Bid Identification No.: 04 /Tender/OBCC/2024-25: Page 1 of 172

Download as pdf or txt
Download as pdf or txt
You are on page 1of 172

ODISHA BRIDGE & CONSTRUCTION CORPORATION LIMITED

(A Government of Odisha Undertaking)


VIKASH BHAWAN, NAYAPALLI, BHUBANESHWAR-751012
PHONE NO. 0674- 2394093, 2396309, 2390043 FAX-2396326
*******

Bid Identification No.: 04 /Tender/OBCC/2024-25

NATIONAL COMPETITIVE BIDDING


(WORKS ON TURNKEY BASIS WITH ARCHITECTURAL PLANNING, DESIGN & EXECUTION)

Request For Proposal


towards

CONSTRUCTION OF 2ND BRIDGE OVER RIVER BRAMHANI AT


PATRAPUR ON CUTTACK-CHANDBALI ROAD ON TURNKEY BASIS.

Page 1 of 172
Table of Contents

Page No.
Sl. No. Section Particulars

1 Invitation for Bids

2 1 Instructions to Bidders & Bid Data Sheet

3 2 Form of Bid, Qualification Information, and LoA

4 3 Conditions of Contract

5 4 Contract data

6 5 Technical Specifications

7 6 Securities and other forms

8 7 Conceptual and Indicative Drawings

9 8 Terms of Reference, Design Brief & Scope of Work

10 9 Payment Schedule

11 10 Documents to be furnished by bidder

Page 2 of 172
PART-1

BIDDING PROCESS

INVITATION FOR BIDS

Page 3 of 172
Page 4 of 172
Page 5 of 172
ODISHA BRIDGE & CONSTRUCTION CORPORATION LIMITED
(A Government of Odisha Undertaking)
VIKASH BHAVAN, NAYAPALLI, BHUBANESHWAR-751012

NATIONAL COMPETITIVE BIDDING


(WORKS ON TURNKEY BASIS WITH ARCHITECTURAL PLANNING, DESIGN & EXECUTION)
KEY DATES

1. NAME OF WORK : “Construction of 2nd Bridge over


River Bramhani at Patrapur on
Cuttack-Chandbali Road on
Turnkey basis.”

2. PERIOD OF AVAILIBILITY OF BIDDING : From 20.08.2024 to Dt.


DOCUMENT 17.09.2024 up to 5.30 PM.

3. LAST DATE OF RECEIPT OF PRE-BID QUERY :


Dt. 31.08.2024 up to 5.00PM

4. DATE & TIME OF PRE-BID MEETING : Dt. 02.09.2024 at 12.30PM

5. ISSUE OF PRE-BID CLARIFICATION : Dt. 04.09.2024 at 12.30PM

6. LAST DATE AND TIME FOR RECEIPT OF BIDS : Dt. 17.09.2024 up to 5.30 PM

7. DATE AND TIME OF OPENING OF TECHNICAL : Dt. 18.09.2024, 12.30 PM


BIDS
8. DATE AND TIME OF PRESENTATION : TO BE ANNOUNCED

9. :
DATE AND TIME OF OPENING OF FINANCIAL TO BE ANNOUNCED
BIDS
10. :
PLACE OF OPENING OF BIDS Office of the EIC cum Managing
Director, Odisha Bridge &
Construction Cooperation Ltd.,
Vikash Bhavan, 2nd Floor
Conference Hall, Nayapalli,
Bhubaneshwar-751012.
11. :
OFFICER INVITING BIDS Chief General Manager - III
Odisha Bridge & Construction
Corporation Ltd., Odisha.

Page 6 of 172
SECTION 1:
INSTRUCTION TO BIDDERS
(ITB)

Page 7 of 172
A. GENERAL INSTRUCTIONS
1. Scope of Bid:

1.1 The Employer [As mentioned in Bid Data Sheet at the end of Section-1] invites bids for the works
namely [As mentioned in Bid Data Sheet at the end of Section-1] with design and execution (as defined
in this document and referred to as “the works”).

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

1.3. Throughout these bidding documents, the terms 'bid' and 'tender' and their derivatives (bidder, tenderer,
bid/ tender, bidding/ tendering, etc.) are synonymous. Contractor means the selected bidder for the
work.

2. Source of Funds:

The expenditure on this project shall be met from the State Plan Scheme, Government of Odisha.

3. Eligible Bidders:

3.1. This Invitation for Bids is open to all bidders registered with the Government of Odisha or other State
Governments / Government of India / MES / Railways for execution of Civil works in general and
Road, Bridge & Building work in particular. Bidders are advised to note the minimum qualification
criteria specified in the “Instruction to Bidders” to qualify for the award of contract.

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

3.3 Bidders shall not be under a declaration of ineligibility for corrupt and fraudulent practices.

4. Qualification of the Bidder:

4.1 All bidders shall provide Forms of Bid and Qualification Information under Section 2, a preliminary
description of the proposed work method and schedule, including drawings and charts, as necessary.
The proposed methodology should include program of construction backed with equipment planning
and deployment duly supported with broad calculations and quality – assurance procedures proposed to
be adopted justifying their capability of execution and completion of work as per technical
specifications, within stipulated period of completion.

4.2 If the Employer has not undertaken prequalification of potential bidders, all bidders shall include the
following information and documents with their bids in Section 2:

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

(b) Financial Turnover of the bidder from civil construction works during last five financial years
ending 31.03.2024.[As mentioned in Bid Data Sheet at the end of Section-1]

(c) Experience in similar works [As mentioned in Bid Data Sheet at the end of Section-1] and size for
each of the last five financial years preceding the NIT, and details of works under way or
contractually committed and clients who may be contacted for further information on those
contracts;

Page 8 of 172
(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 financial years ending 31.03.2024;

(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, arbitration, debarment, termination, notice for recession of
contract, abandonment of work, etc. resulting from contracts executed or under execution by the
bidder within the last five years of bid submission due date of this tender. The information shall
include the name of the employer with contact details, description of work, agreement no., status and
matter of dispute and/or issues, contact details of employer;

(j) Proposals for subcontracting components of the works amounting to more than …. [As mentioned in
Bid Data Sheet at the end of Section-1] percent of the Bid Price (for each, the qualifications and
experience of the identified sub-contractor in the relevant field should be annexed); and

(k) The proposed methodology and program of construction, backed with equipment 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 as mentioned in the
Contract data. . [As mentioned in Bid Data Sheet at the end of Section-1]

(l) Deleted

(m) Deleted

(n) Deleted

(o) Deleted

4.3 Bids from Joint ventures/association of firms: ……. [As mentioned in Bid Data Sheet at the end of
Section-1].

4.4 A. To qualify for award of contract, each bidder in its name should have in the last five financial
years immediately preceding the financial year in which the bids are received: -

(a) Achieved a minimum annual financial turnover1 from civil construction works of ................. [As
mentioned in Bid Data Sheet at the end of Section-1].

(b) Satisfactorily completed, as a prime Bidder, at least one similar work / any major civil
construction work of value not less than………. [As mentioned in Bid Data Sheet at the end of

1 Financial turnover from construction works and cost of completed works of previous financial years
shall be given weightage of 10% (ten percent) per year based on rupee value to bring them to the price
level up to the year of bid invitation.

Page 9 of 172
Section-1]. Bidder should submit completion certificate for Central / State Government projects. For
private sector projects, completion certificate with TDS shall be submitted.

