTION 1: INSTRUCTIONS TO BIDDERS

(ITB) A. General

1. Scope of Bid 1.1 The Project Director, Project Implementation Unit, Karnataka State Highways Improvement

Project, Karnataka, (referred to as Employer in these documents) invites bids for the construction of works (as defined in these documents and referred to as "the works") detailed in the table given in IFB.

1.2 The successful bidder will be expected to complete the works by the intended completion date

specified in the Contract data. 2. Source of Funds 2.1 The Government of India has received a loan/credit from the International Bank for

Reconstruction and Development/the International Development Association (hereinafter interchangeably called “the Bank”) towards the cost of the Project and intends to apply a part of the funds to cover eligible payments under the contract for the Works. Payments by the Bank will be made only at the request of the borrower and upon approval of the Bank in accordance with the Loan/Credit Agreement, and will be subject in all respects to the terms and conditions of that Agreement. Except as the Bank may specifically otherwise agree, no party other than the borrower shall derive any rights from the Loan/Credit Agreement or have any rights to the loan proceeds.

2.2 The loan agreement prohibits a withdrawal from the loan account for the purpose of any payment

to persons or entities, or for any import of goods, if such payment or import, to the knowledge of the Bank, is prohibited by a decision of the United Nations Security Council, taken under Chapter VII of the Charter of the United Nations.

3. Eligible Bidders 3.1 This Invitation for Bids is open to all bidders from the eligible countries as defined under the

IBRD Guidelines for Procurement. Any materials, equipment, and services to be used in the performance of the Contract shall have their origin in the eligible source countries.

3.2 All bidders shall provide in Section 2, Forms of Bid and Qualification Information, a statement

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

3.3 Government-owned enterprises in the Employer’s country may only participate if they are legally

and financially autonomous, operate under commercial law and are not a dependent agency of the Borrower or Sub-borrower.

3.4 Bidders shall not be under a declaration of ineligibility for corrupt and fraudulent practices issued

by the Bank in accordance with sub-clause 37.1. 4. Qualification of the Bidder 4.1 All bidders shall provide in Section 2, Forms of Bid and Qualification Information, a preliminary

description of the proposed work method and schedule, including drawings and charts, as necessary.

4.2 Pre-qualification-not applicable.

Karnataka State Highways Improvement Project – II National Competitive Bidding Bid Document Contract No. WEP3A

2

4.3 The Bid shall comprise the following, the scanned copies of which shall be uploaded on the e-

procurement platform: (a) copies of original documents defining the constitution or legal status, place of registration,

and principal place of business; written power of attorney of the signatory of the Bid to commit the Bidder;

(b) total monetary value of construction work performed for each of the last five years; (c) experience in works of a similar nature and size for each of the last five years, and details of

works under way or contractually committed; and clients who may be contacted for further information on those contracts;

(d) major items of construction equipment proposed to carry out the Contract; (e) qualifications and experience of key site management and technical personnel proposed for

the Contract; (f) reports on the financial standing of the Bidder, such as profit and loss statements and

auditor's reports for the past five years; (g) evidence of adequacy of working capital for this contract (access to line (s) of credit and

availability of other financial resources); (h) authority to seek references from the Bidder's bankers; (i) information regarding any litigation or arbitration resulting from contracts executed by the

Bidder in the last five years or currently under execution. The information shall include the names of the parties concerned, the disputed amount, cause of litigation, and matter in dispute;

(j) The Sub-contracting is not allowed. (k) the proposed methodology and program of construction including Environmental

Management Plan backed with equipment, materials and manpower planning and deployment, duly supported with broad calculations and quality control procedures proposed to be adopted, justifying their capability of execution and completion of the work as per technical specifications within the stipulated period of completion as per milestones.

4.3.1 The following documents shall be submitted by post/courier to the Purchaser for verification

and scrutiny within last date of submission: (a) Original Bid security in the form of Bank Guarantee, Certified Cheque or Demand Draft;

(a) Original Power of Attorney; and (b) Other documents as per the requirements of Sub Clause 4.3 above. The Bank Guarantee would be checked for their genuineness, adequacy with respect to amount, validity and acceptability. The bids of only those bidders who have produced the originals as above for verification and review and found acceptable and those who have paid the stipulated bid processing fee and adequate bid security as per the requirement of the requirement of Sub Clause 4.3.1(a) would be opened at the appointed time to be notified on the e-procurement portal.

4.4 Joint Venture is not allowed and ‘Bids from Joint ventures are not acceptable. 4.5 A. To qualify for award of the contract, each bidder in its name should have in the last five

years i.e. Experience under contracts in the role of contractor, subcontractor, or

Karnataka State Highways Improvement Project – II National Competitive Bidding Bid Document Contract No. WEP3A

3

management contractor for at least the last Five (5) years(2011-12 to 2015-16) prior to the applications submission deadline, and with activity in at least nine (9) months in each year.

(a) achieved, in at least one financial year, a minimum average annual turnover (in all classes

of civil engineering construction works only) of INR 281Million calculated as total certified payments received for contracts in progress or completed, within the last Five (5) years (2011-12 to 2015-16).

b) satisfactorily completed (not less than 90% of contract value), as a prime contractor, or as approved subcontractor duly certified by the Employer (any Government entity and Government undertaking entities/ main contractor)at least one similar work experience of having executed with a value of at least INR 141.00 Million, that have been successfully or are substantially completed (not less than 90% of the Contract value) within the last Five (5) years (2011-12 to 2015-16) and that are similar to the proposed Works.

(c) executed in any one year, the following minimum quantities of work:

Sl.No Description Quantity 1 Earth work Excavation 34000 Cum 2 Granular Sub Base 5200 Cum 3 Wet Mix Macadam 6800 Cum 4 Bituminous Work (BM,DBM,BC)* 2900 Cum 5 Concrete work above M15 grade 2500 Cum

*Mix Seal Surface will not be considered

“Financial turnover and cost of completed works of previous years shall be given weightage of 5% per year based on rupee value to bring them to 2016-2017 price level”.

4.5 B. Each bidder should further demonstrate: (a) availability (either owned or leased) the following key and critical equipment for this work:

Sl.No.

Details of equipment Capacity

Max age as on date of

Submission of Bid

(Years)

Minimum Number required

1 Dozer 200 Cum/hr 5 2

2 Motor Grader Engine output above150KW (Blade 3.35 m)

Spreading soil 200 Cum/hr

5 1

3 Hydraulic Excavator 1.0 Cum Capacity 5 2

4 Vibratory Roller Minimum 8-10 Tonne static weight 5 2

5 Tandem Roller Minimum 8-10 Tonne 5 2

6 Pneumatic Road Roller Minimum 200-300KN 5 1

7 Tipper (Dumpers) 10-14 Cum Capacity 5 10

8 Water Tanker 6-10KL 5 3

Karnataka State Highways Improvement Project – II National Competitive Bidding Bid Document Contract No. WEP3A

4

9 Paver Finisher Hydrostatic with sensor control

80 TPH Size 5.5m 5 1

10 Mechanical Paver for WMM 80 TPH Size 5.5m 5 1

10 Power Broom 1250 Sqm/hr 5 1

11 JCB/Loader Backhoe 1.0 Cum capacity 5 1

NOTE: Based on the studies, carried out by the Engineer the minimum suggested major equipment to

attain the completion of works in accordance with the prescribed construction schedule are shown in the above list.

The bidders should, however, undertake their own studies and furnish with their bid, a detailed construction planning and methodology supported with layout and necessary drawings and calculations (detailed) as stated in clause 4.3 (k) above to allow the employer to review their proposals. The numbers, types and capacities of each plant/equipment shall be shown in the proposals along with the cycle time for each operation for the given production capacity to match the requirements.

(b) The Bidder must demonstrate that it has the personnel for the key positions that meet the

following requirements:; and

No. Position Nos Total Works Experience

(Years)

In Similar Works

Experience (Years)

1 Contract Manager* 1 15 5 2 Urban Planning Engineer* 1 10 3 3 Site Engineer* 4 10 3 4 Quality Control/ Materials

Engineer* 1 10 3

5 Environmental Engineer* 1 5 3 * Persons with Bachelor degree in Civil Engineering or degree equivalent qualifications are

preferred. Diploma holders, if nominated for these positions marked with an asterisk, shall have +2 years experience each for Total Work and Similar Works preferably worked in Urban infrastructure projects.

(c) liquid assets and/or availability of credit facilities of not less than INR 47.00Million in the

format given in Section 2. (Credit lines/letter of credit/certificates from Banks for meeting the funds requirement etc.) 4.5 To qualify for a package of contracts made up of this and other contracts for which bids are

invited in the IFB, the bidder must demonstrate having experience and resources sufficient to meet the qualifying criteria of the contract.

4.6 Sub-contractor’s experience and resources will not be taken into account in determining the

Bidder’s compliance with the qualifying criteria, except to the extent stated in Clause 4.5 [A] above only Principal Employer (any Government entity and Government undertaking entities) approved Sub-contractors' experience and resources shall be taken into account in determining the bidder's compliance with the qualifying criteria.

4.7 Bidders who meet the minimum qualification criteria will be qualified only if their available bid

capacity is more than the total bid value. The available bid capacity will be calculated as under:

Karnataka State Highways Improvement Project – II National Competitive Bidding Bid Document Contract No. WEP3A

5

Assessed Available Bid capacity = ( A*N*1.5 - B ) where A = Maximum value of civil engineering works executed in any one year during the last five

years (updated to 2016-2017 price level) taking into account the completed as well as works in progress.

N = Number of years prescribed for completion of the works for which bids are invited. B = Value, at 2016-2017 price level, of existing commitments and on-going works to be

completed during the next 15 months (period of completion of the works for which bids are invited)

Note: The statements showing the value of existing commitments and on-going works as well as

the stipulated period of completion remaining for each of the works listed should be countersigned by the Engineer in charge, not below the rank of an Executive Engineer or equivalent.

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

they have: - made misleading or false representations in the forms, statements and attachments

submitted in proof of the qualification requirements; and/or - record of poor performance such as abandoning the works, not properly completing the

contract, inordinate delays in completion, litigation history, or financial failures etc.; and/or - participated in the previous bidding for the same work and had quoted unreasonably high

bid prices and could not furnish rational justification to the employer. 5. One Bid per Bidder 5.1 Each bidder shall submit only one bid for one contract. A bidder who submits or participates in

more than one Bid (other than as a subcontractor or in cases of alternatives that have been permitted or requested) will cause all the proposals with the Bidder’s participation to be disqualified.

6. Cost of Bidding 6.1 The bidder shall bear all costs associated with the preparation and submission of his Bid, and the

Employer will in no case be responsible and liable for those costs. 7. Site visit 7.1 The Bidder, at the Bidder’s own responsibility and risk is encouraged to visit and examine the

Site of Works and its surroundings and obtain all information that may be necessary for preparing the Bid and entering into a contract for construction of the Works. The costs of visiting the Site shall be at the Bidder's own expense.

Karnataka State Highways Improvement Project – II National Competitive Bidding Bid Document Contract No. WEP3A

6

B. Bidding Documents 8. Content of Bidding Documents 8.1 The set of bidding documents comprises the documents listed in the table below and addenda

issued in accordance with Clause 10: Invitation for Bids Section 1 Instructions to Bidders 2 Forms of Bid and Qualification Information 3 Conditions of Contract 4 Contract Data 5 Specifications 6 Drawings 7 Bills of Quantities 8 Forms of Securities 9. Clarification of Bidding Documents 9.1 A prospective bidder requiring any clarification of the bidding documents may notify online

the Employer. The Employer will respond to any request for clarification which he received earlier than 10 days prior to the deadline for submission of bids. Description of clarification sought and the response of the authority inviting the bid will be uploaded for information of the other bidders without identifying the source of request for clarification.

9.2 Pre-bid meeting 9.2.1 The bidder or his official representative is invited to attend a pre-bid meeting which will take

place at PIU committee hall, Project Implementation Unit Karnataka State Highways Improvement Project, 1st Floor, P.W.D. Annexe Building K.R.Circle Bangalore 560 001 Karnataka State India. On 21/02/2017 at 11.30 hrs IST.

9.2.2 The purpose of the meeting will be to clarify issues and to answer questions on any matter that

may be raised at that stage. 9.2.3 The bidder is requested to submit any questions in writing or by e mail/ cable to reach the

Employer not later than one day before the pre bid meeting. 9.2.4 Minutes of the meeting, including the text of the questions raised (without identifying the

source of enquiry) and the responses given will be uploaded on the e-procurement portal (https://eproc.karnataka.gov.in) without delay. Any modification of the bidding documents listed in Sub-Clause 8.1 which may become necessary as a result of the pre-bid meeting shall be made by the Employer exclusively through an Addendum pursuant to Clause 10 and not through the minutes of the pre-bid meeting. Such an Addendum shall be uploaded on the e-procurement portal (https://eproc.karnataka.gov.in).

9.2.5 Non-attendance at the pre-bid meeting will not be a cause for disqualification of a bidder. 10. Amendment of Bidding Documents

Karnataka State Highways Improvement Project – II National Competitive Bidding Bid Document Contract No. WEP3A

7

10.1 Before the deadline for submission of bids, the Employer may modify the bidding documents by issuing addenda. The addendum will appear on the web page of the website https://eproc.karnataka.gov.inand email communication will be sent to all registered bidders.

10.2 Any addendum thus issued shall be part of the bidding documents and shall be notified as

Addendum / Corrigendum in the e-procurement portal which shall be binding in all prospective bidders.

10.3 To give prospective bidders reasonable time in which to take an addendum into account in

preparing their bids, the Employer shall extend as necessary the deadline for submission of bids, in accordance with Sub-Clause 20.2 below. This shall be notified in the e-procurement portal.

Karnataka State Highways Improvement Project – II National Competitive Bidding Bid Document Contract No. WEP3A

8

C. Preparation of Bids 11. Language of the Bid 11.1 All documents relating to the bid shall be in the English language. 12. Documents comprising the Bid 12.1 The bid submitted by the bidder shall comprise the following: (a) The Bid (in the format indicated in Section 2). (b) Bid Security; (c) Priced Bill of Quantities; (d) Qualification Information Form and Documents; and any other materials required to be completed and submitted by bidders in accordance with

these instructions. The documents listed under Sections 2, 4 and 7 of Sub-Clause 8.1 shall be filled in without exception.

12.2 Bidders bidding for this contract together with other contracts stated in the IFB to form a

package will so indicate in the bid together with any discounts offered for the award of more than one contract- Not applicable.

13. Bid Prices 13.1 The contract shall be for the whole works as described in Sub-Clause 1.1, based on the priced

Bill Quantities submitted by the Bidder. 13.2 The bidder shall fill in rates and prices and line item total (both in figures and words) for all

items of the Works described in the Bill of Quantities along with total bid price (both in figures and words). Items for which no rate or price is entered by the bidder will not be paid for by the Employer when executed and shall be deemed covered by the other rates and prices in the Bill of Quantities.

13.3 All duties, taxes, and other levies payable by the contractor under the contract, or for any other

cause shall be included in the rates, prices and total Bid Price submitted by the Bidder.

“Note: Bidders may like to ascertain availability of excise/custom duty exemption benefits available in India to the contracts financed under World Bank loan/credits. They are solely responsible for obtaining such benefits which they have considered in their bid and in case of failure to receive such benefits for reasons whatsoever, the employer will not compensate the bidder (contractor).

The bidder shall furnish along with his bid a declaration to this effect in the Declaration Format provided in Section 2 of the bidding documents, where the bidder has quoted taking into account such benefits, he must give all information required for issue of certificates in terms of the Government of India Central Excise Notification and Customs Notification as per form stipulated in Section 2. In case the bidder has not provided the required information or has indicated to be furnished later on in the Declaration Format, the same shall be construed that the goods for which certificate is required is Nil.

To the extent the Employer determines the quantity indicated therein are reasonable keeping in view the bill of quantities, construction programme and methodology, the certificates will be issued and no subsequent changes will be permitted. The certificate will be issued within 15 days of signing of the contract for material pertaining to BOQ quantities. In case of materials pertaining to Variation items and quantities the certificate shall be issued only on request from the contractor when in need and duly certified by the Engineer and no subsequent changes will be permitted.

Karnataka State Highways Improvement Project – II National Competitive Bidding Bid Document Contract No. WEP3A

9

If the bidder has considered the customs/excise duty exemption for materials to be bought for the work, the bidder shall confirm and certify that the Employer will not be required to undertake any responsibilities of the Government of India Scheme or the said exemptions being available during the contract execution, except issuing the required certificate.

The bids which do not conform to the above provisions or any condition by the bidder which makes the bid subject to availability of customs/excise duty exemption for materials or compensation on withdrawal of or any variations to the said exemptions will be treated as non-responsive and rejected. Any delay in procurement of the goods as a result of the above shall not be entertained as a reason for granting any extension of time."

13.4 The rates and prices quoted by the bidder are subject to adjustment during the performance of the

Contract in accordance with the provisions of Clause 47 of the Conditions of Contract. 14. Currencies of Bid and Payment 14.1 The unit rates and the prices shall be quoted by the bidder entirely in Indian Rupees. 15. Bid Validity 15.1 Bids shall remain valid for a period not less than ninety days after the deadline date for bid

submission specified in Clause 20. A bid valid for a shorter period shall be rejected by the Employer as non-responsive.

15.2 In exceptional circumstances, prior to expiry of the original time limit, the Employer may

request that the bidders may extend the period of validity for a specified additional period. The request and the bidders' responses shall be made in writing or by e mail/cable. A bidder may refuse the request without forfeiting his bid security. A bidder agreeing to the request will not be required or permitted to modify his bid except as provided in 15.3 hereinafter, but will be required to extend the validity of his bid security for a period of the extension, and in compliance with Clause 16 in all respects.

15.3 In the case of contracts in which the Contract Price is fixed (not subject to price adjustment), in

the event that the purchaser requests and the Bidder agrees to an extension of the validity period, the contract price, if the Bidder is selected for award shall be the bid price corrected as follows :

The price shall be increased by the factor 0.001346 for each week or part of a week that has

elapsed from the expiration of the initial bid validity to the date of issue of letter of acceptance to the successful Bidder.

15.4 Bid evaluation will be based on the bid prices without taking into consideration the above

correction. 16. Bid Security 16.1 The Bid Security in the form of bank guarantee (obtained from Nationalized/ Scheduled Bank

located in India in the form given in Section 7) , Certified Cheque or Demand Draft in the amount INR 3.50 Million. Bidder has to attach scanned copy of Bank Guarantee/ Certified Cheque/ Demand Draft to the e-procurement portal (https://eproc.karnataka.gov.in), along with the bid and has to submit original Bank Guarantee/Demand Draft/ Certified Cheque during the two days between the deadline for bid submission and prior to the day of opening of Technical Bids in separate cover.

Karnataka State Highways Improvement Project – II National Competitive Bidding Bid Document Contract No. WEP3A

10

The Bid Security shall be drawn in favor of “The Project Director, Project Implementation Unit, KSHIP, Bangalore”.

Bidders are required to pay online the tender processing fee detailed in the website, in any one of the following modes of payment:

a. Credit Card

b. Debit Card

c. National Electronic Funds Transfer (NEFT)

d. Net banking

e. Over the Counter (OTC) (Over the Counter,

Remittance at the Bank Counter – Only ICICI Bank)

Confirmation of the receipt of the Bid processing fee shall be uploaded in e-portal. If the bid processing fee is not paid by the bidder, the system will not allow the bidder to submit the bid and his bid can’t be opened by the employer

Note: The bid processing fee details are available on the e-procurement website.

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

16.3 Confirmation of the receipt of the Bid processing fee and Bid Security in Government of

Karnataka central pool A/c held at ICICI Bank shall be verified. If the bidder exercises the option of paying the Bid Security as indicated in ITB Clause 16.1 and if an acceptable Bid Security is not received the system will not open and allow the bidder to submit its bid.

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

16.5 The Bid Security of the successful bidder will be discharged when the bidder has signed the

Agreement and furnished the required Performance Security. 16.6 The Bid Security may be forfeited (a) if the Bidder withdraws the Bid after Bid opening during the period of Bid validity; (b) if the Bidder does not accept the correction of the Bid Price, pursuant to Clause 27; or (c) in the case of a successful Bidder, if the Bidder fails within the specified time limit to (i) sign the Agreement; or (ii) furnish the required Performance Security. 17. Alternative Proposals by Bidders 17.1 Bidders shall submit offers that comply with the requirements of the bidding documents,

including the basic technical design as indicated in the drawing and specifications. Alternatives will not be considered.

18. Format and Signing of Bid

Karnataka State Highways Improvement Project – II National Competitive Bidding Bid Document Contract No. WEP3A

11

18.1 The digital signature shall be obtained by the bidder from the designated companies as given in the e-procurement portal and then get registered on the e-procurement portal. The user ID and password would be assigned by the system. The bidder shall upload the bid along with all the requisite documents through e-procurement platform by using the user ID and digital signature.

18.2 The copy of the Bid shall be typed or written in indelible ink and shall be signed by a person or

persons duly authorized to sign on behalf of the Bidder, pursuant to Sub-Clauses 4.3. All pages of the bid where entries or amendments have been made shall be initialed by the person or persons signing the bid. The Bid manually prepared shall be then scanned and uploaded on the e-procurement portal(https://eproc.karnataka.gov.in)

18.3 The Bid shall contain no alterations or additions, except those to comply with instructions

issued by the Employer, or as necessary to correct errors made by the bidder, in which case such corrections shall be initialed by the person or persons signing the bid.

18.4 The Bidder shall furnish information as described in the Form of Bid on commissions or

gratuities, if any, paid or to be paid to agents relating to this Bid, and to contract execution if the Bidder is awarded the contract.

D. Submission of Bids 19. Submission of the Bids

19.1 The bidders shall upload the bid through e-procurement platform. No other mode of submission is permitted.All the documents submitted are required to be signed digitally by the bidder. After electronic bid submission, the system generates a unique bid identification number which is time stamped as per server time. This shall be treated as acknowledgement of bid submission.

19.2 Bid Form and other documents as detailed in Clause ITB Clause 4.3 shall be addressed to the Employer address as given below during the days between the deadline for bid submission and prior to the day of opening of Bids

19.3 Only the originals of Power of Attorney , the bid security (if it is in the form of Bank Guarantee/DD/CC) and the Original affidavit vouching for the correctness of the information furnished and documents uploaded shall be produced or delivered by post/courier to: The Project Director, Project Implementation Unit, Karnataka State Highways Improvement Project, 1st Floor, P.W.D. Annexe Building, K.R.Circle Bangalore 560 001, Karnataka State, India. within the last date of submission, bear the following identification:-Bid for KSHIP/NCB/WEP 3A-DO NOT OPEN BEFORE 14/03/2017 at 11.30 hrs as per server time.

19.4 In addition to the identification required in Sub-Clause 19.1,

the bidder shall provide the name and address of the Bidder to make further correspondence.

19.5 Telex, Cable or Facsimile bids will be rejected as non-responsive. Bids submitted by any other means other than through e-procurement portal of GOK shall be rejected.

20. Deadline for Submission of the Bids 20.1 Bids must be submitted / uploaded by the Bidders no later than 17:30hrs as per server time

on 09/03/2017 through the e-procurement platform. The e-procurement platform will not accept the bids after the stipulated date and time (as per the time of the e-procurement platform).

20.2 The Employer may extend the deadline for submission of bids by issuing an amendment in

accordance with Clause 10, in which case all rights and obligations of the Employer and the bidders previously subject to the original deadline will then be subject to the new deadline. The amendment/notification shall be notified in the e-procurement platform.

Karnataka State Highways Improvement Project – II National Competitive Bidding Bid Document Contract No. WEP3A

12

21. Late Bids 21.1 Bids cannot be uploaded by the Bidders after the deadline for submission / uploading of bids

(as per the e-procurement platform time) prescribed by the Purchaser pursuant to ITB Clause 20.

22. Modification and Withdrawal of Bids

22.1 In the “My bids” Section of the e-procurement the Bidder can view the status of their bids and decrypt bid (i.e in cases where the Bidder has chosen to encrypt the bid using has own public key) for modification or withdrawal before the stipulated date and time for submission / uploading.

Bidders may cancel/modify their bids on line before the deadline for submission of bids.

22.2 For modification of bids, the bidder need not make any additional payment towards the cost of bidding process. For bid modification and consequential re-submission, the bidder is required to cancel his bid submitted earlier (only the financial bid is cancelled. All the uploaded documents would be there). The last modified bid submitted by the bidder within the bid submission time shall be considered as the bid. For this purpose, modification/withdrawal by other means will not be accepted. In on line system of bid submission the modification/cancellation is allowed any number of times. The bidders may cancel its bid by clicking on the cancel button in the My Bids Section before the deadline for submission of bids, however if the bid is cancelled and not re-submitted with the stipulated time on the last date of submission of bids, it would deemed withdrawn.

22.3 No bid may be modified/ cancelled on line after the deadline for submission of bids.

22.4 Withdrawal or modification of a Bid between the deadline for submission of bids and the

expiration of the original period of bid validity specified in Clause 15.1 above or as extended pursuant to Clause 15.2 is not allowed in the e-procurement system. If a bidder does the same through any other medium, then it may result in the forfeiture of the Bid security pursuant to Clause 16.

E. Bid Opening and Evaluation

23. Bid Opening

23.1 The Employer will open all / unlock all bids uploaded through e-procurement platform, in the presence of the Bidders or their representatives who choose to attend at 11.30hrs as per the server time on the date14/03/2017.

The Bidders representatives who are present shall produce authorization letter and shall sign a register evidencing their attendance.

23.2 The Bidders names, the sufficiency or otherwise of the bid security, the bid prices, discounts and alternative offers and such other details as the Purchaser, at its discretion, may consider appropriate will be announced at the opening No bids shall be rejected at the bid opening.

23.3 The Employer shall prepare a record of the Bid opening that shall include, as a minimum: the

name of the Bidder; the Bid Price per lot if applicable, including any discounts, and alternative offers if they were permitted; and the presence or absence of a Bid Security, if one was required. The Bidders’ representatives who are present shall be requested to sign the attendance sheet. A copy of the record shall be distributed to all Bidders who submitted bids in time, and posted online.

24. Process to Be Confidential.

Karnataka State Highways Improvement Project – II National Competitive Bidding Bid Document Contract No. WEP3A

13

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

25. Clarification of Bids 25.1 To assist in the examination, evaluation, and comparison of Bids, the Employer may, at his

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

25.2 Subject to sub-clause 25.1, no Bidder shall contact the Employer on any matter relating to its

bid from the time of the bid opening to the time the contract is awarded. If the Bidder wishes to bring additional information to the notice of the Employer, it should do so in writing.

25.3 Any effort by the Bidder to influence the Employer in the Employer's bid evaluation, bid

comparison or contract award decisions may result in the rejection of the Bidders’ bid. 26. Examination of Bids and Determination of Responsiveness. 26.1 Prior to the detailed evaluation of Bids, the Employer will determine whether each Bid (a)

meets the eligibility criteria defined in Clause 3; (b) has been properly signed; (c) is accompanied by the required securities and; (d) is substantially responsive to the requirements of the Bidding documents.

26.2 A substantially responsive Bid is one which conforms to all the terms, conditions, and

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

26.3 If a Bid is not substantially responsive, it will be rejected by the Employer, and may not

subsequently be made responsive by correction or withdrawal of the non-conforming deviation or reservation.

27. Correction of Errors 27.1 Bids determined to be substantially responsive will be checked by the Employer 27.2 Deleted 28. Deleted 29. Evaluation and Comparison of Bids 29.1 The Employer will evaluate and compare only the Bids determined to be substantially

responsive in accordance with Clause 26. 29.2 In evaluating the Bids, the Employer will determine for each Bid the evaluated Bid Price by

adjusting the Bid Price as follows: (a) making any correction for errors pursuant to Clause 27; or

Karnataka State Highways Improvement Project – II National Competitive Bidding Bid Document Contract No. WEP3A

14

(b) making an appropriate adjustments for any other acceptable variations, deviations; and (c) making appropriate adjustments to reflect discounts or other price modifications offered

in accordance with Sub Clause 22.5. 29.3 The Employer reserves the right to accept or reject any variation, deviation, or alternative offer.

Variations, deviations, and alternative offers and other factors which are in excess of the requirements of the Bidding documents or otherwise result in unsolicited benefits for the Employer shall not be taken into account in Bid evaluation.

29.4 The estimated effect of the price adjustment conditions under Clause 47 of the Conditions of

Contract, during the period of implementation of the Contract, will not be taken into account in Bid evaluation.

29.5 If the Bid of the successful Bidder is seriously unbalanced in relation to the Engineer's estimate

of the cost of work to be performed under the contract, the Employer may require the Bidder to produce detailed price 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, the Employer may require that the amount of the performance security set forth in Clause 34 be increased at the expense of the successful Bidder to a level sufficient to protect the Employer against financial loss in the event of default of the successful Bidder under the Contract.

30. Deleted

F. Award of Contract 31. Award Criteria 31.1 Subject to Clause 32, the Employer will award the Contract to the Bidder whose Bid has been

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

31.2 If, pursuant to Clause 12.2 this contract is being let along with other contracts, the lowest

evaluated Bid Price will be determined when evaluating this contract. 32. Employer's Right to Accept any Bid and to Reject any or all Bids 32.1 Notwithstanding Clause 31, the Employer reserves the right to accept or reject any Bid, and to

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

33. Notification of Award and Signing of Agreement 33.1 The Bidder whose Bid has been accepted will be notified of the award by the Employer prior to

expiration of the Bid validity period by cable, telex or facsimile confirmed by registered letter. This letter (hereinafter and in the Conditions of Contract called the "Letter of Acceptance") will state the sum that the Employer will pay the Contractor in consideration of the execution, completion and maintenance of the Works by the Contractor as prescribed by the Contract (hereinafter and in the Contract called the "Contract Price").

33.2 The notification of award will constitute the formation of the Contract, subject only to the

furnishing of a performance security in accordance with the provisions of Clause 34.

Karnataka State Highways Improvement Project – II National Competitive Bidding Bid Document Contract No. WEP3A

15

33.3 The Agreement will incorporate all agreements between the Employer and the successful Bidder. It will be kept ready for signature of the successful bidder in the office of employer within 28 days following the notification of award along with the Letter of Acceptance. Within 21 days of receipt, the successful Bidder will sign the Agreement and deliver it to the Employer.

33.4 Upon the furnishing by the successful Bidder of the Performance Security, the Employer will

promptly notify the other Bidders that their Bids have been unsuccessful. 34. Performance Security 34.1 Within 21 days of receipt of the Letter of Acceptance, the successful Bidder shall deliver to the

Employer a Performance Security in any of the forms given below for an amount equivalent to 5% of the Contract price plus additional security for unbalanced Bids in accordance with Clause 29.5 of ITB and Clause 52 of Conditions of Contract:

- a bank guarantee issued by a nationalized / scheduled bank located in India in the form

given in Section 7. 34.2 If the performance security is provided by the successful Bidder in the form of a Bank

Guarantee, it shall be issued by a Nationalized/Scheduled Indian bank located in India. 34.3 Failure of the successful bidder to comply with the requirements of sub-clause 34.1 shall

constitute a breach of contract, cause for annulment of the award, forfeiture of the bid security, and any such other remedy the Employer may take under the contract, and the Employer may resort to awarding the contract to the next ranked bidder.

35 Advance Payment and Security 35.1 The Employer will provide an Advance Payment on the Contract Price as stipulated in the

Conditions of Contract, subject to maximum amount, as stated in the Contract Data. 36. Adjudicator 36.1 The Employer proposes Adjudicator (Name shall be intimated at later stage) be appointed as

Adjudicator under the Contract, at a daily fee of Rs.5000/-each day or part of a day plus reimbursable expenses subjected to a maximum of Rs. 15000/-. If the Bidder disagrees with this proposal, the Bidder should so state in the Bid. If in the Letter of Acceptance, the Employer has not agreed on the appointment of the Adjudicator, the Adjudicator shall be appointed by president of the institution of Engineers (India) Karnataka Chapter at the request of either party.

37. Corrupt or Fraudulent Practices 37.1 It is the Bank’s policy to require that Borrowers (including beneficiaries of Bank loans), as

well as bidders, suppliers, and contractors and their agents (whether declared or not), personnel, subcontractors, sub-consultants, service providers and suppliers, under Bank-financed contracts, observe the highest standard of ethics during the procurement and execution of such contracts.1

(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

In pursuance of this policy, the Bank:

(a) defines, for the purposes of this provision, the terms set forth below as follows:

2

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

;

Karnataka State Highways Improvement Project – II National Competitive Bidding Bid Document Contract No. WEP3A

16

(ii) “fraudulent practice” 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 obligation3

(iii) “collusive practice” is an arrangement between two or more parties

; 4

(iv) “coercive practice” 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

designed to achieve an improper purpose, including to influence improperly the actions of another party;

5

(d) will sanction a firm or an individual, at any time, in accordance with prevailing Bank’s sanctions procedures

;

(v) "obstructive practice" is

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

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

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

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

a, including by publicly declaring such firm or individual ineligible, either indefinitely or for a stated period of time: (i) to be awarded a Bank-financed contract; and (ii) to be a nominatedb

37.2 In further pursuance of this policy, Bidders shall permit the Bank to inspect any accounts and records and other documents relating to the Bid submission and contract performance, and to have them audited by auditors appointed by the Bank.

sub-contractor, consultant, manufacturer or supplier, or service provider of an otherwise eligible firm being awarded a Bank-financed contract

37.3 Furthermore, bidders shall be aware of the provision stated in GCC Sub-Clauses 23.2 and 56.2 (h).

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

Karnataka State Highways Improvement Project – II National Competitive Bidding Bid Document Contract No. WEP3A

17

SECTION 2:FORMS OF BID, QUALIFICATION INFORMATION AND LETTER OF ACCEPTANCE

Table of Forms: - CONTRACTOR’S BID - QUALIFICATION INFORMATION - LETTER OF ACCEPTANCE - NOTICE TO PROCEED WITH THE WORK - AGREEMENT FORM

Karnataka State Highways Improvement Project – II National Competitive Bidding Bid Document Contract No. WEP3A

18

Contractor's Bid Description of the Works: National Competitive Bidding Upgradation of Road from Km 0+000 to

Km 2+500 of Dharwad to Saundatti SH No.34 in Dharwad town limits through e-procurement system

BID

To The Project Director

Address : Project Implementation Unit Karnataka State Highways Improvement Project, 1st Floor, P.W.D. Annexe Building K.R.Circle Bangalore 560 001 Karnataka State India.

GENTLEMEN, Having examined the bidding documents including addendum, we offer to execute the Works described above in accordance with the Conditions of Contract, Specifications, Drawings and Bill of Quantities accompanying this Bid for the Contract Price of _________ [in figures] (__________________________________________________) [in letters]. We accept the appointment of ………as the Adjudicator. OR We do not accept the appointment of ……….as a Adjudicator and propose instead that………….. be appointed as Adjudicator whose daily fees and biographical data are attached. This Bid and your written acceptance of it shall constitute a binding contract between us. We understand that you are not bound to accept the lowest or any Bid you receive. We hereby certify that we have taken steps to ensure that no person acting for us or on our behalf will engage in bribery. We also undertake that, in competing for (and, if the award is made to us, in executing) the above contract, we will strictly observe the laws against fraud and corruption in force in India namely “Prevention of Corruption Act 1988”. Commissions or gratuities, if any, paid or to be paid by us to agents relating to this Bid, and to contract execution if we are awarded the contract, are listed below : Name and address of agent Amount Purpose of Commission or gratuity ______________________ ________ ____________________________ ______________________ ________ ____________________________ ______________________ ________ ____________________________ (if none, state “none”)

Karnataka State Highways Improvement Project – II National Competitive Bidding Bid Document Contract No. WEP3A

19

We hereby confirm that this Bid complies with the Eligibility, Bid Validity and Bid Security required by the Bidding documents. Yours faithfully, Authorized Signature: Name & Title of Signatory:_____________________________________________________ ____________________________________________________________________________ Name of Bidder : _____________________________________________________ Address : _______________________________________________________

Karnataka State Highways Improvement Project – II National Competitive Bidding Bid Document Contract No. WEP3A

20

Qualification Bidders The information to be filled in by the Bidder in the following pages will be used for purposes of post qualification as provided for in Clause 4 of the Instructions to Bidders. This information will not be incorporated in the Contract. 1. For Individual Bidders 1.1 Constitution or legal status of Bidder [Attach copy] Place of registration:_______________________________ Principal place of business:_______________________________ Power of attorney of signatory of Bid [Attach] 1.2 Total value of Civil Engineering construction work executed and payments received in the last five years (in INR Million)β 2011-2012____________________ 2012-2013_____________________ 2013-2014_____________________ 2014-2015_____________________ 2015-2016_____________________ 1.3.1 Work performed as prime contractor (in the same name) on works of a similar nature over the

last five years. ** Project Name

Name of the

Employer*

Descrip-tion of work

Contract No.

Value of contract

(INR Million)

Date of issue of work order

Stipulated period of completio

n

Actual date of

completion*

Remarks explaining

reasons for delay and work completed

1.3.2 Quantities of work executed as prime contractor (in the same name and style) in the last five years: **

Year Name of the Work

Name of the

Employer*

Quantity of work performed (cum) @ Remarks * (indicate contract

Ref)

Earth work

GSB WMM Bituminous Work

Concrete Work

2011-2012 2012-2013 2013-2014 2014-2015 2015-2016 * Attach certificate(s) from the Engineer(s)-in-Charge @ The item of work for which data is requested

should tally with that specified in ITB clause 4.5A(c). ** immediately preceding the financial year in which bids are received. βAttach certificate from Chartered Accountant.

Karnataka State Highways Improvement Project – II National Competitive Bidding Bid Document Contract No. WEP3A

21

1.4 Information on Bid Capacity (works for which bids have been submitted and works which are yet to be completed) as on the date of this bid. (A) Existing commitments and on-going works: __________________________________________________________________________________ Description Place Contract No. Name Value of Stipulated Value of works* Anticipated of & & Date and Contract period of remaining to be date of Work State Address (Rs. million) completion completed completion of Employer (Rs.Million) (1) (2) (3) (4) (5) (6) (7) (8) __________________________________________________________________________________ __________________________________________________________________________________ (B) Works for which bids already submitted: __________________________________________________________________________________ Description Place Name and Estimated Stipulated Date when Remarks of & Address of value of works period of decision is if any Work State Employer (Rs. million) completion expected (1) (2) (3) (4) (5) (6) (7)

* Attach certificate(s) issued by Employer (Government Entity/ Public Sector Entity). 1.5 The following items of Contractor's Equipment are essential for carrying out the Works. The

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

_____________________________________________________________________________ Item of Requirement Availability proposals Remarks equipment No. Capacity Owned/leased/ Nos/ Age/ (From whom to be to be procured capacity condition purchased) _____________________________________________________________________________ * * * * * * * * * * * * * * _____________________________________________________________________________

Karnataka State Highways Improvement Project – II National Competitive Bidding Bid Document Contract No. WEP3A

22

1.6 Qualifications and experience of key personnel proposed for administration and execution of the Contract. Attach biographical data. Refer also to Sub Clause 4.3 (e) and 4.5 (B) (b) of instructions to Bidders and Sub Clause 9.1 of the Conditions of Contract.

_____________________________________________________________________________ Years of Years of experience in Position Name Qualifications experience the proposed position (general) _____________________________________________________________________________ Project Manager * * * * * * * * * * * * * * * * * * * etc. _____________________________________________________________________________ 1.7 Proposed subcontracts and firms involved. [Refer ITB Clause 4.3 (j)]

Sections Value of Sub-contractor Experience in of the works Sub-contract (name and address)similar work

______________________________________________________________________________________ * * * * * * * * ** * * ______________________________________________________________________________________ 1.8 Financial reports for the last five years: balance sheets, profit and loss statements, auditors' reports

(in case of companies/corporation), etc. List them below and attach copies. 1.9 Evidence of access to financial resources to meet the qualification requirements: cash in hand,

lines of credit, etc. List them below and attach copies of support documents [sample format attached].

1.10 Name, address, and telephone, telex, and fax numbers of the Bidders' bankers who may provide

references if contacted by the Employer. 1.11 Information on litigation history in which the Bidder is involved. _____________________________________________________________________________ Other party(ies) Employer Cause of dispute Amount involved Remarks showing present status _____________________________________________________________________________ _____________________________________________________________________________

Karnataka State Highways Improvement Project – II National Competitive Bidding Bid Document Contract No. WEP3A

23

1.12 Statement of compliance under the requirements of Sub Clause 3.2 of the instructions to Bidders. _____________________________________________________________________________ _____________________________________________________________________________ _____________________________________________________________________________ 1.13Proposed work method and schedule. The Bidder should attach descriptions, drawings and charts as

necessary to comply with the requirements of the Bidding documents. [Refer ITB Clause 4.1 and 4.3 (k)].

2. Joint Ventures - Not Allowed 3. Additional Requirements 3.1 Bidders should provide any additional information required to fulfill the requirements of Clause 4

of the Instructions to the Bidders, if applicable.

Karnataka State Highways Improvement Project – II National Competitive Bidding Bid Document Contract No. WEP3A

24

SAMPLE FORMAT FOR EVIDENCE OF ACCESS TO OR AVAILABILITY OF CREDITFACILITIES –* CLAUSE 4.5 [B] [C] OF ITB

BANK CERTIFICATE

This is to certify that M/s. …………………………… is a reputed company with a good financial standing. If the contract for the work, namely …………………………………………………………. [funded by the World Bank] is awarded to the above firm, we shall be able to provide overdraft/credit facilities to the extent of Rs. …………… to meet their working capital requirements for executing the above contract. __ Sd. __

Name of Bank

Senior Bank Manager

Address of the Bank

Karnataka State Highways Improvement Project – II National Competitive Bidding Bid Document Contract No. WEP3A

25

(Name of the Project)

(Declaration regarding customs/excise duty exemption for materials bought for the work)

(Bidder’s Name and Address) To: ……………………… (Name of the Employer) Dear Sir:

Re: [Name of Work] ………………………… Certificate for Import/Procurement of Goods

1. We confirm that we are solely responsible for obtaining customs/excise duty waivers which we

have considered in our bid and in case of failure to receive such waivers for reasons whatsoever, the Employer will not compensate us.

2. We are furnishing below the information required by the Employer for issue of the necessary

certificates in terms of the Government of India Central Excise Notification No. 108/95 and Customs Notification No. 85/99.

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

Items Brand Name Quantity

State whether it will be procured locally or imported [if so

from which country]

Remarks regarding justification for the quantity and their

usage in works Goods [a] Cement

[b] Steel [c] Bitumen [d] Others

4. We agree that no modification to the above list is permitted after bids are opened. 5. We agree that the certificate will be issued only to the extent considered reasonable by the

Employer for the work, based on the Bill of Quantities and the construction programme and methodology as furnished by us along with the bid.

6. We confirm that the above goods will be exclusively used for the construction of the above work

and will not be sold. Date: ___________________ (Signature) ____________________ Place: __________________ (Printed Name) _________________ (Designation) __________________ (Common Seal) ________________ This certificate will be issued within 15 days of signing of contract and no subsequent changes will be permitted.

Karnataka State Highways Improvement Project – II National Competitive Bidding Bid Document Contract No. WEP3A

26

Letter of Acceptance (letterhead paper of the Employer)

________________________[date] To: _________________________________________________________________________[name

and address of the Contractor] Dear Sirs, This is to notify you that your Bid dated ____________ for execution of the ________________________ ___________________________________________________________ [name of the contract and identification number, as given in the Instructions to Bidders] for the Contract Price of Rupees ——————————— ____________________________________ (_____________) [amount in words and figures], as corrected and modified in accordance with the Instructions to Bidders1 is hereby accepted by our Agency. We accept/do not accept that __________________________ be appointed as the Adjudicator2. We note that as per bid, you do not intend to subcontract any component of work. [OR] We note that as per bid you propose to employ M/s…………… as Sub-contractor for executing……… You are hereby requested to furnish Performance Security, plus additional security for unbalanced bids in terms of ITB clause 29.5, in the form detailed in Para 34.1 of ITB for an amount of Rs.________ within 21 days of the receipt of this letter of acceptance valid upto 28 days from the date of expiry of Defects Liability Period i.e. upto ........... and sign the contract, failing which action as stated in Para 34.3 of ITB will be taken. We have reviewed the construction methodology submitted by you along with the bid in response to ITB Clause 4.3[k] and our comments are given in the attachment. You are requested to submit a revised Program including environmental management plan as per Clause 27 of General Conditions of Contract within 14 days of receipt of this letter. Yours faithfully, Authorized Signature Name and Title of Signatory Name of Agency

Karnataka State Highways Improvement Project – II National Competitive Bidding Bid Document Contract No. WEP3A

27

Issue of Notice to proceed with the work (letterhead of the Employer) ————— (date) To —————————————— (name and address of the Contractor) —————————————— —————————————— Dear Sirs:

Pursuant to your furnishing the requisite security as stipulated in ITB clause 34.1 and signing of the

contract agreement for the construction of_______________ @ a Bid Price of Rs.___________, you

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

documents.