(c) Deleted

(d) Bidders must furnish their bid, a detailed construction planning and methodology supported with
layout and necessary drawings and detailed calculations to allow the employer to review their
proposals

4.4. B. Each bidder should further demonstrate:

(a) Availability (either owned or leased) of the following key and critical equipment for this work:

List of plants and equipment Requirement2


Sl. No.
[As mentioned in Bid Data Sheet at the [As mentioned in Bid Data Sheet
end of Section-1]. at the end of Section-1].

1.

2.

(b) 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
detail calculations 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.

(c) Liquid assets and / or availability of fund based credit facilities/ overdraft facilities of not less
than the amount of Rs. [As mentioned in Bid Data Sheet at the end of Section-1] crores (Credit lines /
Letter of Credit / Certificate from banks for meeting the fund requirements, etc). Usually, the
equivalent of the estimated cash flow for three months in peak construction period.

4.5 Sub-contractors' experience and resources shall not be taken into account in determining the bidder's
compliance with the qualifying criteria. [Clarified in Bid Data Sheet at the end of Section-1]

4.6 Bidders who meet the minimum qualification criteria will be qualified only if their available bid
capacity is more than the total bid value. The available bid capacity will be calculated as under:

Assessed Available Bid Capacity = (A x N x 2) - B

Where:

2 Based on the preliminary studies carried out by the department, an indicative list of major equipment
and their quantity to attain the completion of works are shown in the Bid Data Sheet.

Page 10 of 172
A = Maximum value of civil engineering works executed in any one financial year during the last five
financial years (updated to bid invitation year .............. [As mentioned in Bid Data Sheet at the end of
Section-1] price level) taking into account the completed as well as works in progress.

N = Number of years prescribed for completion for which the bid has been invited

B = Value (updated to the price level on the financial year in which bids are received) of existing
commitments and on-going works3 to be completed during the next .................... [As mentioned in Bid
Data Sheet at the end of Section-1]

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

(a) Made any misleading or false representations in the forms, statements and attachments submitted
in proof of the qualification requirements; and/or

(b) 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

(c) 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:


E-Procurement procedure accepts only one bid from one bidder. Refer e-Procurement procedure
as annexed.

6. Cost of Bidding:

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:

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.

3 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 or certified by registered Chartered
Accountant.

Page 11 of 172
B. BIDDING DOCUMENTS

8. Content of Bidding Documents:

8.1 The set of bidding documents comprises the documents listed below, and addenda issued in accordance
with Clause 10:
Section Particulars Volume No.
Invitation for Bids

1 Instructions to Bidders

2 Form of bid, Qualification Information,


and other forms I
3 Conditions of Contract

4 Contract data

5 Technical Specifications II

6 Securities and other forms III

7 Conceptual and Indicative Drawings

8 Terms of Reference, Design Brief & Scope IV


of Work

9 Payment Schedule
10 Documents to be furnished by bidder V

8.2. The Bidder shall download the above-listed documents and shall submit his bid after preparing the
same in compliance to Section-2 (refer clause 12).

8.3. The bidder shall be expected to examine carefully all instructions, conditions of contract,
contract data, forms, terms, technical specifications, annexures and drawings in the Bid
Document. Failure to comply with the requirements of Bid Documents shall be at the bidder’s
own risk. Pursuant to Clause 26 hereof, bids which are not substantially responsive to the
requirements of the Bid Documents, shall be rejected.

9. Clarification of Bidding Documents:

9.1 A prospective bidder requiring any clarification of the bidding documents may notify the
Employer in writing or by cable (hereinafter "cable" includes telex, facsimile and e-mail) at
the Employer's address indicated in the invitation to bid. The Employer will respond to any request
for clarification which he received earlier than 15 days prior to the deadline for submission of
bids. Copies of the Employer's response will be posted in the e-procurement portal, including a
description of the enquiry but without identifying its source.

9.2 Pre-bid meeting:

9.2.1 The bidder or his official representative is invited to attend a pre-bid meeting which shall be held
through video conferencing as mentioned in Bid Data Sheet at the end of Section-1].

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

Page 12 of 172
9.2.3 The bidder is requested to submit any questions in writing to reach the Employer not later than the
date as mentioned in the Bid Data Sheet

9.2.4 Minutes of the meeting/ response to queries, including the text of the questions raised (without
identifying the source of enquiry) and the responses given will be uploaded in the e-procurement
portal. Any modification of the bidding documents listed in Sub-Clause 8.1 which may become
necessary as a result of the pre-bid meeting/ queries shall be made by the Employer exclusively
through the issue of an addendum/ corrigendum pursuant to Clause 10 and not through the minutes of
the pre-bid meeting.
9.2.5 Non-attendance at the pre-bid meeting or non-submission of pre-bid query will not be a cause for
disqualification of a bidder.
10. Amendment of Bidding Documents:

10.1 Before the deadline for submission of bids, the Employer may modify the bidding documents by
issuing addendum/ corrigendum.

10.2 Any addendum/ corrigendum thus issued shall be part of the bidding documents and shall be posted
in e-procurement portal.

10.3 To give prospective bidders reasonable time [As mentioned in Bid Data Sheet at the end of Section-1]
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.

10.4 The addendum/ corrigendum shall also be available in official website ................ [As mentioned in Bid
Data Sheet at the end of Section-1].

Page 13 of 172
C. PREPARATION OF BIDS

11. Language of the Bid:

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

12. Documents comprising the Bid:

12.1 The bid to be submitted by the bidder shall be in two separate parts (refer Clause 8.1):

Cover-I: Shall be named "Technical Bid" and shall comprise (to be submitted online only): -

(i) Technical Bid (in the format indicated at Section 2).

(ii) Scanned copy of Transaction receipt of the Bid Processing fee & Scanned copy of
Transaction receipt / Bank Guarantee of Bid Security/ EMD

(iii) Qualification Information and supporting documents as specified in Section -2

(iv) Certificates, undertakings, affidavits as specified in Section 2,

(v) Undertaking that the bid shall remain valid for the period specified in Clause 15.1 of Bid
Data Sheet

Cover –II: Shall be named "Financial Bid" and shall comprise (to be submitted online only)

(i) The Lump sum Price Bid

Cover-III (both in online as well as original hardcopy):

The Bidder shall furnish the Design Basis Report (DBR) in Cover-III as indicated in this
Annexure. The intent of this DBR is to present the salient features of technical
considerations and scope of work envisaged by the bidder for the project, based on which
the bidder has made its financial offer.

The bidder shall make sure that the DBR should cover sections on Architectural, civil,
structural, electrical, public health engineering, HVAC, fire protection system, elevator
systems and other monitoring and control systems, landscaping aspects For Details Please
refer Annexure-III to ITB. DBR to be given weightage in 15 marks in Technical
Evaluation.

Cover-IV (both in online as well as original hardcopy):

Bidder shall furnish other documents

(i) Transaction receipt of Bid Processing Fee

(ii) Transaction receipt / Bank Guarantee of Bid Security / EMD.

13. Bid Price:

13.1 The contract shall be for the whole work as described in Sub-Clause 1.1, based on the Lump Sum
Price Bid submitted by the Bidder.

Page 14 of 172
13.2 The bidder shall fill the total bid price as Lump Sum Price (both in figures and words) for
execution of work on Lumpsum / Turnkey basis including all items of works as specified in the
Bid document.

13.3 The prices tendered shall except in so far as it is otherwise, provided under the contract, include all
constructional plant, labour, supervision, materials, erection maintenance, insurance, profit, taxes and
duties except GST & other levies together with all general risks, liabilities and obligations set out or
implied in the contract.

13.4 The lump sum bid price quoted by the bidder shall be fixed for the duration of the Contract and shall
not be subject to adjustment on any account.

14. Currencies of Bid and Payment:

The currency of bid and payment shall be quoted by the bidder entirely in Indian Rupees. All
payments shall be made in Indian Rupees.

15. Bid Validity:

15.1 Bids shall remain valid for a period ............ [As mentioned in Bid Data Sheet at the end of Section-1]
after the due date for bid submission specified in Clause 20. A bid valid for a shorter period shall be
rejected by the Employer as non-responsive. In case of discrepancy in bid validity period between
that given in the undertaking pursuant to Clause 12.1 (v) and the Form of Bid submitted by the
bidder, the latter shall be deemed to stand corrected in accordance with the former and the bidder
has to provide for any additional security that is required.

15.2. In exceptional circumstances, prior to expiry of the original time limit, the Employer may request that
the bidders and the bidder may extend the period of validity for a specified additional period. The
request and the bidders' responses shall be made in writing or by cable / e-mail. A bidder may refuse
the request without forfeiting his bid security. A bidder agreeing to the request will not be required or
permitted to modify his bid but will be required to extend the validity of his bid security for a
period of the extension, and in compliance with Clause 16 in all respects.

16. Bid Security:


16.1 The Bidder shall furnish, as part of his Bid, a Bid security of an amount as shown in IFB for this
particular work in offline mode in the form of Bank Guarantee as per the format provided in Section-
6: Securities and other Forms.
16.2 Any bid not accompanied by an acceptable Bid Security and not secured as indicated in sub-clauses
16.1 shall be rejected by the Employer as non-responsive.
16.2 The Bid Security of unsuccessful bidders shall be returned within 28 days of the end of the bid
validity period specified in sub-clause 15.1.
16.4 The Bid Security of the successful bidder shall be discharged when the bidder has signed the
Agreement and furnished the required Performance Security
16.5 The Bid Security may be forfeited
(a) If the Bidder withdraws the Bid after Bid opening during the period of Bid validity.
(b) 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.
(iii) Deposit the required license fees with State Government to register itself as a
Super Class contractor with Government of Odisha within 15 (fifteen) days of issue of Letter
of Acceptance of Bid.

Page 15 of 172
17. Alternative Proposals by Bidders:

Bidders shall submit offers as per his own estimate based on his own design & drawing but complying
with the requirements of the bidding documents, including the basic technical design parameters and
as per regulations of concerned Urban Development Authority, OECBC, specifications relevant to
MoRT&H, IRC, IS Codes & NBC.

Conditional offers or alternative offers will not be considered further in the process of tender
evaluation.

18. Format and Signing of Bid: Refer e-Procurement procedure as annexed.

Page 16 of 172
D. SUBMISSION OF BIDS

Online submission as per Govt. of Odisha e-Procurement Procedure annexed

19. Sealing and Marking of Bids – Refer e-procurement procedure as annexed in Annexure-I to ITB for
Cover-I and Cover-II of the bid (Clause-12.1).

20. Deadline for Submission of the Bids

20.1 Bid shall be received on or before [As mentioned in 20.1 of Bid Data Sheet at the end of Section-1] as
notified in IFB.

20.2 The Employer may extend the deadline for submission of bids by issuing an amendment in
accordance with Clause 10, in which case all rights and obligations of the Employer and the bidders
previously subject to the original deadline will then be subject to the new deadline.

21. Late Bids:

Not applicable as per e-Procurement procedure. Employer will not be responsible for non-submission
of bids due to technical glitch (like slow net speed, crash of portal) in e-procurement portal.

22. Modification and Withdrawal of Bids: Refer e-Procurement procedure as annexed.

Page 17 of 172
E. BID OPENING AND EVALUATION

23. Bid Opening:


23.1 All the bids received shall be opened in the Office of the Employer on [As mentioned in Bid Data
Sheet at the end of Section-1] in the presence of the Bidders or their representatives who choose to
attend. In the event of the specified date of Bid opening being declared a holiday, the Bids will be
opened at the appointed time and location on the next working day. Refer e-Procurement procedure as
annexed

23.2 The Employer shall prepare minutes of the Bid opening.

24. Process to be Confidential:

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 is successful and 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 Financial Bids:

25.1. To assist in the examination, evaluation, and comparison of Bids, the Employer may, at his discretion,
ask the lowest evaluated responsive bidder for clarification of his Bid, including breakdowns of unit
rates. The request for clarification and the response shall be in writing or by cable/e-mail, but no
change in the price or substance of the Bid shall be sought, offered, or permitted.

25.2. Subject to Sub-Clause 24.1, no Bidder shall contact the Employer on any matter relating to his 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 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 During the detailed evaluation of "Technical Bids", the Employer will determine whether each Bid

(a) Meets the eligibility criteria defined in Clause 3 and 4;

(b) Is accompanied by the required Bid Securities and;

(c) Is substantially responsive to the requirements of the Bidding documents.

(d) Is fulfilling the requirements of IFB.

(e) Is substantially responsive in accordance with the procedure as per Annexure-II and
substantially responsive to the requirements of the Bidding documents. After Prequalification
Evaluation (Phase-I), Technical Evaluation (Phase-II) and Power Point Presentation (Phase-
III) the Bidder enter into Financial Evaluation. During the Financial evaluation of the
“Financial Bid” of the lowest evaluated bidder, the responsiveness of the bids will be further
determined with respect to the remaining bid conditions, i.e., priced bill of quantities,
technical specifications, and drawings.

Page 18 of 172
26.2 A substantially responsive “Financial 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 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 “Financial 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 - Not applicable as per e-procurement procedure.

28. Evaluations and Comparison of Financial Bids

28.1. The Employer will evaluate and compare only the Bids determined to be substantially responsive in
accordance with the procedure as per Annexure-II.

28.2. The Employer reserves the right to accept or reject any variation arising out of change in scope of
work. Such variations, which are in excess of the requirements of the Bidding documents, shall
not be taken into account in Bid evaluation.

Page 19 of 172
F. AWARD OF CONTRACT

29. Award Criteria:

29.1 Subject to Clause 30, 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.

29.2 In no case, the contract shall be awarded to any bidder whose available bid capacity is less than
the evaluated bid price, even if the said bid is the lowest evaluated bid. The contract will in
such cases be awarded to the next lowest bidder at his evaluated bid price.

30. Employer's Right to accept any Bid and to reject any or all Bids:

30.1 Notwithstanding Clause 29, 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.

30.2 The Employer reserves the right to reject any Application and/ or bid if:

(a) at any time, a material misrepresentation is made or uncovered, or

(b) The Bidder does not provide, within the time specified by the Employer, the supplemental
information sought by the Employer for evaluation of the Bid.