Yours faithfully,

(Signature, name and title of

signatory authorized to sign on behalf of Employer)

Karnataka State Highways Improvement Project – II National Competitive Bidding Bid Document Contract No. WEP3A

28

Agreement Form

Agreement

This agreement, made the ___________________ day of ______________2017_______,

between_____________________________________________________________________________

_____________________________________________[name and address of Employer]

(hereinafter called “the Employer)” of the one part and

______________________________________________

___________________________________________________________________________________

_____________________________________________________________[name and address of

contractor] (hereinafter called “the Contractor” ) of the other part.

Whereas the Employer is desirous that the Contractor execute _____________________________

___________________________________________________________________________________

___________________________________________________________________________________

__________ [ name and identification number of Contract] (hereinafter called “the Works”) and the

Employer has accepted the Bid by the Contractor for the execution and completion of such Works and

the remedying of any defects therein, at a contract price of

Rs.................................................................................

NOW THIS AGREEMENT WITNESSETH as follows: 1. In this Agreement, words and expression shall have the same meanings as are respectively assigned

to them in the Conditions of Contract hereinafter referred to, and they shall be deemed to form and be read and construed as part of this Agreement.

2. In consideration of the payments to be made by the Employer to the Contractor as hereinafter

mentioned, the Contractor hereby covenants with the Employer to execute and complete the Works and remedy any defects therein in conformity in all aspects with the provisions of the Contract.

3. The Employer hereby covenants to pay the Contractor in consideration of the execution and

completion of the Works and the remedying the defects wherein the Contract Price or such other sum as may become payable under the provisions of the Contract at the times and in the manner prescribed by the Contract.

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

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

Karnataka State Highways Improvement Project – II National Competitive Bidding Bid Document Contract No. WEP3A

29

In witness whereof the parties thereto have caused this Agreement to be executed the day and year first before written. The Common Seal of was hereunto affixed in the presence of: Signed, Sealed and Delivered by the said in the presence of: Binding Signature of Employer Binding Signature of Contractor

Karnataka State Highways Improvement Project – II National Competitive Bidding Bid Document Contract No. WEP3A

30

SECTION 3: CONDITIONS OF CONTRACT

Karnataka State Highways Improvement Project – II National Competitive Bidding Bid Document Contract No. WEP3A

31

A. General 1. Definitions

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

The Adjudicator is the person appointed jointly by the Employer and the Contractor to resolve

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

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

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

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

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

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

accordance with the provisions of the Contract. Days are calendar days; months are calendar months. A Defect is any part of the Works not completed in accordance with the Contract. The Defects Liability Period is the period named in the Contract Data and calculated from the

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

appointed and notified to the contractor to act in replacement of the Engineer) who is responsible for supervising the execution of the works and administering the Contract.

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

construct the Works.

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

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

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

the Works.

Karnataka State Highways Improvement Project – II National Competitive Bidding Bid Document Contract No. WEP3A

32

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

The Site is the area defined as such in the Contract Data. Site Investigation Reports are those which were included in the Bidding documents and are

factual interpretative reports about the surface and sub-surface conditions at the site. Specification means the Specification of the Works included in the Contract and any

modification or addition made or approved by the Engineer. The Start Date is given in the Contract Data. It is the date when the Contractor shall commence

execution of the works. It does not necessarily coincide with any of the Site Possession Dates. A Subcontractor is a person or corporate body who has a Contract with the Contractor to carry

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

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

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

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

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

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

2.3 The documents forming the Contract shall be interpreted in the following order of priority: (1) Agreement (2) Letter of Acceptance, notice to proceed with the works (3) Contractor’s Bid (4) Contract Data (5) Conditions of Contract including Special Conditions of Contract (6) Specifications (7) Drawings (8) Bill of Quantities and (9) any other document listed in the Contract Data as forming part of the Contract.

Karnataka State Highways Improvement Project – II National Competitive Bidding Bid Document Contract No. WEP3A

33

3. Language and Law 3.1 The language of the Contract and the law governing the Contract are stated in the Contract

Data. 4. Engineer's Decisions 4.1 Except where otherwise specifically stated, the Engineer will decide contractual matters

between the Employer and the Contractor in the role representing the Employer. 5. Delegation 5.1 The Engineer may delegate any of his duties and responsibilities to other people except to the

Adjudicator after notifying the Contractor and may cancel any delegation after notifying the Contractor.

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

in writing. A notice shall be effective only when it is delivered (in terms of Indian Contract Act).

7. Subcontracting 7.1 The Contractor may subcontract with the approval of the Engineer but may not assign the

Contract without the approval of the Employer in writing. Subcontracting does not alter the Contractor's obligations.

8. Other Contractors 8.1 The Contractor shall cooperate and share the Site with other contractors, public authorities,

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

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

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

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

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

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

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

the execution of the Works in the Employer’s country, the risks of war, hostilities, invasion, act of foreign enemies, rebellion, revolution, insurrection or military or usurped power, civil war,

Karnataka State Highways Improvement Project – II National Competitive Bidding Bid Document Contract No. WEP3A

34

riot commotion or disorder (unless restricted to the Contractor’s employees), and contamination from any nuclear fuel or nuclear waste or radioactive toxic explosive, or (b) a cause due solely to the design of the Works, other than the Contractor’s design.

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

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

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

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

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

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

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

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

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

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

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

Drawings, and as per instructions of Engineer. 17. The Works to Be Completed by the Intended Completion Date

Karnataka State Highways Improvement Project – II National Competitive Bidding Bid Document Contract No. WEP3A

35

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

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

Works to the Engineer, who is to approve them if they comply with the Specifications and Drawings.

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

Temporary Works. 18.4 The Contractor shall obtain approval of third parties to the design of the Temporary Works

where required. 18.5 All Drawings prepared by the Contractor for the execution of the temporary or permanent

Works, are subject to prior approval by the Engineer before their use. 19. Safety 19.1 The Contractor shall be responsible for the safety of all activities on the Site. 20. Discoveries 20.1 Anything of historical or other interest or of significant value unexpectedly discovered on the

Site is the property of the Employer. The Contractor is to notify the Engineer of such discoveries and carry out the Engineer's instructions for dealing with them.

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

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

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

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

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

laws where the Site is located. 23.2 The Contractor shall permit, and shall cause its Subcontractors and sub consultants to permit,

the Bank and/or persons appointed by the Bank to inspect the Site and/or the accounts and records of the Contractor and its sub-contractors relating to the performance of the Contract and the submission of the bid, and to have such accounts and records audited by auditors appointed by the Bank if requested by the Bank. The Contractor’s and its Subcontractors’ and sub consultants’ attention is drawn to Sub-Clause 64.1 which provides, inter alia, that acts intended to materially impede the exercise of the Bank’s inspection and audit rights provided for under Sub-Clause 23.2 constitute a prohibited practice subject to contract termination (as well as to a determination of ineligibility pursuant to the Bank’s prevailing sanctions procedures).

Karnataka State Highways Improvement Project – II National Competitive Bidding Bid Document Contract No. WEP3A

36

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

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

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

dispute. 25.2 The Adjudicator shall be paid daily at the rate specified in the Contract Data together with

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

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

Special Conditions of Contract. 26. Replacement of Adjudicator 26.1 Should the Adjudicator resign or die, or should the Employer and the Contractor agree that the

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

B. Time Control

27. Program 27.1 Within the time stated in the Contract Data the Contractor shall submit to the Engineer for

approval a Program including Environmental Management Plan showing the general methods, arrangements, order, and timing for all the activities in the Works along with monthly cash flow forecast.

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

27.3 The Contractor shall submit to the Engineer, for approval, an updated Program at intervals no longer than the period stated in the Contract Data. If the Contractor does not submit an updated Program within this period, the Engineer may withhold the amount stated in the Contract Data from the next payment certificate and continue to withhold this amount until the next payment after the date on which the overdue Program has been submitted.

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

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

Variation is issued which makes it impossible for Completion to be achieved by the Intended

Karnataka State Highways Improvement Project – II National Competitive Bidding Bid Document Contract No. WEP3A

37

Completion Date without the Contractor taking steps to accelerate the remaining work and which would cause the Contractor to incur additional cost.

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

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

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

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

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

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

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

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

C. Quality Control

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

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

33.2 The contractor shall permit the Employer’s Technical auditor to check the contractor’s work and notify the Engineer and Contractor of any defects that are found. Such a check shall not affect the Contractor’s or the Engineer’s responsibility as defined in the Contract Agreement.

34. Tests

34.1 If the Engineer instructs the Contractor to carry out a test not specified in the Specification to

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

Karnataka State Highways Improvement Project – II National Competitive Bidding Bid Document Contract No. WEP3A

38

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

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

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

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

the Engineer will assess the cost of having the Defect corrected, and the Contractor will pay this amount.

Note: Where in certain cases, the technical specifications provide for acceptance of works within

specified tolerance limits at reduced rates, Engineer will certify payments to Contractor accordingly.

D. Cost Control

37. Bill of Quantities 37.1 The Bill of Quantities shall contain items for the construction, installation, testing, and

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

quantity of the work done at the rate in the Bill of Quantities for each item. 38. Changes in the Quantities 38.1 If the final quantity of the work done differs from the quantity in the Bill of Quantities for the

particular item by more than 25 percent, provided the change exceeds 1% of Initial Contract Price, the Engineer shall adjust the rate to allow for the change.

38.2 The Engineer shall not adjust rates from changes in quantities if thereby the Initial Contract

Price is exceeded by more than 15 percent, except with the Prior approval of the Employer.

38.3 If requested by the Engineer, the Contractor shall provide the Engineer with a detailed cost breakdown of any rate in the Bill of Quantities.

39. Variations 39.1 All Variations shall be included in updated Programs produced by the Contractor. 40. Payments for Variations 40.1 The Contractor shall provide the Engineer with a quotation (with breakdown of unit rates) for

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

40.2 If the work in the Variation corresponds with an item description in the Bill of Quantities and if,

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

Karnataka State Highways Improvement Project – II National Competitive Bidding Bid Document Contract No. WEP3A

39

40.3 If the Contractor's quotation is unreasonable (or if the contractor fails to provide the Engineer

with a quotation within a reasonable time specified by the engineer in accordance with Clause 40.1), the Engineer may order the Variation and make a change to the Contract Price which shall be based on Engineer’s own forecast of the effects of the Variation on the Contractor's costs.

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

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

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

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

work completed less the cumulative amount certified previously along with details of measurement of the quantity of works executed in a tabulated form as approved by the Engineer.

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

42.3 The value of work executed shall be determined by the Engineer after due check measurement of the quantities claimed as executed by the contractor.

42.4 The value of work executed shall comprise the value of the quantities of the items in the Bill of Quantities completed.

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

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

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

terms of the contract and taxes, at source, as applicable under the law. The Employer shall pay the Contractor the amounts certified by the Engineer within 28 days of the date of each certificate. If the Employer makes a late payment, the Contractor shall be paid interest on the late payment in the next payment. Interest shall be calculated from the date by which the payment should have been made upto the date when the late payment is made at 8% per annum.

43.2 If an amount certified is increased in a later certificate or as a result of an award by the Adjudicator or an Arbitrator, the Contractor shall be paid interest upon the delayed payment as set out in this clause. Interest shall be calculated from the date upon which the increased amount would have been certified in the absence of dispute.

Karnataka State Highways Improvement Project – II National Competitive Bidding Bid Document Contract No. WEP3A

40

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

44. Compensation Events 44.1 The following are Compensation Events unless they are caused by the Contractor:

(a) The Employer does not give access to a part of the Site by the Site Possession Date stated in the Contract Data.

(b) The Employer modifies the schedule of other contractors in a way which affects the work of the contractor under the contract.

(c) The Engineer orders a delay or does not issue drawings, specifications or instructions

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

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

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

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

Employer, or additional work required for safety or other reasons. (h) Other contractors, public authorities, utilities or the Employer does not work within the

dates and other constraints stated in the Contract, and they cause delay or extra cost to the Contractor.

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

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

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

44.3 As soon as information demonstrating the effect of each Compensation Event upon the Contractor's forecast cost has been provided by the Contractor, it is to be assessed by the Engineer and the Contract Price shall be adjusted accordingly. If the Contractor's forecast is deemed unreasonable, the Engineer shall adjust the Contract Price based on Engineer’s own forecast. The Engineer will assume that the Contractor will react competently and promptly to the event.

44.4 The Contractor shall not be entitled to compensation to the extent that the Employer's interests are adversely affected by the Contractor not having given early warning or not having cooperated with the Engineer.

Karnataka State Highways Improvement Project – II National Competitive Bidding Bid Document Contract No. WEP3A

41

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

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

46. Currencies 46.1.1 All payments shall be made in Indian Rupees. 47. Price Adjustment 47.1 Contract price shall be adjusted for increase or decrease in rates and price of labour, materials,

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

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

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

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

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

R = Total value of work done during the quarter. It would include the amount of

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

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

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

48. Retention

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

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

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

49. Liquidated Damages 49.1 The Contractor shall pay liquidated damages to the Employer at the rate per day stated in the

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

Karnataka State Highways Improvement Project – II National Competitive Bidding Bid Document Contract No. WEP3A

42

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

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

50. Deleted 51. Advance Payment 51.1 The Employer shall make advance payment to the Contractor of the amounts stated in the

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

51.2 The Contractor is to use the advance payment only to pay for Equipment, Plant and

Mobilization expenses required specifically for execution of the Works. The Contractor shall demonstrate that advance payment has been used in this way by supplying copies of invoices or other documents to the Engineer.

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

51.4 Secured Advance:

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

52. Securities 52.1 The Performance Security shall be provided to the Employer no later than the date specified in

the Letter of Acceptance and shall be issued in an amount and form and by a bank or surety acceptable to the Employer, and denominated in Indian Rupees. The Performance Security shall be valid until a date 28 days from the date of expiry of Defects Liability Period and the additional security for unbalanced bids shall be valid until a date 28 days from the date of issue of the certificate of completion.

53. Deleted 54. Cost of Repairs 54.1 Loss or damage to the Works or Materials to be incorporated in the Works between the Start

Date and the end of the Defects Correction periods shall be remedied by the Contractor at the Contractor's cost if the loss or damage arises from the Contractor's acts or omissions.

Karnataka State Highways Improvement Project – II National Competitive Bidding Bid Document Contract No. WEP3A

43

E. Finishing the Contract 55. Completion 55.1 The Contractor shall request the Engineer to issue a Certificate of Completion of the Works and

the Engineer will do so upon deciding that the Work is completed. 56. Taking Over 56.1 The Employer shall take over the Site after completion of Defects Liability Period.

57. Final Account 57.1 The Contractor shall supply to the Engineer a detailed account of the total amount that the

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

58. Operating and Maintenance Manuals 58.1 If “as built” Drawings and/or operating and maintenance manuals are required, the Contractor

shall supply them by the dates stated in the Contract Data.

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

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

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

(a) the Contractor stops work for 28 days when no stoppage of work is shown on the current program and the stoppage has not been authorized by the Engineer;

(b) the Engineer instructs the Contractor to delay the progress of the Works and the instruction

is not withdrawn within 28 days; (c) the Employer or the Contractor is made bankrupt or goes into liquidation other than for a

reconstruction or amalgamation; (d) a payment certified by the Engineer is not paid by the Employer to the Contractor within

56 days of the date of the Engineer's certificate; (e) the Engineer gives Notice that failure to correct a particular Defect is a fundamental breach

of Contract and the Contractor fails to correct it within a reasonable period of time determined by the Engineer;

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

Karnataka State Highways Improvement Project – II National Competitive Bidding Bid Document Contract No. WEP3A

44

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

(h) if the Contractor, in the judgment of the Purchaser has engaged in fraud and corruption, as

defined in GCC Clause 64, in competing for or in executing the Contract. 59.3 When either party to the Contract gives notice of a breach of contract to the Engineer for a

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

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

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

60. Payment upon Termination 60.1 If the Contract is terminated because of a fundamental breach of Contract by the Contractor, the

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

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

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

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

property of the Employer, if the Contract is terminated because of a Contractor’s default. 62. Release from Performance 62.1 If the Contract is frustrated by the outbreak of war or by any other event entirely outside the

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

63. Suspension of World Bank Loan or Credit 63.1 In the event that the World Bank suspends the Loan or Credit to the Employer, from which part

of the payments to the Contractor are being made:

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

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

Karnataka State Highways Improvement Project – II National Competitive Bidding Bid Document Contract No. WEP3A

45

64. Fraud and Corruption 64.1 If the Employer determines that the Contractor and/or any of its personnel, or its agents, or its

Subcontractors, sub-consultants, services providers, suppliers and/or their employees has engaged in corrupt, fraudulent, collusive, coercive or obstructive practices, in competing for or in executing the Contract, then the Employer may, after giving 14 days notice to the Contractor, terminate the Contractor's employment under the Contract and expel him from the Site, and the provisions of Clause 59 shall apply as if such expulsion had been made under Sub-Clause 59.5 [Termination by Employer].

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

64.3 For the purposes of this Sub-Clause: (i) “corrupt practice” is the offering, giving, receiving or soliciting, directly or indirectly,

of anything of value to influence improperly the actions of another party6

;

(ii) “fraudulent practice” 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 obligation7

;

(iii) “collusive practice” is an arrangement between two or more parties8

designed to achieve an improper purpose, including to influence improperly the actions of another party;

(iv) “coercive practice” 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 party9

;

(v) “obstructive practice” is

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

(bb) acts intended to materially impede the exercise of the Bank’s inspection and audit rights provided for under Sub-Clause 23.2.

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

Karnataka State Highways Improvement Project – II National Competitive Bidding Bid Document Contract No. WEP3A

46

F. Special Conditions of Contract 1. LABOUR : The Contractor shall, unless otherwise provided in the Contract, make his own arrangements for

the engagement of all staff and labour, local or other, and for their payment, housing, feeding and transport.

The Contractor shall, if required by the Engineer, deliver to the Engineer a return in detail, in such

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

2. COMPLIANCE WITH LABOUR REGULATIONS : During continuance of the contract, the Contractor and his Sub- contractor shall abide at all times

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

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

employees of the Employer at any point of time.

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

(The law as current on the date of bid opening will apply) a) Workmen Compensation Act 1923: The Act provides for compensation in case of injury by

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

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

c) Employees P.F. and Miscellaneous Provision Act 1952 (since amended): The Act Provides for

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

(i) Pension or family pension on retirement or death, as the case may be. (ii) Deposit linked insurance on the death in harness of the worker. (iii) payment of P.F. accumulation on retirement/death etc.

Karnataka State Highways Improvement Project – II National Competitive Bidding Bid Document Contract No. WEP3A

47

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

e) Contract Labour (Regulation & Abolition) Act 1970: The Act provides for certain welfare

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

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

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

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

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

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

i) Payment of Bonus Act 1965: The Act is applicable to all establishments employing 20 or more

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

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

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

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

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

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

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

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

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

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

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

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

Service) Act 1996 and the Cess Act of 1996: All the establishments who carry on any building or

Karnataka State Highways Improvement Project – II National Competitive Bidding Bid Document Contract No. WEP3A

48

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

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

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

3. SUB-CONTRACTING (GCC Clause 7) Add new Sub Clause 7.2: The contractor shall not be required to obtain any consent from the employer for:

(a) The sub-contracting of any part of the works for which the Sub-contractor is named in the contract;

(b) The provision of labour; and (c) The purchase of materials which are in accordance with the standards specified in the

Contract. Beyond this if the contractor proposes sub-contracting any part of the work during execution of works, because of some unforeseen circumstances to enable him to complete the work as per terms of the contract, the Engineer will consider the following before according approval: - The contractor shall not sub-contract the whole of the Works. - The contractor shall not sub-contract any part of the work without prior consent of the

Engineer. Any such consent shall not relieve the contractor from any liability or obligations under the contract and he shall be responsible for the acts, defaults and neglects of any sub-contractor, his agents or workmen as fully as if they were the acts, defaults or neglects of the Contractor, his agents or workmen.

- The Engineer should satisfy whether

(a) the circumstances warrant such sub-contracting ; and (b) the sub-contractor so proposed for the works possess the experience, qualification

and equipment necessary for the job proposed to be entrusted to them in proportion to the quantum of work to be sub-contracted.

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

4. Add new Sub- Clause 18.6 Each variation resulting in an increase in Accepted Contract Amount by 1% shall require approval of the Employer. All variations shall require approval of the Employer once the cumulative variations resulted in an increase in Accepted Contract Amount by 5%. 5. ARBITRATION (GCC Clause 25.3) The procedure for arbitration will be as follows :

Karnataka State Highways Improvement Project – II National Competitive Bidding Bid Document Contract No. WEP3A

49

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

(b) In the case of dispute with a Foreign contractor the dispute shall be settled in accordance

with provisions of UNCITRAL Arbitration Rules. The Arbitral Tribunal shall consist of three Arbitrators one each to be appointed by the Employer and the Contractor. The third Arbitrator shall be chosen by the two Arbitrators so appointed by the Parties, and shall act a presiding arbitrator. In case of failure of the two arbitrators appointed by the parties to reach upon a consensus within a period of 30 days from the appointment of the arbitrator appointed subsequently, the Presiding arbitrator shall be appointed by the * Indian Council of Arbitration/President of the Institution of Engineers (India)/The International Centre for Alternative Dispute Resolution (India).

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

above within 30 days after receipt of the notice of the appointment of its arbitrator by the other party, then the * Indian Council of Arbitration/President of the Institution of Engineers (India)/The International Centre for Alternative Dispute Resolution (India), both in cases of the Foreign Contractor as well as Indian Contractor, shall appoint the arbitrator. A certified copy of the order of the *Indian Council of Arbitration /President of the Institution of Engineers (India)/The International Centre for Alternative Disputes Resolution (India), making such an appointment shall be furnished to each of the parties.

(d) Arbitration proceedings shall be held at Bangalore, India, and the language of the

arbitration proceedings and that of all documents and communications between the parties shall be English.

(e) The decision of the majority of arbitrator shall be final and binding upon both parties. The

cost and expenses of Arbitration proceedings will be paid as determined by the arbitral tribunal. However, the expenses incurred by each party in connection with the preparation, presentation, etc. of its proceedings shall be borne by each party itself.

(f) Where the value of contract is INR 50 Million and below, the disputes or differences

arising shall be referred to the Sole Arbitrator. The Sole Arbitrator should be appointed by agreement between the parties; failing such agreement, by the appointing authority, namely the *

Indian Council of Arbitration/President of the Institution of Engineers (India)/ The International Centre for Alternative Disputes Resolution (India).

(g) Performance under the contract shall continue during the arbitration proceedings and

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

Karnataka State Highways Improvement Project – II National Competitive Bidding Bid Document Contract No. WEP3A

50

6. PROTECTION OF ENVIRONMENT: Add the following as GCC Clause 16.2: The contractor shall take all reasonable steps to protect the environment on and off the Site and to

avoid damage or nuisance to persons or to property of the public or others resulting from pollution, noise or other causes arising as a consequence of his methods of operation.

During continuance of the contract, the contractor and his sub-contractors shall abide at all times

by all existing enactments on environmental protection and rules made thereunder, regulations, notifications and bye-laws of the State or Central Government, or local authorities and any other law, bye-law, regulations that may be passed or notification that may be issued in this respect in future by the State or Central Government or the local authority.

Salient features of some of the major laws that are applicable are given below : The Water (Prevention and Control of Pollution) Act, 1974, This provides for the prevention and

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

The Air (Prevention and Control of Pollution) Act, 1981, This provides for prevention, control

and abatement of air pollution. 'Air Pollution' means the presence in the atmosphere of any 'air pollutant', which means any solid, liquid or gaseous substance (including noise) present in the atmosphere in such concentration as may be or tend to be injurious to human beings or other living creatures or plants or property or environment.

The Environment (Protection) Act, 1986, This provides for the protection and improvement of

environment and for matters connected therewith, and the prevention of hazards to human beings, other living creatures, plants and property. 'Environment' includes water, air and land and the inter-relationship which exists among and between water, air and land, and human beings, other living creatures, plants, micro-organism and property.

The Public Liability Insurance Act, 1991, This provides for public liability insurance for the

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

7. LIQUIDATED DAMAGES: Sub-clause 49.1 Please substitute the last sentence with the following: “Time is the essence of the contract and payment or deduction of liquidated damages shall not

relieve the contractor from his obligation to complete the work as per agreed construction program and milestones or from any other of the contractor’s obligations and liabilities under the contract.”

Karnataka State Highways Improvement Project – II National Competitive Bidding Bid Document Contract No. WEP3A

51

8. POSSESSION OF SITE Add at the end of Sub Cl 21.1 "The representative of contractor and Employer shall, on a mutually agreed date and time, inspect

the site and prepare a memorandum containing the inventory of the site including the vacant and unencumbered land, buildings, structures, road works, trees and other immovable proprieties on or attached to the site. Such memorandum shall specify (i) the details of the parts which are not handed over and agree and record a date for subsequent handing such parts free of encumbrances; and (ii) that the contractor accepts and undertakes to bear any and all risks arising out of the inadequacy or physical condition of the site that has been identified and recorded as unencumbered in the memorandum."

Karnataka State Highways Improvement Project – II National Competitive Bidding Bid Document Contract No. WEP3A

52

SECTION 4: CONTRACT DATA

Karnataka State Highways Improvement Project – II National Competitive Bidding Bid Document Contract No. WEP3A

53

Contract Data Items marked "N/A" do not apply in this Contract. The following documents are also part of the Contract: Clause Reference · The Schedule of Key Personnel [9] · The Methodology, Program of Construction and Environmental Management Plan · The Schedule of Key and Critical equipment to be deployed [27] on the work as per agreed program of construction The Borrower is Government of Karnataka will receive loan through Government of India/The World Bank means ”International Bank for Reconstruction and Development (IBRD)” [1.1] and loan refers to an “IBRD Loan” The above insertions should correspond to the information provided in the Invitation of Bids. The Employer is The Project Director, for and on behalf of the Governor of Karnataka, Project Implementation Unit, Karnataka State Highways Improvement Project, 1st Floor, P.W.D. Annexe Building, K.R.Circle, Bangalore 560 001, Karnataka, India. Tel.: + 91 80 2212 6758/59/61 Fax: + 91 80 2222 9666/22230510 e-mail: [email protected] The Engineer is Team Leader (intimate latter) Adjudicator appointed jointly by the Employer and Contractor is:[1,.1] *Name : _______Shall be intimated later______________________________ *Address : _______________________________________________________________ _____________________________________________________________ __________________________________________________The name and identification number of the Contract is - KSHIP-II/STG1/NCB/WEP3A The Works consist of Upgradation of Road from Km 0+00 to Km 2+500 of Dharwad to Saundatti SH No.34 in Dharwad town limits. The Start Date shall be the date of issue of notice to proceed with the work. The Intended Completion Date for the whole of the Works is 15 months from the Start Date with the following Milestones: [17,28] Intended Completion Dates for Milestones shall be:

Karnataka State Highways Improvement Project – II National Competitive Bidding Bid Document Contract No. WEP3A

54

Milestone

Time for completion

Milestone-I (Link 21B)

Km 0+000 to Km 0+400 Continuous stretch of Road including drain & footpath-5 Months from StartDate.

Milestone-II (Link M21B)

Km 0+400 to Km 1+200 Continuous stretch of Road including drain & footpath-10 Months from StartDate.

Milestone-III (Link M21B)

Km 1+200 to Km2+500 Continuous stretch of Road including drain & footpath-15 Months from StartDate.

The following additional documents also form part of the Contract: (1) the addendum (if any)

(2) the record of pre-award clarifications (if any) and

(3) the Environmental Management Plan (EMP). The Contractor shall submit a revised Program including Environmental Management Planfor the Works (in such form and detail as the engineer shall reasonably prescribe) within 14 days of delivery of the Letter of Acceptance. [27] [This program should be in adequate detail and generally conform to the program submitted along with bid in response to ITB Clause 4.3 (k). Deviations if any from that should be clearly explained and should be satisfactory to the Engineer] The Site Possession Dates shall be: within 14 days from the Signing of the Agreement. The Site is located inDharwad town limit onSH-34 in Dharwad District in Karnataka State.[1] The Defects Liability Period is 365 days from the date of certification of completion of works. [35] Insurance requirements are as under:[13]

Sl. No

Description Minimum Cover for Insurance

Maximum deductible for Insurance

(i) Works and Plant and Materials

Cost of work 5% of claim subject to minimum Rs100,000

(ii) Loss or damage to Equipment

Value at market rates of equipment

As per current tariffs and as revised from time to time

(iii) Other Property*

Rs2,000,000 5% of claim subject to minimum Rs20,000

(iv) Personal injury or death insurance*: a) for other people;

Rs20,00,000

Nil

Karnataka State Highways Improvement Project – II National Competitive Bidding Bid Document Contract No. WEP3A

55

Sl. No

Description Minimum Cover for Insurance

Maximum deductible for Insurance

b) for Contractor’s Employees

In accordance with the statutory requirements applicable to India

*The Contractor shall obtain insurance cover for a minimum of Rest.20,00,000 per occurrence. The insurance cover shall be taken initially for a minimum of 10 occurrences, which shall be revised whenever an event involving Contractor’s liability for payment arises, and additional insurances shall be taken so as to cover minimum another 10 occurrences in future. The following events shall also be Compensation Events: [44]

(a) The Employer does not give access to a part of the Site by the Site Possession Date stated in the Contract Data.

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

The period between Program updates shall be 30 days. [27] The amount to be deducted for late submission of an updated Program shall be Rs. 200,000/- [27] The language of the Contract documents is English[3] The law which applies to the Contract is the laws of Union of India [3] The currency of the Contract is Indian Rupees. [46] Fees and types of reimbursable expenses to be paid to the Adjudicator [25] Daily fee of Rs.5000/- plus reimbursable expenses subjected to a maximum of Rest. 15000/-. Appointing Authority for the Adjudicator the Sole Arbitrator should be appointed by agreement between the parties; failing such agreement, by the appointing authority for the Adjudicator Chairman, Institution of Engineers India, Bangalore Charter. [26] The formula(e) for adjustment of prices are– N/A [47] The proportion of payments retained (retention money) shall be 6% from each bill subject to a maximum of 5% of final contract price [48] The liquidated damages for the Milestones per day are as follows the maximum amount of liquidated damages for the whole of the Works is 5% of the final Contract Price. [49]

Milestones Damages for Delay

Milestone-I (Link 21B)

Rs.1,00,000/- Per day

Milestone-II (Link M21B)

Rs.1,00,000/- Per day

Milestone-III (Link M21B)

Rs.1,00,000/- Per day

Karnataka State Highways Improvement Project – II National Competitive Bidding Bid Document Contract No. WEP3A

56

The liquidated damages for the entire work (Milestone-I, Milestone-II & Milestone-III) is INR 3,00,000/- Perday.

The Liquidated Damages will be withheld for the first two Milestones and if the Contractor is able to achieve the final Milestone as scheduled, the withheld amount will be reimbursed. The amounts of the advance payment are [51]

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

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

(to be drawn within30 days from the date of execution of the agreement)

2. Equipment (This advance is not applicable for equipment already owned or hired/ leased

by the contractor.)

90% for new and 50% of depreciated value for old equipment. Total amount will be subject to a maxi-

mum of 5% of the Contract price.

After equipment is brought to site (provided the Engineer is satisfied that the equipment is required for

performance of the contract) and on submission of unconditional Bank Guarantee for amount of

advance.(to be drawn within60 days from the date of execution of the agreement)

(The advance payment will be paid to the Contractor no later than 15 days after fulfilment of the above conditions). Repayment of advance payment for mobilization and equipment: [51] The advance loan shall be repaid with percentage deductions from the interim payments certified by the Engineer under the Contract. Deductions shall commence in the next Interim Payment Certificate following that in which the total of all such payments to the Contractor has reached not less than 15 percent of the Contract Price or 02(two) months from the date of payment of first instalment of advance, whichever period concludes earlier, and shall be made at the rate of 15 percent of the amounts of all Interim Payment Certificates until such time as the loan has been repaid, always provided that the loan shall be completely repaid prior to the expiry of the original time for completion. The Securities shall be for the following minimum amounts equivalent as a percentage of the Contract Price: Performance Security for 5 per cent of contract price plus Rs. ..................... as additionalsecurity for unbalanced bids (in terms of ITB Clause 29.5). The standard form of Performance Security acceptable to the Employer shall be an unconditional Bank Guarantee of the type as presented in Section 7 of the Bidding Documents. The date by which “as-built” drawings are required within 28 days of issue of certificate of completion of whole or section of the work, as the case may be. [58] The amount to be withheld for failing to supply “as built” drawings by the date required is Rs.20,00,000/- (Rupees Twentylakhs only). The following events shall also be fundamental breach of contract: [59.2] 1. The Contractor has contravened Sub-clause 7.1 read with SCC and Clause 9.0 of GCC 2. The contractor does not adhere to the agreed construction program and agreed environmental

management plan(Clause 27 of GCC) and also fails to take satisfactory remedial action as per agreements reached in the management meetings (Clause 31) for a period of 60 days.

Karnataka State Highways Improvement Project – II National Competitive Bidding Bid Document Contract No. WEP3A

57

3. The contractor fails to carry out of the instructions of Engineer within a reasonable time

determined by the Engineer in accordance with GCC Clause 16.1 and 23.1. The percentage to apply to the value of the work not completed representing the Employer's additional cost for completing the Works shall be 20 percent. [60]

Karnataka State Highways Improvement Project – II National Competitive Bidding Bid Document Contract No. WEP3A

58

SECTION 5: SPECIFICATIONS

The Specification shall be: The Specifications for Road and Bridge Works (Fifth Revision), published by Indian Road Congress, New Delhi on behalf of Government of India, Ministry of Road Transport and Highway with amendments stipulated in the Particular Technical Specification The Particular Technical Specification bound separately as Volume II.

Karnataka State Highways Improvement Project – II National Competitive Bidding Bid Document Contract No. WEP3A

59

SECTION 6: BILL OF QUANTITIES

The Bill of Quantities is bound separately as Volume III.

Karnataka State Highways Improvement Project – II National Competitive Bidding Bid Document Contract No. WEP3A

60

SECTION 7: FORMS OF SECURITIES

Karnataka State Highways Improvement Project – II National Competitive Bidding Bid Document Contract No. WEP3A

61

Forms of Securities Acceptable forms of securities are annexed. Bidders should not complete the Performance and Advance Payment Security forms at this time. Only the successful Bidder will be required to provide Performance and Advance Payment Securities in accordance with one of the forms, or in a similar form acceptable to the Employer. Annex A: Bid Security (Bank Guarantee) Annex B: Performance Bank Guarantee Annex B1: Performance Bank Guarantee for Unbalanced Items Annex C: Bank Guarantee for Advance Payment

Karnataka State Highways Improvement Project – II National Competitive Bidding Bid Document Contract No. WEP3A

62

Annex A BID SECURITY (BANK GUARANTEE) WHEREAS, _______________________ [name of Bidder] (hereinafter called "the Bidder") has submitted his Bid dated _______________________ [date] for the construction of _____________________________________ [name of Contract] (hereinafter called "the Bid"). KNOW ALL PEOPLE by these presents that We ______________________________ [name of bank] of ____________________________ [name of country] having our registered office at ___________________________________ (hereinafter called "the Bank") are bound unto ______________________________[name of Employer] (hereinafter called "the Employer") in the sum of ___________________1 for which payment well and truly to be made to the said Employer the Bank binds itself, his successors and assigns by these presents. SEALED with the Common Seal of the said Bank this _________ day of __________ 19____. THE CONDITIONS of this obligation are: (1) If after Bid opening the Bidder withdraws his bid during the period of Bid validity

specified in the Form of Bid; or (2) If the Bidder having been notified of the acceptance of his bid by the Employer

during the period of Bid validity: (a) fails or refuses to execute the Form of Agreement in accordance with the

Instructions to Bidders, if required; or (b) fails or refuses to furnish the Performance Security, in accordance with the

Instruction to Bidders; or (c) does not accept the correction of the Bid Price pursuant to Clause 27; we undertake to pay to the Employer up to the above amount upon receipt of his first written demand, without the Employer having to substantiate his demand, provided that in his demand the Employer will note that the amount claimed by him is due to him owing to the occurrence of one or any of the three conditions, specifying the occurred condition or conditions. This Guarantee will remain in force up to and including the date ____________________2 days after the deadline for submission of Bids as such deadline is stated in the Instructions to Bidders or as it may be extended by the Employer, notice of which extension(s) to the Bank is hereby waived. Any demand in respect of this guarantee should reach the Bank not later than the above date. DATE _______________ SIGNATURE OF THE BANK _________________________ WITNESS ____________ SEAL _______________________________________ _________________________________________________________________ [signature, name, and address] ____________________________ 1 The Bidder should insert the amount of the guarantee in words and figures denominated in Indian

Rupees. This figure should be the same as shown in Clause 16.1 of the Instructions to Bidders. 2 45 days after the end of the validity period of the Bid.

Karnataka State Highways Improvement Project – II National Competitive Bidding Bid Document Contract No. WEP3A

63

Annex B PERFORMANCE BANK GUARANTEE To: ______________________________________________ [name of Employer] _____________________________________________ [address of Employer] WHEREAS _________________________ [name and address of Contractor] (hereinafter called "the Contractor") has undertaken, in pursuance of Contract No. _____ dated ________________ to execute __________________________ [name of Contract and brief description of Works] (hereinafter called "the Contract"); AND WHEREAS it has been stipulated by you in the said Contract that the Contractor shall furnish you with a Bank Guarantee by a recognized bank for the sum specified therein as security for compliance with his obligations in accordance with the Contract; AND WHEREAS we have agreed to give the Contractor such a Bank Guarantee; NOW THEREFORE we hereby affirm that we are the Guarantor and responsible to you, on behalf of the Contractor, up to a total of ____________________ [amount of guarantee] 1___________________________ [in words], such sum being payable in the types and proportions of currencies in which the Contract Price is payable, and we undertake to pay you, upon your first written demand and without cavil or argument, any sum or sums within the limits of ____________________ [amount of guarantee]1 as aforesaid without your needing to prove or to show grounds or reasons for your demand for the sum specified therein. We hereby waive the necessity of your demanding the said debt from the Contractor before presenting us with the demand. We further agree that no change or addition to or other modification of the terms of the Contract or of the Works to be performed thereunder or of any of the Contract documents which may be made between you and the Contractor shall in any way release us from any liability under this guarantee, and we hereby waive notice of any such change, addition or modification. This guarantee shall be valid until ……… (i.e.) 28 days from the date of expiry of the Defects Liability Period. Signature and seal of the guarantor _____________________________ Name of Bank ____________________________________________ Address ____________________________________________ Date ____________________________________________ __________________

1 An amount shall be inserted by the Guarantor, representing the percentage of the Contract Price specified in the Contract and denominated in Indian Rupees.

Karnataka State Highways Improvement Project – II National Competitive Bidding Bid Document Contract No. WEP3A

64

PERFORMANCE BANK GUARANTEE (for unbalanced items) Annex BI To: ______________________________________________ [name of Employer] _________________________________________ [address of Employer] WHEREAS _________________________ [name and address of Contractor] (hereinafter called "the Contractor") has undertaken, in pursuance of Contract No. _____ dated ________________ to execute __________________________ [name of Contract and brief description of Works] (hereinafter called "the Contract"); AND WHEREAS it has been stipulated by you in the said Contract that the Contractor shall furnish you with a Bank Guarantee by a recognized bank for the sum specified therein as security for compliance with his obligations in accordance with the Contract; AND WHEREAS we have agreed to give the Contractor such a Bank Guarantee; NOW THEREFORE we hereby affirm that we are the Guarantor and responsible to you, on behalf of the Contractor, up to a total of ____________________ [amount of guarantee] 1___________________________ [in words], such sum being payable in the types and proportions of currencies in which the Contract Price is payable, and we undertake to pay you, upon your first written demand and without cavil or argument, any sum or sums within the limits of ____________________ [amount of guarantee]1 as aforesaid without your needing to prove or to show grounds or reasons for your demand for the sum specified therein. We hereby waive the necessity of your demanding the said debt from the Contractor before presenting us with the demand. We further agree that no change or addition to or other modification of the terms of the Contract or of the Works to be performed thereunder or of any of the Contract documents which may be made between you and the Contractor shall in any way release us from any liability under this guarantee, and we hereby waive notice of any such change, addition or modification. This guarantee shall be valid until …….. (i.e.) 28 days from the date of issue of the certificate of completion of works. Signature and seal of the guarantor _____________________________ Name of Bank ____________________________________________ Address ____________________________________________ Date ____________________________________________ ______________

1 An amount shall be inserted by the Guarantor, representing additional security for unbalanced Bids, if any and denominated in Indian Rupees.

Karnataka State Highways Improvement Project – II National Competitive Bidding Bid Document Contract No. WEP3A

65

BANK GUARANTEE FOR ADVANCE PAYMENT Annex C To: __________________________________________ [name of Employer] __________________________________________ [address of Employer] ___________________________________________[name of Contract] Gentlemen: In accordance with the provisions of the Conditions of Contract, sub clause 51.1 ("Advance Payment") of the above-mentioned Contract, ________________________________ [name and address of Contractor] (hereinafter called "the Contractor") shall deposit with ________________________ [name of Employer]a bank guarantee to guarantee his proper andfaithful performance under the said Clause of the Contract in an amount of _____________ [amount of guarantee]1_________________________________ [in words]. We, the ____________________ [bank or financial institution], as instructed by the Contractor, agree unconditionally and irrevocably to guarantee as primary obligator and not as Surety merely, the payment to ____________________ [name of Employer]on his first demand without whatsoever right of objection on our part and without his first claim to the Contractor, in the amount not exceeding ____________________ [amount of guarantee]1 __________________________________ [in words]. We further agree that no change or addition to or other modification of the terms of the Contract or of Works to be performed there under or of any of the Contract documents which may be made between _____________________ [name of Employer]and the Contractor, shall in any way release us from any liability under this guarantee, and we hereby waive notice of any such change, addition or modification. This guarantee shall remain valid and in full effect from the date of the advance payment under the Contract until _________________________ [name of Employer]receives full repayment of the same amount from the Contractor. Yours truly,

Signature and seal: _______________________________ Name of Bank/Financial Institution: _________________ Address: _______________________________________ Date: ______________________________________ An amount shall be inserted by the bank or financial institution representing the amount of the Advance Payment.

GOVERNMENT OF KARNATAKA

PUBLIC WORKS, PORTS & INLAND WATER TRANSPORT DEPARTMENT

PROJECT IMPLEMENTATION UNIT

Loan Number -8022-IN

KARNATAKA STATE HIGHWAYS IMPROVEMENT PROJECT - II STAGE-II

(National Competitive Bidding)

Upgradation of Road from Km 0+000 to Km 2+500 of Dharwad to Saundatti SH No.34 in Dharwad town limits through e-procurement system

Contract No. KSHIP-II/STG1/NCB/WEP3A

Volume – II

Technical Specification

February 2017

Particular Technical Specification

Karnataka State Highways Improvement Project – II International Competitive Bidding Bid Document Contract No: WEP3A

General Technical Specification 1

SPECIFICATION

INTRODUCTION The Works shall be executed in accordance with this Specification which comprises the following Sections:

Section A - General Specification Section B - Technical Specification

Part 1 - General Technical Specification Part 2 - Particular Technical Specification

SPECIFICATION SECTION A

GENERAL SPECIFICATION General In the first 3 months from the date of signing of agreement, the contractor shall complete the following actions.

1. Establish his office in complete manner including installing Telephone and Fax. 2. The contractor shall furnish, in advance, a detailed Work programme containing all

activities upto the completion of Works. Supporting resources schedule shall also be submitted.

3. Complete construction, installation and commissioning of “Field Laboratory”. 4. Mobilise all required Key Staff, Technicians, Labourers, 5. Mobilise all required equipment/ machinery including commissioning and trial run of all

the Plant/ Machinery. Some of the major plants/ equipment to be mobilised is listed below. a) Wet Mix Plant b) Aggregate Crushing Plant having secondary crusher of ‘Cone Type’ c) Sensor Pavers and other Paving finishers. d) Vibratory Rollers and other compaction equipments. e) Excavators , Bull Dozers and Graders f) Tippers/ Dumpers and water Bowsers (Tankers).

6. Complete Setting out activities as per MORT&H Specifications. 7. Complete the identification of Quarries and quality of available material. 8. Complete the crushing of Aggregates required for the Section of work taken initially.

This Section Replaces Technical Specification Clause 111 A1. Protection of the Environment [As stipulated under some of the major laws that are applicable, but not limited to, are as under:

1. The Water (Prevention and Control of Pollution) Act, 1974 2. The Air (Prevention and Control of Pollution) Act, 1981 3. The Environment (Protection) Act, 1986 4. The Public Liability Insurance Act, 1991]

(a) General The contractor shall take all necessary measures and precautions and otherwise ensure that the execution of the works and all associated operations on-site or of-site are carried out in

Karnataka State Highways Improvement Project – II International Competitive Bidding Bid Document Contract No: WEP3A

General Technical Specification 2

conformity with statutory and regulatory environmental requirements including those prescribed elsewhere in this document.

The Contractor shall take all the measures and precautions to avoid any nuisance or disturbance arising from the execution of the works. This shall wherever possible be achieved by suppression of the nuisance at source rather than abatement of the nuisance once generated. The provisions of this sub-clause shall however, be disregarded in respect of emergency work required for saving life or the safety of the works.

In the event of any spoil or debris or silt from the sites being deposited on adjacent land, the Contractor shall immediately remove such spoils, debris or silt and restore the affected area to its original state to the satisfaction of the Supervisor Engineer.

Surplus excavation materials and topsoil shall, wherever possible, be used to reinstate quarries or borrow pits or other areas as may be approved by the Supervisor Engineer. Such materials should be spread in such a manner as to limit subsequent erosion and shall be re-vegetated as existing ground cover dictates. Restoration of borrow pits and quarries will be undertaken in an appropriate time frame to avoid formation of cess pools and other environmental hazards. (k) Borrow-pits for Embankment Construction

Borrow-pits shall not be dug in the right of way of the road. The stipulations in Clause 305.2.2 of the technical specification shall govern. (l) Quarry Operations

The Contractor shall obtain materials from licensed and approved quarries only. The contractor will be the sole responsible for identifying the quarries, borrow areas etc should not be opened without the written permission of the Engineer. The contractor shall obtain materials from quarries only after the consent of Department of Mines and Geology or other concerned authorities is obtained. The quarry operation shall be undertaken within the purview of the rules and regulations in force.

(m) Soil Erosion and Sedimentation Control The Contractor shall carry out the works in such a manner that soil erosion is fully controlled, and sedimentation and pollution of natural water courses, ponds, tanks and reservoirs is avoided. The stipulations in clause 306 of the technical specification shall govern. (n) Substances Hazardous to Health

The Contractor shall not use or generate any materials in the works, which are hazardous to the health of persons, animal or vegetation. Where it is necessary to use some substances, which can cause injury to the health of workers, the Contractor shall provide protective clothing or appliances to his workers. (o) Use of Nuclear Gauges Nuclear gauges shall be used only where permitted by the Engineer. The Contractor shall provide the Engineer with a copy of the regulations governing the safe use of nuclear gauges he intends to employ and shall abide by such regulations. (p) Fuel and Chemical Storage

All fuel and chemical storage shall be sited on an impervious base within an embanked area and secured by fencing. The storage area shall be located away from any watercourse or

Karnataka State Highways Improvement Project – II International Competitive Bidding Bid Document Contract No: WEP3A

General Technical Specification 3

wetland. The base and walls of the embankment shall be impermeable and of sufficient capacity to contain 110% of the volume of tanks.

Filling and refueling shall be strictly controlled and subjected to formal procedures. All valves and trigger guns shall be resistant to unauthorised interference and vandalism and be turned off and securely locked when not in use. The contents of any tank or drum shall be clearly marked. Measures shall be taken to ensure that no contamination happens or discharges enter any drain or watercourses. (q) Water Quality

The contractor shall prevent any interference with the supply to or abstraction from polluted water sources (including underground percolating water) as a result of execution of the works. Areas where water is regularly or repetitively used for dust suppression purposes shall be laid to fall to specially constructed settlement tanks to permit sedimentation of particulate matter. After resettlement, the water may be re-used for dust suppression.

All water and liquid waste products arising on the sites shall be collected and disposed off at location onsite or off site and in a manner that shall not cause nuisance or pollution.

The Contractor shall not discharge or deposit any matter arising from the execution of the works into any place except with the permission of the Supervisor Engineer and the regulatory authorities concerned.

The Contractor shall protect all water-courses, water ways, ditches, canals, drains, lakes and the like from pollution, silting, flooding or erosion as a result of the execution of the works.

The Contractor shall submit the details of his temporary drainage work system (including all surface channels, sediment traps, washing basins and discharge-pits) to the Supervisor Engineer for approval prior to commencing work on its construction. (r) Air Quality

The Contractor shall devise and arrange methods of working to minimise dust, gaseous or other air borne emissions and carry out the works in such a manner as to minimise adverse impacts on air quality. Bituminous hot –mix plants and concrete batching plants shall be located sufficiently away from habitation, agricultural operations or industrial establishments. The plants shall have inbuilt pollution control unit and location of the plants commissioning site should be in consent with the Pollution Control Department.

The Contractor shall utilise effective water sprays during the crushing, delivery, handling and mixing of materials when dust is generated and dampen stored material during dry weather.

Stockpiles of materials should be sited in sheltered areas or within hoarding, away from sensitive areas. Stockpiles of flyable materials shall be covered with clean tarpaulins with application of sprayed water during dry and windy weather. Stockpiles of debris shall be dampened prior to their movement, except where this is contrary to the specifications.

Any vehicle with an open load carrying area used for transport of potentially dust producing materials shall have properly fitting side and tailboards. Materials having potential to produce dust shall not be loaded to a level higher than the side and tail boards and shall be covered with clean tarpaulin in good condition. The tarpaulin should be properly secured and extended to at least 300 mm over the edges of the sideboard and tailboard.

During high wind, no dust generating operations shall be permitted within 200m of residential areas having regard to the prevailing direction of the wind.

Karnataka State Highways Improvement Project – II International Competitive Bidding Bid Document Contract No: WEP3A

General Technical Specification 4

Construction vehicles and machinery shall be kept in good working order and engines turned off when not in use. Appropriate measures shall be taken to limit exhaust emissions from construction vehicles, machinery and plant and the contractor shall include details of such proposed measures in the mitigation and monitoring plan to be submitted to the Supervisor.

In residential areas or other sensitive areas, such as nursery, schools, hospitals, etc., advance warning shall be given to potentially affected persons so that some measures can be taken by them before commencement of the works. (s) Noise

The Contractor shall consider noise as an environmental concern in his planning and during execution of the works.

The Contractor shall use plant and equipment conforming to international standards and directives on noise, vibrations and emissions shall include the details of measures for abating noise at source in the mitigation and the monitoring plan to be submitted to the supervisor Engineer.

The Contractor shall take all necessary measures to ensure that operation of all mechanical equipment and construction processes on and off the site shall not cause any unnecessary or excessive noise, taking into account all applicable environmental requirements. The Contractor shall use all necessary measures and shall maintain all plant and silencing equipment in good condition so as to minimise the noise emissions during construction works.

When operating close to sensitive areas such as residential, nursery, school or medical facilities, the Contractor’s hours of working shall be limited to 8 A.M. to 6 P.M.

(k) Transmission of Diseases The Contractor shall take all necessary measures to prevent transmission of diseases between the local inhabitants and the labourers engaged for the works, especially with regard to sexually transmitted diseases. The Contractor shall install the necessary medical facilities for this purpose.

The Contractor shall verify that check up for detecting the occurrence of sexually transmitted diseases amongst the labourers engaged for the works are actually being carried out and submit a certificate to that effect to the Supervisor Construction Engineer. (l) Preservation of Archaeological Assets and Antiquities The Contractor shall take all necessary measures to protect any archaeological finds or antiquities as required.

Where antiquities are shown on the drawing or otherwise identified during the course of the works, these shall be protected by means of suitable fencing and barriers to the satisfaction of the Supervisor Engineer. The Contractor shall provide and maintain access at all times for persons wishing to stop and pay their respects. (m) Environment Enhancement All existing highways and roads used by vehicles of the Contractor or suppliers of materials or plant, and similarly any new roads which are part of the works and which are being used by traffic, shall be kept clean and clear of all dust/mud or other extraneous materials dropped by the said vehicles or their tyres. Similarly, all dust/mud or other extraneous materials from the works spreading on these highways shall be immediately cleared by the Contractor.

Karnataka State Highways Improvement Project – II International Competitive Bidding Bid Document Contract No: WEP3A

General Technical Specification 5

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, and all dust, mud and other debris shall be removed entirely from the road surface. Additionally, if so directed by the Supervisory Engineer, the road surface shall be hosed or watered using suitable equipment. Any structural damage caused to the existing roads by the contractor’s construction equipment shall be made good without any extra cost. On completion of the works, the Contractor shall reinstate all areas with natural vegetation to the satisfaction of the Supervis or Engineer. The Contractor shall remove all old tyres and internal tubes from within the limits of site and subject to the agreement of adjacent landowners, from an additional area of 75 m either side of the road centre line. The Contractor shall dispose of all materials in a manner approved by the Supervisor Engineer.

Where directed by the Supervisor Engineer, the Contractor shall improve and reinstate the land on which informal roadside service area have been established by removing all debris and contaminated soils, re-grading to natural ground levels and re-establishing the natural vegetation where appropriate. All debris and contaminated materials shall be disposed off site as approved by the Supervisor Engineer.

Karnataka State Highways Improvement Project – II International Competitive Bidding Bid Document Contract No: WEP3A

General Technical Specification

SPECIFICATION SECTION B

TECHNICAL SPECIFICATION

Part 1- General Technical Specification B1.1 Introduction B1.1.1 Part-1 General Technical Specification shall comprise the “Specifications for Road

and Bridge Works (Fifth Revision ) published by the Indian Roads Congress on behalf of the Government of India, Ministry of Road Transport and Highways

(the “MoRT&H specification”). B1.1.2 Certain provisions of the MoRT&H Specification are amended by Section B Part 2 –

Particular Technical Specification of this Specification. In the event of conflict or discrepancies between the MoRT&H Specification and the Particular Technical Specification, the provisions of the Particular Technical Specification shall prevail.

B1.1.3 Words like ‘ Contract’, ‘Contractor’, ‘Drawings’, ‘Works’, ‘Site’, and ‘Provisional

Sum’ used in the MoRT&H Specification shall have and shall be deemed to have the same meaning as understood from the definition of these terms in and as included in the Conditions of Contract.

B1.1.4 Words like ‘Specification’, ‘Technical Specification’, ‘General Technical Specification’,

‘Particular Technical Specification’ and ‘Additional Technical Specification’ shall have and shall be deemed to have the same meaning as per Specification Section B Part1 and Part 2 of Volume II.

B1.1.5 Copies of the MoRT&H Specification may be obtained from:

The Secretary General Indian Roads Congress Sector 6, (Near RBI Quarters) RK Puram, New Delhi -110022

Ph: 26776778, 26183669 Email: [email protected]

Karnataka State Highways Improvement Project – II International Competitive Bidding Bid Document Contract No: WEP3A

Particular Technical Specification 1

SPECIFICATION SECTION B TECHNICAL SPECIFICATION Part 2 – Particular Technical Specification

B.2.1 Introduction

B.2.1.1 This Part 2 – Particular Technical Specification of Section B of the Specification revises certain clauses of Part 1 – General Technical Specification.

B2.1.2 All the amendments issued to the MORT&H’s “Specifications for Road and Bridge Works – Fourth Revision”, shall apply to the relevant Clauses, otherwise as specified in this section.

B2.1.3 These revisions comprise substitutions, modifications or additions to clauses of the MORT&H Specification referred to in Part 1 - General Technical Specification and accordingly the said specification so amended shall form part of the Contract.

B2.1.4 In the absence of any definite provisions on any particular issue in the aforesaid specification, reference may be made to the latest IRC Codes of Practice, IS Specifications along with their amendments or Indian Railway Codes in that order, failing which the construction and completion of works shall conform to sound engineering practice. In the event of ambiguities or inconsistencies arising out of the interpretation of the above, the decision of the Engineer shall be final and binding.

B2.1.5 The following list shows the Clauses of the MORT&H Specification, which are modified or added by this Particular Technical Specification: Section 100: 105, 106, 108, 109, 110,111 (Replaced as Specification Section A), 112, 114,

116, 121, 124, 126, 127 and128 Section 200: 201 and 202 Section 300: 301, 304, 305 and 314 Section 400: 401 and 406 Section 500: 501, 502, 503, 504, 505, 507, 508, 509, 512 and 521 Section 800: 803, 804, 805, 806, 809, 810, 812,813 and 814 Section 900: 902 Section 1000: 1006, 1007, 1008, 1009, 1010, 1012 and 1014 Section 1400: 1402 Section 1500: 1501, 1502, 1503 and 1506 Section 1600: 1604, 1605, 1606 and 1607 Section 1700: 1701, 1703, 1704, 1705, 1706, 1708, 1709, 1710, 1711, 1712, 1713, 1714,

1716, 1717, 1718, and 1719 Section 1800: 1807, 1808, 1809, and 1811, Section 2000: 2001, 2005, 2006, 2100 and 2011 Section 2200: 2204 and 2210 Section 2300: 2304 Section 2500: 2503, 2504, 2509 and 2510 Section 2600: 2602 Section 2700: 2702 and 2706 Section 2800: 2802 Section 2900: 2902, 2910 and 2912

Section 3000: 3001, 3003 and 3004

Karnataka State Highways Improvement Project – II International Competitive Bidding Bid Document Contract No: WEP3A

Particular Technical Specification 2

B2.2 SECTION 100 GENERAL.

B2.2.1 CLAUSE 105 SCOPE OF WORK

B2.2.1.1 Sub Clause105.3

Add the following to the Sub Clause 105.3 The Contractor shall establish, adhere to, monitor and maintain an adequate quality assurance programme (QA-programme) based on the requirements of EN ISO 9001.

The QA-programme shall cover the quality assurance aspects of all services rendered, all items to be supplied and all construction activities to be performed under the Contract, also including temporary structures and equipment which will influence the quality of the completed works or the progress of the Contract.

The QA-programme shall as a minimum cover subjects listed below:

Organisation and Management Responsibility Document and data control Construction programme Method statements Process control Working, inspection, testing and documentation procedures Safety and emergency procedures Control and documentation of purchasing and handling of materials Product realisation Non-conformity and corrective / preventive action Measurement, analysis and improvement Internal quality audits Servicing Education and training of staff Site Environmental Plan Competence / skill requirement for Human resources Customer communication

The QA-programme giving the general procedures shall be submitted to the Engineer not later than twenty-eight days after the date of receipt of letter of acceptance. Detailed procedures with respect to specific items of work shall be submitted successively prior to the commencement of such activity.

B2.2.1.2 Sub Clause105.5

Add the following as Sub Clause 105.5

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

Karnataka State Highways Improvement Project – II International Competitive Bidding Bid Document Contract No: WEP3A

Particular Technical Specification 3

Hot Mix Plants should be located at least 1-2 Km away from the nearest habitation unless otherwise required by statutory requirements. Vehicles and machinery used for road construction are to be regularly maintained to conform to SPCB (State Pollution Control Board) norms. Blasting as per Indian Explosive Act will be adopted. People living near such blasting site should have prior information of operation hours. Workers at blasting site will be provided with earplugs. Vehicle transporting earth materials will be covered. Water shall be spread to control the dust.

The Contractor will make arrangement to clean up the spoil as soon as the work finishes in a stretch. If such sites are located outside the ROW, restoration of the site to a level acceptable to the landowner will be done with in time period agreed between landowner and the Contractor. Spilling of oil and bituminous products during construction phase will be avoided to reduce the chances of contamination of surface as well as ground water. The construction camps shall be situated at places involving least risks of the nature considering the factors like ground slopes, under ground water table and shall confirm to local building regulations, as applicable.

Construction camps shall be properly located to avoid contamination of water through wastewater drainage into river and canals. Seasonal pollution issues may arise when flow of river is slow. To prevent such contamination, wastewater generated at campsite will be discharged in soak pits. For human excreta, proper disposal through Septic Tanks.

B2.2.2 CLAUSE 106 CONSTRUCTION EQUIPMENT

B2.2.2.1 Add the following sub Para (l) and (m) after sub Para (k): g) Adequate standby equipment including spare parts shall be available.

h) All measuring devices and gauges shall be in good working condition. Measuring devices that can affect product quality shall be calibrated prior to use and at prescribed intervals against certified equipment. Calibration procedures shall be established, maintained and documented and corrective actions taken when results are unsatisfactory. Calibration of all measuring devices and gauges etc, which the Contractor intends to use in the contract, shall be calibrated from a competent/reputed authority/agency and the frequency of the calibration shall be as directed by the Engineer. Accuracy and fitness of measuring devices shall be ensured by proper maintenance

B2.2.3 C

Karnataka State Highways Improvement Project – II International Competitive Bidding Bid Document Contract No: WEP3A

Particular Technical Specification 4

CLAUSE 108 SITE INFORMATION

B2.2.4.1 Add Sub-clause 108.4 as follows:

Identification of quarry sites, borrow areas and other sources of material is the responsibility of the Contractor. Material to be procured from quarry sites and borrow areas identified by the Contractor and to be used in the works shall be as per Specifications for particular items of work. He shall satisfy himself that the required materials are available in adequate quantities and complying with the requirements of specifications. No claims shall be entertained on account of non-availability of materials, and increase in leads, etc.

As far as possible natural sand shall be used for sand/fine aggregates. If natural sand is not available within 100Km or Government has stopped sand mining, the Contractor shall obtain suitable alternative viz. crushed stone, crushed sand, etc. to substitute the natural sand. All alternative sand shall confirm to IS: 383 and tests for conformity shall be carried out as per IS: 2386 (Parts I to VIII). No separate payment will be made on account of non-availability of natural sand, arranging crusher sand and increase in leads, etc. 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.”

B2.2.5 CLAUSE 109 SETTINGOUT

B2.2.5.1 Sub Clause109.6 the Last Sentence of the paragraph shall be replaced with following sentences

The Contractor, in connection with the staking out of the centreline, shall survey the terrain along the road and cross sections at intervals 10m and 5m in Straight and Curve portions respectively as per the following guidelines.

1. Work request shall be given for joint inspection/survey for taking of “Original ground levels of road cross sections” 7 days in advance before starting of site clearance.

2. Preliminary site clearance such as removal of shrubs and bushes has to be done without disturbing the original ground surface.

3. Joint survey shall be carried out and the “Original Ground levels (OGL)” along the road centre line and cross sections shall be taken jointly.

4. Engineer shall furnish Copy of the approved records of Centre line co-ordinates & OGL field books to the Employer for record.

5. The cost of these surveys, processing of survey data and preparation of cross-section drawings shall be deemed to be included in the rates and prices of items quoted by the Contractor in the Bill of Quantities.

B2.2.5.2 Sub Clause109.7 Replace the 1st sentence of the paragraph with the following

After obtaining approval of the Engineer, work on site clearance can commence and the profile and cross sectional OGLs shall form the basis for measurements and payment.

B2.2.5.3 Sub Clause109.9 Add the following paragraph in Sub Clause 109.9 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

Karnataka State Highways Improvement Project – II International Competitive Bidding Bid Document Contract No: WEP3A

Particular Technical Specification 5

to the Engineer and his representatives at different stages of the work. The surveying equipment shall be of high standard of manufacture as approved by the Engineer, in good working condition with adequate numbers and shall include inter alia the following:

i. Precision automatic level with micrometer attachment with tripod and levelling staff reading to 5 mm accuracy by direct observation and to 1 mm accuracy by estimation or better

ii. Theodelite with tripod – Electronically operated with computerised output attachment reading to 20 seconds of angle accuracy or better.

iii. Total Station with 2 spare batteries and a charger, three tripods plus tangents sufficient for a 4 km range, together with an electronic data recorder, 6 data packs and all necessary software for operation.

iv. Precision staffs 4m & 5m type v. 3 metre straight edge and measuring wedge fitted with handles, wedges 100 mm height

and 1 mm accuracy. vi. Field umbrellas

vii. Ranging rods 50 mm diameter 3 m long straight with a conical metallic shoe at one end and painted alternatively black and white at 300 mm C / C along the length.

viii. Camber templates 2 lane fitted with handles. ix. Steel tape graduated in metres, centimetres and millimetres

1. 10 m long 2. 20m long 3. 50m long

x. Reference markers and pegs

xi. Safety Jackets (Reflective)

xii. Bump Integrator (Wheel mounted)

xiii. Nails, chalk piece, paints, brushes etc,

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

B2.2.6 CLAUSE 110 PUBLIC UTILITIES

B2.2.6.1 Sub Clause110.1 Delete sub-clause 110.1 and add the following 110.1 The information provided in the bid documents about public utilities like water/oil/gas pipelines, sewers, cables etc. may not be exhaustive, and it shall be the responsibility of the Contractor to ascertain the utilities that are likely to be affected by the works through site investigations and collection of information from the concerned utility owners:

B2.2.6.2 Sub Clause110.3 Delete sub-clause 110.3 and add the following 110.3 Any utility likely to be affected by the Contractor’s work shall be brought to the notice of the Engineer and such work shall be undertaken only after getting written clearance from the Engineer

B2.2.7 CLAUSE 111 PRECAUTIONS FOR SAFEGUARDING THE ENVIRONMENT

Delete Entire Clause and Sub-Clauses of 111 and replace with the following:

B2.2.7.1 Sub Clause111.1 Delete sub-clause 111.1 General and add the following sub-clause:

Karnataka State Highways Improvement Project – II International Competitive Bidding Bid Document Contract No: WEP3A

Particular Technical Specification 6

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 Noise levels at sensitive receptors during construction of work. All construction operations shall be performed in a manner to minimise 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 receptors

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. 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 warned against the hunting of wild life, if any. No archaeological site shall be disturbed.

B2.2.7.2 Sub Clause111.2 Delete Sub-clause 111.2 Borrow pits for Embankment Construction and add the following sub-clause:

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.

B2.2.7.3 Sub Clause111.3 Delete Sub-clause 111.3 Quarry Operations and add the following sub-clause:

The Contractor shall obtain material from licensed quarries 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 all the dusty material, red earth, moorum 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.

B2.2.7.4 Sub Clause111.4 Delete Sub-clause 111.4 Control of Soil Erosion, Sedimentation and Water Pollution and add the following sub-clause:

The Contractor shall carry out the works in such a manner that soil erosion is fully controlled, and sedimentation and pollution of natural water courses, ponds, tanks and reservoirs is avoided. The stipulations in Clause 306 shall govern.

B2.2.7.5 Add new Sub Clause111.5 Precautions against Dust

Karnataka State Highways Improvement Project – II International Competitive Bidding Bid Document Contract No: WEP3A

Particular Technical Specification 7

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 part of the works and 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, and all dust, mud and other debris shall be removed entirely from the road surface. Additionally, the road surface including haul road from Quarries and Plants 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.

B2.2.7.6 Add new Sub Clause111.6 Pollution from Hot Mix Plant, WMM Plant, Batching Plant & Crusher and Other Construction Machinery

The Contractor shall ensure the use of a relatively new, well maintained hot mix plant (batch type) so that any emission conforms to the CPCB norms and be fitted with a dust extraction unit to avoid prolonged engine powered equipment illness. Hot Mix Plant, WMM plant, Batching Plant & Crusher shall be located more than 500 m from any community or residence. The Contractor has to obtain necessary consent/clearance from State Pollution Control Board to operate Hot Mix Plant, WMM plant, Batching Plant, DG Set& Crusher before commencement of works.

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 stationed in designated areas to avoid compaction of soil to ensure the preservation of the top soil for agriculture.

B2.2.7.7 Add new Sub 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 congestion with the assistance of local traffic police. Safety of workers undertaking various operations during construction will be ensured by providing helmets, masks, safety goggles, etc. One Qualified Safety Officer and one Safety Supervisor must be available in the Contractor’s working team for the entire construction period.

B2.2.7.8 Add new Sub Clause111.8 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 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 empty drums at each construction site and disposed 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 shall be filled up properly so that no water accumulates.

Karnataka State Highways Improvement Project – II International Competitive Bidding Bid Document Contract No: WEP3A

Particular Technical Specification 8

B2.2.7.9 Add new Sub Clause111.9 Substance 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 protective clothing or appliances to his workers, viz. earplugs, helmets or dust masks.

B2.2.7.10 Add new Sub Clause111.10 Damage to Existing road/CD Structures

Any structural damage caused to the existing roads/structures by the Contractor’s construction equipment shall be made good without any extra cost.

B2.2.7.11 Add new Sub Clause111.11 Use of Nuclear Gauges

Nuclear gauges shall be used only where permitted by the Engineer. The Contractor shall provide the Engineer with a copy of the regulations governing the safe use of nuclear gauges he intends to employ and shall abide by such regulations. Without written approval, no such equipment shall be used at any level of the work.

B2.2.7.12 Add new Sub Clause111.12 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.

B2.2.7.13 Add new Sub Clause111.13 Protection of Existing Trees

Some of the existing trees within the right of way are likely to be cut down by the Employer prior to handing over of the site to the Contractor. 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. Giant neighbourhood trees recognized locally as important shall be preserved and engineering designs modified to accommodate these wherever possible depending on Engineer’s directions.

B2.2.7.14 Add new Sub Clause111.14 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 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 shallow pits and periodically burnt in a incinerator 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. This section of Tech Spec sets out instructions, recommended standards and technical specifications for the design and implementation of EMP mitigation works associated with construction of roads.

Karnataka State Highways Improvement Project – II International Competitive Bidding Bid Document Contract No: WEP3A

Particular Technical Specification 9

Environmental Management Plan has been prepared for the Project road, which needs to be followed during the implementation of the civil works. The key responsibility of the contractor/sub-contractor will be the successful implementation of the EMP. In addition, he will update KSHIP on the progress of environmental protection and / or enhancement works as envisaged in the EMP. Execution of environmental mitigation measures meeting the requirement of Technical Specifications in conformity with applicable legislation will be the responsibility of the contractor. It shall also be accompanied with relevant documents (statements of compliance, certificates of compliance, test reports, etc.), evidencing their conformity with the statutory regulations.

Karnataka State Highways Improvement Project – II International Competitive Bidding Bid Document Contract No: WEP3A

Particular Technical Specification 10

111.14.1 DISPOSAL OF UNSERVICEABLE MATERIALS:

The locations of Disposal sites have to be selected such that: Locating the disposal sites is the sole responsibility of the contractor with the approval of

Engineer. Joint inspection of all disposal sites shall be done by Engineer and Contractor prior to

approval. No residential area are located downwind side of these locations, Disposal sites are located at least 1000 m away from sensitive locations like Settlements,

Water body notified forest areas, Sanctuaries or any other sensitive locations. Disposal sites do not contaminate any water sources, rivers etc for this site should be

located away from water body and disposal site should be lined properly to prevent infiltration of water.

Public perception about the location of debris disposal site has to be obtained before finalizing the location.

Permission from the Village/local community is to be obtained for the Disposal site selected.

Contractor will resolve all claims arising out of waste disposal at his own cost. Contractor shall utilize the suitable borrow areas, abandoned quarries and other waste land

for the debris disposal. Contractor needs to plan the disposal in the following way:

Identify the disposal area. Prepare a Contractors debris disposal plan with design drawings for each identified area

and get it approved by the Engineer. Need to photograph the present land use and condition of the area. Construct all required structures (e.g. retaining wall). The dumpsites filled only up to the ground level with compaction of the debris materials in

layers after disposal. The 30 cm top layer of disposal pit shall be provided with good earth suitable for

development of vegetation/plantation. After leveling, the site could be suitably rehabilitated by planting local species of grass

(turfing), shrubs and other plants as decided by the Engineer.

111.14.2 CONSTRUCTION OF WATER RECHARGE PITS:

Storm water recharge pits shall be located such that it should be in the valley of the surface layout near by cross drainage structures and other water bodies along the project road. Water recharge pits shall be located at an height of 3 m. above the ground water table of the area as per the Central Ground Water Board norms. Recharge pits are constructed by the side of the guiding drains such that all the storm water shall be directed to the recharge pit. Any proposal for change in number and location recharge pits by the contractor shall be checked and approved by the Engineer.

Karnataka State Highways Improvement Project – II International Competitive Bidding Bid Document Contract No: WEP3A

Particular Technical Specification 11

Pits, trenches, abandoned dug wells, recharge wells or abandoned bore wells shall be connected by the rain water harvesting system with the consent of the respective owner or as approved by the Engineer.

111.14.3 CONSTRUCTION OF SILT TRAPS: Silt fences shall be planned such that each recharge pit will have one silt fence to prevent silt from entering the nearest water bodies and also prevent choking of recharge pit by the silt coming from runoff water and increase the life of recharge pits. Silt fence are mounted in guiding drains at a distance of 3 to 5 M in the upstream direction depending on the gradient of the guiding drains. However any proposal for change in number and location silt fences by the contractor shall be checked and approved by the Engineer. Sand / silt removal facilities such as sand traps, silt traps and sediment basins should be provided to remove sand / silt particles from run-off.

111.14.4 SCARIFIED BITUMEN DISPOSAL PITS:

Scarified bitumen generated out of scarification of existing pavement is used for approach roads by mixing it with fresh bitumen or other granular materials to achieve the required strength followed by profiling and compaction. The left out portion of the scarified bitumen is disposed safely in a clay lined pit. or as directed and approved by the Engineer. A typical clay lined bitumen disposal pit with standard dimensions has been worked out. The dimension of the bitumen disposal pit may change provided the clay lining of required thickness is adhered to.

The selection of sites for disposal of scarified bitumen is made on following lines: Locating the bitumen disposal sites is the sole responsibility of the contractor with the

approval of Engineer. Selection of bitumen disposal site is avoided in the quarry regions. If the disposal site is

located in the abandoned quarry, region is suitably treatment seal the fractures and fissures.

Joint inspection of all disposal sites shall be done by Engineer and Contractor prior to approval.

Disposal sites shall be located at least 1000 m away from sensitive locations like Settlements, Water body notified forest areas, Sanctuaries or any other sensitive locations.

Disposal sites do not contaminate any water sources, rivers etc for this, site should be located away from water body and disposal site should be lined properly to prevent infiltration of water.

Public perception about the location of bitumen disposal site has to be obtained before finalizing the location.

Permission from the Village/local community is to be obtained for the Disposal site selected.

Contractor will resolve all claims arising out of waste disposal at his own cost. Contractor needs to plan the bitumen disposal in the following way:

Identify the disposal area.

Karnataka State Highways Improvement Project – II International Competitive Bidding Bid Document Contract No: WEP3A

Particular Technical Specification 12

Prepare a Contractors bitumen disposal plan with design drawings for each identified area and get it approved by the Engineer.

Need to photograph the present land use and condition of the area. Construct all required structures (e.g. retaining wall) along with clay lining and measures

to prevent the seepage of bitumen leachate. The dumpsites filled only up to the ground level with compaction of the materials in layers

after disposal. The 30 cm top layer of disposal pit shall be provided with good earth suitable for

development of vegetation/plantation. After leveling, the site could be suitably rehabilitated by planting local species of grass

(turfing), shrubs and other plants as decided by the Engineer and the supervision consultant.

111.14.5 PROVISION FOR OIL INTERCEPTORS:

Location of Oil Interceptors shall be considered such that each construction camp having refueling stations, oil and lubricants storage places will have one oil interceptor to stop & separate the floating oils. However the number of interceptors shall be increased as the situation demands or during the accidental spillages with the consent of the Engineer.

111.14.6 ENVIRONMENTAL MONITORING:

Environmental Monitoring of Air, Noise, Water and Soil parameters shall be carried by the contractor as per the consents and latest environmental norms, guidelines and policies of national and state level environmental authorities. The Contractor shall comply by all obligations and make sure that there are no deviations from them or from the Contract. Environmental standards for Air, Noise and water are outlined below.

1. Ambient Air Quality Standards (National)

Sl. No Pollutants

Time-weighted average

Concentration in ambient air

Method of measurement Industrial, Residential,

Rural & other Areas

Ecologically Sensitive Area

(notified by Central

Government 1 Sulphur Dioxide

(SO2) µg/m3 Annual* 50 20 - Improved West and Geake

- Ultraviolet Fluorescence 24 hours**

80 80

2 Nitrogen Dioxide (NO2) µg/m3

Annual* 40 30 - Modified Jacob &Hochheiser (Na-Arsenite)

- Chemiluminescence 24

hours** 80 80

3 Particulate Matter (size less than 10 µm or PM10 µg/m3

Annual* 60 60 - Gravimetric - TOEM - Beta attenuation

24 hours**

100 100

4 Particulate Matter (size less than 2.5 µm or PM2.5 µg/m3

Annual* 40 40 - Gravimetric - TOEM - Beta attenuation

24 hours**

60 60

5

Ozone (O3) µg/m3 8 hours** 100 100 - UV Photometric - Chemiluminescence - Chemical method

1 hour ** 180 180

6 Lead (Pb) µg/m3 Annual* 0.5 0.5 - ASS/ICP method after

Karnataka State Highways Improvement Project – II International Competitive Bidding Bid Document Contract No: WEP3A

Particular Technical Specification 13

24 hours**

1.0 1.0 sampling on EPM 2000 or equivalent filter paper

- ED-XRF using Teflon filter 7 Carbon Monoxide

(CO) mg/m3 8 hours** 02 02 - Non Dispersive Infra Red

(NDIR) 1 hour 04 04 - Spectroscopy

8 Ammonia (NH3) µg/m3

Annual* 100 100 - Chemiluminescence - Indophenol blue method 24

hours** 400 400

9 Benzene (C6 H6) µg/m3

Annual* 05 05 - Gas chromatography based on continuous analyser

- Adsorption and desorption followed by GC analysis

10 Bensol (O) Pyrene (BaP) – Particulate phase only ng/m3

Annual* 01 01 - Solvent extraction followed by HPLC/GC analysis

11 Arsenic (As) ng/m3

Annual* 06 06 - AAS/ICP method after sampling on EPM 2000 or equivalent filter paper

12 Nickel (Ni) ng/m3 Annual* 20 20 - AAS/ICP method after sampling on EPM 2000 or equivalent filter paper

* Annual Arithmetic mean of minimum 104 measurements in a year taken twice a week 24 hourly at uniform interval.

** 24 hourly/8 hourly values should be met 98% of the time in a year. However, 2% of the time, it may exceed but not on two consecutive days.

2. Water quality Standards (IS 10500: 1991) Sl. No. Parameter Requirement

desirable Limit Remarks

1 Colour 5 May be extended up to 50 if toxic substances are suspected

2 Turbidity 10 May be relaxed up to 25 in the absence of alternate

3 pH 6.5 to 8.5 May be relaxed up to 9.2 in the absence 4 Total Hardness 300 May be extended up to 600 5 Calcium as Ca 75 May be extended up to 200 6 Magnesium as Mg 30 May be extended up to 100 7 Copper as Cu 0.05 May be relaxed up to 1.5 8 Iron 0.3 May be extended up to 1 9 Manganese 0.1 May be extended up to 0.5

10 Chlorides 250 May be extended up to 1000 11 Sulphates 150 May be extended up to 400 12 Nitrates 45 No relaxation

13 Fluoride 0.6 to 1.2 If the limit is below 0.6 water should be rejected, Max. Limit is extended to 1.5

14 Phenols 0.001 May be relaxed up to 0.002 15 Mercury 0.001 No relaxation 16 Cadmium 0.01 No relaxation 17 Selenium 0.01 No relaxation 18 Arsenic 0.05 No relaxation 19 Cyanide 0.05 No relaxation 20 Lead 0.1 No relaxation 21 Zinc 5.0 May be extended up to 10.0 22 Anionic detergents (MBAS) 0.2 May be relaxed up to 1 23 Chromium as Cr+6 0.05 No relaxation 24 Poly nuclear aromatic -- --

Karnataka State Highways Improvement Project – II International Competitive Bidding Bid Document Contract No: WEP3A

Particular Technical Specification 14

Sl. No.

Parameter Requirement desirable Limit

Remarks Hydrocarbons

25 Mineral Oil 0.01 May be relaxed up to 0.03 26 Residual free Chlorine 0.2 Applicable only when water is chlorinated 27 Pesticides Absent -- 28 Radio active -- --

3. Ambient Noise Quality Standards in respect of Noise

Area code Category of Area / Zone Limits in dB(A) Leq*

Day Time Night Time (A) Industrial area 75 70 (B) Commercial area 65 55 (C) Residential area 55 45 (D) Silence Zone 50 40

Note:- 1. Day time shall mean from 6.00 a.m. to 10.00 p.m.

2. Night time shall mean from 10.00 p.m. to 6.00 a.m.

3. Silence zone is an area comprising not less than 100 metres around hospitals, educational institutions, courts, religious places or any other area which is declared as such by the competent authority

4. Mixed categories of areas may be declared as one of the four above mentioned categories by the competent authority.

* dB(A) Leq denotes the time weighted average of the level of sound in decibels on scale A which is relatable to human hearing.

A “decibel” is a unit in which noise is measured. “A”, in dB(A) Leq, denotes the frequency weighting in the measurement of noise and corresponds to frequency response characteristics of the human ear. Leq: It is an energy mean of the noise level over a specified period. Note :The Principal Rules were published in the Gazette of India, vide S.O. 123(E), dated 14.2.2000 and subsequently amended by the Noise Pollution (Regulation and Control) (Amendment) Rules, 2000 vide S.O. 1046(E), dated 22.11.2000 and by the Noise Pollution (Regulation and Control) (Amendment) Rules, 2002 vide S.O. 1088(E), dated 11.10.2002, under the Environment (Protection) Act, 1986.

B2.2.7.15 Add new Sub Clause111.15 as follows

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.

B2.2.7.16 Guidelines for Execution and Monitoring of Environmental Management Plan during execution as per Bill of Quantities Bill no. 11. Refer Appendix-II is provided along with this addendum

Karnataka State Highways Improvement Project – II International Competitive Bidding Bid Document Contract No: WEP3A

Particular Technical Specification 15

B2.2.8 CLAUSE 112ARRANGEMENT FOR TRAFFIC DURING CONSTRUCTION

B2.2.8.1 Replace the Sub Clause 112.1 of MORT&H with the following

The Contractor shall at all times carry out work on the highway in a manner creating least interference to the flow of traffic while consistent with the satisfactory execution of the same. For all works involving improvements to the existing highway, the Contractor shall, in accordance with the directives of the Engineer, provide and maintain, during execution of the work, a passage for traffic either along a part of the existing carriageway under improvement, or along a temporary diversion constructed close to the highway. The objective shall be to provide for the proper management of the construction site so that all road users, i.e. pedestrians, cyclists, motor cyclists, animals and animal drawn traffic and vehicular traffic are properly and safely accommodated. Two weeks before taking up any construction or maintenance operation/work, the Contractor shall prepare a Traffic Management Plan for each work zone and submit it to the Engineer for his prior approval. This plan should include inter alia.

(i) A qualified safety officer with support staff to serve as a site safety team (ii) Provision of traffic safety devices as per IRC SP:55 with the following specifications a) Signages of retro-reflective sheet of high intensity grade. b) Delineators in the form of cones/drums (300 to 500mm dia and 1000 mm high)

made of plastic/rubber having retro-reflective red and white band, at a spacing of 5m along with a reflective tape (red and white band) to be tied in between the gaps of cones/drums. A bulb using solar energy or other source of light is to be placed on the top of the cone/drum for delineation in dark hours and night.

c) Portable barricades using iron sheet (plain) with adequate iron railing /frame painted with retro-reflective paint in alternate yellow and white stripes.

d) Pavement markings Temporary fence/guard rail e) Temporary concrete barriers including special pedestrian barriers f) Construction zone signs covering advance warning zone, approach transition

zone, work zone, terminal transition zone. g) Other regulatory, warning and information signs h) Red lanterns or warning lights i) Provision of flagmen

(iii) Safety measures for workers engaged including personal Protection equipment (iv) First Aid and emergency response arrangements

(v) Details and drawings of arrangements in compliance with other sub clauses of this clause.

The Contractor shall ensure that all the traffic management devices as per Traffic Management Plan approved by the Engineer are in position before opening of sites of work.

B2.2.8.2 Replace the Sub Clause 112.2 of MORT&H with the following

112.2. Passage of Traffic along a part of the Existing Carriageway under improvement For widening / strengthening of existing carriageway where part width of the existing carriageway is

proposed to be used for passage of traffic, treated shoulders shall be ensured on the side on which work is not in progress. The shoulder shall consist of at least 150mm thick granular or stabilized base course covered with 20 mm thick open graded premix surfacing as per clause 511.1 in a width of at least 1.5m such that the total paved width available for traffic including part of the existing road and treated shoulder is not less than 5.5m and the surface shall be maintained throughout the period during which traffic uses the same to the satisfaction of the Engineer. The continuous length along one side of the road in which such work shall be carried out, would be

Karnataka State Highways Improvement Project – II International Competitive Bidding Bid Document Contract No: WEP3A

Particular Technical Specification 16

limited normally to 500 m at a place. However, where work is allowed by the Engineer in longer stretches passing places at least 20 m long with additional paved width of 2.5 m shall be provided at every 0.5 km interval.

In case of widening existing two-lane to four-lane, the additional two lanes would be constructed first and the traffic diverted to it and only thereafter the required treatment to the existing carriageway would be carried out. However, in case where on the request of the Contractor, work on existing two-lane carriageway is allowed by the Engineer with traffic using part of the existing carriageway, stipulations as in subpara above shall apply.

After obtaining permission of the Engineer, the treated shoulder shall be dismantled, the debris disposed of and the area cleared as per the direction of the Engineer

B2.2.8.3 Replace the Sub Clause 112.3 of MORT&H with the following

Sub Clause112.3 Passage of Traffic along a Temporary Diversion

In stretches where it is not possible to pass the traffic on part width of the carriageway, atemporary diversion shall be constructed with 5.5 m carriageway and 2.5 m earthen shoulders on each side (total width of roadway 10.5 m) with the following provision for road crust in the 5.5 m width:

(i) 200 mm (compacted) granular or stabilized subbase; (ii) 225 mm (compacted) granular base course; and (iii) 20 mm thick open graded premix surfacing as per clause 511.1

The use of fly ash in temporary diversions shall not be permitted.

The location of such stretches, alignment and longitudinal section of diversion including junctions and temporary cross drainage provision shall be as approved by the Engineer.

The Contractor shall be responsible for the design of temporary diversions and submit the designs to the Engineer for his approval. If the Contractor finds it necessary to construct part of any diversion outside the Right of Way, the temporary use of additional land shall be arranged for by the Contractor at his own risk and cost. Further as per Conditions of Contract, the Contractor shall indemnify the Employer and the Engineer against any claims or proceedings resulting from the occupancy and use of such areas of additional land. Any roadside trees that have to be removed for the construction of temporary diversions shall be at the responsibility and cost of the Contractor.

B2.2.8.4 Replace the Sub Clause 112.4 of MORT&H with the following

Sub Clause112.4 Traffic Safety and Control The Contractor shall take all necessary measures for the safety of traffic during construction and provide, erect and maintain such barricades, including signs, marking, flags, lights .and flagmen as per the Traffic Management Plan submitted by the Contractor and approved by the Engineer, referred to in Sub-Clause 112.1. Before taking up any construction, an agreed phased programme for the diversion of traffic on the highway shall be drawn up in consultation with the Engineer.

The barricades erected on either side of the carriageway / portion of the carriageway which is closed to traffic, shall be of strong design to resist violation, and painted with alternate black and white stripes. Red lanterns or warning lights of similar type shall be mounted on the barricades at night and kept lit throughout from sunset to sunrise.