30.3 In case it is found during the evaluation or at any time before signing of the Agreement or after its
execution and during the period of subsistence thereof, including the Defects Liability Period, that one
or more of the bid conditions have not been met by the Bidder , or the Bidder has made material
misrepresentation or has given any materially incorrect or false information, the Bidder shall be
disqualified forthwith if not yet appointed as the Contractor either by issue of the LOA or entering into
the Agreement , and if the Bidder has already been issued the LOA or has entered into the Agreement,
as the case may be, the same shall, notwithstanding anything to the contrary contained therein or in
this RFP, be liable to be terminated, by a communication in writing by the Employer to the Bidder ,
without the Employer being liable in any manner whatsoever to the Bidder and without prejudice to
any other right or remedy which the Employer may have under this RFP, the Bidding Documents, the
Agreement or under applicable law.

30.4 The Employer reserves the right to verify all statements, information and documents submitted by the
Bidder in response to the tender document. Any such verification or lack of such verification by the
Employer shall not relieve the Bidder of its obligations or liabilities hereunder nor will it affect any
rights of the Employer thereunder

31. Notification of Award and Signing of Agreement:

31.1 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, facsimile or e-mail confirmed by registered letter.
This letter (hereinafter and in the Conditions of Contract called the "Letter of Acceptance (LoA)" will

Page 20 of 172
state the sum that the Employer will pay the Bidder in consideration of the design and execution the
works on a turnkey basis by the Bidder as prescribed by the Contract (hereinafter and by the Contract
called the "Contract Price").

31.2 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 32.

31.3 The Contract will incorporate all agreements between the Employer and the successful Bidder. The
detail work program and milestone wise activity shall be finalized during contract negotiation with
the successful bidder within 14 days after issue of Letter of Acceptance. The agreed work program/
milestone shall form part of the contract agreement. Within 21 days of receipt of Letter of
Acceptance, the successful Bidder will sign the Agreement and deliver it to the Employer.
The agreement will be signed by the Employer and sent to the successful Bidder, within 28
days following the notification of award along with the Letter of Acceptance

31.4 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.

31.5 In the event of non-payment of the performance security by the L1 bidder, the successful bidders in
sequence (L2, L3 ….) may be asked for negotiation for execution of the work with the bid price
quoted by the L1 bidder.

32 Performance Security:

32.1 Within 21 days of receipt of the Letter of Acceptance, the successful Bidder shall deliver to the
Employer a Performance Security [valid for a period as stipulated in Cl. 48 of Conditions of
Contract & in the contract data] in any of the forms given below for an amount equivalent to
5 (five) % of the Contract price:

• a e-bank guarantee issued by any bank indicated in Bid data sheet payable at par by its branch
at Bhubaneswar in the form given in Section 6; or

• a deposit receipt of any Bank Schedule Bank (list indicated in Bid Data Sheet) / Post Office
Savings Bank Account / National Savings Certificate / Post Office Time Deposit Account duly
pledged in favour of the [As mentioned in Bid Data Sheet at the end of Section-1].

32.2 Deleted

32.3 Failure of the successful Bidder to comply with the requirements of Sub-Clause 32.1 shall constitute
sufficient grounds for cancellation of the award and suitable action under provision of Bid Security or
suspension from further bidding for a period of three years from bid due date.

33. Advance Payment and Security - 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 110 (hundred & ten) % of the advance payment.

34. Corrupt or Fraudulent Practices:

34.1 It is required that the bidders / contractors observe the highest standard of ethics during the
procurement and execution of such contracts. In pursuance of this policy, it is:

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

Page 21 of 172
(i) “Corrupt practice” means the offering, giving, receiving or soliciting of anything of value to
influence the action of a public official in the procurement process or in contract execution
and

(ii) “Fraudulent practice” means a misrepresentation of facts in order to influence a procurement


process or the execution of a contract to the detriment of the Employer and includes collusive
practice among Bidders (prior to or after bid submission) designed to establish bid prices at
artificial non-competitive levels and to deprive the Government of the benefits of free and
open competition.

34.2 The Employer will reject a proposal for award if it determines that the Bidder recommended for award
has engaged in corrupt or fraudulent practices in competing for the contract in question and will
declare the firm ineligible, either indefinitely or for a stated period of time, to be awarded a contract, if
it at any time determines that the firm has engaged in corrupt or fraudulent practices in competing for,
or in executing the contract.

34.3 Furthermore, Bidders shall be aware of the provision stated in sub-clause 23.2 and sub-clause 54.2 of
the Conditions of Contract.

Page 22 of 172
ANNEXURE-I to ITB

Procedure to participate in online bidding- e-procurement

(Refer clause-19 of ITB)

1. PARTICIPATING IN THE BID IN THE E-PROCUREMENT PORTAL: The Contractor/Bidder


intending to participate in the bid is required to register in the Portal using his /her active personal/ official
e-mail ID as his Login ID and attach his/her valid Digital Signature Certificate (DSC) to his/her unique
Login ID. The DSC used must be of appropriate class (Class II or Class III) issued from a registered
Certifying Authority such as n-Code, Sify, TCS, MTNL etc. He/ She has to submit the relevant
information as asked for about the firm/ contractor. The portal registration of the bidder/ firm is to be
authenticated by the State Procurement Cell after verification of original valid certificates/ documents
such as (i) PAN and (II) Registration Certificate (RC)/ GST Registration Certificate and GSTIN (for
procurement of goods) of the concerned bidder. The time period of validity in the portal is at par with
validity of RC/ GST Registration Certificate and GSTIN. Any change of information by the bidder is to be
re-authenticated by the State Procurement Cell. After successful authentication bidder can participated in
the online bidding process.

Contractor not registered with Government of Odisha, can participate in the e-procurement after
necessary enrolment in the portal but have to subsequently register themselves with the appropriate
registering authority of the State Government before award of the work as per prevalent registration
norms of the State.

1.1 To log on to the portal the Contractor/Bidder is required to type his/her username and password.
The system will again ask to select the DSC and confirm it with the password of DSC. For each
login, a user’s DSC will be validated against its date of validity and also against the Certificate
Revocation List (CRL) of respective CAs stored in system database. The system checks the
unique ID, password and DSC combination and authenticates the login process for use of portal.

1.2 The tender documents uploaded by the Tender Inviting Officer in the website
https://tendersodisha.gov.in will appear on the “Active Tenders” Section of the homepage. Only a
small notification will be published in the newspaper specifying the work details along with
mention of the specific website for details. The publication of the tender will be for specific
period of time till the last date of submission of bids as mentioned in the ‘Invitation for Bid’ after
which the same will be removed from the list of Active tenders. Any bidder can view or down
load the bid documents from the web site.

1.3 Contractor exempted from payment of EMD will be able to participate in the tender directly by
uploading documentary evidences towards his eligibility for such exemption.

1.4 The software application has the provision of payment of cost of tender document through
payment gateways of authorized bankers by directly debiting the account of the bidders.

1.5 Furnishing scanned copy of such documents is mandatory along with the tender documents
otherwise his/her bid shall be declared as non-responsive and thus liable for rejection. It is
mandatory that the DSC issued in the name of the authorized signatory is used in the portal.

1.6 In the case of any failure, malfunction, or breakdown of the electronic system used during the e-
procurement process, the tender inviting officer shall not accept any responsibility for failures or
breakdowns other than in those systems strictly within their own control.

Page 23 of 172
1.7 Any third party/company/person under a service contract for operation of e-procurement system
in the State or his/their subsidiaries or their parent companies shall be ineligible to participate in
the procurement processes that are undertaken through the e-procurement system irrespective of
who operates the system.

1.8 For submission of Bids through the E-Procurement Portal, the bidder shall up load the scanned
copy/copies of document in prescribed format wherever warranted in support of eligibility criteria
and qualification information. The on-line bidder shall have to produce the original documents in
support of the scanned copies and statements uploaded in the portal before the specified date as
per DTCN.

1.9 Each bidder shall submit only one bid for one package. A bid is said to be complete if
accompanied by cost of bid document and appropriate bid security. The system shall consider
only the last bid submitted through the E-Procurement portal.

1.10 The bidder may ask questions related to tender online in the e-procurement portal using
his/her DSC, provided the questions are raised within the period of seeking clarification as
mentioned in tender call notice/Bid. The Officer inviting the Bid/ Procurement Officer-Publisher
will clarify quarries related to the tender.

1.11 The details of drawings and documents pertaining to the works available with the officer
inviting the Bid as well as in the office of the Superintending Engineer and Executive Engineer as
mentioned in the Contract Data will be open for inspection by the bidders. The bidder is required
to down load all the documents for preparation of his bid. It is not necessary for the part of the
Bidder to up-load other Bid documents (after signing) while up-loading his bid. He is required to
up load documents related to his eligibility criteria and qualification information and Bill of
Quantities duly filled in. It is assumed that while participating in the bid, the bidder has referred
all the drawings and documents. Seeking any revision of rates or backing out of the bid claiming
for not having referred to any or all documents provided in the Bid by the Officer Inviting the Bid
will be construed as plea to disrupt the bidding process and in such cases the bid security shall be
forfeited.

1.12 Any addendum / corrigendum/ cancellation of tender shall be published in the website
https://tendersodisha.gov.in, notice board and through paper publication and such notice shall
form part of the bidding documents.

1.13 The system generates a mail to those bidders who have already uploaded their tenders and
those bidders if they wish can modify their tenders. The bidders are required to which the website
till last date and time of bid submission for any addendum/ corrigendum/ cancellation thereof.
Tender inviting authority is not responsible for communication failure of system generated mail.
All the volumes/documents shall be uploaded / provided in the portal by the Officer inviting the
bid. The bidder shall carefully go through the document and prepare the required documents and
up load the scanned documents in Portable Document Format to the portal in the designated
locations of Technical Bid. He will fill up the rates of items or percentage in the BOQ down
loaded for the work in designated Cell and up loads the same in designated locations of Financial
Bid. Bidders are to submit only the original BoQ uploaded by publisher after entering the relevant
fields without any alteration/deletion/modification. Multiple BoQ submission shall lead to
cancellation of bid. In case of item rate tender, bidders shall fill in their rates other than zero value
in the specified cells. In the percentage rate tender, the bidder quoting Zero value is valid and will
be taken as Schedule of Rates. Submission of document shall be affected by using DSC of
appropriate class.

Page 24 of 172
2. PAYMENT OF EMD/ BID SECURITY AND COST OF BID DOCUMENTS:

The Bidder shall furnish, as part of his Bid, a Bid security for the amount mentioned under Contract Data
in shape of Bank Guarantee. Non-submission of bid security within the designated period shall debar the
bidder from participating in the on-line bidding system and his portal registration shall be cancelled. His
name shall also be informed to the registering authority for cancellation of his registration.
2.1 The EMD or Bid Security payable along with the bid as mentioned in the bid document.
2.2 Deleted.
2.3 The tender accepting authority will verify the originals of all the scanned documents of the
successful lowest bidder only within 5 days of opening of the tender (price bid). In the eventuality of
failure on the part of the lowest successful bidder to procedure the original documents, he will be
debarred in future from participating in tender for 3 years and will be blacklisted by the competent
authority. In such as situation, successful L-2 bidder will be required to produce his original
documents for consideration of his tender at the negotiated rate equal to L1 bidder.

2.4 Contractor exempted from payment of EMD will be able to participate in the tender directly by
uploading documentary evidence towards his eligibility for such exemption.
2.5 Government of Odisha has introduced e-payment gateway into the portal for payment of cost of
Bid and Bid Security/ Earnest Money Deposit. The process of using e-payment gateway is
mentioned in the “Procedure for Electronic receipt, accounting and reporting of Cost of Tender
Paper and Earnest Money Deposit on submission of bids”.

3 FORMAT AND SIGNING OF BID: (Logging to the Portal)-The Contractor/ Bidder is required to type
his/her Login ID and Password. The system will again ask to select the DSC and confirm it with the
password of DSC as a second stage authentication. For each login, a user’s DSC will be validated against
its date of validity and also against the Certificate Revocation List (CRL) of respective CAs stored in
system database. The system checks the unique Login ID, Password and DSC combination and
authenticates the login process for use of portal.

The bidder can download the tender of his choice and save it in his system and undertake the
necessary preparatory work off-line and upload the completed tender at his convenience within the
final date and time of submission. The bidder shall only submit single copy of the required documents
and Price Bid in the portal. In the Financial bid, the bidder cannot leave any figure blank. He has to
only write the figures; the words will be self-generated. The Bidders are advised to up load the
completed Bid document well ahead of the last date & time of receipt to avoid any last moment
problem of power failures etc.

3.1 The Bidder shall go through the Bid carefully and list the documents those are asked for
submission. He shall prepare all documents including Declaration form, price bid etc and store in
the system.

3.2 The bidder shall log on to the portal with his DSC and move to the desired tender for up loading
the documents in appropriate place one by one simultaneously checking the documents. Once the

Page 25 of 172
Bidder makes sure that all the documents have been up-loaded in appropriate place, he clicks the
submit button to submit the bid to the portal.

3.3 The bids once submitted cannot be retrieved or corrected. Tender cannot be pre-opened and
cannot be submitted after due date and time. Therefore, only after satisfying that all the
documents have been uploaded, the Bidder should activate submit button.

3.4 In the e-procurement process each process are time stamped. The system can identify each
individual who has entered in to the portal for any bid and the time of entering in to the portal.

3.5 The Bidder should ensure clarity of the document up loaded by him to the portal, especially the
scanned documents by taking out sample printing. Non-submission of legible documents may
render the bid non-responsive. However, the Officer inviting the Bid if so, desires can ask for
legible copies or original copies for verification within a stipulated period provided such
document in no way alters the Bidder’s price bid. If the Bidder fails to submit the original
documents within the stipulated date, his bid security shall be forfeited.

4 SUBMISSION OF BIDS: -

4.1 The bidder shall carefully go through the tender and prepare the required documents. The bid shall
have a Technical Bid and a Financial Bid. The Technical bid generally consists of GSTIN, PAN,
Registration Certificate, Affidavits, Profit Loss statement, List of similar nature of works, work in
hand, list of machineries and any other information required by OIT. The Financial Bid shall
consist of the Bill of Quantities (BOQ) and any other price related information/ undertaking
including rebates.

4.2 Bidders are to submit only the original BOQ (in .xls format) uploaded by Procurement Officer
Publisher (Officer Inviting Tender) after entering the relevant fields without any alteration/
deletion/ modification. Multiple BOQ submission by bidder shall lead to cancellation of bid. In
case of items rate tender, bidders shall fill in their rates other than zero value in the specified cells
without keeping it blank. In the percentage rate tender the bidder quoting zero percentage is valid
and will be taken at par with the estimated rate of the work put to tender.