At the points where traffic is to deviate from its normal path (whether on temporary diversion or part width of the carriageway) the channel for traffic shall be clearly marked with the aid of

Karnataka State Highways Improvement Project – II International Competitive Bidding Bid Document Contract No: WEP3A

Particular Technical Specification 17

pavement markings, painted drums or a similar device to the directions of the Engineer. At night, the passage shall be delineated with lanterns or other suitable light source.

One-way traffic operation shall be established whenever the traffic is to be passed over part of the carriageway inadequate for two-lane traffic. This shall be done with the help of temporary traffic signals or flagmen kept positioned on opposite sides during all hours. For regulation of traffic, the flagmen shall be equipped with red and green flags and lanterns/lights.

On both sides, suitable regulatory / warning signs as approved by the Engineer shall be installed for the guidance of road users. On each approach, at least two signs shall be put up, one close to the point where transition of carriageway begins and the other 120 m away. The signs shall be of approved design and of reflectory type, as directed by the. Engineer.

The Provisions made in Bill of Quantities (Bill.No.10.01 to 10.06) shall be the ceiling for the Contract during the Contract Period. The Additional claims due to damage and theft of the same shall be deemed incidental to works. No extra payment shall be made towards additional quantities for these bill items.

B2.2.8.4A Replace the Sub Clause 112.5 of MORT&H with the following Sub Clause 112.5 Maintenance of Diversions and Traffic Control Devices All the signs, delineators and pavement markings shall be maintained in a clean and bright condition at all times; and adequate lighting and other arrangements shall be maintained for proper visibility during the passage of the work area, till such time they are required and as directed by the Engineer. The temporary traveled way shall be kept free of dust by frequent applications of water.

B2.2.8.5 Replace the Sub Clause 112.6 of MORT&H with the following Sub Clause112.6 Measurements for Payment and Rate (i) All arrangements for traffic during construction including provision of temporary cross drainage structures, if required and treated shoulder as described in Clause 112.2 including their maintenance, dismantling and clearing debris, where necessary, shall be considered as incidental to the works and shall be the Contractor's responsibility, unless provided as a separate payable item in the BOQ.

(ii) The construction of temporary diversion including temporary cross drainage structures at the site of bridge reconstruction locations as described in Clause 112.3, shall be payable and measured in linear metre and the unit contract rate shall be inclusive of full compensation for construction (including supply of material, labour, tools, etc.), maintenance, final dismantling, and disposal.

B2.2.9 CLAUSE 114 SCOPE OF RATES FOR DIFFERENT ITEMS OF WORK

B2.2.9.1 Sub Clause 114.2 Item (ii) of Clause 114.2 shall read as follows:

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

Karnataka State Highways Improvement Project – II International Competitive Bidding Bid Document Contract No: WEP3A

Particular Technical Specification 18

B2.2.9.2 Sub Clause 114.2 Add the following as item (xvii) for sub-clause 114.2:

“The Contractor shall prepare detailed working drawings for each structure as required, on the basis of the drawings given in Bid Documents and get them approved by the Engineer. The drawings shall be submitted to the Engineer at least 8 weeks before commencement of construction of the structures”.

B2.2.9.3 Sub Clause 114.2 Add the following as item (xviii) for sub-clause 114.2:

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

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

The Contractor shall submit to the Engineer for approval & consent, the updated & revised programme at every six months interval or as such as directed by the Engineer. The updated & revised programme shall be submitted showing the actual progress achieved (physical & financial) and the effects of the progress achieved on the timing of the remaining work including any change to the sequence of the activities”.

B2.2.9.4 Sub Clause 114.2 Add the following as item (xix) in Sub-Clause 114.2

Cost of carrying out Topographic Surveys and Auto Level Surveys.

B2.2.9.5 Sub Clause 114.4 Add the following new Sub Clause 114.4

114.4 If any work executed by the Contractor does not meet the specifications, it shall be deemed as rejected. The Engineer, after obtaining approval of employer, may consider a proposal by the Contractor to retain an element or part of such work. The Contractor’s proposal shall be supported by calculations, drawings and other data to prove the soundness of the proposal and shall clearly describe the additional measures required to ensure the intended performance of the work. Rectification / remedial work to bring such work to acceptable standard shall be executed by Contractor at his cost.

B2.2.10 Clause 115. METHODOLOGY AND SEQUENCE OF WORK;

Delete Entire Clause 115 and replace with the following Sub Clause:

B2.2.10.1 Sub Clause 115.2 Approval of proprietary product/ process/ system

Only proprietary products proven by international usage in comparable projects shall be permitted to be used. Fully authenticated details of licensing and collaboration arrangement shall be submitted by the manufacturer, where relevant. Within 90 days of award of work the Contractor shall submit the following information for all proprietary products for approval by the Engineer.

i) Name of manufacturer of product/ process/ system. Complete details of the manufacturer of the product/ process/system shall be furnished. Details of projects where similar product/process/ system have been successfully used shall be furnished. Authenticated copies of license/ collaboration agreement shall be furnished.

Karnataka State Highways Improvement Project – II International Competitive Bidding Bid Document Contract No: WEP3A

Particular Technical Specification 19

ii) General features of the product/product process/ system. Detailed write-up with methods statement shall be furnished for each product/ process/ System. This shall include complete working drawings & installation drawings, technical specifications covering fabrication, materials, system of corrosion, protection etc.

iii) Details of product development and development testing.

iv) Acceptance test and criteria. Manufacturer shall submit a quality assurance system document. Details of acceptance test and criteria of acceptance shall be furnished in this document.

v) Installation procedure.

vi) Maintenance procedure and schedule.

vii) Warranty proposal.

The Engineer may order any additional tests required under relevant codal specifications for the purpose of accepting the product. The manufacturer shall make the facility for such additional tests available. The charges of these additional tests shall be borne by the Contractor

B2.2.10 .3 CLAUSE 116 CRUSHED STONE AGGREGATES

B2.2.10.3.1 Delete the Sub Clause 116 Add the following 116. Crushed Stone Aggregates Where the terms crushed gravel/shingle, crushed stone, broken stone, stone aggregate or aggregate appear in any part of the Tender document, Drawings issued for work, they refer to aggregates obtained through the use of Cone crusher, Vertical Shaft Impactor and vibratory screens of suitable capacity

B2.2.11 CLAUSE 120 FIELD LABORATORY

B2.2.11.1 Sub Clause 120.2 Delete both the paragraphs of Sub-Clause 121.2 and add new paragraphs as follows.

120.2 Description

The Contractor shall arrange to provide fully furnished and adequately equipped field laboratory. The field laboratory shall be located in close proximity to the Works site. It shall be provided with electricity supply, electrical wiring and points, all necessary electrical fittings and fixtures; potable water supply including pipes, pumps, storage tanks, plumbing, all necessary fittings and fixtures; septic tank, sewer lines, drains; surfaced access road; fencing and security lighting; security services etc.

The floor space requirement for the field laboratory shall be as indicated in the drawings. It shall include office space for the Materials Engineers, one from the Contractor's side and another from the Engineer's side, space for the installation of equipment, and space for other facilities. The field laboratory shall be fitted complete with laboratory equipment, laboratory tables and cupboards, wash basins, toilet facilities, curing tank around 4m x 2m x 1m in size for the curing of samples, a fume chamber, working platform area of about 1m x 10m against the walls, cupboards above and below the working platform, space for storage of accessories such as sample moulds, space for storage of samples etc. At least 4 racks of slotted angles and

Karnataka State Highways Improvement Project – II International Competitive Bidding Bid Document Contract No: WEP3A

Particular Technical Specification 20

M.S. sheets shall also be provided. The furnishing in each of two offices of the Materials Engineers shall include working tables and chairs.

B2.2.11.2 Sub Clause 120.3 Deletethe contents of Sub-clause 120.3 and add the following 120.3 Laboratory Equipment

The items of laboratory equipment to be provided by the Contractor shall include, but not be limited to, the following. Notwithstanding, the Contractor shall ensure that the laboratory is adequately equipped for site quality control of materials and Works.

120.3.1. General

(i) Drying Oven with minimum capacity of 700 litres – Electrically operated, thermostatically controlled, range up to 2000C sensitivity 10C (1.5 watts capacity)

2 Nos.

(ii) Platform balance 300 kg capacity 1 No.

(iii) Balance 20 kg capacity – self indicating type 1 No.

(iv) a) Electronic Balance 5 kg capacity accuracy 0.5 gm 2 Nos.

b) Electronic Balance 0.2 kg capacity accuracy 0.01 gm 2 Nos.

c) Electronic Balance 0.5 kg capacity accuracy 0.01 gm -

(v) Water bath – electrically operated and thermostatically controlled with adjustable shelves, sensitivity 10C, minimum capacity of 10 liters

1 No.

(vi) Thermometers:

a) Mercury-in-glass Thermometer range 00 to 2500C 4 No.

b) Portable dial – type Thermometer with 64mm diameter dial and 650mm long stem, range 50 to 2500c or Digital Asphalt Thermometer and probe

2 No.

(vii) Gas stove or electric hot plate 1 No.

(viii) Glassware’s, spatulas, wire enamel, steel scales, measuring tape, casseroles, karahis, pestle-mortar, porcelain dishes, gunny bags, plastic bags, chemicals, digging tools like pickaxes, shovels etc.

As required

(ix) Set of IS sieves with lid and pan:

450 mm diameter: 75mm, 63 mm, 53mm, 45mm, 37.5mm, 26.5mm, 22.4mm, 19.0mm, 13.2 mm, 11.2mm, 10.0mm, 9.5mm, 6.7mm, 5.6mm, 4.75mm, 3.35mm, 2.8mm, 1.4mm, 710microns, 355microns, 180microns, 90microns 200 mm diameter: 4.75mm, 2.36mm, 2.0 mm, 1.18mm, 600micron, 425 micron, 300micron, 150micron and 75micron

1 set 2 sets

(x) Kit for Water testing as per Clause 1010 1 set

(xi) First aid box 2 sets

(xii) Relevant IS/BS/IRC/ASTM/Asphalt Institute MS series Codes 1 set

Karnataka State Highways Improvement Project – II International Competitive Bidding Bid Document Contract No: WEP3A

Particular Technical Specification 21

of laboratory testing

(xiii) Personal Computer System (IBM/Compaq/HP/DELL) - Intel Pentium Dual Core 2.0 GHz with 400 MHz FSB - Intel Mother Board with Intel 850 Chip set - 1GB SD RAM - 1x 120 GB PCI – IDE Hard Disk - 58 X CD-ROM Drive - 17” TFT Colour Monitor - PS/2 Mouse with pad and Keyboard (107 keys) - Windows 2000 XP Professional preloaded with license - MS-Office 2000, MS-Project, Autocad-2000 preloaded

with license - 1x HP DeskJet 1280 Colour Printer

1 No.

120.3.2. For soils and aggregates

(i) Riffle Box of slot size 50mm as per ASTM C-136 1 No.

(ii) Atterberg Limits (liquid and plastic limits) determination apparatus as per IS:2720,( Part 4 )-1985

a) Casagrande Apparatus

b) Cone Penetrometer

2 sets 2 sets

(iii) a)Automatic Compactor b) Compaction Test Equipment for Heavy to the requirement of IS-T180 complete with color, base plate and 4.5kg rammer and standard compaction as per IS: 2720 (part 8) c) Wooden Mallets

1 set 2 sets 6 Nos.

(iv) In-situ Density Test apparatus

a) with 10cm diameter sand pouring cylinder, tray, can etc., complete as per IS:2720, (Part 28)-1974

2 sets

b) with 15cm diameter sand pouring cylinder, tray, can etc., complete to the requirement of ASTM:D 1556 and as per IS:2720, (Part 28)-1974

2 sets

(v) Speedy Moisture Meter complete with chemicals 1 set

(vi) Post – hole Auger with extensions, 10cm diameter 1 set (vii) Core cutter apparatus 10cm diameter, 10/12cm height,

complete with dolly, rammer etc. as per IS:2720, (Part 29)-1975

5 sets

(viii) Aggregate Impact Value Test apparatus/Los Angeles Abrasion Test apparatus as per IS:2386 (Part -4)or IS:5640 AND IS:2386 (Part-4)

1 set

(ix) Flakiness and Elongation Test Gauges as per B.S.812 1 set

(x) Standard measures of 30, 15 and 3 Liters capacity along with standard tamping rod

1 set

(xi) California Bearing Ratio test apparatus Motorized as per IS:2720, (Part 16)-1987

1 set

Karnataka State Highways Improvement Project – II International Competitive Bidding Bid Document Contract No: WEP3A

Particular Technical Specification 22

(xii) CBR Moulds, surcharge weight and accessories as per IS: 10074-1982 plus gauges for swell measurement

65 Nos.

(xiii) Triaxial Tests Equipment with Triaxial Cell, pressure gauge and accessories as per IS: 2720

1 set.

(xiv) Direct Shear Test as per IS 2720, (Part 13)-1986 and accessories

1 set

(xv) Sample Extractor to take soil samples from UDS Tubes 1 set. (xvi) 10% Fines value Test Moulds and Accessories for Aggregates

Testing as per BS:812(Part 111) 2 set

(xvii) Soundness Test Kits including Sodium sulphate of Magnesium sulphate as per IS: 383-1970

1 set

(xviii) 100 ml Measuring Jars to conduct Differential Free Swelling Tests as per IS: 2720- Part 40-1977

20 sets

(xix) Specific Gravity Bottles as per IS:2386 (Part-3)-1963 6 sets (xx) Swelling Pressure Test Equipment as per as per IS:2720, (Part

16)-1987 S sets

(xxi) Aggregate Crushing Strength Tests Moulds as per IS:2720 (Part16)-1987

2 sets

(xxii) Steel cups to determine Moisture Content 50 Nos. (xxiii) Sieve Shaking Machine – Motorized 1 Nos. (xxiv) MS / Steel Trays to store samples

1.5 x 1.5 x 1.5 ft 2 x 2 x 2 ft 3 x 3 x 3 ft

10 Nos. 10 Nos. 10 Nos.

120.3.3. For bitumen and bituminous mixes

(i)

Bitumen penetrometer automatic type including adjustable weight arrangement, and needles to the requirements of AASHTO : T – 49

1 Set

(ii) Ring and Ball Apparatus as per IS : 1205 – 1978 1 Set

(iii) Apparatus for Determination of Ductility Test as per IS 1208 – 1978

1 Set

(iv) Asphalt Institute Vacuum Viscometer as per IS : 1206 (Part II) – 1978 1 Set

(v) BS U–Tube Modified Reverse Flow Viscometer IS : 1206 (Part III) –1978 1 Set

(vi) Thin Film Oven Test apparatus to the requirements of AASHTO : T-179, including accessories

1 Set

(vii) Constant temperature bath for accommodating bitumen test specimen, electrically operated, and thermostatically controlled, stainless steel interior, 50 litre capacity, temperature range ambient to 80° C

1 No.

(viii) Riffle box – small size 1 No. (ix) Centrifuge type motorized bitumen extraction apparatus to the 1 set

Karnataka State Highways Improvement Project – II International Competitive Bidding Bid Document Contract No: WEP3A

Particular Technical Specification 23

requirements of AASHTO : T - 164 with stock of solvent & filter paper

(x) Marshall compaction apparatus to the requirements of AASHTO : 245 as per ASTM T 1559-62 and complete with electrically operated automatic loading unit, compaction pedestal, heating unit, head breaking assembly, flow meter, load transfer bar, specimen moulds 100 mm diameter with base plate, collars, specimen extractor, compaction hammer 4.53kg x 457 mm fall (excluding constantt temperature bath)

1 set

(xi) Core cutting machine with 15 cm diameter cutting cylinders with diamond cutting edge (including spares)

1 set

(xii) Vacuum pump and 3 specific gravity bottles 1 set (xiii) Split Air Conditioner (Carrier make of 1.5 Tonne capacity with

Temperature control facility) for Bitumen Lab in Laboratory building

1No.

(xiv) Apparatus of Determination of Specific Gravity Tests as per IS:1202-1978

2 Nos.

(xv) Water Soaking Tank (8 x 6 x 4 ft) 2 Nos.

(xvi) Apparatus for Determination of Loss on Heating IS : 1212-1978 1 Set (xvii) Bitumen laboratory mixer planetary action, 2 litre capacity,

including required accessories electrically operated and fitted with heating jacket 1 No.

(xviii) Dial type thermometer reading 0-200° C range, accuracy 2° C 2 Nos.

(xix) Pensky – Martens closed Tester for testing flash and fire point as per IS : 1209 – 1978 1 Set

(xx) Apparatus for Determination of water content (Dean and Shark Method) IS : 1211-1978 1 Set

(xxi) Viscocity Meter 1 No 120.3.4. For cement and cement concrete

(i) Vicat apparatus for testing setting times with plungers as per IS- 269-1968

1 set

(ii) Soundness testing apparatus for cement (Le Chatlier’s principle) 1 Set

(iii) Slump testing apparatus as per IS:1199 4 sets

(iv) Apparatus for Chemical Composition tests as per IS 8112-1989 & IS 12269

1 set

(v) Chemicals solutions and consumables

As reqd.

(vi) Chloride testing kit for chemical analysis of chloride content 1 No. (vii) ION exchange kit for rapid determination of sulphate content 1 No. (viii) Water still 1 No. (ix) Concrete permeability apparatus 1 Set

Karnataka State Highways Improvement Project – II International Competitive Bidding Bid Document Contract No: WEP3A

Particular Technical Specification 24

(x) Compression and Flexural strength testing machine of 200 tonne capacity with additional dial for flexural testing and adequate numbers of 15cm cube moulds, 15cm X 15cm X 75cm beam moulds, compacting hammer and other necessary accessories. As per IS 456

1 No.

(xi) Needle Vibrator 2 Nos. (xii) Vibrating hammer for vibrating dry mix as for Dry Lean

Cement concrete sub-base 1 No.

(xiii) 15 x 15 x15 cmsMoulds for testing CC cubes 30 Nos.

(xiv) 7 x 7 x 7 cmsMoulds to tests Cement Mortar 10 Nos. (xv) Apparatus of Determination of Specific gravity as per IS:8112-

1989 1 No.

Note: The item and their numbers listed above in this Clause shall be decided by the Engineer as per requirements of the Project and modified accordingly.

B2.2.11.3 Sub Clause 120.3.5 Add new sub clause 120.3.5 – Equipment for Control of Profile and Surface evenness

120.3.5. For control of Profile and Surface evenness

(i) String line arrangement for paving with sensor pavers 1 No. (ii) Z-250 profilometer or MERLIN for Calibrating Bump

Integrator 1 No. (iii) Towed Fifth Wheel Bump Integrator or Equivalent 1 No. (iv) Camber templates 2-lane/3-lane straight run cross-section as

approved by the Engineer 4 Sets. (v) Theodolite/Autolevel for checking levels on completed

pavement layers As reqd

B2.2.11.4 Sub Clause 121.3.6 Add new sub clause 120.3.6 as follows

120.3.6. Mobile Laboratory:

In addition to the field laboratory, the Contractor shall also provide a mobile laboratory should there be a requirement or should he choose to work in two separate Sections of the Works. The mobile laboratory shall be suitably equipped for conducting all necessary field quality control testing.

B2.2.11.5 Sub Clause 120.6 Delete the second paragraph of Sub-clause 120.6 and add the following

There shall not be separate payment with respect to costs associated with the setting up, operation and maintenance of the laboratory. The Contractor shall allow in his rates and prices for the setting up of the field laboratory including the land, building, utility services & connections, fittings, fixtures, furniture, laboratory equipment, external works, security fences, and all ancillary items; and operation and maintenance of the laboratory including utility services charges, consumables, security, and all ancillary items.

B2.2.12 CLAUSE 121 SUPPLY OF PROJECT RECORDS

Karnataka State Highways Improvement Project – II International Competitive Bidding Bid Document Contract No: WEP3A

Particular Technical Specification 25

B2.2.12.1 Sub Clause 121.2 Delete the Sub Clause 121.2Add the following

121.2 Description

The work consists of taking video films of important activities.

The Contractor shall arrange to make complete video coverage of the entire existing contract stretch before start of actual execution of work.

Video filming of important activities of the work as directed by the Engineer during the currency of the project shall be carried out and shown to Engineer.

Video filming of the substantially completed sections of the project.

Video filming of the project after final completion of the work.

Editing them to a video film of playing time not less than 60 minutes and up to 180 minutes as directed by the Engineer. It shall contain narration of the activities in English by a competent narrator. The edition of the video film and the script for narration shall be as approved by the engineer.

The video CDs / DVDs shall be of acceptable quality and the film shall be capable of producing colour pictures

B2.2.12.2 Sub Clause 121.3 Delete the Sub Clause 121.3Add the following 121.3 MEASUREMENT FOR PAYMENT The measurement shall be number of sets of edited VCDs each with four copies thereof

B2.2.12.3 Sub Clause 121.4 Delete the Sub Clause 121.4Add the following

121.4 RATES

The contract unit rate shall include all expenses for making video films with the help of a professionally competent photographer, editing, narration and supply the final edited master VCDs along with four copies thereof.

B2.2.13 Add new SUB CLAUSE 122 PLANTING OF TREE SAPLINGS AND SHRUBS

Add new clause 122 Planting of Tree Saplings and Shrubs 122.1 Scope

The work shall consist of providing, planting, protecting and maintaining roadside tree saplings and shrubs, all as described in these specifications.

122.2 Materials

122.2.1 Compost: shall be of well-decayed vegetable matter obtained in the dry state from sources approved by the Engineer. The compost shall be free from earth, stone, brickbats or other extraneous material and shall all pass a 16mm sieve before use.

122.2.2 Farmyard Manure:shall be well-decayed animal waste, free from earth, stone, brickbats or other extraneous material.

122.2.3 Oil Cake (Neam, Castor or Groundnut): shall be the residue after the extraction of oil and shall be free of other extraneous material.

122.2.4 Topsoilor agricultural soil: shall be organic soil of loamy texture free from kanaka, moorum, shingle, or other extraneous material and from clods or lumps of sizes bigger than 75mm. It shall have a pH value ranging between 6 to 8.5.

Karnataka State Highways Improvement Project – II International Competitive Bidding Bid Document Contract No: WEP3A

Particular Technical Specification 26

122.2.5 Tree Saplings: shall be at least three year old and shall consist of hardy indigenous tree species. Details of tree saplings proposed for use (species and proportion) shall be submitted to the Engineer for approval.

122.2.6 Shrubs: shall be local indigenous species suitable for hedge formation. Details of shrubs proposed for use (species and proportion) shall be submitted to the Engineer for approval.

122.2.7 Tree guards: shall be made of mild steel and shall be 500mm inside diameter, made up as follows:

(i) Uprights, 3 No., 2.0m long with an additional 5cm foot at one end at right angles, forming an L shape. To be made with 25x25x3mm angle section.

(ii) Framing rings, 3 No., 500mm inside diameter, in two sections, which can be bolted together (to allow future removal). To be made from 25x5mm flat section and suitable bolts and nuts.

(iii) Vertical bars, 15 No., 1.55m long by 6mm diameter.

The three uprights shall be equally spaced round the circumference, with the feet facing outwards, and shall be held in place by welding them inside the three framing rings, the rings being at heights of 700mm, 1200mm and 1700mm respectively above the feet of the uprights. The vertical bars shall also be welded to the inside of the rings, equally spaced around their circumference, with the top of each bar level with the top of the uprights. The entire tree guard shall be given two coats of paint over a prime coat, using paint of a brand and shade approved by the Engineer.

122.3 Planting Tree Saplings Planting of tree saplings shall only commence, with the agreement of the Engineer, when the weather conditions are suitable and disturbance by other construction activities is unlikely to occur. Tree saplings shall be planted, wherever possible, in a line on both sides of the road, at an average rate of 100 trees per km. Where there are roadside ditches the tree line shall be located beyond the ditches. The exact position of the tree line at each location shall be agreed with the Engineer and the proposed position of individual trees staked out and approved. For each tree sapling a hole 600mm diameter and 450mm deep shall be excavated. Any stones, roots and foreign matter in the excavated material shall be removed and disposed of and the rest saved for reuse after breaking up any clods greater than 75mm diameter. Topsoil or agricultural soil, in quantities required to replace discarded material, shall be brought and stacked at site by the Contractor.

In the bottom of each hole a 1:1 mixture of farmyard manure and oil cake shall be placed in a layer 50mm thick. The tree sapling shall be held in the center of the hole with the root bulb touching the bottom layer and the hole loosely back-filled around the sapling to about half the remaining depth of the hole. The backfill shall consist of the excavated soil plus added topsoil if required, first mixed with compost in the ratio of 10:1 by loose volume. A tree guard shall then be carefully lowered over the sapling into the hole and forced down into the loose backfill until it is firmly seated. The rest of the hole shall then be backfilled and the backfill copiously watered to cause it to settle and bed down. The final level of the backfill shall be between 50mm and 75mm below ground level.

122.4 Planting Shrubs Planting of shrubs shall only commence, with the agreement of the Engineer, when weather conditions are suitable, disturbance by other construction activities is unlikely to occur and work on the new tree line has been completed. Where there is sufficient space within the Road Reserve behind the tree line a band of shrubs shall be planted at the rate of approximately 800 shrubs per km in order to eventually form a hedge to discourage intrusion into the road reserve. The position and layout of the band of shrubs shall be

Karnataka State Highways Improvement Project – II International Competitive Bidding Bid Document Contract No: WEP3A

Particular Technical Specification 27

agreed with the Engineer. Shrub planting will be done in excavated holes of size appropriate to the type of shrub and the holes firmly back filled with excavated soil from which all stones, roots and foreign matter has been removed.

122.5 Maintenance

Trees saplings and shrubs shall be maintained until a Taking-Over Certificate has been issued by the Client for the section of road concerned. Maintenance shall include watering and weeding as and when necessary, protection, damage repair and replacement of all defective saplings and shrubs with others of similar species and age, all as instructed by the Engineer. Saplings and shrubs that become defective during the Defects Liability period shall be replaced by the Contractor.

122.6 Measurements

Planting of trees and shrubs shall be measured by number.

122.7 Rate The rate shall include the cost of all labour and materials involved in all the operations described above including the cost of maintenance and replacement.

B2.2.14 CLAUSE 123 AS-BUILT DRAWINGS

Add new clause 123 As-Built Drawings

The Contractor shall prepare and submit to the Engineer “as-built” drawings of the Construction Works covering every component, upon completion. The “as-built” drawings shall be prepared in A2 size. 2 sets of A2 size bound hardcopies on polyester film of quality to be approved by the Engineer and 1 set of electronic files on CD shall be submitted to the Engineer. Where the Construction Works is in Sections, “as-built” drawings shall be submitted for each Section as the Construction Works are completed for that Section. All costs associated with the preparation and submission of “as-built” drawings including the production of the stipulated number of sets of hardcopies and electronic files shall be deemed to be included in the rates and prices of items quoted by the Contractor in the Bill of Quantities.

B2.3 SECTION 200 SITE CLEARANCES.

B2.3.1 CLAUSE 201 CLEARING AND GRUBBING

B2.3.1.1 Sub Clause 201.1 Delete all Paragraphs in Sub-Clause 201.1 and add the following Paragraph.

This work shall consist of cutting, removing and disposing of all materials such as trees of girth up to 300mm, bushes, shrubs, stumps, roots, grass, weeds, top soil (all types of soils) not exceeding 150mm in thickness, rubbish etc., which in the opinion of the Engineer are unsuitable for incorporation in the works, from the area of road land containing road embankment, berms, drains, cross-drainage structures and such other areas as may be specified on the drawings or by the Engineer. It shall include necessary excavation by harrow discs or any other suitable equipment, back filling the excavated area up to a maximum depth of 150mm and also complete backfilling of pits resulting from uprooting of trees and stumps by suitable/approved soil and making the surface in proper grade by suitable equipment and compacted by power roller to required compaction as per Section 300, handling, salvaging, and disposal of cleared soil / materials. The work also includes keeping the cleared material in stock pile within the ROW not less than 500m in distance, keeping the stock pile till completion of bituminous work, re-using the top soil in turfing and disposal of unsuitable material.

Karnataka State Highways Improvement Project – II International Competitive Bidding Bid Document Contract No: WEP3A

Particular Technical Specification 28

Clearing and grubbing shall be performed in advance of earthwork operations and in accordance with the requirements of these specifications. Areas as well as depth requiring clearing and grubbing shall be determined by the Engineer. The Contractor shall ensure free flow of surface water / run-off in to the drains by way of clearing the topsoil between earthen shoulder edge / embankment edge and inner edge of the drain. If the topsoil is more than 150 mm in thickness and not exceeding 500 mm, then the additional thickness shall be graded off / removed to the required slope or as directed by the engineer and the cost for the additional cut is to be considered as incidental to the Clearing and Grubbing work. Clearing and grubbing work shall be considered incidental in Road way excavation and drains and shall not be measured and shall be deemed to have been included in the rates quoted for the earth work excavation.

B2.3.1.2 Sub Clause 201.3 Delete 3rdParagraph in Sub-Clause 201.3 and add the following

All Excavations below original ground level arising out of the clearing and grubbing and also for removal of trees, stumps, etc., shall be filled with suitable material and compacted thoroughly so as to make the surface fit for the next layers in accordance with the section 300 of Specifications

B2.3.1.3 Sub Clause 201.5 Delete 1st sentence in the 1stParagraph in Sub-Clause 201.5 and add the following sentence.

Clearing and grubbing for road embankment, drains and cross drainage structures shall be measured as areas in plan basis in terms of hectares

Delete Last sentence in the 1stParagraph in Sub-Clause 201.5 and add the following sentence

Cutting including removal of foundations of sign boards, hoarding boards, concrete posts, kilometre/hectometre stones, boundary stones, back filling to required compaction up to general original ground level and of any pits shall be measured and paid in respective item of BOQ

B2.3.1.4 Sub Clause 201.6 Delete last sentence in the 1stParagraph in Sub-Clause 201.6.1 and add the following sentence.

These will also include removal of stumps of trees less than 300 mm in girth as well as stumps of any girth size left over after cutting of trees carried out by another agency either before execution or during execution, excavation and back filling to required density, where necessary and handling, salvaging, piling and disposing of the cleared materials with all lead and lifts.

B2.3.1.5 Delete all Paragraphs in Sub-Clause 201.6.2 and add the following paragraph.

201.6.2 The Contract unit rate for cutting (including removal of stumps and roots) of trees of girth above 300 mm shall include excavation and backfilling to required compaction, handling, salvaging, piling and disposing of the cleared materials with all lifts and up to a lead of 10000 m.

B2.3.2 CLAUSE 202 DISMANTLING CULVERTS, BRIDGES AND OTHER STRUCTURES/PAVEMENTS

B2.3.2.1 Sub Clause 202.3 Dismantling of Pavement – Add at the end of 2nd paragraph as follows”

Karnataka State Highways Improvement Project – II International Competitive Bidding Bid Document Contract No: WEP3A

Particular Technical Specification 29

“The existing bituminous pavement surface, base and sub-base courses shall be removed by ripping, pavement breaker or any other suitable equipment, or any other suitable means as approved by the Engineer.

Dismantling of existing base, sub-base and surface courses shall be measured by taking cross-sections at 200 m intervals before dismantling by making 30 cm wide trench in full width and depth and computing the volumes in cum. by the method of average cross-sectional areas".

B2.3.2.2 Sub Clause 202.4 Delete the Sub Clause 202.4 and add the following 202.4 Back Filling Holes and depressions caused by dismantling operations encountered in the alignment shall be backfilled with Granular material/Sand and compacted to required density as directed by the Engineer

B2.3.2.3 Sub Clause 202.7 Delete all Paragraphs in Sub-Clause 202.7 and add the following Paragraph. 202.7. Rates

The Contract unit rates for the various items of dismantling shall be paid in full for carrying out the required operations including full compensation for all labour, materials, tools, equipment, safeguards and incidentals necessary to complete the work. These will also include excavation and back filling where necessary to the required compaction and for handling, salvaging, piling and disposing of the dismantled materials within all lead and lifts..

B2.4 SECTION 300 EARTHWORK, EROSION CONTROL AND DRAINAGE

B2.4.1 CLAUSE 301 EXCAVATION FOR ROADWAY AND DRAINS

B2.4.1.1 Sub Clause 301.1 Scope

Insert the following between the words “roadway” and “side drains” in the second line: “road shoulders/paved shoulders, verge, medians,”

Karnataka State Highways Improvement Project – II International Competitive Bidding Bid Document Contract No: WEP3A

Particular Technical Specification 30

B2.4.1.2 Sub Clause 301.2Add the following sentence (g) after (f)

(d) Hard Rock (requiring controlled blasting)

Hard rock requiring blasting as described under (c) but where blasting would damage abutting structures like building, bridge foundations, etc. and excavation has to be carried out by controlled blasting without causing any detrimental damage to near by structures and in accordance with Additional Technical Specifications A-4. The excavated material shall be stacked with all leads and lifts to the place shown and as directed by the Engineer and shall be handed over to the Authorities as directed by the Engineer

B2.4.1.3 Sub Clause 301.3 Delete Sub-clause 301.3.7 and add the following

301.3.7 In works involving widening of existing pavements or providing paved shoulders, the existing paved shoulders/hard shoulder/earthen shoulders/verge/median shall be removed to required width and to levels as shown on drawings or as indicated by the Engineer, preparation of cut formation as per clause 305 supporting subgrade/embankment. Method of benching shall be followed with each successive top layer of existing pavement crust cut at least 250 mm wider than the bottom layer. While doing so care shall be taken to see that no portion of the existing pavement designated for retention is loosened or disturbed. If the existing pavement gets disturbed or loosened, it shall be dismantled and cut to a regular shape with side vertical and the disturbed/loosened portion be removed completely and re-laid as directed by the Engineer, at the cost of the Contractor.

Existing material to a depth of 500mm or more below the bottom of the sub base shall be checked for the following criteria in order to retain the same material as subgrade below the sub base layer

1. 4 day soaked CBR in compliance with specification shall not be less than the design CBR as stipulated in drawings

2. The relative density of the existing subgrade material shall comply with the specified density requirement as given in Table 300-2 of MORT&H specifications

If the existing material having 4 day soaked CBR value more or equal to design CBR value and does not comply with the density requirement, then the same shall be loosened to a depth of 500mm and compacted in layers in accordance with the requirements Clause of 305 Any unsuitable material encountered in this portion of subgrade shall be removed and replaced with suitable material and compacted in accordance with Clause 305.

B2.4.1.4 Delete all the paragraphs in Sub-clause 301.3.11 and add the following paragraphs in place of the above

301.3.11. Disposal of excavated materials: All the excavated materials shall be the property of the Employer. The material obtained from the excavation of the roadway, shoulders, verges, drains, cross-drainage works etc., shall be used for filling up of (i) roadway embankment, (ii) the existing pits in the right-of-way and (iii) for landscaping of the roads as directed by the Engineer, including levelling and spreading with all lifts and lead and lifts and no extra payment shall be made for the same. All Environmentally hazardous material viz. dismantled/scarified existing bituminous layers and existing road base material mixed with bituminous layer obtained due to excavation shall be disposed by environmentally acceptable practice in accordance with

Karnataka State Highways Improvement Project – II International Competitive Bidding Bid Document Contract No: WEP3A

Particular Technical Specification 31

the Implementation of Environmental Management Action Plan as per contract (Bill of Quantities, Bill No.11, provisions). All hard materials, such as hard moorum, rubble etc., not intended for use as above shall be stacked neatly on specified land as directed by the Engineer with all lead and lifts.. Unsuitable and surplus material not intended for use within the lead specified above shall also, if necessary, be transported with all lead and lifts as directed by the Engineer. Unsuitable and surplus material, which, in the opinion of the Engineer cannot be used in the works, shall be removed from site by the Contractor and disposed of at the nearest dip or other approved location with all lifts and leads in accordance with contract Provisions.

B2.4.1.5 Sub Clause 301.6 Preparation of Cut Formation

B2.4.1.6 Sub Clause 301.9 Delete the item (ii) in Sub-clause 301.9.1 and add the following in place of the above

(ii) transporting the excavated material and depositing the same on sites of embankments, spoil banks or staking as directed with all lead and lifts.;

B2.4.2 CLAUSE 304 EXCAVATION FOR STRUCTURES

B2.4.2.1 Sub Clause 304.3 Delete the words “or cut slopes to a safer angle or both” from 6th line of the 1st paragraph in Sub-clause 304.3.2 and add the following paragraph at the end

As the existing open foundations are close by, no cut slopes will be permitted for the excavation of the new foundation trenches. The length and width of excavation for open foundations shall be as per the detailed drawings issued for construction any additional width and length shall be deemed as incidental. In case where new foundations are not joined with the existing foundations cofferdams to the sufficient depth shall be driven around the new foundation and the excavation shall proceed.

B2.4.3 CLAUSE 305 EMBANKMENT CONSTRUCTION

B2.4.3.1 Sub Clause 305.1 Add thefollowing at the end of sub clause 305.1.1

A site trial shall be performed in accordance with Sub Clause 901.16 of these Specifications.

B2.4.3.2 Sub Clause 305.2 Delete sentence (e) in Sub-clause 305.2.1.1 and add the following sentence

(e)Clayey soils and other soils having liquid limit exceeding 40 and plasticity index exceeding 18;

B2.4.3.3 Delete the Sub-clause 305.2.1.2 and add the following Sub Clause

305.2.1.2 Expansive soils such as CH, MH or OH exhibiting marked swell and shrinkage properties (‘free swelling index’ exceeding 50 per cent when tested as per IS: 2720-Part 40) shall not be used in construction of any subgrade or embankment

B2.4.3.4 Delete the Sub-clause 305.2.1.4 and add the following Sub Clause 305.2.1.4 The size of the coarse material in the mixture of earth shall ordinarily not exceed 75 mm when being placed in the embankment and 50 mm when placed in the subgrade. The maximum particle, size shall not be more than two-thirds of the compacted layer thickness. The material to be used in Subgrade should satisfy the

Karnataka State Highways Improvement Project – II International Competitive Bidding Bid Document Contract No: WEP3A

Particular Technical Specification 32

requirement of 4 day soaked design CBR of 10%, when tested as per IS: 2720 (Part 16) at 97% maximum dry density (IS: 2720 (Part 8)-1983)

B2.4.3.5 Sub Clause 305.2.1.5 Delete the table 300.1 below 305.2.1.5 and add the following table

Sl. No. Type of Work

Engineering Properties of sample remoulded as per IS 2720 (Part 8) Max dry density (gm/cc)

1. Embankment upto 3meters height, not subjected to extensive flooding

Not less than 1.65

2. Embankment exceeding 3meters height or embankments of any height subject to long periods of inundation.

Not less than 1.75

3. Subgrade and earthen shoulders/verge/backfill

Not less than 1.85

Replace the note (3) below the Table 300-1 by the following.

The material to be used in the Subgrade shall have a 4-day soaked CBR as specified, when compacted to the density requirements of Table 300-2, not less than the design CBR stipulated in the drawings.

B2.4.3.6 Delete last sentence” It shall be ensured that the subgrade material … … … … … … … design CBR value of the subgrade” in 7th paragraph (page-71) in Sub-clause 305.2.2.4 and add the following sentence “When compacted to the density requirements of Table 300-2, the material used for the construction of the Subgrade and shoulder fill shall have a 4-day soaked CBR as specified, not less than the design CBR stipulated in the drawings.

B2.4.3.7 Sub Clause 305.3 Delete the 1st paragraph in Sub-clause 305.3.4 and add the following paragraph 305.3.4. Compacting ground supporting embankment/subgrade: Where necessary the original ground shall be leveled, scarified, mixed with water and then compacted by rolling to facilitate placement of first layer of embankment so as to achieve minimum dry density as given in Table 300-2.

B2.4.3.8 Add the following paragraph at the end of 2nd Paragraph in Sub Clause 305.3.4 Backfilling layers in pits, trenches and below the original ground are to be compacted to the relative natural ground density. The natural ground density shall be determined by conducting field density tests at three widely spaced locations along the central line of the proposed carriageway at a depth in between 0.5m to 1.0m. Samples of natural ground are collected at each location, and are tested in accordance with IS: 2720 (Part 8). The relative density (i.e. the percentage of the field dry density to the laboratory maximum dry density) is assessed for each sample, and the greatest relative density obtained is selected as the “natural ground density”. If the natural ground density is less than 85% then these are to be compacted after necessary watering so as to achieve not less than 85% of relative compaction”. Where necessary to facilitate compaction of the subgrade to 97% relative compaction as stated above, a further depth of maximum thickness of 0.2m shall be loosened, watered and

Karnataka State Highways Improvement Project – II International Competitive Bidding Bid Document Contract No: WEP3A

Particular Technical Specification 33

compacted in accordance with Sub Clause 305.3.5 and 305.3.6 to not less than 95% of dry density determined in accordance with IS: 2720(Part-I).

B2.4.3.9 Sub Clause 305.3.6 Delete second paragraph under Sub-clause 305.3.6 and add the following paragraph

Vibratory roller of not less than 8-10 tonne static weight with plain or pad foot drum or pneumatic tyre roller of 15-30 tonne weight having tyre pressure of at least 7 kg/sq.cm shall be used for compaction.

B2.4.3.10 Sub Clause 305.4.3 Delete Sub-clause 305.4.3 and add the following paragraph

305.4.3 Earthwork over existing road surface

Where the embankment/ subgrade is to be placed over an existing road surface, the work shall be carried out as indicated below:

(i) If the existing road surface is of granular or bituminous type and lies within 500 mm of the top of new subgrade, the existing surface shall be scarified to a depth of 50 mm, or more if specified, so as to provide ample bond between the old and new material. After scarification, the ground shall be prepared in accordance with Sub-Clause 305.3.4.

(ii) If the existing road surface is of granular or bituminous type and lies more than 500mm below the top of new subgrade, the existing surface shall be permitted to stay in place without any modification.

(iii) If the existing road surface is of cement concrete type and lies within 1 m of the top of new subgrade, the same shall be removed completely.

B2.4.3.11 Sub Clause 305.5 Delete the entire paragraph in Sub-clause 305.5 and add the following paragraph

305.5 Plying of Traffic

No vehicular traffic of any kind shall be permitted to use the prepared surface of the embankment and/or subgrade except the construction equipment/machinery and trucks/dumpers carrying the materials, required for the next layer of construction.

B2.4.3.12 Sub Clause 305.7 Subgrade Strength Delete Sub Clause 305.7.1 and replace with the following paragraph

It shall be ensured prior to actual execution that the borrow material or material brought from road way excavation to be used in sub-grade has a CBR not less than the design CBR specified in the Drawings when tested on specimens compacted at 97% MDD and soaked in water for 4 days.

B2.4.3.13 Sub Clause 305.8 Delete the 1st paragraph in Sub-clause 305.8 and add the following paragraph

Earth embankment/sub-grade construction shall be measured separately by taking cross sections at intervals after clearing and grubbing and if necessary compaction of original ground before the embankment work starts and after its completion and computing the volumes of earthwork in cubic metres by the method of average and areas basis

B2.4.3.14 Sub Clause 306.4 Add the following paragraph at the end in Sub-clause 306.4

Karnataka State Highways Improvement Project – II International Competitive Bidding Bid Document Contract No: WEP3A

Particular Technical Specification 34

However, all temporary sedimentation and pollution control works shall be deemed as incidental to the earthwork and other items of work and, as such, no separate payment shall be made for the same

B2.4.4 CLAUSE 314 LINED SIDE DRAINS

B2.4.4.1 Add the following as new Clause 314 Lined side drains shall be constructed true to the drawings

B2.5 SECTION 400 SUB-BASES, BASES (NON-BITUMINOUS) AND SHOULDERS

B2.5.1 CLAUSE 401 GRANULAR SUB-BASE

B2.5.1.1 Sub Clause 401.1 Delete theSub-Clause 401.1 and add the following Sub Clause

401.1. Scope This work shall consist of laying and compacting well-graded material on prepared subgrade in accordance with the requirements of the Specifications. The material shall be laid in one or more layers as granular sub-base. The lower sub-base layer of minimum 100mm thickness shall be extended upto the proposed road embankment side slopes. The granular sub-base material shall be prepared in a mechanical mixing plant and laid in uniform layers with mechanical paver or motor grader, and compacted with vibratory power rollers to lines, grades and cross-sections shown on the drawings or as directed by the Engineer.

B2.5.1.2 Sub Clause 401.2 Delete all Paragraphs in Sub-Clause 401.2.1 and add the following Paragraph.

401.2.1 The material to be used for the work shall be crushed stone conforming to the physical requirements stipulated in Sub-Clause 401.2.2. The material shall be free from organic or other deleterious constituents and conform to Grading-I, determined by wet sieve analysis, as set out in Table 400-2.

B2.5.1.3 Sub Clause 401.2 Delete the last sentence of Sub-Clause 401.2.2 and add the following Paragraph.

CBR of the material when tested in accordance with IS-2720 (part-16) on specimens compacted 98% MDD and soaked in water for 4 days shall not be less than 30%.

B2.5.1.4 Add the following Note at the end of the paragraphs

Note: The material passing 425 micron (0.425 mm) sieve by wet sieving for all the three gradings, when tested according to IS: 2720 (part-5) shall have Liquid Limit not exceeding 25% and Plasticity Index ZERO (i.e., NON-PLASTIC).

B2.5.1.5 Sub Clause 401.4 Add the following paragraphs at the end of the 1st paragraph of Sub-Clause 401.3.1: Preparation of Subgrade

Where the existing pavement is to be overlaid by a granular base/ sub-base and embankment (i.e. new subgrade depth) of less than 500 mm total thickness then the pavement shall be scarified in accordance with Sub Clause 501.8.3.2. Where the existing pavement contains multiple bituminous layers the scarification shall be to the underside of the lowest bituminous layer. The Contractor will verify that all bituminous layers have been removed using appropriate methods approved by the Engineer. The bituminous

Karnataka State Highways Improvement Project – II International Competitive Bidding Bid Document Contract No: WEP3A

Particular Technical Specification 35

surfacing material removed from the existing pavement may be used in other parts of the works as directed by Engineer provided it complies with the relevant specification clauses.

After scarification and removal to the satisfaction of the Engineer of the bitumen surface from the existing pavement to be overlaid, the surface shall be lightly sprinkled with water if necessary and rolled with three passes of an 8-10 Ton smooth wheeled roller. The existing pavement shall then be proof rolled with a 8 tonne single drum vibrating roller in the presence of the Engineer who shall determine of the surface for overlay.

B2.5.1.6 Sub Clause 401.6 Add the following sentence at the end of the Sub-Clause 401.6 No vehicular traffic of any kind shall be permitted to use the finished surface of the Granular Sub-Base except the construction equipment/machinery and trucks/dumpers carrying the materials, required for the next layer of construction.

B2.5.2 CLAUSE 406 WET MIX MACADAM SUB-BASE/BASE

B2.5.2.1 Sub Clause 406.1 Delete theSub-Clause 406.1 and add the following Sub Clause 406.1. Scope

This work shall consist of laying and compacting clean, crushed, graded aggregate and granular material, premixed with water, to a dense mass on a prepared subgrade/sub-base/base or existing pavement as the case may be in accordance with the requirements of these Specifications. The material shall be laid by paver finisher in two uniform layers as necessary to lines, grades and cross-sections shown on the approved drawings or as directed by the Engineer.

The thickness of a single compacted Wet Mix Macadam layer shall not be less than 75 mm. When vibrating or other approved types of compacting equipment are used, the compacted depth of a single layer of the sub-base course may be increased up to 150 mm upon approval of the Engineer.

B2.5.2.2 Sub Clause 406.2 Under Sub-Clause 406.2.1.1 Physical requirements

Delete 2nd Sentence in 1st Paragraph in the Sub Clause 406.2.1.1 and replace with the following Sentence

The constituents of the aggregates shall be produced by a multiple stage crushing and screening plant (Impact or Cone type of Crusher) and, unless otherwise instructed by the Engineer, crushing shall be carried out in at least two stages. The fraction of material passing through 4.75mm sieve shall be crusher run screening only.

B2.5.2.3 Add the following Paragraph at the end of 1st Paragraph in the Sub Clause 406.2.1.1

Soundness test shall be carried out in accordance with IS: 2386 (Part- 5), 1963. The average loss of weight of coarse aggregate after 5 cycles shall not exceed 12% when tested with sodium sulphate and 18% when tested with magnesium sulphate as specified in IS: 383-1970

B2.5.2.4 Sub-Clause 406.2.1.2 Delete the sentence below table 400-13 “Materials finer than …….” and add the following in place of the deleted sentence

Materials passing 425 micron sieve when tested according to IS: 2720 (part-5) shall have Plasticity Index ZERO (i.e. NON-PLASTIC).

Karnataka State Highways Improvement Project – II International Competitive Bidding Bid Document Contract No: WEP3A

Particular Technical Specification 36

B2.5.2.5 Delete the words” IS 2386 (part-1)” in Table 400-12, under the column head “Test Method”, in the row numbered as 2. Combined Flakiness and Elongation Index (Total)

B2.5.2.6 Add the words” IS 2386 (part – 1) – 1963 as amended in 1991” in place of the above deleted word.

B2.5.2.7 Sub Clause 406.3 Delete the 1st sentence of 2nd paragraph in Sub-Clause 406.3.4 and add the following in place of the deleted sentence.

The mix shall be laid by paver finisher. Motor graders shall be used, subject to the approval of the Engineer, in work operations for remedying high and low spots.

B2.5.2.8 Sub Clause 406.3 Delete the 1st Paragraph in Sub-Clause 406.3.5 and add the following Paragraph

406.3.5. Compaction: After the mix has been laid to the required thickness, grade and cross fall/camber the same shall be uniformly compacted to the full depth with suitable roller. For a compacted single layer of up to 150 mm, the compaction shall be done with the help of vibratory roller of minimum static weight of 80 to 100 kN or equivalent capacity roller. The speed of the roller shall not exceed 5 km/h.

B2.5.2.9 Sub Clause 406.3 Delete 8th paragraph of Sub Clause 406.3.5. and add the following Rolling shall be continued till the density achieved over the full thickness of the material laid is at least 98% of the maximum dry density as determined by the method outlined in IS:2720 (part 8) and satisfies the requirements of Sub Clause 903.3.

B2.5.2.10 Sub Clause 406.4 Delete all Paragraphs in Sub-Clause 406.4 and add the following Paragraph

406.4. Opening to Traffic No vehicular traffic of any kind shall be permitted to use the finished surface of the Wet Mix Macadam except the construction equipment/machinery and trucks/dumpers carrying the materials, required for the next layer of construction.

B2.6 SECTION 500 BASE AND SURFACE COURSES (BITUMINOUS)

B2.6.1 CLAUSE 501 GENERAL REQUIREMENTS FOR BITUMINOUS PAVEMENT LAYERS

B2.6.1.1 Sub Clause 501.2 Delete the 1st Paragraph in Clause 501.2.2 and add the following in place of above

501.2.2. Coarse Aggregates: The coarse aggregates shall consist of crushed rock and shall be obtained through the use of cone crusher, vertical shaft impactor and vibratory screens of suitable capacity. They shall be clean, hard, and durable, of cubical shape, free from dust and soft or friable matter, organic or other deleterious matter. Where the Contractor’s selected source of aggregates have poor affinity for bitumen, as a condition for the approval of that source, the bitumen shall be treated with approved anti-stripping agents, as per the manufacturer’s recommendations, without additional payment. Before approval of the source the aggregates shall be tested for stripping.

B2.6.1.2 Sub Clause 501.3 Para 1, Line 3 and 4, replace the word, “Adequate Capacity” with “Hot mix plant of Batch Mix type of minimum capacity of 100 T per hour.”

Karnataka State Highways Improvement Project – II International Competitive Bidding Bid Document Contract No: WEP3A

Particular Technical Specification 37

501.3 Mixing: Pre-mixed bituminous materials, including bituminous macadam, dense bituminous macadam, semi-dense bituminous concrete and bituminous concrete, shall be prepared in a hot mix plant of Batch Mix type of minimum capacity of 100 T per hour and capable of yielding a mix of proper and uniform quality with thoroughly coated aggregates. In order to ensure uniform quality of the mix and better coating of aggregates, the hot mix plant shall be calibrated from time to time.

B2.6.1.3 Sub Clause 501.6 Delete the last two sentences in 2nd Paragraph in Clause 501.6 and add the following in place of above

The intermediate rolling shall be done with a smooth wheeled tandem vibratory roller of 8-10 tonne weight followed by a pneumatic tyred roller of 12-15 tonnes weight having nine wheels, with a tyre pressure of at least 5.6 kg /sq. cm. The finish rolling shall be done with 8 -10 tonnes smooth wheeled tandem rollers

B2.6.1.4 Delete the last two sentences in last Paragraph in Clause 501.6 and add the following in place of above

Only minimum required moisture to prevent adhesion between the wheels of rollers and the bituminous mix should be used. Surplus water shall not be allowed to fall on the bituminous layer during rolling on the partially compacted pavement layer.

B2.6.1.5 Sub Clause 501.6 Add the following paragraph at the end of the Clause 501.6

First set of rolling operations or the break down rolling using heavy rollers should be started as soon as possible after the paver has laid sufficient length of the bituminous mix and the mix has just cooled enough to prevent formation of waves during the rolling operation. After the break down rolling, the intermediate rolling operations may be carried out using vibratory rollers or pneumatic tyred rollers, or both. The final rolling and finishing may be carried out using smooth wheeled tandem roller, until the roller marks are not formed. Final rolling should be completed before the temperature of the bituminous mixes fall below 100 oC.

B2.6.2 CLAUSE 502 PRIME COAT OVER GRANULAR BASE

B2.6.2.1 Sub Clause 502.2 Delete all the Paragraphs and Sub-Clauses in Clause 502.2 and add the following in place of above

502.2 Materials

502.2.1 Primer: The choice of a bituminous primer shall depend upon the porosity characteristics of the surface to be primed as classified below:

(i) Surfaces of low porosity (ii) Surfaces of medium porosity; such as wet mix macadam, water bound macadam

and cement stabilised soil base, (iii) Surfaces of high porosity; such as a gravel base.

502.2.2 Primer viscosity: The type and viscosity of the primer shall comply with the requirements of IS: 8887, as sampled and tested for bituminous primer in accordance with these standards. Guidance on viscosity and rate of spray is given in Table 500-1(3).

TABLE 500-1(3). VISCOSITY REQUIREMENT AND QUANTITY OF

BITUMINOUS PRIMER

Karnataka State Highways Improvement Project – II International Competitive Bidding Bid Document Contract No: WEP3A

Particular Technical Specification 38

Type of surface Kinematic Viscosity of Primer at 60°C

Quantity per 10 Sq.m.

(Centistokes) (kg)

Low porosity 30 – 60 6 to 9

Medium / High porosity 140 – 500 12 to 15

B2.6.2.2 502.2.3 Choice of primer: The primer shall be bitumen emulsion, complying with IS: 8887 of a type and grade CSS-1 or as directed by the Engineer. The use of medium curing cutback MC-70 as per IS 2117 shall be restricted only for emergency applications as directed by the Engineer.

B2.6.2.3 503 Tack Coat: Over the primed base course layer, tack coat shall be applied, if required, only as per the instructions of the Engineer.

B2.6.2.4 Sub Clause 502.8 Delete all the Paragraphs in Clause 502.8 and add the following in place of above 502.8. Rate The contract unit rate for prime coat with adjustments as described in Clause 502.7 shall be payment in full for carrying out the required operations including full compensation for all components listed in Clause 401.8 (i) to (v) and as applicable to the work specified in these Specifications.

B2.6.3 CLAUSE 503 TACK COAT

B2.6.3.1 Sub Clause 503.4 Delete all Paragraphs in Sub-Clause 503.4.1 and add the following in place of above 503.4.1 Equipment: The tack coat distributor shall be a self-propelled or towed bitumen pressure sprayer, equipped for heating and spraying the material uniformly at the specified temperature and rate of spread. Hand spraying of small areas, inaccessible to the distributor, or in narrow strips, shall be sprayed with a pressure hand sprayer, or as directed by the Engineer.

B2.6.3.2 Delete Table 500.5 in Sub-Clause 503.4.3 and add the following in place of above

TABLE 500-3. RATE OF APPLICATION OF TACK COAT

Type Surface Qty. of liquid bituminous material (Kg per sq. m. area)

i) Normal bituminous surfaces 0.20 to 0.25 ii) Dry and hungry bituminous surfaces 0.25 to 0.30 iii) Granular surfaces treated with primer 0.25 to 0.30 iv) Non bituminous surfaces Cement concrete pavement 0.30 to 0.35

B2.6.3.3 Sub Clause 503.4.3 add the following after the paragraph

Where the material to receive an overlay is a freshly laid bituminous layer that has not been subjected to traffic or contaminated by dust, tack coat is not mandatory where the overlay is completed within two days and shall be as directed by the Engineer.

Karnataka State Highways Improvement Project – II International Competitive Bidding Bid Document Contract No: WEP3A

Particular Technical Specification 39

The tack coat laying workshould be planned in such a manner that not more than the required tack coat for the day’s operation only should be placed on the surface.

B2.6.3.4 Sub Clause 503.8 Delete entire paragraphs in sub-clause 503.8 and add the following

503.8 Rate: The contract unit rate for tack coat shall be payment in full for carrying out the required operations including for all components listed in clause 401.8 (i) to (v) and as applicable to the work specified in these Specifications.

B2.6.4 CLAUSE 504 BITUMINOUS MACADAM COURSE

B2.6.4.1 Delete the 1st paragraph in Sub-Clause 506.2.2 and add the following paragraph 506.2.2. Coarse aggregates: The coarse aggregates shall consist of crushed rock and shall be obtained through the use of Cone crusher, Vertical Shaft Impactor and Vibratory Screens of suitable Capacity. They shall be clean, hard, durable, of cubical shape, free from dust and soft or friable matter, organic or other deleterious matter. Where the Contractor’s selected source of aggregates have poor affinity for bitumen, as a condition for the approval of that source, the bitumen shall be treated with approved anti-stripping agents, as per the manufacturer’s recommendations, without additional payment. Before approval of the source, the aggregates shall be tested for stripping.

B2.6.4.2 Delete the Sub-Clause 506.2.3 and add the following Sub Clause 506.2.3. Fine aggregates: Fine aggregates shall consist of crushed material passing 2.36 mm sieve and retained on 75 micron sieve. They shall be clean, hard, durable, dry and free from dust, and soft or friable matter, organic or other deleterious matter.

B2.6.5 CLAUSE 505 DENSE GRADED BITUMINOUS MACADAM

B2.6.5.1 Delete the words “crushed gravel or other hard material” from the 1st sentence of 1st paragraph of the Sub Clause505.2.2

B2.6.5.2 Delete 2nd Paragraph from Sub Clause 502.2.2

B2.6.5.3 Add the following sentences at the end of the second paragraph in Sub-Clause 505.3.5

The density achieved in the field trial as well as during normal compaction in the field shall not be less than 99 percent of laboratory Marshall specimen, compacted with 75 blows on each side.

B2.7 SECTION 800 MARKINGS AND OTHER ROAD APPURTENANCES

B2.7A Sub Clause 801.2.5 Delete entire paragraphs and add the following paragraphs.

Aluminium sheet used for Signboards shall be 2.0 mm thick and of smooth, hard and corrosion resistant aluminium alloy conforming to I.S:736. Aluminium sheet shall be used as substrate rigid backing upon which the Reflective sheeting is attached. It shall be degreased either by acid or hot alkaline etching and all scale/dust removed to obtain a smooth plain surface before the application of reflective sheeting. Adequate precautions shall be taken to avoid surface coming in contact with grease, oil or other contaminations prior to application of Reflective sheeting.

Karnataka State Highways Improvement Project – II International Competitive Bidding Bid Document Contract No: WEP3A

Particular Technical Specification 40

Aluminium sheet substrate shall be used for all Advance Direction, Destination, Re-Assurance and Place Identification Signboards.

Aluminium Composite Panel (ACP) sheet shall be used as substrate material for Signboards upon which reflective sheeting shall be bonded. Aluminium Composite Panel shall be of 3.0 mm thick and of smooth, hard and corrosion resistant aluminium alloy. The Aluminium Composite Panel shall consist of two nos. of 0.25 mm thick aluminium sheet on two ends duly filled / sandwiched with PVC Filler. One side of Aluminium Composite Panel shall be coated with Poly Vinyl Di Flouride (PVDF) coating of Grey colour and the other side of ACP shall be of aluminium upon which the Reflective sheeting is attached. It shall be degreased either by acid or hot alkaline etching and all scale/dust removed to obtain a smooth plain surface before the application of reflective sheeting. Adequate precautions shall be taken to avoid surface coming in contact with grease, oil or other contaminations prior to application of Reflective sheeting. Retro Reflective sheeting shall be of Class C Sheeting all Micro Prismatic grade sheets as per ASTM D 4956-09 Type XI as per IRC: 67-2012.

The Aluminium Composite Panel shall meet the following Properties:

Sl.No. Properties Standard 1 Outdoor Temperature Resistance ASTM D 1654 2 Thermal Expansion ASTM D 696 3 Temperature ASTM D 648 4 Flexural Rigidity ASTM C 393 5 Impact Resistance ASTM D 732 6 Adhesive Strength ASTM D 903 7 Wind Pressure Resistance ASTM E 330

Aluminium Composite Panel shall be used as substrate for all Cautionary, Mandatory, Facility Information, Hazard / Object Markers and Route Marker Signs.

B2.7.1 CLAUSE 803 ROAD MARKINGS

B2.7.1.1 Sub Clause 803.3 Delete the entire Sub-Clause 803.3

B2.7.1.2 Sub Clause 803.6.1 Delete the Sub-Clause 803.6.1and add the following Sub Clause

803.6.1 The road marking shall be done with the appropriate road-marking machine as approved by the Engineer. For locations where painting cannot be done by machine, approved manual methods shall be used with prior approval of the Engineer. The Contractor shall maintain control over traffic while painting operations are in progress so as to cause minimum inconvenience to traffic compatible with protecting the workmen

B2.7.2 CLAUSE 805 DISTANCE INDICATOR POSTS (HECTOMETRE/KILOMETRE STONES)

B2.7.2.1 Delete the entire Sub-Clause 805.1, 805.2 & 805.3 and add the following Sub Clause

The Hectometre / kilometre/5th kilometre stones shall be made of RCC (M25 Concrete) and foundation in M15 grade. Standard dimension/size as per IRC: 8 and IRC: 26 and as per drawing. Bedded into the ground with adequate foundations as indicated in the drawings or in the relevant I.R.C. Specifications or as directed by the Engineer. The orientation and location of the stones shall be

Karnataka State Highways Improvement Project – II International Competitive Bidding Bid Document Contract No: WEP3A

Particular Technical Specification 41

as indicated in the drawings or in the relevant I.R.C. Specifications or as directed by the Engineer.

B2.7.2.2 Sub Clause 805.5 Delete the entire Sub-Clause 805.5 and add the following Sub Clause 805.5.

Rate

The Contract unit rate for providing and erecting RCC (M25 Concrete) hectometre/kilometre/5th kilometre post shall be payment in full compensation for furnishing all labour, materials, tools, equipment including cost of excavation, foundation in M15 grade, formwork, backfilling, etc and making the RCC post, transporting to site, painting and lettering and fixing at site and all other incidental costs necessary to complete the work to these Specifications.

B2.7.3 CLAUSE 806 ROAD DELINEATORS

B2.7.3.1 Sub Clause 806.2 Delete the entire Sub-Clause 805.2 and add the following Sub Clause Roadway indicators shall be made of crash proof material of the type approved by Engineer. The design, materials to be used and the location of the road delineators shall confirm to Recommended Practice for Road Delineators, IRC:79.

Hazard markers and object markers shall be as shown in the relevant drawing and the materials to be used for the markers and the locations shall be as approved by Engineer. The reflective sheeting shall conform to Clause 801.

Crash barrier (Concrete or steel) markers shall be of the type approved by Engineer

B2.7.4 CLAUSE 811.2 CONCRETE CRASH BARRIER

B2.7.4.1 Sub Clause 811.2 Delete the entire Sub-Clause 811.2.1.2 and add the following Sub Clause

811.2.1.2Concrete barriers shall be constructed with M-40 grade concrete and with TMT Fe 415 grade reinforcement conforming to IRC: 21.

B2.7.5 CLAUSE 811.3 METAL BEAM CRASH BARRIER

B2.7.5.1 Sub Clause 811.3.1.1add the following at the end Sub Clause

811.3.1.1 Location for Metal beam crash barrier shall be as shown on the drawing(s) or as directed by the Engineer.

B2.7.5.2 Sub Clause 811.3.1.2 Delete the entire Sub-Clause 811.3.1.2and add the following Sub Clause

811.3.1.2Metal beam is a “W” profiled corrugated beam as specified in drawings made from cold rolled steel strip of 3.0 mm thick using high strength steel of IS: 5986 Fe 510 grade and have properties as under:

Ultimate Tensile Strength (Min.) 483 Mpa.

Yield stress (Min.) 345 Mpa.

Elongation (Min.) in 50mm 12%

The beam after forming shall have formed width of 330 mm and depth of 83 mm and shall have punched holes for fixing as specified in drawings.

Karnataka State Highways Improvement Project – II International Competitive Bidding Bid Document Contract No: WEP3A

Particular Technical Specification 42

The metal crash barrier post is made from cold rolled steel channel of 5 mm thickness and of steel conforming to IS: 5986 grade Fe.360 as specified in drawings.

The spacer is made of cold rolled steel channel with cross section and material same as that of post.

All bolt nuts and washers as specified in drawings shall conform to IS: 1367 & IS: 1364 unless otherwise specified and are hot dip galvanised.

B2.7.5.3 Sub Clause 811.3.1.3Delete the entire Sub-Clause 811.3.1.3 and add the following Sub Clause

811.3.1.3 Concrete for bedding and anchor assembly shall conform to Section 1700 of these Specifications. The size of the concrete foundation block for embedding the posts and grade of concrete shall be as shown in the drawing

B2.7.5.4 Sub Clause 811.3.3Delete the entire Sub-Clause 811.3.3.4 and add the following Sub Clause

811.3.3.4. Posts for metal beam guardrails on bridges shall be bolted to the structure as detailed in the drawings. The anchor bolts shall be set to proper location and elevation with templates and carefully checked.

B2.7.5.5 Sub Clause 811.3.7Delete the entire Sub-Clause 811.3.7.1 and add the following Sub Clause

811.3.7.1 Metal beam railing barriers will be measured by linear metre of completed length as per plans and accepted in place

B2.7.5.6 Delete the entire Sub-Clause 811.3.7.2 and add the following Sub Clause

811.3.7.2 No separate measurement for payment shall be made for Terminals / Anchors of various types required for the work. The cost of these elements shall be deemed to be included in the rate quoted by the Contractor. Furnishing and placing anchor bolls and/or devices for guard rail posts on bridges shall be considered incidental to the construction and the costs thereof shall be included in the price for other items of construction

B2.7.5.7 Sub Clause 811.3.8 Add the following words at the end of the last sentence in Sub-Clause 811.3.8 “and drawings.”

B2.8 SECTION 900 QUALITY CONTROL FOR ROAD WORKS

B2.8.1 CLAUSE 902 CONTROL OF ALIGNMENT, LEVEL AND SURFACE REGULARITY

B2.8.1.1 Sub Clause 902.4 Add the following paragraph at the bottom of the Sub-Clause 902.4 The Contractor shall, as directed by the Engineer, check the roughness of the surface layer with a roughometer (also known as a Bump Integrator), in the presence of the Engineer or his representative, before approval of the surface layer of any section for payment. The Roughometer shall be calibrated before carrying out any test run on the project roads, with any suitable system (e.g. Merlin wheel) to produce standard test results. The Contractor shall, at his own cost, calibrate Roughometer using a calibration system acceptable to the Engineer, to be available on site as and when required. Roughness shall be checked along the wheel paths in 3 trial runs and the Contractor

Karnataka State Highways Improvement Project – II International Competitive Bidding Bid Document Contract No: WEP3A

Particular Technical Specification 43

shall submit an average roughness value at 100m intervals in a standard format to the Engineer. The average Roughness value per kilometre of a tested section (length not less than 500 m) shall satisfy the following criteria depending on the type of surface, failing which, the Contractor shall rectify the surface at defective locations at his own cost to the satisfaction of the Engineer, to give a acceptable riding surface.

Acceptable Roughness criteria:

Type of Surface Roughness Value (BI) Bituminous Concrete / SDBC Max. 2000 mm/km Premix bituminous carpet / MSS Max. 3000 mm/km

B2.9 SECTION 1000 MATERIALS FOR STRUCTURES.

B2.9.1 CLAUSE 1006 CEMENT

B2.9.1.1 Add the following to Clause 1006 Each delivery of cement to Site shall be accompanied by a certificate confirming that the cement complies with the requirements of the relevant standards and the Contractor shall forward a copy of this certificate to the Engineer within 24 hours of the delivery to Site

Notwithstanding the provision of such certificates the Engineer may require independent tests to be carried out on the cement stored on Site, or require relevant tests to be carried out to determine its suitability for use in the Works as required by IS:269, IS:8112 or IS:12269. The Contractor shall arrange for samples to be provided either direct from the manufacturer or from the cement stored on Site, as may be determined by the Engineer. Cement that has been stored on Site for a period in excess of three months shall be re-tested before its use. The cost of providing such samples and re-testing shall be borne by the Contractor

B2.9.2 CLAUSE 1007 COARSE AGGREGATES

B2.9.2.1 Delete the following from 4th and 5th lines of 1st paragraph “Crushed gravel …………….inert material”

B2.9.2.2 Add the following at the end of 2nd Paragraph “Costs of all tests shall be borne by the Contractor”

Add the following at the end of the Clause Integrated stone crusher with Primary and Secondary (Cone or Impact Type) crushers shall be deployed for getting proper size and grading of coarse aggregates

The alkali aggregate reactivity should be measured and reported for getting approval for the source aggregates at the beginning of the work using methods given in IS: 2386. The tests may be repeated if the source or the type of rock being exploited for winning aggregates, changes

B2.9.3 CLAUSE 1008 SAND/FINE AGGREGATES

Add the following paragraph at the end of the clause The alkali aggregate reactivity should be measured and reported for getting approval for the source.

B2.9.4 CLAUSE 1009 STEEL

B2.9.4.1 Sub Clause1009.3: Replace the following in the Table 1000.3 IS: 1786 High Yield Strength Deformed bars (HYSD)

Karnataka State Highways Improvement Project – II International Competitive Bidding Bid Document Contract No: WEP3A

Particular Technical Specification 44

With

IS: 1786 Thermo mechanically treated (TMT) High yield strength deformed bars (HYSD)

Any other reference to “HYSD” bars in the specifications shall be read as “TMT” bars.

B2.9.4.2 Delete the last paragraph of this Sub Clause

B2.9.5 CLAUSE 1010 WATER

B2.9.5.1 Add the following at the end of the Sub Clause 1010

Add the following paragraphs upto to the end of the sub clause

Mixing or curing of concrete with seawater is not permitted because of presence of harmful salts in seawater.

Water found satisfactory for mixing is also suitable for curing concrete. However, water used for curing should not produce any objectionable stain or unsightly deposit on the concrete surface. The presence of tannic acid or iron compounds is objectionable

B2.9.6 CLAUSE 1012 CONCRETE ADMIXTURES

B2.9.6.1 Sub Clause 1012.1: Add the following at the end of paragraph 2 of Clause 1012.1 Admixtures shall not impair the durability of concrete; they shall not combine with the ingredients to form harmful compounds or endanger the protection of reinforcement against corrosion. Only chloride free admixtures shall be used.

B2.9.6.2 Delete the paragraph 3 in Sub-clause 1012.1 and add the following paragraph For all admixtures being used the packing shall be marked with the name of the supplier/manufacturer, brand name (name of product) and main effect. A certificate for the admixture in question shall be submitted. The certificate shall include the following information

A. General

a) Chemical name of the active component in the admixture. b) Values of dry material content, ash content and relative density of admixture,

which can be used for uniformity tests. c) Chloride ion content expressed as a percentage of weight of cement. d) pH value and colour. e) Normal side effects e.g. whether the admixture leads to air entrapment at

recommended dosage and if so to what extent. f) Side effects when overdosed g) If two or more admixtures have to be used in one mix, their compatibility h) Increase in risk of corrosion to reinforcements and i) Embodiments due to the use of admixture. j) Latest date of test and name of test laboratory.

Karnataka State Highways Improvement Project – II International Competitive Bidding Bid Document Contract No: WEP3A

Particular Technical Specification 45

B. Storing

a) Shelf life b) Max. & min. allowable temperature c) Other instructions (e.g. requirements of stirring) C. Dosage

Maximum and minimum to be specified as a percentage of weight of cement.

B2.9.6.3 Add the following paragraphs at the end of the Sub-clause 1012.1

After selecting a few acceptable brands & types of admixture based on the manufacturer's data/technical literature, independent acceptance tests should be carried out for the same using the approved combinations of cement /sand/aggregates intended for use in the Project. After establishing the basic acceptability using strength criteria (compression & tensile strengths) a number of trial mixes be designed using different proportions of admixtures/cement/water etc. to establish the data bank on the behaviour of the admixture for the project site conditions. A spectroscopic signature of accepted product should be obtained and preserved for comparison for acceptance of the production lots.

Retrials should be conducted with change in source/type of cement.

Workmanship

The dosage should be finalised on the basis of field trial and special mechanical devices should be used for dispensing the admixture in the batching / mixing plant. No addition of admixture after dosage is permitted (including addition in transit mixers).

Manufacturer's experts should be available for consultation/trouble-shooting of problems associated with their product. The conditions of storage, shelf life etc., as specified by the manufacturer should be strictly observed. The manufacturer's Quality Assurance Plan during process of production should be obtained and filed for reference/record

B2.9.7 CLAUSE 1014 STORAGE OF MATERIALS

B2.9.7.1 Sub Clause 1014.3: Add the following to the Sub-clause 1014.3 Aggregates shall be stored or stockpiled in their respective size in such a manner that the various sizes will not become intermixed before proportioning. They shall be stored, stockpiled and handled in such a manner that will prevent contamination by foreign materials.

B2.10 SECTION 1400 STONE MASONRY

B2.10.1 CLAUSE 1402 MATERIALS

B2.10.1.1 REPLACE the Clause with the following Clause

1402. MATERIALS

Stone to be used, besides quarry stone, shall be obtained by dressing the boulders of average diameter not less than 300 mm and at least five faces shall be chiselled. All other materials used in stone masonry shall confirm to Section 1000 except cement mortar, which shall confirm to clause 1304

B2.11 SECTION 1500 FORMWORK.

Karnataka State Highways Improvement Project – II International Competitive Bidding Bid Document Contract No: WEP3A

Particular Technical Specification 46

B2.11.1 CLAUSE 1501 DESCRIPTION

B2.11.1 REPLACE the Clause with the following Clause 1501. DESCRIPTION The Contractor shall prepare a formwork mobilization and utilization plan and submit the plan for Engineer’s approval at least 21 days before the commencement of construction of structures. The requirement of formwork shall be worked out considering the overall construction program of all the structures to be cast in one or more stages, as specified in the drawings. The plan shall take into account the time required for erection of formwork, retention in position, stripping, and removal and subsequent use in the next and subsequent structures

Notwithstanding Engineer’s approval of mobilisation plan, if due to any reason, Contractor has to arrange additional formwork, to meet the requirements of the construction program, it shall be done by the Contractor without any extra cost to the Employer

B2.11.2 CLAUSE 1502 MATERIALS

Delete the last sentence in 1st paragraph

Delete the word “or timber” in 1st line of 2nd paragraph

B2.11.3 CLAUSE 1503 DESIGN OF FORMWORK

B2.11.3.1 Sub Clause 1503.2: Add the following to the Sub-clause 1503.2 For distribution of load and load transfer to the ground through staging, an appropriately designed base plate must be provided which shall rest on firm sub-stratum

B2.11.4 CLAUSE 1506 PRECAUTIONS

B2.11.4.1 Add the following to Clause 1506 (vii) Where concrete is to be placed within narrow, deep shutters the Contractor shall provide temporary openings in the sides or in the bottom of the shutters to facilitate the pouring and compacting of the concrete, to the satisfaction of the Engineer.

B2.12 SECTION 1600 STEEL REINFORCEMENT (UNTENSIONED)

B2.12.1 CLAUSE 1604 BENDING OF REINFORCEMENT

Add the following paragraph at the end of the Clause 1604 The separate bar bending schedule shall be prepared for auxiliary bars like spacers chair etc.

Bar bending shall be done as per IS 2502.

B2.12.2 CLAUSE 1605 PLACING OF REINFORCEMENT

B2.12.2.1 Delete item (i) in paragraph c) in Clause 1605 and add the following paragraph in place of the above

(i) Cover blocks shall be made of concrete or cement mortar with the same durability properties as the surrounding concrete and with the same type of constituents. In visible surfaces, the cover blocks shall be of the same colour and texture as the surrounding concrete. The Contractor's proposal for cover blocks shall be submitted to the Engineer for acceptance

B2.12.2.2 Add the following paragraph at the end of the Clause 1605

Karnataka State Highways Improvement Project – II International Competitive Bidding Bid Document Contract No: WEP3A

Particular Technical Specification 47

f) Tolerances:

1. Tolerance of cover: Deviation shall not exceed +10 mm. No negative tolerance is allowed.

2. Tolerance in position: Tolerance for deviation from the positions shown in the drawings shall not exceed the following:

Structural depth d (mm) d < 1000 1000 < d < 2000 2000 < d

Tolerance(mm) < 10 < 0.01d < 20

B2.12.3 CLAUSE 1606 BAR SPLICES B2.12.3.1 Sub Clause 1606.1: Delete the first sentence in Sub Clause 1606.1 and replace with the

following sentence

To the extent possible, all reinforcement shall be furnished in full lengths as indicated in drawings.

B2.12.3.2 Add the following paragraph at the end of the Sub-clause 1606.1

The length of bars more than Standard (generally taken as 12m), in such cases lapping of bars (not shown in drawings) shall be submitted to the Engineer for approval.

B2.12.3.3 Sub Clause 1606.2: Add the following at the end of the Sub Clause 1606.2.1

In prestressed concrete members, when welding of un-tensioned reinforcement is permitted by the Engineer, it shall be carried out before insertion of the pre-stressing tendons

B2.12.4 CLAUSE 1607 TESTING AND ACCEPTANCE B2.12.4.1 Add the following two paragraph at the end of the Clause 1607

The reinforcement steel shall be from main/major Producers as approved by ministry of steel Government of India and no re-rolled steel from Induction Furnace route shall be supplied and used. In case of procurement of steel from units other than the ministry of steel approved main/major producers specific approval of Engineer, in charge is required. For which credential verification shall be undertaken regarding the fact that these units are conversion agent of ministry of steel approved main/major producer for steel bars with clean track record of performance. The procurement of steel from conversion agent shall satisfy the following minimum requirements:

(a) Certificate from the conversion agent that he had used the billets supplied by ministry of steel approved main/major producer with production of co-related documents i.e invoice/T.C need to be submitted along with each consignment document. (b) In case of steel units having captive raw material manufacturing facility, facilities other than manufacturing technology satisfying clause 4.1 of IS 1786:2008 i.e open-hearth, electric, duplex, basic oxygen process or combination of these processes, approval will not be accorded. If any manufacturing facility through Induction furnace route, it would not be considered for approval under any circumstances.

Karnataka State Highways Improvement Project – II International Competitive Bidding Bid Document Contract No: WEP3A

Particular Technical Specification 48

(c) Certificate regarding continuity of the BIS license and agreement with the ministry of steel approved Main/Major producers being its authorized conversion agent during the currency of supply contract. (d) The sampling and testing shall be laid down as per IS 1786:2008. Every consignment bar shall be inspected before assembling on the work and defective brittle or burnt bar and cracked ends of bars shall be discarded.

B2.13 SECTION 1700 STRUCTURAL CONCRETE B2.13.1 CLAUSE 1701 DESCRIPTION B2.13.1.1 Add the following paragraph after the first paragraph

The Contractor shall obtain prior approval from the Engineer for the method of mixing, batching and casting of pre-cast concrete members (girders, slabs) as per drawings. Quality control and quality assurance shall be complied at every stage from mixing, batching to casting. Arrangements shall be made for proper curing of pre-cast concrete members. Suitable arrangements shall be made for transportation, handling and erection of pre-cast concrete members in their final position as shown in the drawings or as directed by the Engineer. Care shall be taken while handling, transporting and erection of the pre-cast concrete members, so that they are not damaged.

B2.13.2 CLAUSE 1703 GRADES OF CONCRETE B2.13.2.1 Sub Clause 1703.2: Delete all the paragraphs and Tables in Sub-clause 1703.2 and add

the following in place of the above

1703.2. The lowest grades of concrete in bridges and corresponding minimum cement contents and water-cement ratios shall be maintained as indicated in the following Tables. (A) For bridges in pre-stressed concrete or those with total length more than 60 m or those that are built with innovative design/construction.

Karnataka State Highways Improvement Project – II International Competitive Bidding Bid Document Contract No: WEP3A

Particular Technical Specification 49

Structural Member

Minimum grade of concrete and Conditions of Exposure

Min. Cement content for all exposure conditions (kg/cu m)

Maximum water cement ratio conditions of exposure

Moderate Severe Moderate Severe

a)PCC members M25 M30 360 0.45 0.45

b)RCC members M30 M35 400 0.45 0.40

c)PSC Member M35 M40 400 0.40 0.40

B) For bridges other than those mentioned in Table A for culverts and other incidental construction

Structural Member

Conditions of exposure

Min. Cement content for all exposure conditions (kg/cu m)

Maximum water cement ration conditions of exposure

Moderate Severe Moderate Severe Moderate Severe

a)PCC members

M15 M20 250 310 0.50 0.45

b)RCC members

M20 M25 310 400 0.45 0.40

Notes: -

1. Moderate – conditions other than ‘severe’ The minimum cement content is based on 20mm size aggregates. For larger size

aggregates it may be reduced suitably by not more than 10 percent similarly for smaller size aggregates, it may be suitably increased, but not more than 10 percent.

2. For under water concreting the cement shall be increased by 10% more than that required to develop the strength for the same mix placed in dry. However it shall not fall below the minimum cement content specified in above table.

The cement content shall be as low as possible but not less than the quantities specified above. In no case shall it exceed 540 kg/cu.m. Of concrete.

B2.13.2.2 Sub Clause 1703.3: Add the following at the end of the Sub-clause 1703.3 The concrete mixes leaner than M15 shall be called as nominal mix concrete.

"Nominal mix concrete is that concrete for which, concrete is not to be designed by tests and in which the proportions of materials are in accordance with the drawing and the specification Clause mentioned below:

i. All the materials for this concrete shall conform to section 1000 of Part I of General Technical Specification.

ii. Minimum cement content and maximum water cement ratio for above said nominal mix concrete shall conform to Clause 1703.2 Table 1700-3(A) of Part I of General Technical Specification.

iii. Mixing of above said nominal mix concrete shall conform to Clause 1708 of Part I of General Technical Specification

Karnataka State Highways Improvement Project – II International Competitive Bidding Bid Document Contract No: WEP3A

Particular Technical Specification 50

iv. Transporting, Placing and Compaction of above said nominal mix concrete shall conform to Clause 1709 of Part I of General Technical Specification".

B2.13.3 CLAUSE 1704 PROPORTIONING OF CONCRETE

B2.13.3.1 Delete the last sentence in 1st paragraph in Clause 1704 and replace the following Other type of admixtures shall be used with the approval of the Engineer.

B2.13.3.2 Sub Clause 1704.8: Add the following Sub-clause 1704.8 at the end of the Clause 1704 1704.8 Materials for Pumped Concrete

Materials for pumped concrete shall be batched consistently and uniformly. Maximum size of aggregate shall not exceed one-third of the internal diameter of the pipe.

Grading of aggregate shall be continuous and shall have sufficient ultra fine materials (materials finer than 0.25 mm). Proportion of fine aggregates passing through 0.25mm shall be between 15 and 30% and that passing through 0.125 mm sieve shall not be less than 5% of the total volume of aggregate. Admixtures to increase workability can be added. When pumping long distances and in hot weather set retarding admixtures can be used. Fluid mixes can be pumped satisfactorily after adding plasticizers and super plasticizers. Suitability of concrete shall be verified by trial mixes and by performing pumping test.

B2.13.4 CLAUSE 1705 ADMIXTURES

B2.13.4.1 Delete all the paragraphs in Clause 1705 and add the following paragraphs Duly tested admixtures/additives conforming to IS: 6925 and IS:9103 (without replacement of cement) may be used subject to satisfactory proven use, with the approval of the Engineer. Admixtures generating Hydrogen or Nitrogen and containing chlorides, nitrates, sulphides, sulphates and any other material liable to adversely affect the steel or concrete shall not be permitted.

The general requirements, physical and chemical requirements shall be as per Clause 1012.

Batching, mixing, transporting and placing concrete: Once the concreting of a section is started, it has to be completed as a continuous operation. Before starting an important concrete placement, the Contractor shall submit to the Engineer an equipment list to ensure that sufficient equipment including standby equipment is available for batching, mixing, transporting and placing concrete. The standby plant shall be used at least once every month, and trial mixes prepared from both the plants.

B2.13.5 CLAUSE 1706 SIZE OF COARSE AGGREGATE Replace the value 40 with 20 in the TABLE 1700 – 7 under the column “Maximum Nominal Size of Coarse Aggregate (mm)” in the row numbered as iii) “Well cap or Pile cap, Solid type piers and abutments”

B2.13.6 CLAUSE 1708 MIXING CONCRETE

B2.13.6.1 Add the following paragraph at the end of Clause 1708. The Contractor shall take precautions during periods of high wind to prevent cement being blown away during the process of batching and mixing.

B2.13.7 CLAUSE 1709 CONSTRUCTION JOINTS

B2.13.7.1 Add the following paragraph after paragraph 2 to Clause 1709

Karnataka State Highways Improvement Project – II International Competitive Bidding Bid Document Contract No: WEP3A

Particular Technical Specification 51

The number of joints shall be kept as minimum as possible and their construction should be simple. They should be either horizontal or vertical, because concreting sloping surfaces are unsatisfactory.

Where concrete is placed in vertical members e.g. walls and columns the Contractor shall form construction joints horizontally or, in the case if sloping members, at right angles to the axis of the member. He shall form construction joints at locations such that their visual impact is minimised, and shall place concrete in a continuous operation without breaks between construction joints.

The Contractor shall take care when erecting the formwork for subsequent pours to ensure that no leakage can occur at the construction joint.

B2.13.8 CLAUSE 1711 ADVERSE WEATHER CONDITIONS

B2.13.8.1 Sub Clause 1711.3: Add the following as new Sub-Clause 1711.3

1711.3. Wet Weather Conditions: The Contractor shall not carry out any concreting operations during periods of continuous heavy rain. The Contractor shall protect concrete after pouring from detrimental effects of wet weather.

B2.13.9 CLAUSE 1712 PROTECTION AND CURING

B2.13.9.1 Add the following at the end of the 1st paragraph

Wherever possible, use of water sprinklers or perforated pipes should be encouraged for curing of concrete. Such arrangement must be maintained for a minimum period of 14 days after concreting.

Approved concrete curing compounds should be preferred where water curing cannot be done reliably

B2.13.10 CLAUSE 1713 FINISHING

B2.13.10.1 Add the following to Clause 1713

The Contractor shall rectify any defects in the finish of the concrete exposed when formwork is removed in the following manner:

(i) Bulges and ridges shall be removed by careful chipping or tooling and the surface rubbed with a grinding stone;

(ii) Honeycombed and other defective areas shall be chipped out, the edges being cut as straight as possible and perpendicular to the surface, or slight undercut to provide a key at the edge of the patch;

(iii) Shallow patches shall be treated with a coat of thin grout composed of one part of cement and one part of sand then filled with mortar of the same mix as the one used in the parent concrete. The mortar shall be placed in layers of not more than 10mm thick and the surface of each layer roughened to provide a key for the subsequent layer. The final layer shall be finished to match the surrounding concrete by floating, rubbing or rolling on formed surfaces by pressing the form material against the patch while the mortar is still plastic;

(iv) Where necessary formwork shall be provided to contain concrete in large voids. Such patches shall be treated with epoxy to provide an effective bond between the fresh concrete and the hardened concrete;

(v) Remedial work to defective concrete shall be cured in a like manner as the parent concrete, to the satisfaction of the Engineer.