4.3 The bidder shall upload the scanned copy/ copies of document in support of eligibility criteria and
qualification information in prescribed format in Portable Document Format (PDF) to the portal in
the designated locations of Technical Bid.

4.4 The bidder shall write his name in the space provided in the specified location in the Protected
Bill of Quantities (BOQ) published by the Officer Inviting Tender. The bidder shall type rates in
figure only in the rate column of respective items(s) without any blank cell in the rate column in
case of item rate tender and type percentage excess or less up to two decimal places only in case
of percentage rate tender.

4.5 The bidder shall log to the portal with his/ her DSC and move to the desired tender for uploading
the documents in appropriate place one by one simultaneously checking the documents.

4.6 Bids cannot be submitted after due date and time. The bids once submitted cannot be viewed,
retrieved or corrected. The Bidder should ensure correctness of the Bid prior to uploading and
take print out of the system generated summery of submission to confirm successful uploading of
bid. The bids cannot be opened even by the OIT or the Procurement Officer Publisher/ opener
before the due date and time of opening.

Page 26 of 172
4.7 Each process in the e-procurement is time stamped and the system can defect the time of log in of
each user including the Bidder.

4.8 The Bidder should ensure clarity/ legibility of the document uploaded by him to the portal.

4.9 The system shall require all the mandatory forms and fields filled up by the contractor during the
process of submission of the bid/ tender.

4.10 The bidder should check the system generated confirmation statement on the status of the
submission.

4.11 The bidder should upload sufficiently ahead of the bid closure time to avoid traffic rush and
failure in the network.

4.12 The Tender Inviting Officer is not responsible for any failure, malfunction or breakdown of
the electronic system used during the e-procurement process.

4.13 The Bidder is required to upload documents related to his eligibility criteria and qualification
information and Bill of Quantity duly filled in. It is not necessary for the part of the bidder to
upload the drawing and the other Bid documents (after signing) while uploading his bid. It is
assumed that the bidder has referred all the drawings and documents uploaded by the Officer
Inviting the Bid.

4.14 The Bidder will not be able to submit his bid after expiry of the date and time of submission
of bid (server time). The date and time of bid submission shall remain unaltered even if the
specified date for the submission of bids declared as a holiday for the Officer Inviting the Bid.

4.15 The ‘Online bidder’ shall digitally sign on all statement’s documents, certificates uploaded
by him, owning responsibility for their correctness/ authenticity as per IT ACT 2000. If any of
the information furnished by the bidder is found to be false/ fabricated/ bogus, his EMD/BID
Security shall stand forfeited and his registration in the portal shall be blocked and the bidder is
liable to be blacklisted.

5 SECURITY OF BID SUBMISSION:

5.1 All bid data uploaded by the Bidder to the portal will be encrypted by the DSC of the opener(s).
The system shall require all the mandatory forms and fields filled up by the contractor during the
process of submission of the bid/tender.

5.2 The Bid shall be received in encrypted format by the system which can only be decrypted /
opened by the authorized openers only on or after the due date and time.

6 DEADLINE FOR SUBMISSION OF THE BIDS:

6.1 The online bidding will remain active till the last date and time of the bid submission. Once the
date and time (Server date and time) is over, the bidder will not be able to submit the bid. The date
& time of bid submission shall remain unaltered even if the specified date for the submission of
bids declared as a holiday for the Officer inviting the Bid.

7 RESUBMISSION AND WITHDRAWAL OF BIDS:

7.1 Resubmission of bid by the Bidders for any number of times before the final date and time of
submission is allowed.

Page 27 of 172
7.2 Resubmission of bid shall require uploading of all documents including price bid afresh.

7.3 If the bidder fails to submit his modified bids within the pre-defined time of receipt, the system
shall consider only the last bid submitted.

8 LATE BIDS:

8.1 The system shall reject submission of any bid through portal after closure of the receipt time. For
all purpose the server time displayed in the e-procurement portal shall be the time to be followed
by the bidder and concerned officers.

9 MODIFICATION AND WITHDRAWAL OF BIDS:

9.1 In the E-Procurement Portal, it is allowed to modify the bid any number of times before the final
date and time of submission. The bidder shall have to log on to the system and resubmit the
documents as asked for by the system including the price bid. In doing so, the bids already
submitted by the bidder will be removed automatically from the system and the latest bid only
will be admitted. But the bidder should avoid modification of bid at the last moment to avoid
system failure or malfunction of internet or traffic jam or power failure. If the bidder fails to
submit his modified bids with in the designated time of receipt, the bid already in the system shall
be taken for evaluation.

9.2 In the E-Procurement Portal, withdrawal of bid is allowed. But in such case, he has to write a
letter with appropriate reasons for his withdrawal addressed to the Officer inviting the bid and up
load the scanned document to portal in the respective bid before the closure date and time of
receipt of the bid. The system shall not allow any withdrawal after expiry of the closure time of
the bid.

10 OPENING OF THE BID:

10.1 Bid opening date is specified during tender creation or can be extended with corrigendum. This date is
available in IFB, tender document as well as the home page of portal. Bid opening can be done by the
authorized users which are defined during the tender publication / approval stage. The bids are encrypted
using their public keys and can be decrypted only on or after the Bid Opening due date and time. The bid
openers private key will be required to open the bids and all the openers have to log on to the portal
during that time.

10.1.1 The bidders who participated in the on-line bidding can witness opening of the bid from any system
logging on to the portal with the DSC away from opening place. Contractors are not required to be
present during the bid opening at the opening location if they so desire.

10.1.2 Each activity is date and time stamped with user details. For time stamping, server time is taken as the
reference.

10.2 In the event of the specified date of bid opening being declared a holiday for the Officer inviting the
Bid/Engineer-in-Charge, the bids will be opened at the appointed time on the next working day.

10.3 In case bids are invited for more than one package, the order for opening of the “Bid” shall be that in
which they appear in the “Invitation for Bid”.

10.4 The Bid openers; who have been pre-defined shall log on to the portal with their respective DSC. Unless
all the Officers who have been declared as Opening officers, log on the portal with their DSC the Tender

Page 28 of 172
cannot be opened.

10.5 In case of non-responsive tender, the officer Inviting tender should complete the e-Procurement process
by uploading the official letter for cancellation/ re-tender.

11 EVALUATION OF BIDS: -

11.1 All the opened bids shall be downloaded and printed for taking up evaluation. The officer authorized to
open the tender shall sign and number on each page of the documents downloaded and furnish a
certificate that “the documents as available in the portal containing nos. of pages”.

11.2 After opening of technical bid, the bidder may be asked in writing / online (in their registered e-mail ID)
to clarify on the uploaded documents provided in the Technical Bid, if necessary, with respect to any
doubts or illegible documents required for Technical Evaluation. The Officer Inviting Tender may ask for
any other document of historical nature during Technical Evaluation of the tender. Provided in all such
cases, furnishing of any document in no way alters the bidders price bid. Non submission of legible
documents may render the bid non-responsive. The authority inviting bid may reserve the right to accept
any additional document.