Karnataka State Highways Improvement Project – II International Competitive Bidding Bid Document Contract No: WEP3A

Particular Technical Specification 52

B2.13.11 CLAUSE 1717 TESTS AND STANDARDS OF ACCEPTANCE

B2.13.111.2 Sub Clause 1717.7.6:Add the following to Sub-Clause 1717.7.6 Any concrete which gives results below the specified limits in relevant codes or becomes severely damaged due to cracking or shows excessive honey-combing and exposure of reinforcement or exhibits any fault which, in the opinion of the Engineer, so seriously impairs its function that it cannot be accepted as sub-standard work, shall be declared defective concrete. Such concrete shall be cut out, removed and replaced by fresh concrete of the specified quality at the Contractor’s cost to the satisfaction of the Engineer.

In case of doubt regarding grade of concrete used, either due to poor workmanship or based on results of cube crushing strength, tests of concrete on the basis of any or all of the following shall be carried out. The Engineer shall be the final authority for interpreting the results of all these tests and the Contractor shall carry out these tests at his own cost if the tests reveal that the concrete fails to meet the requirements of the Contract.

Core Tests

The points from which cores are to be taken and the number and size of cores required shall be instructed by the Engineer and it shall be representative of the whole of the concrete being investigated. In no case, however, shall fewer than three cores be tested. Cores shall be prepared and tested as described in IS: 516. Concrete in the member represented by the core tests shall be considered acceptable if the average equivalent strength of 85% of the corresponding specified grade of concrete is achieved. The Contractor shall make good the areas from which the cores were taken to the satisfaction of the Engineer.

Other non-destructivetests

The Engineer may instruct non-destructive tests such as rebound hammer tests or ultrasonic tests.

B2.13.12 CLAUSE 1719 RATE

B2.13.12.1 Add the following paragraph at the end of 2 paragraph to clause 1719

For pre-cast concrete members, the contract unit rate in addition to above shall also include the cost of all materials, labour, tools and plant required to transport and place these members in their final position as shown on the drawings and as directed by the Engineer.

B2.13.13 CLAUSE 1800 PRESTRESSING B2.13.13.1 Add the following paragraph at the end 1802.2.3

Rusted sheathing shall not be permitted.

It is preferable to insert tendons after concreting and just before pre-stressing operation to be carried out, while concreting temporary tendon in the form of HDPE pipe of lesser dia than the duct can be inserted this can be moved through and fro to avoid setting any concrete slurry entered in to the duct.

B2.13.14 CLAUSE 1808 POST-TENSIONING

Add at the end of Sub Clause 1808

Karnataka State Highways Improvement Project – II International Competitive Bidding Bid Document Contract No: WEP3A

Particular Technical Specification 53

After pre-stressing operation completed the slip of tendons after 24 hours must be noted. If any tendon slips completely or partially that shall be rejected, can be informed design engineer.

B2.13.15 CLAUSE 1811 PROTECTION OF ENDS

Add at the end of Sub Clause 1811 End block shall be filled immediately after pre-stressing and grouting operations completed without any delay as per specification or as mentioned in the drawing.

B2.14 SECTION 2000 BEARINGS

B2.14.1 CLAUSE 2001 DESCRIPTION

B2.14.1.1 Add thefollowing paragraph at the end of the Clause 2001

Within 180 days of award of work, the Contractor shall submit detailed specifications, designs and drawings including installation drawings and maintenance manual, for the approval of the Engineer. Designs shall also include review and modifications of designs and drawings of bearing pedestals and other elements required for installation. The installation of bearings shall be carried out under the supervision of the manufacturer of the bearings

B2.14.2 CLAUSE 2005 ELASTOMERIC BEARINGS

B2.14.2.1 Sub Clause 2005.1: Delete 4th paragraph in Sub-Clause 2005.1 and substitute the following:

The polychloropene content of the bearing shall not be lower than 60% (sixty per cent) and the ash content shall not exceed 5% (five per cent). Polychloropenecontent shall be determined in accordance with ASTM D-297 and ash content as per IS: 3400-pt XVII (year 1984).

Revise Table 2000-1 as follows

3.3 Maximum change in elongation Per cent - 30.

B2.14.2.2 Add the following to Sub-Clause 2005.1

Polymer identification test shall be carried out as per ASTM D-3677 by infrared spectro photometry and the spectra shall be comparable to a reference sample of polychloropene.

B2.14.2.3 Sub Clause 2005.2:Add the following to the first paragraph of Sub-Clause 2005.2

The mould shall be kept at a uniform temperature for 15 (fifteen) minutes to ensure effective vulcanisation of the bearing.

B2.14.2.4 Sub Clause 2005.4:Delete the word “Inspector” in the 1st line of 5th paragraph in Sub-Clause 2005.4 and replace with “ Engineer or his authorised representative”

B2.14.2.5 Delete the last paragraph in Sub-Clause 2005.4.3.1 and add the following paragraph

Karnataka State Highways Improvement Project – II International Competitive Bidding Bid Document Contract No: WEP3A

Particular Technical Specification 54

The test specifications and acceptance criteria shall conform to those given in Appendix 2 of IRC: 83 (Part II), by replacing the Fig. 11. “Determination of elastic modulus” with the figure published in the journal “INDIAN HIGHWAYS”, April 1998.

B2.14.3 CLAUSE 2006 POT CUM PTFE BEARING The test specification and acceptance criteria reference can be given in IRC -83 (Part – III).

B2.14.4 CLAUSE 2100 OPEN FOUNDATIONS

B2.14.5 CLAUSE 2011 PAPER BEARING

B2.14.5.1 Add the new Clause 2011 at the end of the Section 2000 2011 PAPER BEARING

Paper bearing shall be reinforced bitumen laminated Kraft paper conforming to the requirements of IS- 1398.

B2.15 SECTION 2200 SUB-STRUCTURE

B2.15.1 CLAUSE 2204 PIERS AND ABUTMENTS

B2.15.1.1 Add the following paragraph at the end of Clause 2204

Where necessary suitable cofferdams or other means shall be provided to exclude water from the construction area the Contractor shall provide necessary pumping equipment for dewatering in working areas.

B2.15.2 CLAUSE 2210 RATE

B2.15.2.1 Delete the entire paragraph in Clause 2210 and add the following paragraph

The contract rate for masonry, concrete and reinforcement in substructure shall include all works as given in respective sections and cover the cost of incidental items like providing cofferdams, dewatering, providing special formwork, where necessary, and all other items for furnishing and providing substructure as mentioned in this section

B2.16 SECTION 2300 CONCRETE SUPERSTRUCTURE

B2.16.1 CLAUSE 2304 REINFORCED CONCRETE CONSTRUCTION

B2.16.1.1 Sub Clause 2304.2: Delete the 1st paragraph in Sub-clause 2304.2 and add the following paragraph

Pre-cast RCC T beam and in-situ construction, as applicable shall be permitted

B2.17 SECTION 2500 RIVER TRAINING WORKS AND PROTECTION WORKS

B2.17.1 CLAUSE 2503 APRON, EMBANKMENT SLOPE AND PIER PROTECTION AT CULVERTS

For culverts and other related works relevant Clauses of Section 2500 shall be followed.

CLAUSE 2503 APRON, EMBANKMENT SLOPE AND PIER PROTECTION AT BRIDGES

Karnataka State Highways Improvement Project – II International Competitive Bidding Bid Document Contract No: WEP3A

Particular Technical Specification 55

B2.17.1.1 2503.1. General

This work shall consist of laying stones in gabion mattresses on the bed of the river and on embankment slopes below abutments and in gabion baskets walls around piers and along the toe of embankment slope protection, where shown on the drawings, for protection against scour.

B2.17.1.2 2503.3.1 Gabion Mattresses and Baskets The gabion mattresses and baskets shall be made from zinc-coated wire with PVC coating conforming too the following:

Wire: BS: 1052-1980

Minimum diameter of mesh wires 3.2mm (3.7mm for gabion with Zn + PVC)

Minimum diameter of framing wires 3.2mm (3.7mm for gabion with Zn + PVC)

Tensile strength 38-50 Kg/mm2

Elongation not less than 10%

Zinc Coating: BS: 443-1982, ASTM: A641-71A or DIN 1548.

PVC: Normal thickness 0.5mm

Specific Weight 1.30 to 1.35 dN/dm3 as per ASTM: D792-91

Hardness 50-60 shore D as per ASTM D 2240-91

Tensile strength not less than 210 dn/cm2 as per ASTM D412-92

Elongation 200 % to 280% as per ASTM D412-92

Abrasion Resistance loss in volume less than 0.3 cm2 as per ASTM D1242-56 (75), test method A

The mesh of the baskets or mattresses shall not be more than 60mm x 80mm, 60mm being the distance between the axes of the twist.

The mesh of the gabions shall not be more than 100mm x 120mm, 100mm being the distance between the axes of the twist.

The wire used for tying shall be the same as per the mesh wire.

The size of the stone for mattresses shall be between 85mm to 150mm. The size of the stone for gabions shall be between 120mm to 200mm.The stone shall be sound, hard, durable and fairly regular in shape. They shall have a unit weight of not less than 2gm/cc. Stone subject to marked deterioration by weather shall not be used.

All gabion mattresses shall be placed on a geotextile fabric confirming to Clause 2503.6.

Add the following sub clauses after 2503.3

B2.17.1.3 2503.3 Apron River Bed Protection

At each bridge location where an apron mattress is required the plan dimensions will be instructed by the Engineer, based on the typical details given in the drawings. The area of riverbed on which the mattress is to be laid shall first be prepared to a smooth, flat profile, as directed by the Engineer, by excavation and or filling as necessary. Filling shall be carried out with well-compacted rock or gravel of an appropriate size.

Karnataka State Highways Improvement Project – II International Competitive Bidding Bid Document Contract No: WEP3A

Particular Technical Specification 56

Apron mattresses shall have a total thickness of 230mm. The thickness of the mattresses between upstream and downstream apron mattresses shall be 170mm.

Whether possible, sections of mattresses shall be placed in position before they are tied together and filled with stones. The stone filling shall be carefully hand packed. No stone shall be dropped onto the mattress.

B2.17.1.4 2503.4 Embankment Slope Protection

At each bridge location where a slope protection mattress is required the plan dimensions will be instructed by the Engineer, based on the typical details given in the drawings.

A slope protection mattress shall have a total thickness of 170mm. The lower edge of this mattress shall be protected by the provision of a gabion wall as shown on the drawings.

B2.17.1.5 2503.5 Pier Protection

Bridge pier shall be protected from scour by the provision of gabion walls wherever, and to the details, shown on the drawings. Any necessary excavation and backfilling shall be in accordance with section 300 of the general Technical Specification.

B2.17.1.6 2503.6 Geo-textile for Separation and Filtration

B2.17.1.6.1 2503.6.1 Material

The geotextile shall be a non-woven fabric made of polypropylene continuous filaments, and by machine made process of heat bonding technique. The product shall be UV resistant. It is required to pass water through but retain soil particles. The geotextile should be precompressed so as to maintain filtration efficiency over extended periods and to minimise installation and service damage on its tensile and other properties. The product shall be resistant to rot moisture, naturally occurring acids and alkalis.

The geotextile shall:

a) Sustain a load of not less than 12 kN/m at beak and have a minimum failure strain of 10 % when determined in accordance with BS 6906 (Part I) and ASTM D4595, or shall have a grab tensile strength more than 1.08 kN in accordance with ASTM 4632. The geofabric shall have elongation not less than 65%.

b) The apparent opening size shall be less than 0.6mm when tested in accordance with ASTM D4751.

c) Allow water to flow through it tat right angles to its plane, in either direction, at a rate of not less than 70 litres/m2/sec under a constant head if 100mm, determined in accordance with ASTM D4491.

d) Have a minimum puncture resistance of 300N when determined in accordance with ASTM D4833.

e) Have a minimum tear resistance of 455N when determined in accordance with ASTM D4533 and burst strength of more than 1720 kPa in accordance with ASTM D3786.

f) Have an area unit weight of approximately 190gm/m2 in accordance with EN965 and thickness not less than 0.55mm under 2 kN/m2 in accordance with EN 964-1.

Karnataka State Highways Improvement Project – II International Competitive Bidding Bid Document Contract No: WEP3A

Particular Technical Specification 57

g) Shall be able to sustain 150 hours exposure to UV light with 70% retention of strength in accordance with ASTM D4355.

B2.17.1.7 2503.6.2 Handling and laying

a) Geotextile rolls shall be suitably wrapped to protect the material from exposure to the weather until ready to use.

b) Exposure of geotextile between laydown and cover shall be as short as possible, not exceeding 3 days, to minimise damage potential.

c) The surface on which geotextile is to be laid shall be smooth, firm and free from the protuberance, which might puncture the fabric.

d) Geotextile installation shall proceed in the direction of construction. It shall be laid as wrinkle free as possible. Overlaps shall be not less than 1 m at the end of rolls and not less than 0.3m between adjacent parallel rolls. If necessary, overlaps shall be temporarily pinned or weighted tp prevent displacement before they are covered.

e) The Contractor shall patch rips or tears in the geotextile as approved by the Engineer, with new fabric having a minimum overlap of 0.3m in all direction round the damaged area.

B2.17.2 CLAUSE 2504

B2.17.2.1 The heading of this Clause shall be read as under

CLAUSE 2504: PITCHING/REVETMENT ON SLOPES AND FILTER MEDIA

B2.17.2.2 Sub Clause 2504.2: Delete the 1st paragraph in Sub-clause 2504.2.2 and add the following paragraph

The material for the filter media shall consist of sand, gravel, stone or coarse sand to prevent escape of the embankment material through the voids of stone pitching/weep holes in abutments as well as to allow free movement of water without creating any uplift head on pitching, one or more layers of graded materials, commonly known as filter medium, shall be provided underneath the pitching. The material for filter media behind abutment shall conform to general guidelines given in Appendix 6 of IRC-78

B2.17.3 CLAUSE 2509 MEASURMENT FOR PAYMENT

B2.17.3.1 Add the following paragraphs to the Clause 2509

Gabion mattresses shall be measured in square metres for each class of work. Preparation of the river bed to receive the mattress shall be considered as incidental to the mattress work except for excavation or filling more than 150mm deep, which shall be measured separately in cubic metres.

Gabion walls shall be measured in cubic metres. Any necessary excavation and backfilling shall be measured in cubic metres.

Geotextile fabric shall be measured in square metres.

B2.17.4 CLAUSE 2510 RATE

B2.17.4.1 Add the following paragraphs to the Clause 2510

Karnataka State Highways Improvement Project – II International Competitive Bidding Bid Document Contract No: WEP3A

Particular Technical Specification 58

The contract unit rate for Gabion mattresses shall include the cost of all material, labour, tools and plants for completing the work as per these specifications.

The contract unit rate for gabion wall shall include the cost of all material, labour, tools and plants for completing the work as per these specifications.

The contact unit rate for geotextile fabric shall include the cost of all material, labour, tools and plants for completing the work as per these specifications.

B2.18 SECTION 2600 EXPANSION JOINTS.

B2.18.1 CLAUSE 2602 GENERAL.

B2.18.1.1 Add the following to Clause 2602

The Contractor shall not incorporate any expansion joints into the Works without the approval of the Engineer. Such approval shall be dependent upon the Contractor submitting inspection certificates issued by the inspection authority or any other body acceptable to the Engineer certifying that the expansion joints components have been inspected and tested as per the Drawings and Specification. All inspection and testing charges including cost of material shall be borne by the Contractor.

The Contractor shall ensure that the manufacturer has adequate testing facilities to enable the expansion joints to be tested at the place of manufacture. The expansion joints and accessories thereof shall be subjected to all the specified tests on both the raw materials as well as the finished product by the Engineer or his authorised representative at the manufacturer’s works.

The Contractor shall ensure that an original copy of documentary evidence regarding the source of imported “elastomer” and other ingredients is provided by the manufacturer. The inspection agency shall ensure that the joints are manufactured by using the consignment of imported “elastomer” and other ingredients. The test certificate for the steel sections to be provided by the manufacturer shall be submitted to the Engineer by the Contractor.

B2.18.1.2 Delete Sub-Clause 2602 (c) in its intensity B2.19.1 CLAUSE 2706 WEEP HOLES

B2.19.1 Delete the entire paragraph in Clause 2706 and add the following paragraph

Weep holes shall be provided in solid plain concrete / reinforced concrete brick or stone masonry abutments, wing walls, return walls as shown in the drawing or as directed by the Engineer to drive moisture from the back filling. Weep holes shall be provided with 100mm dia PVC (6 Kg/cm2) pipe and shall extend through the full width of concrete with slope of about 1 vertical: 20 horizontal towards the draining face.

The spacing of weep holes shall generally be 1 m in either direction or as shown in the drawing with the lowest at about 150 mm above the low water level or ground level whichever is higher or as directed by the Engineer

B2.20 SECTION 2800 REPAIR OF STRUCTURES

B2.20.1 Add following Sub-Clause 2802.6 B2.20.1.1 2802.6 Repairs and Rehabilitation: In addition to the existing Clauses, following

points shall be noted and shall be adopted wherever applicable or as directed by the Engineer for repairs and rehabilitation of Bridges.

Karnataka State Highways Improvement Project – II International Competitive Bidding Bid Document Contract No: WEP3A

Particular Technical Specification 59

Chipping

Chip off loose, weak and unsound concrete from structural members using chisels and hammers. Electrical/pneumatically operated chisels which also to be used wherever required up to average depth. The loose concrete behind reinforcement should be carefully removed and corroded reinforcement shall not be bent nor damaged during the chipping operation. Care shall be taken to avoid damage to any part of existing structure. Only loose concrete shall be taken out. All the chipped off, dismantled materials shall be disposed off. Materials/debris falling must be arrested using suitable arrangements to avoid harm to working personnel or others. The Contractor at his cost shall restore damages caused to any component of the bridge structure/service lines during the chipping operation.

Surface Preparation

Removal of corrosion scales on corroded reinforcement bars should be done manually using sharp tools such as chisels to scrap rust scales from the surface without displacing/ damaging the reinforcement. There after use wire brushes to clean the surface of bars. Since the brush would not be access behind the bars use emery papers to clean exposed surface as well as areas with difficult access. Rotary wire brushes, shaft type rotary wire brushes to be used where ever required. Exposed concrete surfaces shall be cleaned with wire brushes/rotary wire brushes to remove all loose material, dust, dirt, oil etc. finally use oil free air blast to clean the surface.

Providing additional reinforcement Wherever the reinforcement is reduced by corrosion, compensating extra reinforcement is to be provided along the existing steel by welding with a weld length of 25mm and living gap of 100mm alternatively. Where ever the reinforcement is totally corroded leaving its two ends open, welding shall be carried out upto required length from both sides. And 100mm length anchorage’s in the form of shear connectors of 12 mm size shall be drilled and fixed along the additional reinforcement at 300 mm c/c and welded. The anchorages shall be fixed using epoxy grouts as per manufacture's specifications.

Anti- corrosive reinforcement treatment for exposed reinforcement bars

Reinforcing bars shall be coated with an anti corrosive coating of 120 microns DFT confirming to ASTM-B- 117 (salt spray 100 hours) as per manufacturer’s specifications.

Epoxy bonding agent for concrete Structural grade bonding agents of epoxy base conforming to ASTM-C-81-82(6.9N/mm2)bond strength shall be used for all structural repairs, for bonding between old and new concrete. The bonding agent should remain in tacky state prior to placing of fresh concrete. Material shall be applied as per manufacture’s specification for properties of epoxy bonding agent.

Application of Super plasticized Micro silica repair mortar Application of Microsilica and Fiber blended repair mortar is done as per manufacture’s specification. The above mix is to be applied by trowel and finished smooth without excessive finishing. In one application 25mm of thickness is to be built up. Subsequent layers to be done with one bond coat of cement slurry. This should be covered with burlap and cure by spraying periodically with water for 10 days and allow to dry for next 5 days.

Polymer modified mortar

Karnataka State Highways Improvement Project – II International Competitive Bidding Bid Document Contract No: WEP3A

Particular Technical Specification 60

All honey combed/exposed concrete surfaces of structural members shall be applied with cement based polymer modified mortar which can be prepared at site using OPC, polymer, aggregates, as per manufactures specification. The polymer modified mortar shall be applied after priming the surface with non-re-emulsifiable latex based bonding agent conforming to ASTM-1059 Type II.

Anti corrosive& Anti carbonation protective coating to concrete surface Concrete shall be coated with anti corrosive and anti carbonation protective coating.

Treatment of cracks and honey combed areas in structural members

For Cement grouting Drill hole 14mm dia. in the concrete for a depth of 100mm and clean the holes with oil free air blast. Fix 12mm dia aluminium nozzles of 100mm depth for a depth of 50mm into the hole using fixing compounds as per manufactures specification.

Cementitious Polymer grouts for cracks Cementations Polymer grouts shall be injected into the prefixed cement grouting nozzles with pressure not exceeding 5kgs/cm2 till the nozzles refuses to take further grout. All the honeycombed areas where ever polymer modified mortar has been applied shall be grouted with cementations polymer grouts as per manufacturer specifications.

B2.21 SECTION 2900 PIPE CULVERTS

B2.21.1 CLAUSE 2902 MATERIALS

B2.21.1.1 Add the following paragraphs to Clause 2902

Where pipe culverts are required on temporary diversions and access roads (side roads) the Contractor shall use reinforced cement concrete pipes NP3 grade (as per IS: 458 – 1971).

Pipe culverts on the main highway shall be constructed using NP4 (as per IS: 458 – 1971) pipes as specified in Clause 1013 of the General Technical Specification.

B2.21.1.1 Replace the 3rd paragraph in clause 2903

Delete the entire 3rd paragraph in clause 2903 and replace the following paragraph

The pipe shall be placed where the ground for the foundation is reasonably firm. Installation of pipes under existing bridges or culverts shall be avoided as far as possible. When during excavation the material encountered is soft, spongy or other unstable soil, and unless other special construction methods are called for on the drawings or in special provisions, such unsuitable material shall be removed and fill the foundation with sand and granite boulders of 100 to 150mm size in foundation including watering, tamping as directed by the Engineer. The excavation shall then be backfilled with approved granular material which shall be properly shaped and thoroughly compacted upto the specified level.

B2.21.2 CLAUSE 2910 MEASUREMENT FOR PAYMENT

B2.21.2.1 Add the following paragraph to Clause 2910

Pipe culverts constructed on temporary diversions shall not be measured separately for payment purposes.

Karnataka State Highways Improvement Project – II International Competitive Bidding Bid Document Contract No: WEP3A

Particular Technical Specification 61

B2.21.3 CLAUSE 2912 ADD NEW CLAUSE 2912

B2.21.3.1 Add the following Clause 2912

B2.21.3.2 2912 Stone pitching for earth fill: Stone pitching shall be carried out as per guidelines of IRC: 89 and as per Tech. Spec. Clause 306 for the side slopes on the earth fill portions as indicated in the drawings.

B2.22 SECTION 3000 MAINTENANCE OF ROAD

B2.22.1 CLAUSE 3001: GENERAL B2.22.1.1 Sub Clause 3001.1 is deleted B2.22.1.1 Sub Clause 3001.2 as

3001.2. Initial Rectification 3001.2.1 Tasks: The details of Initial Rectification works required to be carried out shall be listed by joint inspection of the project site by the Contractor and the Engineer soon after the issue of commencement order. The Engineer shall instruct the contractor to carry out such rectification works with prior approval of the Employer. The Initial Rectification work shall be completed within the two months from the Commencement Date. Initial Rectification shall involve repairs to the extent necessary to put the road in a safe and motorable condition for the smooth passage of traffic. The Initial Rectification tasks shall include ; (i) Pothole Repair and Patching as per clause 3004.2 (ii)Shoulder and Verge repairs as per clause 3003. (iii)Restoration of Rain Cuts, if they are considered to be a danger by the Engineer, as per clause 3002.

3001.2.2 Measurement for Payment and Rates

Initial Rectification works shall be paid under BOQ item No 1.04, 1.05(a) & 1.05(b).

B2.22.2 CLAUSE 3003: MAINTENANCE OF EARTHEN SHOULDER B2.22.2.1 Delete all paragraphs of Sub-Clause 3003.1 and add the following paragraphs in place

of above 3003.1. Scope

The maintenance of earthen shoulder shall include making up the irregularities/loss of material on shoulder to the required level by adding fresh approved soil and compacting it with appropriate equipment or to strip excess soil from the shoulder surface as per the requirement of this Specification.

For shoulder maintenance the entire project road shall be jointly inspected by the Contractor and the Engineer and a detailed chainagewise list of works shall be prepared and shall take prior approval of the Employer to carry out the work.

Karnataka State Highways Improvement Project – II International Competitive Bidding Bid Document Contract No: WEP3A

Particular Technical Specification 62

In case of routine maintenance works during the execution of Permanent Works in any of the section(s) of the Contract, the maintenance of earthen shoulder in that entire section(s) shall be considered incidental to the Works and shall be the responsibility of the Contractor to carry out at his own cost. In the case of section(s)where permanent works are not yet commenced, the Contractor shall be paid for carrying out the maintenance of earthen shoulder as and when instructed by the Engineer.

B2.22.1.2 Sub-Clauses 3003.4 and 3003.5 are not applicable for the section where the contractor is working.

B2.22.3 CLAUSE 3004: BITUMINOUS WORK IN CONNECTION WITH MAINTENANCE AND REPAIR

B2.22.3.1 Delete all the paragraphs of Clause 3004.1 and add the following in place of above The scope and type of maintenance work to be carried out shall be in accordance with the provisions of the Contract or as instructed by the Engineer. In all instances it will have been necessary to identify the causes of defects in order to permit effective repair. Maintenance treatments required under the Contract or instructed by the Engineer may include pothole, patch repair, surface dressing and overlays and the traffic control during maintenance operations shall conform to the requirements of the Contract documents.

B2.22.3.2 Delete all the paragraphs of Clause 3004.2 and add the following in place of above

3004.2 Filling Potholes and Patch Repairs

3004.2.1 Scope

The work shall consist of cleaning out potholes in the pavement surface, trimming the sides of the holes and compacting the base, applying prime and tack coat, filling with specified materials and compacting as and when instructed by the Engineer. The location, extent and depth of each pothole to be patch repaired shall be as instructed by the Engineer. If the Engineer observes poor performance of the patch repairs prior to the onset of the monsoon season, the Contractor shall redo the work at his own cost to improve the performance. In case of routine maintenance works, during the execution of Permanent Works in any of the section(s) of the Contract, the repair of potholes in that entire section(s) shall be considered incidental to the Works and shall be the responsibility of the Contractor and at his own cost. In the case of section(s)where permanent works not yet commenced, the Contractor shall be paid for carrying out pothole repair as and when instructed by the Engineer. 3004.2.2. Preparation

Karnataka State Highways Improvement Project – II International Competitive Bidding Bid Document Contract No: WEP3A

Particular Technical Specification 63

Potholes shall be cleaned out to a firm base and patches shall be excavated to the size and depth instructed by the Engineer. In both cases the sides shall be trimmed to give a rectangular shape with vertical sides. The area shall be thoroughly cleaned with compressed air or other appropriate method as approved by the Engineer to remove all dust and loose particles. The bottom of the pothole shall be thoroughly compacted. 3004.2.3 Filling

Potholes shall be filled with compacted Water Bound Macadam (WBM) complying with Clause 404 and surfaced with a 20mm Open graded Pre-mix Surfacing (PMS) complying with Clause 511. A prime coat complying with Clause 502 shall applied to the WBM surface and a tack coat complying with Clause 503 shall be applied to the existing bituminous sides of the hole before placing the PMS. For shallow potholes, depth less than 30mm, the patching work shall be carried out using PMS as necessary. For potholes depth upto 100mm Patching work shall be carried out using 75mm thick WBM(GIII)/WMM and 20mm thick PMS, For pothole depth more than 100mm 150mm WBM(GIII)/WMM in two layers and 20mm thick PMS shall be used for patching. The materials shall be placed in layers and shall be compacted in layers with roller / plate compactor / hand roller / rammer to the compaction standards defined in the appropriate clauses of the specifications.

While placing the final layer (PMS), the mix shall be spread slightly proud of the surface so that after rolling, the surface shall be flush with the adjoining surface. If the area is large, the spreading and levelling shall be done using hand shovels and wooden straight edges. During the process of compaction, the surface levels shall be checked using a 3m straight edge

Karnataka State Highways Improvement Project – II International Competitive Bidding Bid Document Contract No: WEP3A

Particular Technical Specification 64

ADDITIONAL TECHNICAL SPECIFICATIONS

CLAUSE A-1 FILLING OF OPEN WELLS Clause A-1.1 Scope

The work shall consist of removal and disposal of all unsuitable and obstructing materials, demolition of well lining, placing of selected materials in layers, and compaction in layers for filling of open wells originally used as sources for potable water. The work shall be carried out in accordance with the Specifications and as directed by the Engineer. These specifications would be applicable for open wells over which the road embankments would be built. These would not be applicable for plugging of open wells, which are outside the limits of embankments. These open wells would require plugging using suitable materials so as to protect against contamination of water. These specifications would also not be applicable for filling of ponds and water reservoirs. Classification of Wells The open wells shall be classified as under: Unlined Lined The casing/lining of wells may be of masonry, burnt clay, concrete rings or any other type.

Clause A-1.2 Materials The fill materials shall be sand, gravel, selected soil and such materials free from logs, stumps, roots, rubbish, compressible materials or any other ingredient likely to deteriorate, or affect the filling and shall be free from any hazardous material such as harmful chemicals, sewage etc., which could cause contamination of ground water. A mixture of sand and gravel would be acceptable as filling material because little settling would occur afterwards. The types of material to be used shall be as per Table-1 and as directed by the Engineer.

Table-1: Material for Filling of Open Wells

S. No. Description Material Type

1 Well with standing water

Mixture of sand and gravel upto 1.5m height below natural ground level. The selected granular soil with Plasticity Index (PI) < 6 for the remaining depth of well. To achieve the desired compaction, the top 1.5m shall be executed by lowering the standing water level by more than 1.5m below natural ground level.

2 Dry well with depth

Mixture of sand and gravel upto 1.5m height below natural ground level. The selected granular soil with Plasticity Index (PI) < 6 for the remaining depth of well.

Note: (1) Materials for filling of wells of sizes less than 1m in diameter shall be mixture of natural sand and gravel. (2) The selected materials (soils and sand-gravel mixtures) shall have MDD (as per IS2720, Part-8) not less than 16.0 kN/m3. The sand-gravel mix shall be as per sub clause 2504.

Karnataka State Highways Improvement Project – II International Competitive Bidding Bid Document Contract No: WEP3A

Particular Technical Specification 65

The size of the coarse material in soil shall not exceed 25 mm. In case of sand-gravel mixtures, the maximum particle size shall not be more than 75 mm. Sand-gravel mixtures with excessive amounts of gravel (>30%) shall not be permitted. These should be capped with 300 mm thick M-15 grade PCC slab on granular material.

Clause A-1.3 Construction Operations

(a) Removal of Obstructing Materials (i) All debris such as pump, metal wires and rods, pipes, any other equipment,

floating materials and logs, degradable and also not degradable materials that would cause incomplete filling of the voids shall be removed from the bed of wells so that the selected fill materials do not slump or settle afterwards. The removal and disposal shall also cover all plastic materials (e.g. used polythene bags, pipes etc.), sewage, dead animals, boulders etc. as directed by the Engineer.

(ii) In case of lined open wells, the lining shall be dismantled up to the level of natural ground level or one metre in height, whichever is higher.

(b) Disinfect Standing Water in Open Wells

(i) All open wells with standing water shall be disinfected to kill micro

organisms. This can be accomplished using by adding chlorine bleach @ 5 litres of chlorine bleach for every 2,500 litres of standing water and as directed by the Engineer.

(c) Removal of Well Lining (i) The upper 1m of well casing/lining shall be removed when the fill material

reaches within 1m of the existing ground surface.

(d) Placing and Compaction

(i) The placing and compaction operations would commence after completion of the preceding tasks, (a) and (b), to the satisfaction of the Engineer.

(ii) The fill material as specified in Table-1 above shall be placed in the well in layer of 500 mm using shovels and as directed by the Engineer. Dumping of materials from dump trucks and front-end loaders into the abandoned wells shall not be allowed.

(iii) Each layer of fill material shall be compacted with the help of plate

compactor or power hammer and as directed by the Engineer.

(iv) Before allowing the next layer, it shall be ensured that the earlier layer is at the desired compaction and as directed by the Engineer.

(v) It shall be ensured that no further consolidation/settlement takes place while

in service after filling of open wells. The site over the filled open well shall be shaped as directed by the Engineer to stop ponding of water and also to absorb any settling of filling material.

Karnataka State Highways Improvement Project – II International Competitive Bidding Bid Document Contract No: WEP3A

Particular Technical Specification 66

(vi) These should be capped with 300 mm thick M-15 grade PCC slab on granular material.

Clause A-1.4 Measurements

Measurement of well filling shall be in cum for finish work for the following items. a) Mixture of sand, gravel and selected granular soil. b) PCC M –15 grade.

Clause A-1.5 Rates

The contact unit rates for filling of open wells shall include removal of debris, dismantling of lining, cost of fill materials, machinery, labour, all compaction works, environmental protection works, if so directed by the Engineer, and disposal of unsuitable materials complete with all leads and lifts and as directed by the Engineer.

CLAUSE A-2 CHUTE DRAIN FOR HIGH EMBANKMENT SECTIONS Scope

This work shall consist of construction of chute drain on the slope of the road embankment including erosion protection works at the locations and to dimensions shown on the Drawings or as directed by Engineer. Schedule of works shall be so arranged that the drains are completed in proper sequence with roadway to ensure that no damage is caused due to lack of drainage. Materials The drains shall be rectangular 300mm wide and 200 mm depth in cement concrete M-20 grade with foundation in M-15 grade concrete as shown in the drawings. The RCC work shall conform to the relevant clauses of these specifications. Energy dissipation structures in M-20 grade shall be provided at the foot of the chute as shown in the drawings. Dumped riprap for erosion protection at ground level shall be hard, unweathered and durable rubble stone of size 150 to 250mm. Construction Operations Excavation for fixing drain sections: At the locations where the chute drains are to be installed, a rectangular cut on the side slope of the embankment along the line of the chute drain shall be made in such a way that the RCC drain sections could be fixed snugly with their edges flush with the adjoining embankment slope. The sloping bed of the drain shall be to a regular line and suitably compacted to provide a firm bed. Fixing RCC Drains sections: The ends of the RCC drain sections shall be specially shaped to form a self-cantering joint. Fixing of the drain sections shall start from top of toe wall at the lower end and proceed towards the upper. The jointing space shall be filled with cement mortar (1 cement to 2 sand) mixed sufficiently dry to remain in

Karnataka State Highways Improvement Project – II International Competitive Bidding Bid Document Contract No: WEP3A

Particular Technical Specification 67

position when fixed with a trowel or wooden rammer. Care shall be taken to fill all voids, and excess mortar shall be removed. All joints shall be made with care with interior surface of RCC sections. After finishing, the joints shall be kept covered and damp for at least 4 days. Dumped Rip Rap: Dumped rip rap for erosion protection shall be placed above ground level at the lower end of the chute drain in such a way that the rip rap stones are not easily moved by water flowing down the chute drain. Measurements for Payment Chute drain shall be measured as length of drain sections placed in position in linear metre. Excavation and preparation of bed for the drain shall not be measured separately Energy dissipation structures shall be measured in cum. Dumped riprap shall be measured as volume of the material placed in position in cu.m. Rate Rate for the different items of work shall be payment in full for completing the respective work including all materials, labour, equipment and incidentals.

Clause A-3 REINFORCED EARTH RETAINING STRUCTURES ClauseA-3.1 SCOPE

This work shall consist of Design, Engineering, Procurement and Construction of the Reinforced Earth Structures, Reinforced Soil, Mechanically Stabilised Earth or Similar Soil Reinforcing systems including supervision as per appropriate technology. The different types of structures shall be consists of Pre-cast concrete facia slabs/panels or hollow blocks, or as advised by the approved system manufacturer and Reinforcing elements such as galvanised steel strips, or Geosynthetic (geogrids/geotextiles) with accessories, fittings, drainage materials and backfill material.

ClauseA-3.2 DESIGN AND ENGINEERING

The scope of work shall cover the supply of detailed design, engineering, submission of working drawings by the approved specialised supplier / manufacturer / agency for the works of Reinforced Earth Structures, Reinforced Soil, Mechanically Stabilised Earth or Similar Soil Reinforcing systems. The design shall ensure internal and external stability of the reinforced soil wall, meeting the requirements of B.S. 8006-1995. The maximum Reinforcing element design load under working condition for 100 years design life shall be assessed by applying serviceability limits and ultimate limits, whichever is lower, as stipulated in B.S. 8006-1995. Complete design calculations and Cross sections showing layout of reinforcement and other details such as drainage arrangements shall be provided. Cross sections shall be provided for approximately every 2m change in the height of the reinforced soil wall, and keeping in the view changes in reinforcement layout.

Karnataka State Highways Improvement Project – II International Competitive Bidding Bid Document Contract No: WEP3A

Particular Technical Specification 68

The designs and drawings shall be got approved from the Engineer before execution of work. A technical representative of the approved supplier/manufacturer shall be present on site throughout during the casting and erection phases to ensure that the quality of the works performed by the Contractor is in accordance to the specifications. All expenses relating to his presence on site shall be borne by the Contractor.

ClauseA-3.3 REINFORCING ELEMENT

The reinforcing elements shall be hot dip galvanised steel strips, or Geosynthetics Material (i.e., geogrid reinforcement or geotextiles reinforcement),or any other proprietary material which may be approved by the engineer and as indicated in the drawings.

ClauseA-3.4 Hot Dip Galvanised Soil Reinforcing Strips and Tie Strips

High adherence hot dip galvanised soil reinforcing strips and tie strips. Shapes and dimensions of these elements shall be as shown on the approved drawings. Tie strips and high adherence reinforcing strips shall be hot rolled. Their physical and mechanical properties shall conform to European norm EN 10025 or equivalent IS 2062. Reinforcing the tie strips shall be hot-dip galvanised (not less than 140µ) to conform to the minimum requirements of ISO standard 1460 and 1461 equivalent to IS 4559. Reinforcing Element and tie strips shall be cut to the lengths and tolerance shown on approved drawings. Holes for bolts shall be punched in the locations shown. They shall be carefully inspected to ensure they are true to size and free from defects that may impair their strength or durability.

ClauseA-3.5 Fasteners

Bolts and nuts shall be hexagonal in shape and high strength screw, conforming to European norm E25100 Class 10.9 or equivalent IS. They shall be 12mm in diameter 30mm in length hot-tip galvanised in conformity with ASTM A153 or equivalent IS.

ClauseA-3.6 Geosynthetics. The geosynthetic material shall be dimensionally stable and able to retain its geometry under construction stresses and have resistance to damage during construction, to ultraviolet degradation, and all forms of chemical and biological degradation encountered in reinforced soil structures. These effects must be determined by testing and analysis as it may cause deterioration of either the geosynthetics tensile strength and the geosynthetic/soil stress transfer mechanisms within the structure. All quality control strength of geosynthetics must represent minimum average roll values (MARV) only (97.5% confidence limit). For testing of the tensile strength of the geosythetic material. ASTMD4595 shall be performed every 5000 square meters and test data for each lot of material shall accompany shipments. Samples of geosynthetics to be used for the project shall be submitted along with documentation notarised by the manufacturer that the material meets the project specification. Approval of the material by the owner/owner’s engineer will be required prior to delivery of the material to site.

Karnataka State Highways Improvement Project – II International Competitive Bidding Bid Document Contract No: WEP3A

Particular Technical Specification 69

Since geosynthetics are manufactured from plastics (polymers), which are visco-elastic in nature, they are susceptible to creep or long term deformation within the structures in post construction stages. Creep of polymer is primarily dependent on the soil ambient temperatures. The manufacturers of geosynthetics materials must be able to supply creep test data/results for the period of minimum 10 years over a temperature of 40°C minimum. (Facing temperature attained in most tropical Indian climates/locations where geosynthetics is connected to the modular block or facia panel). The post construction strains in geosynthetics must be restricted below 1.0% for approach highway retaining walls and 0.5% for abutments (mixed or pure type) to meet serviceability state requirements. The manufacturer / supplier of geosynthetics material must conduct site specific tests to assess the potential for construction damage and strength loss in geosynthetics based on the quality of backfill soil, compaction equipment and efforts utilised and type of geosynthetic proposed for use. The same shall be accounted in the design as partial factor of safety from construction / installation damages. Specific chemical compatibility tests to account for adverse effects of pH, chemical, aqueous solutions of salts, acids and alkalis etc. at soil ambient temperature of 40°C (facing temperature) for site specific backfill soils shall be conducted and accounted in the design as partial factor of safety from chemical degradation on geosynthetics. Special measures must be adopted to ensure that risk from fire hazards and thereby release of toxic fumes are eliminated and the same be accounted for in the detailed proposal for ensuring structural integrity of the construction. The manufacturer/supplier of the geosynthetic – precast concrete facing system (block/panel) as appropriate, must conduct test results to sustainable the choice of interaction properties (direct sliding and bond coefficients) with site-specific backfill materials in design calculations. In no cases must interaction coefficients more than 0.9 and 0.8 respectively be used in the design for the backfill properties specified in this document in accordance to GR1-GG5 test requirements for geogrids and in accordance GR1 – GT6 test requirement for geotextile. No joining along principal stress direction in geosynthetics (with fasteners or connectors) shall be permitted.

ClauseA-3.7 Geogrid Reinforcement

The geogrid shall be made from high molecular weight, high tenacity polyester (PET) or high-density polyethylene (HDPE). Polyester geogrids shall be manufactured by the weaving in tension process and coated with a protective latex or PVC to maximise the resistance to creep, hydrolysis, pH and enhance durability during construction and in service. Minimum mass per unit area (ASTM D5261) of polyester geogrids shall be 225 GSM. The roll width shall be minimum 5.0 m.

Karnataka State Highways Improvement Project – II International Competitive Bidding Bid Document Contract No: WEP3A

Particular Technical Specification 70

High density polyethylene geogrids shall be manufactured by extruded, drawn sheets and by punched and orientation process in one direction so that the resulting ribs shall have a high degree of molecular orientation, which is continued through the integral transverse bar. It shall contain adequate stabilisers to enhance stability to environmental stress cracking (ESC), photo oxidation (UU exposure) and thermal oxidation. HDPE geogrids must process 100% junction efficiency of QC strength (in accordance to GR1-GG2-87 test requirements) between longitudinal ribs and transverse bars for efficient load transfer mechanism. Minimum mass per unit area (ASTM D5261) of HDPE geogrids shall be 500 gms. The roll width shall be minimum 5m.

ClauseA-3.8 Geotextile Reinforcement

Geotextile shall be made from woven high quality polypropylene (PP) or polyester (PET) fibres. They shall be manufactured from weaving process. The manufacturer of geotextile by this process will give rise to warp direction (the direction of fabric is being made, or long direction), weft or fill direction (the cross direction, or short direction), and selvedge (edges of the fabric where the weft yarns reverse direction and gather the outer warp yarns on each side of the fabric). The geotextile must possess maximum resistance to creep, hydrolysis, environmental stress cracking (ESC), photo oxidation (UU exposure), thermal oxidation and installation damages as per ASTM guidelines. Geotextile must possess sufficient permeability of prevent build-up of hydrostatic pressures in the reinforced soil mass. Minimum mass per unit area (ASTM D5261) of geotextile shall be 350 gms.

ClauseA-3.9 Partial Factors

Partial factors as specified in BS 8006: 1995 shall be used to calculate the long term design strength of geosynthetic materials of any type proposed to be used as reinforcement.

Karnataka State Highways Improvement Project – II International Competitive Bidding Bid Document Contract No: WEP3A

Particular Technical Specification 71

Table 3100.1 Default Partial Factors

Minimum partial FOS for Calculation of 100 years long term design strength (TD) in accordance with BS 8006:1995 requirements

HDPE based geogrids

PET based geogrids

Woven PP based geotextiles

Woven PET based geotextiles

1. Partial FOS for creep deformation [Tu/Tcs]

No Default factors allowed for values of partial factor for creep. Manufacturer shall provide values certified by independent testing /certifying agency. Partial factor for creep at 40ºC shall be used for determining the long term design strength and in evaluating long strain of geosynthetic reinforcement in retaining walls and abutments as specified in BS 8006-1995.

2. Partial FOS for variations in manufacture from control specimens (fm 11)

1.0 (use only MARV)

1.0 (use only MARV)

1.0 (use only MARV)

1.0 (use only MARV)

3. Partial FOS for extrapolation of creep test data (fm 12)

1.10 (10 years creep test results at 40°C)

1.10 (10 years creep test results at 40°C)

1.15 (10 years creep test results at 40°C)

1.15 (10 years creep test results at 40°C)

4. Partial FOS for construction / installation damage (susceptibility to damage) [fm 21]

1.18 1.22 1.83 2.44

5. Partial FOS for potential chemical (at 40°C) and biological degradation. (Environment) [fm 22]

1.10 1.15 1.10 1.15

In all cases, the long term design strength (LTDS) shall be calculated by using the values of material partial factor of safety based on 100 years service design life. All partial factors for any type of geosynthetic material proposed in the reinforced soil systems shall be provided by the manufacturer, and these shall be certified by a competent Independent certifying agency. Provision of such certificate is required before approval for the material is accorded by the Engineer.

In the absence of values of partial factors as per BS 8006-1995, as specified above, the minimum partial factors as given in table 3100.1 shall be used in the design, as default values, except for creep. No default value for partial factor for creep shall be allowed

Karnataka State Highways Improvement Project – II International Competitive Bidding Bid Document Contract No: WEP3A

Particular Technical Specification 72

and it is mandatory for the geosynthetic material supplier to provide certified values of partial factors for creep as per BS-8006-1995 requirements.

ClauseA-3.10 Certification, Stress - Strain Properties

Mechanical properties of the geogrid shall be verified in accordance with EN-DIN 18200 or equivalent standard by both internal quality assurance testing and external quality control and assurance by an independently authorised and accredited laboratory. Tensile strength and strain of geogrid shall be tested in accordance with EN ISO 10319 or equivalent standard. A British Board of Agreement certificate shall be submitted stating that the geogrid is certified for use as a soil reinforcement geogrid. The production of the geogrid shall be EN ISO 9001 certified. Strain at nominal strength (wide width tensile strength) as per EN DIN ISO 10319 (or equivalent standard) shall be:

longitudinal = max. 12.5% transverse = max. 12.5%

The total warp strain (including creep) at 10,000 hrs loading shall not exceed 8% at 50% of ultimate tensile strength.

ClauseA-3.11 FACIA MATERIAL

The Facia material shall be Pre-cast Reinforced concrete slabs/panels, or Pre-cast cement concrete hollow blocks or any other proprietary material that may be approved by the engineer and as indicated in the drawings

ClauseA-3.12 Pre-cast Reinforced Concrete Slabs/Panels.

Pre-cast Reinforced Concrete Slabs / Panels shall conform to the details and dimensions shown on the approved drawings. The grade of Concrete shall be minimum M-35 and shall conform to the requirements contained in Section-1700 “Structural concrete” of the MOSRTH Specifications. Reinforcement shall be placed as shown on the drawing and shall conform to the requirements specified in Section-1600 of the MOSRTH Specifications.

ClauseA-3.13 Casting

The elements shall be cast on a flat area. Connecting pins, PVC pipes and lifting anchors etc., shall be set in place to the dimensions and reinforcing elements guides shall be set on the rear face, prior to casting. The concrete in each unit shall be placed without interruption and shall be compacted by the use of an approved vibrator supplemented by such hand-tamping as may be necessary to ensure that the concrete reaches into the corners of the forms and prevent formation of air pockets or cleavage planes.

ClauseA-3.14 Curing

The pre-cast elements shall be cured for a sufficient length of time as approved by the Engineer so that the concrete develops the required compressive strength. Only fresh potable water shall be used for curing.

Karnataka State Highways Improvement Project – II International Competitive Bidding Bid Document Contract No: WEP3A

Particular Technical Specification 73

ClauseA-3.15 Removal of Forms

The forms shall remain in place until they can be removed without damaging the elements. The scheme of removal of formwork shall be as per relevant MOSRTH Specifications.

ClauseA-3.16 Scribing

The date of manufacture and batch number shall be clearly scribed on the rear face of each unit.

ClauseA-3.17 Concrete Finish

The front (exposed) face of the elements shall have the finish approved by the Engineer and painted with cement based waterproof paint. The rear face shall have the finish of unformed surface and shall be roughly screened to eliminate open pockets of aggregates.

ClauseA-3.18 Tolerance

All elements shall be manufactured within the following tolerances: All dimensions within : + 5 mm Evenness of the front face : 5 mm over 1500 mm Difference between lengths of two diagonals :10 mm max. Thickness : 5 mm

ClauseA-3.19 Handling, Storage and Transporting

All elements shall be handled, stored and transported in such a manner as to eliminate the danger of chipping, cracking, fracture and excessive bending stresses. Elements in storage shall be supported on firm blocks to be located adjacent to the reinforcing elements to avoid their bending.

ClauseA-3.20 Acceptability

Acceptability of the precast elements shall be determined on the basis of compression tests, as per MOSRTH Specifications and visual inspection. A minimum of one sample of 6 cubes shall be taken for each lot of 5 cubic metre of concrete or part thereof produced per day. 50% of these cubes shall be cured in the same manner as the elements and tested to determine when the elements can be placed in the structure. Elements shall be acceptable for placement in the structure if the strength at 7 days, or before, exceeds 75% of the 28 days requirements.

ClauseA-3.21 Rejection

Elements shall be subject to rejection in case of failure to meet any of the requirements specified above. In addition, defects indicating imperfect moulding, honey combing or open textured concrete, shall be sufficient cause for rejection

ClauseA-3.22 Pre-cast Cement Concrete Hollow blocks.

The facia material of geosynthetic reinforced soil retaining wall shall be modular concrete block units, as alternate to discrete slab/ panel facing. Pre-cast Cement Concrete blocks shall conform to the details and dimensions shown on the approved drawings. In case of hollow blocks, the outer side of the block have a

Karnataka State Highways Improvement Project – II International Competitive Bidding Bid Document Contract No: WEP3A

Particular Technical Specification 74

minimum thickness of 95mm and inner side 50mm. The hollow area shall not exceed 40% of the cross sectional area of the block. The grade of Concrete shall be minimum M-35 as per IRC guide lines and the minimum depth (perpendicular to wall) of these units shall be 300mm

ClauseA-3.23 Casting

Modular concrete facing units will be manufactured by dry casting process by fully automatic block making machine to ensure consistent quality of concrete, dimensional tolerance, good finish and aesthetic appearance.

Clause A-3.24 Curing

The pre-cast blocks shall be cured for a sufficient length of time as approved by Engineer so that the concrete develops the required compressive strength. Only fresh potable water shall be used for curing. Steam curing is desirable

Clause A-3.25 Scribing

The date of manufacture and batch number shall be clearly scribed on the rear face of each unit.

Clause A-3.26 Concrete Finish

All units shall be sound and free of cracks or other defects that would interfere with the proper placing of the unit or significantly impair the strength of permanence of the construction. Any block units with cracks or chips observed during construction shall be rejected from use

Clause A-3.27 Tolerance

Modular concrete block units dimensions shall not differ more than + 2.5mm except height, which shall differ more than + 1.5mm. Modular concrete block units shall match the colour, surface finish and dimension for height, width, depth and batter not exceeding 1 in 40 to vertical.

Clause A-3.28 Handling, Storage and Transporting All elements shall be handled, stored and transported in such manner as to eliminate the danger of chipping, cracks, fracture and excessive breaking stresses. Elements in storage shall be supported on firm blocking.

Clause A-3.29 Acceptability

Acceptability of the pre-cast element shall be determined on the basis of compression tests, as per MOSRTH Specifications and visual inspection. A minimum of one sample of 6 cubes shall be taken for each lot of 5 cubic meters or part thereof producer per day. 50% of these cubes shall be cured in the same manner as the elements and tested to determine when the elements can be placed in the structure. Elements shall be acceptable for placement in the structure if the strength at 7 days, or before, exceeds 75% of the 28-day requirements.

Karnataka State Highways Improvement Project – II International Competitive Bidding Bid Document Contract No: WEP3A

Particular Technical Specification 75

Clause A-3.30 BACKFILL MATERIAL The Backfill Material used in the Reinforced Earth Structures, Reinforced Soil,

Mechanically Stabilised Earth and similar soil reinforcing systems shall be granular material, free from organic or otherwise deleterious materials and shall conform to the following mechanical and physical-chemical requirements.

Clause A-3.31 Mechanical requirements Sieve Size Percentage Passing

250mm 100 % 100mm >75 % # 200 <15 %

Plasticity Index shall not exceed 6. Coefficient of uniformity Cu = (D60/D10) 2 The fill material shall have a peak effective friction angle of not less than 32º

tested as per Annexure C, BS-8006-1995. Clause A-3.32 Physical-chemical requirements In case metal reinforcements being used, fill materials with a resistivity of 5000

cm or more, are readily acceptable, based on a standard test as directed by the Engineer.

Materials with resistivity less than 1000 cm are inadequate and shall not be used

except as specified in Clause3100.5.4 below. Materials with resistivity between 5000 and 1000 cm are acceptable provided

that in water extracted from soil-water mix, the content of chlorides does not exceed 200 PPM, the content of sulphates does not exceed 1000 PPM, and pH value is in the range of 5 to 10.

The foundation soil physical-chemical requirements shall also meet the above

criteria. If not, special consideration will be given to the design of Reinforcing element and Facia material.

Clause A-3.33 Testing For every 300 Cum. of backfill material, or whenever the approved source is

changed, one sieve analysis and one measurement of resistivity shall be carried out for acceptance.

Clause A-3.34 Materials not conforming to the above Materials not conforming to the above requirements may be used with the written

consent of Engineer after carrying out tests. Such materials shall be tested for their functional properties to ensure that they are consistent with the parameters used in the design calculations.

Karnataka State Highways Improvement Project – II International Competitive Bidding Bid Document Contract No: WEP3A

Particular Technical Specification 76

Clause A-3.35 CONSTRUCTION OPERATIONS The construction of Reinforced Earth Structures, Reinforced Soil, Mechanically

Stabilised Earth or similar soil reinforcing systems shall carried out in accordance with the specifications and in conformity with the lines, grades, design and dimensions shown on the approved drawings.

Clause A-3.36 Excavation The Plan area of the of Reinforced Earth Structures, Reinforced Soil,

Mechanically Stabilised Earth or similar soil reinforcing systems shall be excavated in accordance with the requirements of General and Special Specifications and in reasonably close conformity to the limits and construction stages as shown on the approved drawings.

Clause A-3.37 Foundation Preparation The foundation shall be graded level for a width equal to or exceeding the length

of reinforcing elements or as shown on the drawings. Prior to wall construction, if required by the Engineer, the foundation shall be compacted with a smooth wheel vibratory roller. Any foundation soils found to be unsuitable shall be removed and replaced.

Clause A-3.38 Levelling Concrete A levelling course of concrete pad shall be provided under walls and seat beams

(for bridge abutments). Such concrete shall have a minimum grade of M-20 . Maximum size of aggregates shall be 20 mm. The pad shall be cured for 24 hours at least before placing of the panels

Clause A-3.39 Erection of Facia Material along with Reinforcing element The erection of Reinforced Earth Structures, Reinforced Soil, Mechanically

Stabilised Earth or similar soil reinforcing systems shall be of pre-cast concrete facia slabs/panels or hollow blocks and reinforcing elements which may be of galvanised steel strips, or Geosynthetics and in conformity with the lines, grades, design and dimensions shown on the approved drawings.

Clause A-3.40 Concrete facia slabs/panels and Reinforcing steel strips. Pre-cast concrete slabs/panels shall be placed vertically with the aid of a light

crane. For erection, panels are handled by means of lifting devices set into the upper edge of the panels. Panels shall be placed in successive horizontal lifts in the sequence shown on the drawings as backfill placement proceeds.

Shapes and dimensions of the reinforcing elements shall be as shown on the

approved drawings. Protective coating material shall be got approved by engineer. As fill materials is placed behind a panel, the panels shall be maintained in

vertical position by means of temporary wooden wedges placed in the joint at the junction of the two adjacent top rows of panels during construction. As construction proceeds, and a fourth row is erected, the lowest row of wedges can be removed and so on.

Karnataka State Highways Improvement Project – II International Competitive Bidding Bid Document Contract No: WEP3A

Particular Technical Specification 77

Fillers of vertical joints between panels shall be flexible open cell polyurethane foam strips or non-woven fabric strips (the latter used as joint cover instead of filter) as approved by the Engineer. Bearing pads for horizontal joints between panels shall be made of elastomer with vulcanised EPDM.

Clause A-3.41 Cement Concrete block units with Geogrid reinforcement These units will be dry stacked (without mortar) one over the other in a running

bond configuration, vertically. Adjacent units shall be connected by dowels or shear pins to ensure positive connection with the reinforcing geosynthetic. Tongue and groove type connections are also acceptable. Hollow area in the blocks shall be filled with aggregate of 10 to 18mm nominal size during constructions.

Dowels or pins used by the retaining wall supplier to interconnect block units

shall consist of a non-degrading polymer or galvanised steel and be made for the use with the block unit supplied.

All materials shall be installed at the proper elevation and orientation as shown in

the wall details on the construction plans or as directed by the Engineer. The drawings shall govern in any conflict between the two requirements.

Broken chipped, stained or otherwise damaged units shall not be placed in the

wall unless they are repaired and the repair method and results are approved by the Engineer.

The spacing between primary reinforcing geosynthetic shall not be more than

600mm or two block units, whichever is greater. Overlap of the geogrid in the design strength direction shall not be permitted. The

design strength direction is that length of geogrid reinforcement perpendicular to the wall face and shall consist of one continuous piece of material. Adjacent sections of geogrid shall be placed in a manner to assure that the horizontal coverage shown on the plans is provided. A minimum 100mm overlap shall be allowed between adjacent roll widths.

Geogrid reinforcement should be installed under tension. A nominal tension shall be applied to the reinforcement and maintained by staples, stakes or hand tensioning until the reinforcement has been covered by at least 200mm of soil fill.

Clause A-3.42 Backfill Placement and Compacting The reinforcing elements shall be laid free from all kinks, damage and

displacement during deposition, spreading, levelling and compaction of the fill. The programme of filling shall be such that no construction plants runs directly on the reinforcement.

Water of minimum resistivity exceeding 700 cm shall be used for compaction. Compaction of backfill material shall be 100% Proctor density for 1 metre depth

below road crust and 95% of Proctor Density for remaining portion of fill materials.

All construction plant having a mass exceeding 1000 kg shall be kept at least

1.5m away from the face of slope or wall. In this area (upto 1.5m from the face of slope or wall), following compaction plant shall be used:

Karnataka State Highways Improvement Project – II International Competitive Bidding Bid Document Contract No: WEP3A

Particular Technical Specification 78

Vibratory roller having a weight per meter width of roll not exceeding 1300

kg, with total weight not exceeding 10,000 kg. Vibratory plate compactor of maximum weight 1000 kg. Vibro tamper having a weight not exceeding 75 kg.

Compaction by any other method like using dozer or back blade compaction by

dozer or excavator bucket shall be permitted with due approval from the Engineer after ascertaining the level of compaction so achieved.

During construction of reinforced fill, the retained material beyond the

reinforcement at the rear or the structure shall be maintained at the same level as reinforced fill.

The compacted layer shall not be more than 200 mm, to achieve compaction of

95% of maximum laboratory dry density where measured as per IS: 2720 (Part 8). Temporary formwork shall be used to support the construction as per specified

details given in the drawing. The forms, scaffolding and props shall be sufficient in numbers to allow taking up of a sectoral construction schedule specified in the design.

Clause A-3.43 Drainage Fill Placement. Drainage fill shall be placed to the minimum finished thickness and widths shown

on the construction plans or as modified by the Owner’s Engineer. The drainage collection pipe shall be a perforated or slowed PVC or corrugated

HDPE pipe. The pipe and drainage aggregate may be wrapped with a geotextile that will function as a filter. Outlets shall be provided at suitable locations.

Clause A-3.44 Cap Block Placement. The cap block and or top concrete block unit shall be bonded to the modular

concrete block units below using cap adhesive. Clause A-3.45 Concrete Crash Barrier Concrete crash barrier including friction slab shall be provided in RCC M 40

grade as per approved drawing and as directed by the Engineer. Clause A-3.46 GUARANTEE The guarantee period for all types of Reinforced Soil Retaining Structures shall be

ten (10) years from the date of completion of flyover, underpass, overpass, interchange, bridge works irrespective of defect liability period specified elsewhere in the tender document. The contractor(s) shall furnish the guarantee bond as directed by the Engineer-in-Charge.

Clause A-3.47 MEASUREMENT FOR PAYMENT The measurement for Reinforced Earth Structures, Reinforced Soil, Mechanically

Stabilised Earth or similar soil reinforcing systems shall be of Reinforced Soil Retaining Wall shall be measured as follows:

Karnataka State Highways Improvement Project – II International Competitive Bidding Bid Document Contract No: WEP3A

Particular Technical Specification 79

a) Measurement for Facia Material (Panel/ Slab or Blocks) shall be in Sq.

metres. This shall be measured on each face of the ramp and closing wall from top of the levelling concrete to bottom of the crash barrier.

b) Measurement of Backfill Placement and Compacting shall be in Cu. metres.

This shall be measured separately by taking cross sections at intervals in the original position before the work starts and after its completion.

c) Measurement for concrete crash barrier including friction slab shall be in cubic metres and for TMT reinforcement shall be in Tonne.

The payment for Excavation, Foundation concrete, Reinforcing element,

fasteners, filter media, drainage layer, drainpipe, coping beam and other accessories shall not be made separately. It is deemed to have been included in the Facia Material rates for these items.

However the payment for subgrade and granular Sub-base shall be measured and paid under the respective items.

Clause A-3.48 RATES a) The contract unit rates for the items of Facia Material and Backfill

Placement shall be the payment in full for carrying out the required operation including full compensation for:

1. Cost of detailed design, engineering and preparation of working drawings

2. Patentee charges (if any) and supervision by the specialized supplier /manufacturer /agency.

3. Cost of all labour charges, material cost, all transportation costs and storage of the same.

4. Cost for necessary temporary form works, scaffolding, traffic diversion and all leads and lifts.

) Rate for Back fill shall include compaction as desired in requisite layers through

mechanical means, cost of hire or labour for plant operations, dressing and levelling slopes, including special measures for edge reinforcement as shown in the drawings.

Karnataka State Highways Improvement Project – II International Competitive Bidding Bid Document Contract No: WEP3A

Particular Technical Specification 80

CLAUSE A-4 CONTROLLED BLASTING Clause A-4.1 GENERAL The specifications for excavation in rock are covered by MoRT&H “Specifications

for Road & Bridge Works” (4th revision 2001), vide section 300. The following specifications are additional and supplementary to the same.

Clause A-4.2 CONTROLLED BLASTING Whenever required by the Engineer, the rock blasting shall be controlled so that

vibration generated during the blasting do not cause damage to the building and installation around built up areas. Similarly, the rock pieces should not fly off the pits and thus damage the buildings and installation and life and limb of people around. Apart from the general precautions mentioned in the MoRT&H specifications, following protective measures and limits for use of explosives are suggested as guidelines.

Clause A-4.3 PROTECTIIVE MEASURES

a) Short delay blasting with light charges shall be used.

b) The blast hole shall be covered with 0.6 to 1.0 sq.m. Mild steel plate of minimum 6 mm thickness.

c) Reinforcement rod mesh not less than 20 mm dia at 150 mm centers in both directions shall be placed over the steel plates.

d) Steel plate and reinforcements shall be inspected after every blasting operation and all twists shall be removed before reuse to the satisfaction of the Engineer.

e) The thickness of the covering plate and the kind of dead weight is to be duly approved by the Engineer.

When blasting is necessary adjacent in partially of completely built structures the contractor shall take all precautions necessary to prevent flying rock from causing damage to the structures.

Clause A-4.4 BLASTING WITHIN CERTAIN LIMITS

No blasting shall be allowed for any of the excavation until freshly placed concrete of nearby structures has reached a minimum strength of 7 MPa.

Normally, blasting shall be resorted to only after 7 days of concreting work in case of OPC (10 days in case of PPC) in adjacent structures.

In no case shall blasting be allowed closer than 15m to any structure after concrete placing has started.

When minor blasting is necessary after concrete placing has started in any structure, the maximum size of charge for distance from 100m and above shall be limited to the following:

Karnataka State Highways Improvement Project – II International Competitive Bidding Bid Document Contract No: WEP3A

Particular Technical Specification 81

Distance in m Safe particle velocity 10 mm/sec. Charge in kgs

per delay

Safe particle velocity 3 mm/sec. Charge in kgs

per delay.

100 10.7 2.6

150 24.2 5.8

200 43.0 10.3

250 67.3 16.7

300 96.9 23.2

350 131.9 31.6

400 172.3 41.2

450 218.2 52.2

500 269.3 64.5

Any deviation in the above-recommended limits will be adopted only after the specific approval of the Engineer. The contractor shall submit the scheme with charges and delays he proposed to use for blasting, for approval of the Engineer.

It is generally recommended that where the blasting is to be done, within 20 m of the nearest point of permanent building, the area shall be line drilled on periphery before blasting.

The Contractor shall be responsible for all damage caused by blasting whether to permanent or temporary structures and shall replace or repair the structures at his own cost.

Clause A-4.5 PRECAUTIONS AFTER BLASTING After the blast, the supervisor must carefully inspect the work and satisfy himself that all the charges have exploded. After the blast takes place in underground works, the workmen shall not be allowed to go to the face till toxic gases have disappeared from the face.

If it is suspected that part of the blast has failed to fire or is delayed, sufficient time shall be allowed to elapse before entering the danger zone. When fuse and blasting caps are used, a safe time should be allowed and then the supervisor alone shall leave the shelter to inspect the blasting zone.

None of the drillers are to work near the misfired hole until one of the two following operations have been carried out by the Supervisor:

Either (i) the Supervisor should very carefully (when the tamping is of damp clay) extract the tamping with a wooden scraper or jet of water or compressed air (using a pipe of soft material) and withdraw the fuse with the primer and a fresh detonator with

fuse should be placed in these holes and fired out, or (ii) the hole may be cleared of 30 cm of tamping and its direction then be ascertained by placing a stick in the hole. Another hole may then be drilled at least 60 centimeters away and parallel to it and about 30 cm less in depth, this hole shall them be charged and fired. The balance of the cartridges and detonators found in the muck shall be removed.

Before leaving his work, the Supervisor of the concluding shift shall inform the Supervisor of the relieving shift of any case of misfires and should point out the

Karnataka State Highways Improvement Project – II International Competitive Bidding Bid Document Contract No: WEP3A

Particular Technical Specification 82

position with a red cross denoting the same and also stating what action, if any, he has taken in the matter.

The Supervisor should also at once report at the office of the Contractor and the Engineer all cases of misfire, the cause of the same and what steps were taken in connection with these.

The names of the day and night shift Supervisors must be noted daily in the Contractor’s office.

If a misfire has been found to be due to a defective detonator of dynamite the whole quantity or box from which the defective article was taken, must be thoroughly inspected by the Contractor.

Drilling in holes not completely exploded by blasting shall not be permitted.

Clause A-4.6 PERSONNEL Excavation by blasting will be permitted only under the personal supervision of competent and licensed blasters and trained workmen.

All supervisors and workmen in-charge of preparation, handling, storage and blasting work shall be adequately insured by the Contractor.

Storage shall be in charge of a very reliable person approved by the Engineer, who may, if necessary conduct police enquiries as to his reliability, antecedents etc. The contractor shall have to produce a security for the person in-charge of the explosives, if and when required by the Engineer, of the civil authorities of the district.

The Contractor shall make sure that his supervisors and workmen are fully conversant with all the rules to be observed in storing, handling and use of the explosives. It shall be ensured that the supervisors in charge are thoroughly acquainted with the details of the handling of explosives and blasting operations.

Karnataka State Highways Improvement Project – II International Competitive Bidding Bid Document Contract No: WEP3A

Particular Technical Specification 83

CLAUSE A-5 INTER LOCKING CONCRETE BLOCKS Clause A-5.1 Scope

The scope of work involves laying of interlocking concrete blocks laid on 300 mm thick prepared sand bed conforming to IRC: SP: 63 and as directed by Engineer. The shape of blocks, the source of supply, the methodology for laying of blocks shall be got approved from Engineer.

Clause A-5.2 Unit of measurement

The unit of measurement shall be the area of the finished item of work of interlocking blocks measured in plan in sq m.

Clause A-5.3 Rate

The unit cost includes full compensation for laying the sand bed and laying the interlocking tiles including the cost of sand and tiles.

CLAUSE A-5A Inter locking paver blocks for Raised Pedestrian Crossing

Clause A-5A.1 Scope The scope of work involves laying of interlocking Paver blocks of 75mm thick conforming to IRC: SP: 63 laid on 50 mm thick prepared sand bed. M-30 grade Precast Concrete blocks of size (400x100X150) mm for lateral support and Bituminous Concrete ramp as per drawing on either side and as directed by the Engineer. The shape of paver blocks, the source of supply, the methodology for laying of blocks shall be got approved from Engineer.

Clause A-5A.2 Unit of measurement The unit of measurement shall be the area of the finished item of work of interlocking Paver blocks including M-30 grade Precast Concrete blocks and Bituminous Concrete ramp on either side measured in plan in sq m.

Clause A-5A.3 Rate The unit cost includes full compensation for laying the sand bed, laying the interlocking Paver blocks, M-30 grade Precast Concrete blocks and Bituminous Concrete ramp including the cost of sand, interlocking Paver blocks, M-30 grade Precast Concrete blocks and forming Bituminous Concrete ramp on either side complete.

CLAUSE A-5B Over head sign for Raised Pedestrian Crossing

Clause A-5B.1 Scope The scope of work involves excavation for foundation, Plain Cement Concrete foundation, including base plate with nut and bolt of 25mm dia, 100mm square MS pole of 5mm thick including painting of approved quality, colour and 150 Watts Metal Hallide Luminaire with 2 nos of Cautionary warning signs (Triangular 900 sides) for each pole including lighting and other electical installation as per drawing.

Clause A-5B.2 Unit of measurement The unit for measurement shall be per pole including compensation for all items of work as specified

above and as per the drawing for finished item of work. Clause A-5B.3 Rate The unit cost includes full compensation for excavation for foundation, Plain Cement Concrete foundation,

including base plate with nut and bolt of 25mm dia, 100mm square MS pole of 5mm thick including painting of approved quality, colour and 150 Watts Metal Hallide

Karnataka State Highways Improvement Project – II International Competitive Bidding Bid Document Contract No: WEP3A

Particular Technical Specification 84

Luminaire with 2 nos of Cautionary warning signs (Triangular 900 sides) for each pole including lighting and other electical installation as per drawing.

CLAUSE A-6 Grating ACROSS DRAIN Clause A-6.1 Scope

The scope of work includes provision of mild steel gratings across drain provided near petrol pumps, service stations and other locations as directed by Engineer. The material used for grating and welding procedure should conform to Cl 1900 and the dimensions of the steel flats used in the gratings should conform to the drawings or as directed by Engineer. Suitable anti theft mechanism as approved by Engineer has to be provided for the gratings.

Clause A-6.2 Unit of measurement

The unit of measurement shall be area of the finished grating measured in Sq. m.

Clause A-6.3 Rate

The unit of payment shall be full compensation for the cost of material, fabrication, welding, and transportation to site and installation including the cost of anti theft mechanism.

CLAUSE A-7 TRAFFIC MANAGEMENT AND SAFETY DURING CONSTRUCTION OPERATIONS Cluster of red markers

Scope: The scope of work includes installation of posts carrying cluster of red markers of the type approved by Engineer at the locations specified by Engineer. Measurement for payment: Shall be made in number of posts with cluster of red markers fixed at site Rate: For each post with cluster of red markers shall be the full compensation for furnishing all labour, materials, tools, equipment for manufacturing, supplying and fixing at site and all other incidental costs to complete the work as directed by Engineer.

Clause A-7.1 Construction Works Involved in the Project

The following broad types of construction works which will have impact on movement of public traffic are involved in the project. Widening of existing two lane Highway to four lane divided cross section in

rural stretches with concomitant widening of bridges and cross drainage structures.

Widening the urban stretches of the Highway to 4 lane divided cross section including provision of service roads and widening of related drainage structures.

Prior to start of the construction work at the site, the Contractor shall prepare a detailed traffic management and safety program tailored to the works program

Karnataka State Highways Improvement Project – II International Competitive Bidding Bid Document Contract No: WEP3A

Particular Technical Specification 85

proposed by him and get the same approved by the Engineer. The works program should be based on the following sequencing of operations:

Clause A-7.2 Widening of rural stretches

Widening of rural stretches may involve the following two cases; Construction of the new 2 lane carriageway by the side of the existing carriageway separated by the median. In such cases, the new carriage way should be taken up for construction while the traffic is allowed to use the existing carriageway. After work on the new carriageway short of BC wearing course is completed, the traffic should be diverted on to it when work on widening and strengthening of the existing carriageway should be taken up. During both the situations, connection between the 2 carriageways shall be provided for movement of construction traffic. Symmetrical widening of the existing carriageway in hilly areas or at locations where adequate space for eccentric widening is not available. For this situation, widening of the existing carriageway to a level in line with the existing pavement should be taken up for one side at a time. During this period, public traffic should be passed over the existing carriageway with due barricading of the construction area. Work on constructing the central median should be taken up after widening on both sides is completed. The final strengthening/ wearing course should be applied on one carriageway at a time while traffic is diverted on to the other carriageway.

Clause A-7.3 Widening in Urban Structures

Construction of the services roads and the covered drains should be taken up in the first instance when public traffic will continue to use the existing carriageway. After the completion of the service road short of the final wearing course, traffic should be diverted on to these, when work on widening and strengthening of the existing carriage way should be taken up. During both situations, connection between the main carriageways and the service roads should be provided for facilitating movement of construction traffic, and for cross over to public traffic from the sections under construction to normal or completed sections.

Clause A-7.4 Traffic Management and Safety

Any construction activity on the project will pose a hazardous situation to the road users. For least disturbance to safe passage of public traffic appropriate traffic management and safety measures should be adopted throughout the construction period. In this regard, the construction zone in which conflict from safety angle may arise between the road users on one hand and the construction activities on the other shall be divided into 4 sub zones, and safety measures as appropriate for each subzone shall be ensured. The sub-zones and the safety measures to be adopted therefore shall be as described hereunder:

Karnataka State Highways Improvement Project – II International Competitive Bidding Bid Document Contract No: WEP3A

Particular Technical Specification 86

a. Advance Warning Zone This warning sub-zone is meant to inform, alert and prepare the approaching driver well in advance by providing information regarding the distance and extent/type of hazard ahead so that he is able to reduce the speed and be in readiness to carry out the necessary manoeuvres as he meets with the changed situation. For the operating speeds on the project road, length of this sub-zone shall be 100mtr. and 500m, in plain and hilly terrain respectively. Information in this sub-zone will be conveyed through a series of traffic signs, which will include "Men at Work" and the speed reduction signs at the start and middle of this sub-zone.

b. Transition Sub-Zone This sub-zone is the area in which the traffic is steered and guided into and out of the diverted path around the work sub-zone. This is the most crucial subzone from safety angle as vehicles have to be guided on to the diverted path, and most of the movements will be of turning type. The elements for designing this sub-zone are speed of the vehicles, extent of lateral shift and elevation difference between the normal and the diverted paths. The essential safety measures shall include delineation of the travel path and prevention of wayward movements of vehicles by means of barricades, channelizers, red cones, red lamps during hours of darkness etc., as appropriate. In the design of this sub-zone adequate attention shall be paid for providing necessary turning radius of the curves, grade to permit for safe passage of animal driven vehicles, drainage and dust-proofing. Where necessary traffic control shall be effected through manual flagging and by battery operated traffic lights during hours of darkness. Where vehicles have to wait, the waiting area shall be demarcated by stop lines.Length of the sub-zone will generally be between 50 and 100m.

Karnataka State Highways Improvement Project – II International Competitive Bidding Bid Document Contract No: WEP3A

Particular Technical Specification 87

c. Work Sub-Zone

This is the area where construction activity takes place, and the main concern relates to safety of workers as also prevention of public traffic from entering the work area. In this sub-zone, path of traffic shall be clearly delineated to avoid intrusion of public traffic moving on to the work area or construction equipment moving on to the public traffic. It shall be ensured that adequate distance is available between 2 consecutive work zones (2 km. on urban section and 5-10 km. in rural sections) so that vehicles get sufficient breather space for overtaking slow vehicles, lane adjustment etc. Traffic across this sub-zone shall be guided through with the help of various traffic control devices, such as signs, delineation of travel path by cones/drums, barricades, luminous tapes etc. as appropriate. c) Termination Sub-zones

The sub-zone is intended to inform the road users of the end of the construction zone. This shall be effected through suitable informatory sign boards.

Clause A-7.5 Traffic Control Devices

Traffic control devices in the construction zones perform the crucial task of warning, informing and alerting drivers apart from guiding the vehicle movements so that the drivers of the vehicles as well as the workers on site are not faced with situations posing surprise/hazard, and safe passage to traffic is effected. The primary traffic control devices used in work sub-zones are signs, delineators, barricades, cones, pylons, pavement marking, flashing lights etc. They shall be such that they are easily understood without any confusion, are clearly visible during day and night, conform to the prevailing speeds in immediate vicinity, stable against sudden adverse weather conditions and are easy in installation, renewal and maintenance. Broad details of the different devices are hereunder: a) Signs The construction signs fall into 3 major categories namely, regulatory signs, warning signs and guide or informatory sign as defined and detailed in IRC:67-1977, Code of Practice for Road Signs. These signs shall be placed on the left hand side of the travel path. The common Regulatory signs used in the construction zones are "No Entry", "Road Closed", "Speed Limit" etc. These shall be used in consultation with the local police and / or authorities. The warning signs to alert the drivers of the possible danger ahead in the construction zones are "Lane Closed", "Diversion to other carriageway", "Divided carriageway Starts", "Divided carriageway Ends", 'Two way Traffic" etc. It will be advisable to explain the signs with the help of a rectangular definition plate of size

Karnataka State Highways Improvement Project – II International Competitive Bidding Bid Document Contract No: WEP3A

Particular Technical Specification 88

of appropriate to the size of warning triangle and placed 0.15m. below, from the bottom of the triangle. Guide signs in construction zones shall have different background colour than the normal informatory signs of IRC:67-1977, These signs shall have black messages and arrows on yellow (Traffic Yellow of IS: 5-1978) background. The guide signs to be commonly used are "Diversion,"Road Ahead Closed","Sharp Deviation of Route" etc. The commonly used temporary signs during construction are depicted in the Drawings. These should preferably be of reflectorised type to be visible during hours of darkness. a) Delineators Delineators are channelising devices such as cones, traffic cylinders, tapes, drums etc. which are placed in or adjacent to the roadway to guide the driver along a safe path and to control the flow of traffic. These shall normally be retro-refelectorised for night visibility. IRC:79-1981 (Recommended Practice for Road Delineators) gives details of some of the delineators. The other types of delineators commonly used are traffic cones, drums and barricades. c) Traffic Cones Traffic cones shall normally be 0.5m to 0.75m high and 0.3m to 0.4m diameter or in square shape at the base. These shall be made of plastic or rubber with retro reflectorised red and white band and have suitable anchoring so that they are not easily blown over or displaced. The cones shall be placed close enough together (spacing 3-9m) to give an impression of the continuity. Larger size cones shall be used for high speeds or where more conspicuous guidance is required. d) Empty Bitumen Drums Empty bitumen drums can be used as channelising device since they are highly visible, give the appearance of being formidable objects, thereby commanding the respect of the drivers. These drums can also be of plastic which are lighter, easy to transport and store. As delineators, these drums shall be painted in circumferential strips 0.10m to 0.15m wide, alternatively in black and white colours.

Karnataka State Highways Improvement Project – II International Competitive Bidding Bid Document Contract No: WEP3A

Particular Technical Specification 89

d) Barricades

When ever the traffic has to be restricted from entering the work areas such as excavations or material storage sites so that harzardous locations are barred for public and protection to workers is provided, or there is need for separating the two way traffic, barricades shall be used. The barricades may be of portable or fixed type and can be made of wooden planks, metal or other suitable material. The horizontal component facing the traffic shall be made of 0.30m wide wooden planks joined together and painted in alternate yellow and white strips of 0.15m width and sloping down at an angle of 45° in the direction of traffic. Suitable support or ballasting shall be provided so that they do not over turn or are not blown away in strong winds. In case of fixed type barricades, a gate or moveable section shall be separately provided to allow the movement of the construction/supervision vehicles. Sketches of typical portable and fixed barricades are provided in drawings document. e) Flagmen

In large construction sites, flagmen with flags and sign paddles shall be effectively used to guide the safe movements. The flags for signaling shall be 0.60m x 0.60m size, made of good red cloth and securely fastened to a staff of approximately 1 meter in length. The sign paddles shall conform to IRC:67-1977 and provided with a rigid handle.For one-way operation at a time during hours of darkness, battery operated red/green lights shall be used at either end of the affected section. b) Solar Stud

Supply and installation of solar studs of size 125 mm x 125 mm x 90 mm or any suitable dimensions comprises of ultra bright LEDs with micro controller, all electronics and reflector strip housed in the cast. The stud should be unidirectional with three LEDs. The system shall be water proof and withstand the weight of fully loaded tuck-trailer and provide 35-40 per minute with two years warranty. The system shall work in weather condition in temperature range of -4oC to +55oC necessary structure to be provided for mounting the stud on the road. The system shall comply with the technical specification provided in the contract agreement. Automatic dusk to dawn operation required. The stud should be of unidirectional with three LEDs. Ultra bright LEDs are required to give the clear vision. Colours shall be RED/ AMBER in colour as required. Controller shall be of micro controller based. Visibility shall be minimum 800 mtrs at test condition. It Shall withstand all weather conditions with aluminium die cast. All electronic and LEDs shall house in the case with reflector strips in

Karnataka State Highways Improvement Project – II International Competitive Bidding Bid Document Contract No: WEP3A

Particular Technical Specification 90

addiotion with to LEDs. The system shall be completely waterproof. It shall withstand the weight of fully loaded truck- trailer. Flashing rate shall be 35 to 40 flashes per minute. The working temperature shall be of – 4oC to + 55oC. Each unit shall be independent unit. Each stud shall have anti-twist ribs for firm grip. Size shall be 125mm x 125mm x 90mm or any suitable dimensions. Battery voltage shall be 2 volts. Solar Panel voltage shall be 2 volts. Warranty two years.

Clause A-7.6 Safety and Management Practices

Measures for providing safe movement of traffic in some of the most commonly occurring work-zones on highways shall be as follows: a) Detour on Temporary Diversion In certain situations during the project construction period it may become necessary to pass the traffic on temporary diversion constructed parallel to highway. A temporary diversion road shall basically satisfy the following requirements It shall have smooth horizontal and vertical profile for easy negotiation by vehicles.

It shall not get overtopped by flood or drainage discharge under any circumstances.

It shall have adequate capacity to cater for the diverted traffic.

It shall be dust free and shall ensure clear visibility at all times of the day and night. Pavement and riding surface for the diversion will depend on the duration over which the diversion will be used, and shall be as directed by the Engineer. The commonly used specifications are mix seal surfacing over 150-200mm thick WMM constructed on completed sub-grade.

It shall be provided with the required safety standards and the warning for the construction ahead shall be provided by the sign "Men at Work" about 1 km. in advance of the work zone. In addition a supplementary plate indicating "Diversion 1 km. Ahead" and a sign "Road closed Ahead" shall be placed. It shall be followed by "Compulsory Turn right / Left Sign". The "Detour" and sharp Deviation" sign shall be used to guide the traffic on to the diversion. Hazard markers shall be placed where the railings for the cross drainage structures on the diversion start.

b) Partial Closure of Existing Two Lane Carriageway

Such an eventuality will arise only in a special situation where the existing 2 lanes in use for the main traffic need emergency repairs and the new lanes under construction are not available for diversion of the traffic.

Karnataka State Highways Improvement Project – II International Competitive Bidding Bid Document Contract No: WEP3A

Particular Technical Specification 91

It will become necessary to carryout special repairs through partial closure of the existing 2 lane facility. In such a situation care shall be taken that the traffic is guided away from the closed lane into the operating lane without conflicting with the traffic from opposite direction. The warning sign for "Men At Work" shall be the first sign to be seen by the drivers of the approaching vehicles. This sign shall have supplementary plate also showing the distance of work zone. The next warning sign shall be for the "Road Narrowing" (depending upon the lane closure). Compulsory "Keep Right" or "Keep Left" sign depending upon the situation shall be provided at the beginning of the transition zone and taper. The point where traffic is to deviate from its normal path, the channel for the traffic shall be clearly marked with the aid of painted drums of traffic cones. "The traffic lane or carriageway closed" sign shall also be provided at the barricades along with the "Keep Right / Left" sign.

Switch over of traffic from widened to un widened section and vice-versa In the course of construction widening of the carriageway will have to be taken up in stretches with intervening space between two such stretches. This will bring about the situations in which the traffic passing through the widened road would have to pass on and merge with the unwidened section and vice-versa. For such cases, apart from "Men At Work" signs with distance plate in the advance warning zone, the signs indicating "Road Narrowing" or "Road widening" as appropriate shall be installed. The typical arrangement for cross-over of traffic from 4 lane widened to unwidened sections in rural stretches is shown in the Drawings. The arrangement to be made while the service roads are under construction in urban stretches is shown in the Drawings.

Clause A-7.7 Precautions for Safety

The following general precautions shall apply to all the work sites. a) General Measures

i) All the signs and delineators shall be maintained in a clean and brightly painted conditions at all times.

ii) Adequate lighting arrangements shall be made for proper visibility during night travel through the work area.

iii) Adequate arrangements for frequent sprinkling of water shall be made to keep the area dust free.

b) For Safety of Workmen i) Workmen shall be trained in use of tools and plant. ii) Bitumen handling labour shall be given gum boots,

spectacles etc. iii) First -aids kits shall be provided.

Karnataka State Highways Improvement Project – II International Competitive Bidding Bid Document Contract No: WEP3A

Particular Technical Specification 92

iv) Workers required on site during night hours shall be provided with fluorescent jackets with reflective tapes.

c) For Safety of Road User i) As far as possible ,the material, equipment and machinery shall be

installed! parked in places sufficient away from the berms in the available road land. Only in avoidable cases the same be allowed near the edge of berms.

ii) Machinery shall be parked at appropriate places away from the path of public traffic, and shall be provided with red flags and red lights.

iii) Only minimum quantity of material required for the construction operations shall be collected at site near the public travelled way.

Clause A-7.8 Safety Audit

Safety audit shall be conducted periodically on the safety measures adopted during the constructions operations. The main aspects to be covered shall include:

Manpower and their safety

Machinery

Temporary works

Equipment &Vehicles

Material storage and handling

Construction procedures

Environment

Site safety guidelines

Miscellaneous services

The Contractor shall constitute special teams from his staff for the above audit, and shall take appropriate corrective measures to the directions of the Engineer.

Clause A-7.9 Measurements for Payment Traffic management and safety during the construction shall be measured as per the items provided in the Bill of Quantities under Bill No.10. Full compensation for items under A-7, which are not covered in the BoQ are deemed to be included under items given under BoQ Bill No.10.

Clause A-7.10 Rates The bid rate for traffic management and safety during construction will be in full compensation for providing all the necessary arrangements as described in these specifications or as ordered by the Engineer, including provision and installation of signs, pavement markings, delineators, barricades, flagmen, red lamps/ blinking lights etc. The rate will also include for removal of the above installation after completion of the construction work in a particular stretch.

Payment for traffic management and safety during construction shall be regulated in 2 stages as follows:

Stage 1: Number and type of safety devices shall be as per the requirement

shown in the drawings or as directed by the engineer during construction and maintenance of the same for the entire period of particular construction zone.

Karnataka State Highways Improvement Project – II International Competitive Bidding Bid Document Contract No: WEP3A

Particular Technical Specification 93

Stage 2: Continuous maintenance of the above, with all barricades, traffic

cones, reflective tapes, signs, flagmen, lamps/blinkers etc., as per the drawings or as directed by the engineer. Measurement shall be made on the basis of respective units shown in the BOQ for the periods the safety equipment are maintained in a condition deemed satisfactory by the Engineer. In the event of removal of required signs or other safety fixtures, or not replacing the damaged safety fixtures with the new ones during the construction, proportionate payment shall be deducted from the contractor’s bill or otherwise, Engineer himself may arrange to install those signs or safety fixtures by deploying any other agency and the cost incurred thereof shall be deducted from the contractor’s bill for not maintaining properly.