11.3 The bidders will respond in not more than 7 days of issue of the clarification letter, failing which the bid
of the bidder will be evaluated on its own merit

11.4 Immediately, on receipt of these clarifications, the Evaluating Officers; predefined in the system for the
bid, will finalize the list of responsive bidders. They will log on to the site with their DSC and record
their comments on the technical evaluation page in the system. The Officer Inviting the Bid if also the
accepting authority, shall log on to the system with his digital signature and check the technical
evaluation. He can either accept or pass on to the evaluating officers for re-evaluation. Upon acceptance
of technical evaluation by the Accepting authority in the system, the system shall automatically generate
letter to all the responsive bidders and the system shall forward the letter to all the responsive bidder that
their technical bid has been evaluated responsive with respect to the data/information furnished by him
and the letter shall also intimate him the date & time of opening of financial bid. The system shall also
inform the non-responsive bidders in their e-mail ID that their bid has been found non-responsive.

11.5 The Technical evaluation of all the bids shall be carried out up as per the information furnished by the
Bidders. But evaluation of the bid does not exonerate the bidders from checking their original documents
and if at a later date the bidder is found to have misled the evaluation through wrong information, action
as per relevant clause of DTCN shall be taken against the bidder/contractor.

11.6 The Procurement Officer-Evaluators will evaluate bid and finalized list of responsive bidders.

11.7 Opening of price bid and evaluation of lowest bidder is subject to satisfaction of other qualification
information.

11.8 The financial bids of the technically responsive bidders shall be opened on the due date of opening. The
Procurement Officer-Openers shall log on to the system in sequence and open the financial bids.

11.9 The Financial Bid will be opened on the notified date & time in the presence of bidders or their
authorised representative who wish to be present.

11.10 At the time of opening of “Financial Bid”, the names of the bidders whose technical bids were found

Page 29 of 172
responsive will be announced and the bids of only those bidders will be opened. The remaining bids will
be rejected.

11.11 The responsive bidders’ name, the bid prices, the item wise rates, the total amount of each item in case
the item rate tender and percentage above or less in case of percentage rate tenders will be announced.
any discounts and withdrawals, and such other details as the officer inviting the tender may consider
appropriate, will be announced by him or his authorized representatives at the time of opening.

11.12 Rebate/discount offer if any uploaded to the system shall be declared and recorded first.

11.13 The Financial bid of the bidders shall be opened one by one by the designated officers. The system
shall auto-generate the Comparative statement.

11.14 The Bidder can witness the principal activities and view the documents/summary reports for that
particular work by logging on to the portal with his DSC from anywhere.

11.15 Procurement Officer-Openers shall sign on each page of the download BOQ and the Comparative
Statement and furnish a certificate to that respect.

11.16 System provides an option to Procurement Officer Publisher for reconsidering the rejected bid with
the approval of concern Chief Engineer/ Head of Department.

12 CLARIFICATION AND NEGOTIATION OF BIDS:

12.1 For examination, evaluation, and comparison of bids, the officer inviting the bid may, at his
discretion, ask the lowest bidder for clarification of his rates including reduction of rate on
negotiation and breakdowns of unit rates.

12.2 On opening of the price bid the system shall arrange the financial bids in order of their value
(L1 first, followed by L2, L3 ….) for subsequent evaluation. The evaluation status (Sheet) will
be visible to all the participating bidders after opening on their respective logins. Each activity
is recorded in the system with date and time stamping.

13 NOTIFICATION OF AWARD AND SIGNING OF AGREEMENT:

13.1 In the E-Procurement Portal, the system shall generate the template of award letter, and the
Officer Inviting the Bid shall mention the amount of Performance Security and additional
security required to be furnished in the letter and intimate the bidders in his e-mail ID.

13.2 The Employer/ Engineer-in-Charge shall notify acceptance of the work prior to expiry of the
validity period by cable, telex or facsimile or e-mail confirmed by registered letter. This letter of
Acceptance will state the sum that the Engineer-in-Charge will pay the contractor in
consideration of execution and completion of the works by the contractor as prescribed by the
contract and the amount of performance security and Additional Performance Security required
to be furnished. The issue of the letter of Acceptance shall be treated as closure of the Bid
process and commencement of the contract.

13.3 The Contractor after furnishing the required acceptable Performance Security and Additional
Performance Security, “Letter of Proceed” or “Work Order” shall be issued by the Engineer-in-
Charge with copy thereof to the Procurement Officer-Publisher. The Procurement Officer-
Publisher shall up load the summery and declare the process as complete.

13.4 If the L1 bidder does not turn up for agreement after finalisation of the tender then he shall be

Page 30 of 172
debarred from participation in bidding for three years and action will be taken to blacklist the
contractor. In that case, the L2 bidder, if fulfils other required criteria would be called for
drawing agreement for execution of work subject to condition that the L2 bidder negotiates at
par with the quoted by the L1 bidder, otherwise the tender will be cancelled.

14 BLOCKING OF PORTAL REGISTRATION

14.1 If the registration Certificate of the contractor is cancelled/ suspended by the registering
authority/ blacklisted by the competent authority his portal registration shall be blocked
automatically on receipt of information to that effect.

14.2 The portal registration blocked in the ground mentioned in the above Para- 11.1 shall be
unblocked automatically in receipt of revocation order of cancellation/ suspension/ blacklisting
from the concerned authority.

14.3 The Officer Inviting Tender shall make due inquiry and issue show cause notice to the
concerned contractor who in turn shall furnish his reply, if any, within a fortnight from the date
of issue of show cause notice. Thereafter the Officer Inviting Tender is required to issue an
intimation to the defaulting bidder about his unsatisfactory reply and recommend to the Chief
Manager (Tech) for blocking of portal registration within 10 days of intimation to the defaulting
bidder regarding his unsatisfactory reply with intimation to the Registering Authority and
concerned Chief Engineer/ Heads of Office if any of the following provisions are violated.

14.4 Fails to furnish original Technical Documents before the designated officer within the stipulated
date and time.

14.5 Backs out from the bid on any day after the last date of receipt of tender till expiry of the bid
validity period (including till the extended bid validity period)

14.6 Fails to execute the agreement within the stipulated date.

14.7 If any of the information furnished by the bidder is found to be false/ fabricated/ bogus.

14.8 Accordingly, the officer Inviting Tender shall recommend to the Chief Manager (Tech) State
Procurement Cell, Odisha for blocking of portal registration of bidder and simultaneously action
shall also be initiated by OFFICER INVITING TENDER for blacklisting as per Appendix-
XXXIV of OPWD code Volume-II.

14.9 The minimum period of blocking of Portal Registration shall in no case be less than 180 days.

Page 31 of 172
ANNEXURE-II to ITB

1. EVALUATION CRITERIA (Clause-26.1 of ITB)

1.1 INTRODUCTION

Evaluation Criteria contains the broad criteria based on which the applicants shall be evaluated.

1.2 EVALUATION OF TECHNICAL BID (To be submitted in Cover-I)

Technical Bid will be evaluated based on financial standing, technical and organizational capability,
experience and track record of the bidder. The bidder is required to submit all the necessary details
including certificates from the client agencies in support of their qualification information.

CRITERIA FOR EVALUATION OF THE BIDDER FOR ELIGIBILITY

Maximum
Sl. No Attributes Evaluation
Marks

(a) Financial strength 20 marks 60% marks for minimum eligibility


criteria. 100% marks for twice the
(i) Minimum annual financial minimum eligibility criteria or more;
Construction Turnover 4.4 A (a) of in between (i) & (ii) – on pro-rata
the BID DATA SHEET basis.