CLAUSE A-8 HORTICULTURE AND LAND SCAPING Clause A-8.1 Horticulture Work

Horticultural work that includes ploughing or trenching of existing ground to a depth of 15- 45cms and watering the same of all kind of soil, rough dressing of the trenched ground, supplying and stacking of good earth and read earth at site by mechanical transport, cow dung or sludge manure, river sand, uprooting weeds, fine dressing of ground, grassing and supply and applying of chemical fertilizer and including cost of planting Complete including all lead and lifts and as per the directions of engineer in charge.

In case where unsuitable soil is met with, it shall be either removed or, replaced or it shall be covered over to a thickness decided by the Engineer-in-charge with good earth.

In the course of excavation or trenching during horticultural operations, any walls, foundations, etc. met with shall not be dismantled without pre-measurement and prior to the written permission of the Engineer-in-charge.

Clause A-8.2 Trenching In Ordinary Soil

Trenching is done in order to loosen the soil, turn over the top layer containing weeds etc. and to bring up the lower layer of good earth to form a proper medium for grassing, regrassing, hedging and shrubbery.

Trenching shall be done to the depth ordered by the Engineer-in-charge. The depth is generally 15 cm for grassing and 45 cm for regrassing in good soil.

The trenched ground shall, after rough dress, be flooded with water by making small kiaries to enable the soil to settle down. Any local depression unevenness etc. shall be made good by dressing and/or filling with good soil.

Weeds or other vegetation which appear on the ground are then uprooted and removed and disposed off and paid.

Clause A-8.3 Trenching Trenching shall consist of the following operations:

The whole plot shall be divided into narrow rectangular strips of width as directed by the Engineer-in-Charge.

Karnataka State Highways Improvement Project – II International Competitive Bidding Bid Document Contract No: WEP3A

Particular Technical Specification 94

These strips shall be sub-divided lengthwise sections as directed by the Engineer. Such sections shall be excavated serially and excavated soil deposited in the adjacent section preceding it.

In excavating and depositing care shall be taken that the top soil with all previous plant growth including roots, get buried in the bottom layer of trenched area, the dead plants so buried incidentally being formed into humus.

The excavated soil shall be straight away dumped into the adjoining sections so that double handling otherwise involved in dumping the excavated stuff outside and in back filling in the trenches with leads is practically eliminated.

Clause A-8.4 Rate

The rate shall include the cost of all labour and material involved in the operations described above, including cost of all precautionary measures to be taken for protections and supporting all services etc. met with during trenching. It also include rough dressing of the trenched ground, supplying and stacking of good earth and read earth at site by mechanical transport, cow dung or sludge manure, river sand, uprooting weeds, fine dressing of ground, grassing and supply and applying of chemical fertilizer and including cost of planting Complete as per the direction of Engineer.

GOVERNMENT OF KARNATAKA

PUBLIC WORKS, PORTS & INLAND WATER TRANSPORT DEPARTMENT

PROJECT IMPLEMENTATION UNIT

Loan Number -8022-IN

KARNATAKA STATE HIGHWAYS IMPROVEMENT PROJECT - II STAGE-II

(National Competitive Bidding) Upgradation of Road from Km 0+000 to Km 2+500 of Dharwad to Saundatti

SH No.34 in Dharwad town limits through e-procurement system

Contract No. KSHIP-II/STG1/NCB/WEP3A

Volume – III

Bill of Quantities

February 2017

Karnataka State Highways Improvement Project -II WEP-3ASummary of Cost

Item No Description Amount

1 BILL NO. 1 – SITE CLEARANCE

2 BILL NO. 2 – ROAD WORKS

3 BILL NO.3 - CULVERTS AND DRAINS

4 BILL NO.4 – FOOTPATH

5 BILL NO. 5 – PARKING and AUTO BAYS

6 BILL NO. 6 – RAISED CROSSINGS and INTERSECTIONS

7 BILL NO. 7 – LANDSCAPE

8 BILL NO. 8– STREET FEATURES

9 BILL NO. 9– ADDITIONAL ITEMS

10 BILL NO. 10-SAFETY IN ROAD CONSTRUCTION ZONE

11 BILL NO. 11- ENVIRONMENTAL MAANAGEMENT ACTION PLAN

GRAND TOTAL

CONTRACT PACKAGE WEP-3ASummary of Cost

AMOUNT IN RUPEES __________________________________________________________________

Karnataka State Highways Improvement Project -II WEP-3AVolume III : BOQ

In Figures In WordsBILL NO. 1 – SITE CLEARANCE

1.01 Cutting of trees girth from 300mm to 600mm including cutting of trunks, branches and removal of stumps, roots stacking of servicaeable materials earth filling in the depression/pit, labour charges complete as per Technical Specification clause 201 No. 26

1.02

Dismantling of existing structures like culverts, bridges, retaining walls and other structure comprising of masonry, cement concrete, wood work, steel work, including T&P and scaffolding wherever necessary, sorting the dismantled material, disposal of unserviceable material and stacking the serviceable material with all lifts and lead of 1000 metres completeas per Technical Specification clause 202. i) Cement Concrete

sqm 700

1.03Removal of Telephone/Electric poles including excavation and dismantling of foundation concrete and lines under the supervision of concerned department, disposal with all lifts and stacking the serviceable and unserviceable material seperately complete as per specifications as per Technical Specification clause 201

No 314

1.04 Prepare, submit and obtain approval of Engineer for Construction Safety Management Plan 15 days prior to commencement of Construction Work at Site. Lumpsum 1

Total Carried to Summary

BILL OF QUANTITIES CONTRACT PACKAGE WEP-3A

Sl. No. Description Unit Estimated Quantity

Rate (Rs.) Amount (Rs.)

1 of 16

Karnataka State Highways Improvement Project -II WEP-3AVolume III : BOQ

BILL OF QUANTITIES CONTRACT PACKAGE WEP-3A

In Figures In WordsBILL NO. 2 – ROAD WORKS

2.01Roadway excavation necessary for construction of roadway and drainage includes dressing, trimming and compacting the cut formation in accordance with requirements of lines, grades and cross fall complete as per Technical Specification clause 301. and disposal of all cut material including necessary stacking of suitable material with all lead and lift

Cum 42528

2.02 Construction of subgrade with approved material from approved borrow areas as per Technical Specification clause 305 including all leads and lifts complete. Cum 6805

2.03 Construction of Granular sub-base (GSB) with approved materials conforming to Grading-I (Table 400-2), as per Technical Specification Clause 401 Cum 6805

2.04 Construction of Wet Mix Macadam (WMM) base with approved material complete as per drawing and Technical Specification clause 406 using Motor Grader Cum 8506

2.05 Providing and laying bituminous prime coat over granular surface with bituminous emulsion complete as per Technical Specification clause 502 . Sqm 34023

2.06 Providing and laying bituminous tack coat with bituminous emulsion complete as per Technical Specification clause 503. Over the primed surface. Sqm 34023

2.07 Providing and laying Dense graded Bituminous Macadam (DBM) course Grading 2 of Table 500-10 using paving bitumen complying to IS specification IS : 73-206 of Viscosity grade bitumen VG-30 complete as per Technical Specification Clause 505 Cum 2211

2.08 Providing and laying Bituminous concrete using paving bitumen complying to IS specification IS : 73-206 of Viscosity grade bitumen VG-30 complete as per Technical Specification Clause 507 Cum 1361

Total Carried to Next page

Sl. No. Description Unit Estimated Quantity

Rate (Rs.) Amount (Rs.)

2 of 16

Karnataka State Highways Improvement Project -II WEP-3AVolume III : BOQ

BILL OF QUANTITIES CONTRACT PACKAGE WEP-3A

In Figures In WordsBILL NO. 2 – ROAD WORKS, Contd.,Brought Forward From Previous page

2.09

i) 150 mm width white and yellow paint lines. Road Marking with Hot Applied Thermoplastic Compound with Reflectrising Glass Beads on Bituminous Surface:- Providing and laying of hot applied thermoplastic compound 2.5 mm thick including reflectorising glass beads at 250 gms per sqm area, thickness of 2.5 mm is exclusive of surface applied glass beads as per IRC:35. The finished surface to be level, uniform and free from streaks and holes complete as per Technical Specification clause 803 and drawings.

sqm 1624

ii) Travel Lane Arrow signs sqm 406iii) Pedestrian Crossing sqm 787

2.10

Specification for Raised Pavement Marker (Road Studs): Providing and fixing of Reflective Raised Pavement marker (RPM’s) / Cat eyes / Road studs confirming to ASTM D4280 type H, having reflective panels made of prismatic lens of total internal reflection, the prismatic lens should be electronically fixed (welded) to the body made of polycarbonate mould, with a height of 20mm, size of 130mm X 105mm and reflecting area of 13Sqcm with the slope of retro reflective surface within the limit of 35+ 5 degree to the base on either side. The marker shape ll display an initial minimum luminous intensity of 279 mcd/lux at an entrance angle of zero degree and observation angle of 0.2degree. The corresponding values for 20 degree entrance and 0.2 degree observation angle shall be 112 mcd/lux with color multiplying factor on either cases for white, yellow and red markers being 1.0, 0.6 and 0.25 respectively” The RPM’s should be fixed by using two numbers of polymer shanks using appropriate adhesive as recommended and certified by the RPM manufacturer. The raised pavement marker should support a sufficient minimum load 13635 Kg in accordance with ministry specification. including all lead and lifts and as per Specification Clause 804

No. 1093

Total Carried to Summary

Sl. No. Description Unit Estimated Quantity

Rate (Rs.) Amount (Rs.)

3 of 16

Karnataka State Highways Improvement Project -II WEP-3AVolume III : BOQ

BILL OF QUANTITIES CONTRACT PACKAGE WEP-3A

In Figures In WordsBILL NO.3 - CULVERTS AND DRAINSConstruction of lined drains and footpath, Toe walls

3.01 Cement Concrete grade M15 including form work for levelling coarse as per Tech Spec. 1500 & 1700. Cum 612

3.02 Cement Concrete grade M20 including form work for sub-structure as per Tech Spec. 1500 & 1700. Cum 2673

3.03 Providing, casting and fixing in position RCC cover slab with cement concrete M25 grade per Tech Spec. 1500 & 1700. (excluding reinforcement) Cum 666

3.04 TMT steel reinforcement bars complete as per bending schedule drawings Tech Spec. 1600, 1800 & 2300. Cum 234

3.05 Providing and fixing 100 mm dia PVC pipes shall be of class 4 and as per specification of IS:4985-2000 100

Construction of Culverts

3.06 Earth work in excavation of foundation for structure complete including all leads and lifts as per drawing and Technical Specification clauses 304 and 2903. a) In all types of Soil Cum 1281

3.07 Providing backfilling behind abutment, wing wall, return wall or any other area with selected granular materials of approved quality complete as per drawing or Technical Specification clause 305, 2907 and IRC 78 Cum 642

3.08 Providing and laying filter media behind abutment, wing wall and return wall complete as per drawing and Technical Specification clauses 309 and 2504. Cum 92

3.09 Providing and laying cement concrete flooring/ leveling in foundation complete as per drawing and Technical Specification 1500, 1700, 2100 & 2200. a) M-15 Grade Cum 172

3.10 Providing and laying Plain/Reinforced cement concrete in foundation/sub structure etc. excluding reinforcement complete as per drawing and Technical Specification 1500, 1700, 2100 & 2200. a) M 30 Grade Cum 218

3.11 Providing and laying reinforced cement concrete in superstructure complete etc.. excluding reinforcement as per drawing and Technical Specification section 1500, 1700 & 2300. a) M 30 Grade Cum 425

3.12 Providing, cutting & fixing in position TMT bar reinforcement complete as per drawing & Technical Specification section 1600. T 46

3.13 Providing and fixing in Position 20mm thick compressible fiber board in expansion joint including sealing with a joint sealing compound as per drawing and Technical Specification section 2600 and direction of the Engineer. Sqm 115

3.14 Providing and fixing galvanized drainage spouts complete as per drawing and Technical Specification clause 2705. No. 24

Total Carried to Next page

Sl. No. Description Rate (Rs.) Amount (Rs.)Unit Estimated Quantity

4 of 16

Karnataka State Highways Improvement Project -II WEP-3AVolume III : BOQ

BILL OF QUANTITIES CONTRACT PACKAGE WEP-3A

In Figures In WordsBILL NO.3 - CULVERTS AND DRAINS, Contd.,Brought Forward From Previous page

3.15 Providing & laying reinforced cement concrete (grade M-25) in approach slab including reinforcement & bituminous joint filler between approach slab & dirt wall complete as per drawing and Technical Specification section 1500,1600, 1700 & 2704. Cum 261

3.16 Providing and fixing PVC pipe of 110mm dia. for weep holes in abutment, wing wall and return wall complete as per Technical Specification clause 2200 & 2706. No. 433

3.17 Providing and laying stone pitching in slope and apron (300 mm thick) for earth protection complete as per drawing or Technical Specification clause 2504 Cum 516

3.18 Painting of culvert no. and span arrangement as per Technical Specification section 800. No. 12

3.19 Painting with water proof cement paint of approved band and shade in two coat on all exposed surfaces, including cost of materials, labour complete as per specification clause 800 Sqm 448

3.20 Painting with two coats of new concrete surface after filling the surface with Synthetic enamel paint in all shades on new plastered concrete surface as per Technical specification clause 800 Sqm 448

Total Carried to Summary

Sl. No. Description Unit Estimated Quantity

Rate (Rs.) Amount (Rs.)

5 of 16

Karnataka State Highways Improvement Project -II WEP-3AVolume III : BOQ

BILL OF QUANTITIES CONTRACT PACKAGE WEP-3A

In Figures In WordsBILL NO.4 – FOOTPATH

4.01Compaction of original ground with maximum of 6 passes of 8 to 10 tonnes power roller including filling in depression occuring during rolling including cost of all labour, HOM of machinery complete as per specifications. Complete including all lead and lifts and as per Techinical Specification clause 301 and 305

sqm 10873

4.02

150mmx250mmx450mm precast concrete kerb stones with chamber. Providing and fixing pre cast solid cement concrete kerb stones made out of M20 with top and bottom width 100 mm and 150 mm respectively, 275mm high and 450mm in length finished with CM 1:3 plastering and finishing cutting, including formwork, curing, including cost of all materials, labour, hire charges of machinery, loading, unloading, lead and lift, transportation etc., complete. to be laid between travel lane/landscape with all lead, lift, loading and unloading complete as per Techinical Specification clause 408 sections 1500, 1700 & 400 (Form finish concrete and no painting to be done).

No. 6316

4.03 250mmx100mm M10 Grade PCC (1:4:8) for fixing of the curb stones as per Techinical Specification clause 408 sections 1500, 1700 & 400 cum 71

4.04 Providing for 10mm dia weepholes every 10m including labour as per Techinical specification clause 2706 & 2200 No. 599

4.05

Providing and laying grey pavers 60mm thick of size 200 x 200 x60mm interlocked pavers using cement and coarse sand for manufacture of block of approved size, shape and color with a minimum compressive strength of 281kg/sq.m over 50mm thick sand bed (average thickness) and compacting with plate vibrator having 3 tonnes compaction force there by forcing part of sand underneath to come up in between joints final compaction of paver surface joints into its final level including cost of material labour and HOM of machineries complete as per specifications, with all lead, lift, loading and unloading complete as per the direction of Engineer in charge and as per Technical Specification clause A5.

Sqm 10873

4.06

Providing and laying grey pavers 80mm thick of size 200 x 200 x80mm interlocked pavers using cement and coarse sand for manufacture of block of approved size, shape and color with a minimum compressive strength of 281kg/sq.m over 50mm thick sand bed (average thickness) and compacting with plate vibrator having 3 tonnes compaction force there by forcing part of sand underneath to come up in between joints final compaction of paver surface joints into its final level including cost of material labour and HOM of machineries complete as per specifications, with all lead, lift, loading and unloading complete as per the direction of Engineer in charge and as per Technical Specification clause A5.

Sqm 4892

4.07Providing and laying of stone dust in foundation upto plinth to required depth for sub soil treatment including watering ramming with all lead and lift complete as per specifications.Stone Dust. Complete including all lead and lifts and as per the directions of engineer in charge

Cum 6306

4.08i) 150mm RCC Beam - Cast in situ reinforced cement concrete beam of width 150mm and height of 400mm layed as per detailed drawing between footpath and existing development as per drawing and Technical Specification clause 809 and sections 1500,1600 and 1700.

Cum 325

ii) 150mm RCC Beam - Cast in situ reinforced cement concrete beam of width 350 mm and height of 150mm layed as per detailed drawing between footpath and exiting development as per drawing and Technical Specification clause 809 and sections 1500,1600 and 1700.

Cum 284

Total Carried to Next page

Estimated Quantity

Rate (Rs.) Amount (Rs.)Sl. No. Description Unit

6 of 16

Karnataka State Highways Improvement Project -II WEP-3AVolume III : BOQ

BILL OF QUANTITIES CONTRACT PACKAGE WEP-3A

In Figures In WordsBILL NO.4 – FOOTPATH, Contd.,Brought Forward From Previous page

4.09

Providing, lying, spreading and compacting of granular sub base by providing close graded material, spreading in uniform layers with motor grader on prepared surface, mixing by mix in place method rotavator at OMC, and compacting with vibratory roller to achieve the desired density, complete as per specifications. including all material, labour, machinery, lighting, guarding and maintenance of diversion. Grading III material. as per Technical Specification Clause 401

Cum 245

4.10 200mm thick Concrete Bands - Cast in situ M-25 grade concrete bands of width 200mm as per surface design and Technical Specification clause 809 and sections 1500,1600 and 1700. Sqm 58

4.11 1350mm thick Concrete Bands - Cast in situ conmcrete bands of width 1350mm. The length of the bands is based on the surface design and sections 1500,1600 and 1700. Sqm 112

4.12 Entry/Exit Ramps - Width 750mm and Slope ht.150mm cast in situ cement M 25 grade concrete as per detailed drawings and sections 1500,1600 and 1700. Sqm 292

4.13 150mm dia Bollardsas per the drawing and engineer in charge and sections 1500,1600 and 1700. No 46

4.14 Ramps - Width 1200mm and Slope ht.150mm cast in situ cement concrete as per detailed drawings and sections 1500,1600 and 1700. Sqm 466

4.15 Tactiles pavers- Yellow tactile pavers of size 300x300x60mm as per detailed drawings an footpath for visually impaired as per the direction of Engineer in charge and Technical Specification clause A5. Sqm 15764

Total Carried to Summary

Rate (Rs.) Amount (Rs.)Sl. No. Description Unit Estimated Quantity

7 of 16

Karnataka State Highways Improvement Project -II WEP-3AVolume III : BOQ

BILL OF QUANTITIES CONTRACT PACKAGE WEP-3A

In Figures In WordsBILL NO. 5 – PARKING and AUTO BAYS

5.01

Providing and laying grey pavers 80mm thick of size 200 x 200 x80mm interlocked pavers using cement and coarse sand for manufacture of block of approved size, shape and color with a minimum compressive strength of 281kg/sq.m over 50mm thick sand bed (average thickness) and compacting with plate vibrator having 3 tonnes compaction force there by forcing part of sand underneath to come up in between joints final compaction of paver surface joints into its final level including cost of material labour and HOM of machineries complete as per specifications, with all lead, lift, loading and unloading complete as per the direction of Engineer in charge and as per Technical Specification clause A5.

Sqm 738

5.02 200mmthick Concrete Bands - Cast in situ M-25 grade concrete bands of width 200mm as per surface design and sections 1500,1600 and 1700. Sqm 18

5.03

80mm thick granular sub-base Providing, lying, spreading and compacting of granular sub base by providing close graded material, spreading in uniform layers with motor grader on prepared surface, mixing by mix in place method rotavator at OMC, and compacting with vibratory roller to achieve the desired density, complete as per specifications. including all material, labour, machinery, lighting, guarding and maintenance of diversion. Grading III material. and as per Technical Specification Clause 401

Cum 59

5.04

80mm thick DLC. Subbase over a prepared sub-grade with coarse and fine aggregate conforming to IS: 383, the size of coarse aggregate not exceeding 25 mm, aggregate cement ratio not to exceed 15:1, aggregate gradation after blending to be as per Table 600-1, cement content not to be less than 150 kg/ cum, optimum moisture content to be determined during trial length construction, concrete strength not to be less than 10 Mpa at 7 days, mixed in a batching plant, transported to site, laid with a paver with electronic sensor, compacting with 8-10 tonnes vibratory roller, finishing and curing Complete including all lead and lifts and as per the directions of engineer in charge and as per Tech. Spec.601

cum 59

5.05Providing and laying of stone dust in foundation upto plinth to required depth for sub soil treatment including watering ramming with all lead and lift complete as per specifications.Stone Dust. Complete including all lead and lifts and as per the directions of engineer in charge

cum 295

5.06Providing and laying of hot applied thermoplastic compound in selected colours 2.5mm thick. The firnished surface to be level, uniform and free from streaks and holes etc. complete with 3 year guarantee and Technical Specification clause 803 and drawings

sqm 231

Total Carried to Summary

Rate (Rs.)Amount (Rs.)Sl. No. Description Unit Estimated

Quantity

8 of 16

Karnataka State Highways Improvement Project -II WEP-3AVolume III : BOQ

BILL OF QUANTITIES CONTRACT PACKAGE WEP-3A

In Figures In WordsBILL NO. 6 – RAISED CROSSINGS and INTERSECTIONS

6.01

100mm thick Cement Concrete Pavement Construction of unreinforced, dowel jointed, plain cement concrete pavement over a prepared sub-base with 25mm coarse and down size graded granite metal coarse aggregate conforming to IS:383 mixed in a batching and mixing plant as per approved mix design, transported to site, laid with a paver, spread, compacted and finished in a continuous aperation including provision of contraction, expansion, construction and longitudinal joints, curing compound, finishing to lines and grades as per drawing complete as per Tech. Spec.601 (M-30 cement grade)

Cum 96

6.02

100mm thick Cement Concrete Pavement. Sloped Area Width - 1500mm and Slope ht. 150mm. Construction of unreinforced, dowel jointed, plain cement concrete pavement over a prepared sub-base with 25mm coarse and down size graded granite metal coarse aggregate conforming to IS:383 mixed in a batching and mixing plant as per approved mix design, transported to site, laid with a paver, spread, compacted and finished in a continuous aperation including provision of contraction, expansion, construction and longitudinal joints, curing compound, finishing to lines and grades as per drawing complete as per Tech. Spec.601.(M-30 cement grade)

Cum 25

6.03

Providing Groove cutting for width of 5mm to 10mm and depth 80mm-100mm including cost of cutting machine, generator & HQM of machinery, including cost of balde, coolant etc. including cleaning of groove and providing sand and hot bitumen fillers and filler metal etc. including cost of conveyance of all materials, labour, lead and lift changes and all other incidental charges as per drawing and as per direction of the Engineer.

Rm 341

6.04

150mm thick Cement Concrete Pavement Construction of unreinforced, dowel jointed, plain cement concrete pavement over a prepared sub-base with 25mm coarse and down size graded granite metal coarse aggregate conforming to IS:383 mixed in a batching and mixing plant as per approved mix design, transported to site, laid with a paver, spread, compacted and finished in a continuous aperation including provision of contraction, expansion, construction and longitudinal joints, curing compound, finishing to lines and grades as per drawing complete as per Tech. Spec.601.(M-25 cement grade)

Cum 825

6.05

Providing Groove cutting for width of 5mm to 10mm and depth 80mm-100mm including cost of cutting machine, generator & HQM of machinery, including cost of balde, coolant etc. including cleaning of groove and providing sand and hot bitumen fillers and filler metal etc. including cost of conveyance of all materials, labour, lead and lift changes and all other incidental charges as per drawing and as per direction of the Engineer.

Rm 550

6.06 i) Supplying and fixing of granite cobble stones of size 100mm x 50mm - 75mm edge cut surface flammed as per the drawings provided and samples approved by Engineer Incharge Sqm 50

ii) 150-200mm thick CM - laying of base by providing material and spreading in uniform layers over the sand bed, complete as per specification including all material, labour, machinery, loading, unloading and maintenance of diversion as per the directions of engineer in charge

Cum 8

6.07 150mm dia Bollards- Bollards of ht. 700mm placed at c/c 1000mm over thick concrete bands as per the drawing and engineer in charge No 268

6.08 200mm dia Bollards- Bollards of ht. 700mm placed at c/c 1000mm over thick concrete bands as per the drawing and engineer in charge No 76

Rate (Rs.) Amount (Rs.)Sl. No. Description Unit Estimated Quantity

9 of 16

Karnataka State Highways Improvement Project -II WEP-3AVolume III : BOQ

BILL OF QUANTITIES CONTRACT PACKAGE WEP-3A

Total Carried to Summary

10 of 16

Karnataka State Highways Improvement Project -II WEP-3AVolume III : BOQ

BILL OF QUANTITIES CONTRACT PACKAGE WEP-3A

In Figures In WordsBILL NO. 7 – LANDSCAPE

7.01

Horticultural work that includes ploughing or trenching of existing ground to a depth of 15- 45cms and watering the same of all kind of soil, rough dressing of the trenched ground, supplying and stacking of good earth and read earth at site by mechanical transport, cowdung or sludge manure, river sand, uprooting weeds, fine dressing of ground, grassing and supply and applying of chemical fertilizer and including cost of planting Complete including all lead and lifts and as per Technical Specification clause A8.

Sqm 1334

7.02 Procurement and planting of saplings/seeds as per specification at a distance of 50cm centre to centre to a height 1m. Including transportation, cost of materials,, labour and maintenance for 1year. Cost and specifications are subject to change according to location and the clients requirements. as per MORTH Specification No.307

Sqm 1334

7.03

Providing and fixing tree guard 1sqm, 1.5m height fabricated with MS angle 30 X 30X 3mm, MS iron 25 X 3mm and steel wire 3mm dia blended and fabricated as per design in two halves bolted together complete as per specifications and drawings including all lead and lift as per the directions of engineer incharge. (using angles, square bars, Tees and channel grills, grating frames, gates and tree guards of any size and design etc. Complete including all lead and lifts and as per the directions of engineer in charge.

No 328

7.04

Providing and fixing tree grating to required sizes and shapes and installed in position with necessary hold fast and embedding in position with 1:2:4 cement concrete including all incidental operation like cutting, welding, grinding, bending, drilling, haisting, scaffolding as required synthetic enamel paint and other operations, all incidental works complete as per drawings & directions of Engineer-in-charge.

No 25

7.05 Providing and fixing tree rail fabricated to required sizes and shapes and installed in positions with necessary hold fast and embedding in position including all incidental operation like cutting, welding, grinding, bending, drilling complete as per drawing & directions of Engineer-in-charge

No 328

7.06 Planiting indigenous trees @ 15m intervals complete as per MORTH Specification No.307 No 328

Total Carried to Summary

Estimated Quantity

Rate (Rs.) Amount (Rs.)UnitDescriptionSl. No.

11 of 16

Karnataka State Highways Improvement Project -II WEP-3AVolume III : BOQ

BILL OF QUANTITIES CONTRACT PACKAGE WEP-3A

Amount (Rs.)

In Figures In WordsBILL NO. 8– STREET FEATURES

8.01

Providing and Fixing of Retro Reflectorised 900mm Cautionary sign boards with 10 years warranty & supported by 3 years outdoor weathering test report as per IRC:67 2010, made out of retro reflective sheeting of Wide Angle Cube Corner Micro prismatic grade conforming to IRC-67: 2010 & Type XI standards, fixed over 4 mm thick ACP sheet supported with Back support frame of 1 No. 25x25x3mm mild steel angle as approved , supported on a mild steel angle iron post 75 mm X 75 mm X 6 mm firmly fixed to the ground by means of properly designed foundation with M20 grade cement concrete 45 cm X 45 cm X 60 cm , 60 cm below ground level as per approved drawing and as per Technical Specification clause 801. 900 mm equilateral triangle

No 49

8.02

Providing and Fixing of Retro Reflectorised 600mm Mandatory sign boards with 10 years warranty & supported by 3 years outdoor weathering test report as per IRC:67 2010 , made out of retro reflective sheeting of Wide Angle Cube Corner Micro prismatic grade conforming to IRC-67: 2010 & Type XI standards, fixed over 3 mm thick ACP sheet supported with Back support frame of 25x25x3mm mild steel angle as approved , supported on a mild steel angle iron post 75 mm X 75 mm X 6 mm firmly fixed to the ground by means of properly designed foundation with M20 grade cement concrete 45 cm X 45 cm X 60 cm , 60 cm below ground level as per approved drawing.as per Technical Specification clause 801

No 19

8.03

Providing and Fixing of Retro Reflectorised 600 x 800mm Facility sign boards with 10 years warranty & supported by 3 years outdoor weathering test report as per IRC:67 2010 , made out of retro reflective sheeting of Wide Angle Cube Corner Micro prismatic grade conforming to IRC-67: 2010 & Type XI standards, fixed over 4 mm thick ACP sheet supported with Back support frame of 25x25x3mm mild steel angle as approved , supported on a mild steel angle iron post 75 mm X 75 mm X 6 mm firmly fixed to the ground by means of properly designed foundation with M20 grade cement concrete 45 cm X 45 cm X 60 cm , 60 cm below ground level as per approved drawing and as per Technical Specification clause 801

No 22

8.04

Manufacturing, Supply and Fixing of Retro Reflective Road Name Sign Board Single Arrow of size 1.2 x 0.6m made out of Wide Angle Cube Corner Micro prismatic grade sheeting conforming to IRC-67: 2010 & Type XI standards of ASTM D 4956 –09 specifications and fixed over 2mm thick Aluminium sheet & back support frame of 25x25x3mm MS Angle. Frame supported by 38 OD Stainless Steel pipe Grade 304 AISI with wall thickness of 1.5mm all around and 50 OD Pipe Vertical post with wall thickness of 2mm firmly fixed to the ground by means of properly designed foundation with M15 grade cement concrete 30 cm X 30 cm X 45 cm etc complete. The information message shall be made out of cut out letters in Blue 1.00 Each 37422 color transparent overlay film as per IRC 67-2010 Guidelines. 7 years Warranty for Retro Reflective Sheeting from the original sheeting manufacturer & certified copy of three years outdoor exposure report from an independent test lab for the product offered shall be submitted by the contractor as per Technical Specification clause 801

No 35

8.05 Dustbins as per drawing and as per the directions of Engineer in Charge No 50

Total Carried to Summary

Sl. No. Description Unit Estimated Quantity

Rate (Rs.)

12 of 16

Karnataka State Highways Improvement Project -II WEP-3AVolume III : BOQ

BILL OF QUANTITIES CONTRACT PACKAGE WEP-3A

Amount (Rs.)In Figures In Words

BILL NO. 9– ADDITIONAL ITEMS9.01 Construction of Bus stop as per drawing and as per the directions of Engineer in Charge No. 3

Total Carried to Summary

Sl. No. Description Unit Estimated Quantity

Rate (Rs.)

13 of 16

Karnataka State Highways Improvement Project -II WEP-3AVolume III : BOQ

BILL OF QUANTITIES CONTRACT PACKAGE WEP-3A

Amount (Rs.)In Figures In Words

BILL NO. 10-SAFETY IN ROAD CONSTRUCTION ZONE

10.01 Supplying and fixing sign boards including the cost of posts, fixtures, foundation, fitting and fixing. Sheeting will be made of encapsulated lens type of Retro-reflective type and messages/ borders will be screen printed complete as per Technical Specification clause 801 and as directed by Engineer.Octagonal 900x 900 mm No. 10Circular 600 dia No. 10Informatory as per drawing Sq.m 4Cautionary warning signs (Triangular 900 sides) TypeIII No. 6

10.02

Providing of red fluorescent with white reflective sleeve traffic cone made of low density polyethylene(LDPE) material with a square base of 390x390x35mm and a height of 770mm, 4Kg in weight, placed at 1.5m interval, all as per BS 873 including cost of all materials, labour, loading, unloading, lead, lift, transporting etc complete Technical Specification section & IRC SP 55-2001.

No. 25

10.03

Installation of a steel portable barricade with horizontal rail 300mm wide, 2.5m in length fitted on a frame made with 45X45X5 mm angle iron section, 1.5m in height, horizontal rail painted(2coat) with yellow and white strips, 150mm in width at angle of 45degree, A frame painted with 2 coats of yellow paint, complete as per IRC:SP:55-2001 including cost of all materials, labour, loading, unloading, lead, lift, transporting etc complete.

No. 6

10.04 Provision of metal drum/empty bitumen drum delineator, 300mm in diameter, 800mm high, filled with earth for stability, painted in circumferential strips of alternate black and white 100mm wide 2 coats fitted with reflectors 3 Nos of 7.5cm dia, all as per IRC:SP:55-2001 including cost of all materials, labour, loading, unloading, lead lift, transporting etc., complete.

No. 20

10.05 Providing plastic crash barrier as per drawing and per the directions of the Engineer(1000X490X780MM size)(LWH). No. 8

10.06 Providing Barricading/Caution Tapes of High quality PVC tape tube type to Enclose construction area as per Technical Specification. Lm 5000

Total Carried to Summary

Sl. No. Description Unit Estimated Quantity

Rate (Rs.)

14 of 16

Karnataka State Highways Improvement Project -II WEP-3AVolume III : BOQ

BILL OF QUANTITIES CONTRACT PACKAGE WEP-3A

Amount (Rs.)In Figures In Words

BILL NO. 11- ENVIRONMENTAL MAANAGEMENT ACTION PLAN

11.01 A. Carting away the unserviceable materials from work site to the nearest disposal site (up to a lead of 5km) and disposing the same in disposal pits or borrow areas including depositing unserviceable materials in layers and manual compaction refer Technical Specification sub clause 111.14.1

Cum 35047

B. The 30 cm top layer of disposal pit shall be provided with good earth, suitable for development of vegetation/plantation. All work shall be carried out as per specifications and approval of the Engineer in Charge. Sq.m. 20000

11.02 Turfing at ground level at disposal pits for un-serviceable material as per specifications and approval of the Engineer in Charge. Sq.m 20000

11.03 Regular water sprinkling (at least 4 times) per day at all construction sites for suppression of visible dust levels. Note: This item is to be operated after the completion of earthwork to suppress the visible dust levels. Cost of watering during compaction of earthwork is deemed to be already covered under civil works.

Km 5

11.04 Construction of silt traps at the discharge points of channels into to fresh water bodies across the project road as per Technical Specification Clause-111 M 1

11.05 Construction of 30cm thick clay lined (at bottom and sides) pits for safe disposal of scarified bitumen including carriage (up to a lead of 10km), depositing bitumen in layers of 15 cms with manual compaction and covering the pit with 20cm thick good earth as top layer at ground level all complete as per Technical Specification sub clause 111.14.4

Nos. 3

11.06 Turfing at ground level at disposal pits for scarified bitumen as per specifications and approval of the Engineer in Charge. Sq.m 500

11.07

Periodic air quality monitoring during construction stage at construction camp sites, bitumen hot mix plants, crusher plants (if specifically established for Project), at major settlement areas along project road. The parameters to be monitored are SPM, RPM, SO2, NOx and CO, Lead. Each monitoring schedule shall be over a duration of 24 hours (in 8 hour shifts), once in a quarter and for 2 Years). The tests are to conducted in accordance CPCB norms at locations As per Technical Specification Clause-111

Nos. 5

11.08 Water quality monitoring during construction phase at locations given in Appendix . The sampling shall be carried out once in a quarter for 2 years and cover all parameters as per IS10500 including heavy metals As per Technical Specification Clause-111 Nos. 5

11.09

Noise quality monitoring at specified silent receptors along Project Road, at construction camp sites, bitumen hot mix plants, crusher plants(if specifically established for Project), and at major settlement areas along project road. – Each monitoring schedule shall be over a duration of 12hours (6Am to 6PM), once in a quarter and for 2 Years). The monitoring shall be carried out in accordance with CPCB norms at locations. As per Technical Specification Clause-111

Nos. 5

11.10 Soil quality monitoring at construction camp sites, work shop areas, oil/lubricant handling areas, bitumen hot mix plants, at all parking lay byes, vehicle servicing stations along Project Road. Parameters shall include N, P, oil and grease, heavy metals, C/N ratio, pH, organic matter and carried out once in a quarter at all locations for 2 years. As per Technical Specification Clause-111

Nos. 5

Total Carried to Next page

Sl. No. Description Unit Estimated Quantity

Rate (Rs.)

15 of 16

Karnataka State Highways Improvement Project -II WEP-3AVolume III : BOQ

BILL OF QUANTITIES CONTRACT PACKAGE WEP-3A

In Figures In WordsBILL NO. 11- ENVIRONMENTAL MAANAGEMENT ACTION PLAN, Contd.,Brought Forward From Previous page

11.11 Providing Oil Interceptors at the fuel/oil storage camps or Construction camps as per Typical Drawing and as per Technical Specification Clause 111 Nos. 1

11.12 Providing Personal Protective Equipment to labours during construction construction Phase of the project as per Technical Specification Clause 111

cost/ person/ annum

50

11.13 Provision for two health check ups for the carcinogens from bituminous fumes, which may inhaled during road paving works. The first health check up prior to induction of the personnel into the construction works and the last health check up prior to the discharge of tech personal from the construction works as per Technical Specification Clause 111

cost/ person 50

Total Carried to Summary

Sl. No. Description Unit Estimated Quantity

Rate (Rs.) Amount (Rs.)

16 of 16

DEVADURGA

CHINCHOLI

BHALKI

MAHAGAON

AFZALPUR

HEGGADADEVANAKOTE

BAGEWADI

SHELAVADI

ANKALI

MANGSULI

EXAMBA

KUDACHI

MANAGULI

DOBBASPET

AURAD

HOMNABAD

MALAVALLI

ALAND

SEDAMCHITAPUR

HULSOOR

KUDTHINI

BADAMI

GANGAWATI

BELUR

KHANAPUR

MAHALINGAPUR

SIDLAGATTA

RAMANAGARA

MADDUR

MUDHOL

NANJANAGUD

HULIYAR

CHANNARAYAPATNA

KANAKAPURA

SIRA

NARASIMHARAJAPURA

HONNALLI

SORABA

HIREKERUR

NAGAMANGALA

NAVALGUND

SAUDATTI

RAMDURG

ARKALGUD

MOLKALNURU

YELABURGA

MUNDARGI

MUDDEBIHAL

SOMVARPET

MADHUGIRI

KUSTAGI

SIRUGUPPA

HUNSUR

KONANURU

HOLE NARASIPURA

BORGAON

BANAVASI

KOTUMACHAGI

KAMPLI

GHATAPRABHA RS

TERADAL

SRINIVASAPURA

CHANNAPATNA

MUDIGERE

BHADRAVATI

SHIRHATTI

NARGUND

BAILAHONGAL

KABBUR

RAYBAG

VIRAJPET

GUDIBANDEGAURIBIDANUR

A.P BORDER

SANDUR

HUNGUND

JAGALUR

KOTTURU

TIKOTA

TALIKOTA

HALIYAL

KUDALA

PATTADAKAL

T.N BORDER

A.P BORDER

NH212

KUNIGAL

HARPANAHALLI

TAVARAGERE

DEVAPUR

BIRUR

PAVAGADA

A.P BORDER

A.P BORDER

H.DURGA

BELTHANGADI

MH BORDER

MH BORDER

THINTHINIBHATNAGUR

ICHALKARANJI(MH BORDER)

(GOA BORDER)

BAGEWADI

BELAVANAKI

GADH

AP BORDER

DHADESUGUR

KUDLIGI

JOGFALLS

PADUBIDRI

KARKALA

GANGAMULA

KOTTIGEHARA

KUDUREMUKH

TIPTUR

KERALA BORDER

PIRIYAPATNA

T. NARASIPURA

BANNUR

CHIKBALLAPUR

AP BORDERMULABAGAL

AP BORDER

MH BORDER

NIPPANI

YEDIYUR

RON

KAL GH ATAGI

KAR WAR

SHIKARIPUR

SUL YA

GUN DL UPET

C HIKANAYAKANH AL LI

SINDHANUR

ANEKAL

KOLLEGALA

HOSKOTE

KIRANGUR

TU R U VEKERE

YEL AN DUR

SAVANUR

BYADGI

KUNDAGOL

HOSANAGARA

HOSADURGA

SHAHPUR

HOSPET

B.NORTH

B.SOU TH

N EL AMANGALA

D EVAN AH AL LI

D OD DABALLAPURA

BAGEPALLI

MALUR

GUBBI

TIR TH AH ALLI

SAGARA

C HALLAKERE

H IRIYUR

H ARIHAR

AR ASIKERE

SAKALESHPURA

ALUR

KAD URKOPPA

SRINGERI

TAR IKERE

BANTWAL

PUTTUR

KUN DAPU RA

HUBLI

H ON NAVAR

SHIGGAON

RANIBENNUR

SID DAPUR

YEL LAPUR

AN KOLA

KU MTA

SU PA

ATH ANI

H UKKERI

GOKAK

SIN DGI

BIL GI

SHORAPUR

JEVARGI

HADAGALI

H AGAR I BOMMANA HALLI

MAN VI

L INGASU GUR

NH-13

NH-48

NH-13

NH

- 218

NH-63

NH-63

NH-63

NH-63

NH-17

NH

-17

NH-4N

H-17

NH

-17

NH

-1 3

NH-63

NH-13

NH-13

NH-48

NH-48

NH-207

NH-207

NH-7

NH-4

NH-4

NH-4

NH-4

NH-4

NH

-4

NH-4

NH-

7

NH-7

NH-209

NH-209

NH-212

NH-212

NH

-212

NH-

67A

NH-206

NH-206

NH-206

NH-206

NH-4A

NH-9

NH-9

NH-218

NH

-4A

NH

-13

NH-21

8

CHINTAMANI

SUBRAMANYA

H AL AGERI

ANAND APURA

AYANUR

KR NAGARA

MAAGALU

T.N BORDER

BERYA

CHIKKODI

CHOWDAPUR

MM HILLS

4A

4B

6A 6B

6C

9A

10A

10B

12ASANGAMA

12B

13A

13B

14B

15A

17A

17B

19A19B

19C19D

20A

20B

20C

20D

21A

21B

21C

21D21E 21F

21G

22A 22B

26A

27A

27B

27D

27C

31A

31BKANAKAGERI

31C

42A

42B

48A

49B

51A

53B

53C

53A

54A

PURA

54B

54C

KATTEMALALVAADI

RAMANATHA

55A

55B

55C

57A

57B

KOWDLEY

57C

63A

63B

63C

63D

63E

64A

64B

64C

64D

64E

67A

64F

64G

64H

65A

65B

65C

65D

65E

65F

65G

67B

67C

M1A

M1B

M1C

M1D

M2A

SALIGRAMA

M2B

M4A

M4B

M5AM5BM5C

M5D

HANUR

M6AM6B

M6C

M7A

M7B

TADAS

HORANADU

JANAPURA

GAJENDRA

KODLIPET

BANGARPETMAGADI

KORATAGERE

BASAVANA

MUDAGAL

KALMALA

BASAVAKALYAN

KRISHNARAJAPET

M.H.BORDER

BID DOCUMENT

Karnataka State Highways Improvement Project - II - Funded by World Bank

(Upgradation of Road from Km 0+000 to Km 2+500 of Dharwad to Saundatti SH No.34Contract DrawingsCONTRACT WEP-3A (Link 21B)VOLUME IV - DRAWINGS

February 2016

in Dharwad town limits through e-procurement system)

(Sheet 02 of 03)TYPICAL ROAD SIGNS

Issued

RevisionsDescriptionDate Checked

Project Director - Project Implementation Unit

IMPROVEMENT PROJECT - KARNATAKA STATE HIGHWAYS

Approved

Client

Project

Government of KarnatakaPublic Works Department

Drawing Title

Contract WEP-3A/LINK_21B

THE PURPOSE INTENDED AND ONLY THIS DRAWING MAY BE USED ONLY FOR

Checked

WRITTEN DIMENSIONS SHALL BE USED

Drawn

Scale

Approved

Design DateScott Wilson Kirkpatrick & Co.Ltd.UK

(in JV with)Scott Wilson Kirkpatrick India Private Limited

Drawing Number Rev

I IN.T.S

DHARWAD TOWN LIMIT (KM 0+000 TO KM 2+500)