(ii) Liquid Asset as per clause-4.4 B 5 marks 60% marks for minimum eligibility
(c) of the BID DATA SHEET criteria. 100% marks for twice the
minimum eligibility criteria or more;
in between (i) & (ii) – on pro-rata
basis.

60% marks for minimum eligibility


(b) Experience in similar project works 20 marks
criteria 100% marks for twice the
Refer clause 4.4 A.(b) of the BID minimum eligibility criteria or more;
DATA SHEET in between (i) & (ii) – on pro-rata
basis.

Drawings: 5 Marks
(c) DBR 15 Marks
Specification of Works: 3 Marks
Design Basis Report should be as per Work Programme: 3 Marks
Section – 8 and Annexure-III to ITB Approach & Methodology: 4 Marks

(d) Personnel and Establishment 20 Marks Minimum Eligibility

Refer clause 4.2 (e) of ITB The below mentioned CVs are to be
submitted by the bidder in their
technical proposal for evaluation. The
need of adequate technical staff to
execute the works is to be assessed by
the budder and deployed as per
requirement

Page 32 of 172
Maximum
Sl. No Attributes Evaluation
Marks
4 Qualification:
i. Project Manager– 1 No
Min. Graduation in Civil Engineering
– 2 Marks
Experience in Similar Project
Construction / Supervisions
5-10 years– 1 Mark
More than 10 years - 2 Mark
3 Qualification:
ii. Sr. Highway Engineer – 1 Nos
Min. Graduation in Civil Engineering
– 2 Marks
Experience in Similar Project
Construction / Supervisions
5-10 years– 0.50 Mark
More than 10 years - 1 Mark
Structural Engineer – 1 No 3 Qualification
iii.
Min. Graduation in Civil
Engineering: 2 Marks
Experience in Structural Design /
Supervision:
5- 10 years– 0.50 Mark
More than 10 years - 1 Mark
Bridge Engineer-1No 3 Qualification
iv.
Min. Graduation in Civil
Engineering: 2 Marks
Experience in Highway Engineering /
Supervision:
5- 10 years– 0.50 Mark
More than 10 years - 1 Mark
Surveyor - 1 No. 3 Qualification
v.
Min. Graduation in Civil
Engineering: 2 Marks
Experience in similar nature of works
5- 10 years– 0.50 Mark
More than 10 years - 1 Mark

Quality Control Engineer - 1 No 3 Qualification


vi
Min. Graduation in Civil
Engineering: 2 Marks
Experience in similar nature of works
5- 10 years– 0.50 Mark
More than 10 years - 1 Mark

Page 33 of 172
Maximum
Sl. No Attributes Evaluation
Marks
Quantity Surveyor - 1 No. 1 Qualification
vi
Min. Graduation in Civil
Engineering: 0.50 Marks
Experience in similar nature of works
5- 10 years– 0.50 Mark

Notes: - The Key Personnels mentioned above in Personnel and Establishment head are
minimumm requirements for obtaining the marks for evaluation, however more nos. of key
personnelsmay be engaged as per requirement for execution of the projects.
e) Plant & Equipment (20 Marks)
Refer clause 4.4 B (a) of ITB

1 Concrtete Batch Mix Plant 3 Marks


75cum/hour - 1 No.
2 Crawler mounted crane – 2 Nos. 2 Marks
3 Gantry Crane 80 tonne – 1 No. 1 Mark
4 Beam Launcher -1No 2 Marks
5 Static Concrete Pump -2 Nos 2 Marks
6 Transit Mixer 4.5cum/hour – 5 nos 1 Mark

7 Tipper- 25-ton Capacity – 5 Nos 1 Mark

8 Boom Pressure -1No 1 Mark


9 D.G Set 125 KVA -1No 1 Marks

10 Steel Centering & shuttering- 4000 1 Marks


Sqm
11 Piling rig with bentonite Pump – 2 5 Marks
nos
Total 20 Marks

The bidders qualifying the initial criteria as set out will be evaluated for following criteria by scoring
method based on details furnished by them.

S. No. Criteria Maximum Marks

a Financial Strength 25

b Experience in Similar Nature of work during last 5 years 20

c DBR 15

d Personnel and Establishment 20

e Plant & Equipment 20

Total Marks 100

Page 34 of 172
1.2.1 The bidders who qualify as per Clause 1 above, securing minimum 60% marks in each category with
overall minimum of 70 marks out of 100 only will be asked to make a technical presentation
regarding the contents of Cover-III (DBR), before a committee on the scheduled date and time (to be
intimated to the qualified bidders by post / E-mail).

Page 35 of 172
1.3 CRITERIA FOR EVALUATION OF THE BIDDER FOR TECHNICAL PRESENTATION

(Submitted in Cover – III)

The presentation will be inclusive of Questions and Answer session. The bidder will be required to
give presentations on similar nature of works completed by the Agency, capacity building and
success stories with respect to technology and timely completion.

Sl.No Parameters Maximum

Marks
Planning: Overall Planning should take into consideration the
40
Following
a. Bidder’s understanding of the Concept plan apart from
the DBR provided in the RFP.
1 b. Innovation in Preliminary detailing of the entire
project and site plan
c. Use of new Technology
d. Use of different types of material

Approach & Methodology for timely completion of the project 40


2
and to overcome challenges, if any

3 Success Stories 20

Total marks 100

1.3.1 The Bidder shall score minimum 60% marks in each category of the above table and 70% in total to
qualify for financial proposal opening.
1.3.2 Evaluation of the bid will be based on qualification of bidder in the criteria as mentioned in Sl.1.2 and
1.3 above, taken together.
1.3.3 The results of evaluation of technical bid and technical presentation shall be published in the e-
Procurement portal.

Page 36 of 172
ANNEXURE-III TO ITB
DESIGN BASIS REPORT (DBR)
The Bidder shall furnish the Design Basis Report (DBR) in Cover-III for the as indicated in this Annexure.
The intent of this DBR is to present the salient features of technical considerations and scope of work
envisaged by the bidder for the project, based on which the bidder has made its financial offer. The bidder
shall make sure that the DBR should cover sections on Architectural, civil, structural, electrical, public health
engineerings and landscaping aspects. The individual report shall contain, but not limited to, the following:

Drawings:

i Site plan and layout drawings

ii Rendered 3D images of the Area exterior, Landscape, Roads, Pavement

iii Sections & Elevation of the building, master plan with key elements and levels

Design Approach:

i Area Statement with detail break-up of site as well as building

ii Design considerations vis-à-vis +Statutory Compliances

iii Material details and makes proposed for different architectural, structural and non-structural members,
electrical, ELV items, PHE, and all other systems

iv Assumptions and Exclusions

v Circulation of pedestrian and vehicular traffic

Work Programme:

i Detailed construction planning

ii Technology proposed e.g., Primavera / MS Projects for monitoring construction

iii Equipment planning

Quality Plan:

i Quality management mechanism proposed to be adopted

ii Methodology of execution of the project

iii Process control mechanisms

Page 37 of 172
BID DATA SHEET

Clause No. Item Description / Clarification

A. GENERAL INSTRUCTIONS

1.1 Employer Managing Director, Odisha Bridge & Construction Corporation


Ltd, State of Odisha

Address:
Vikash Bhavan, Nayapalli, Bhubaneswar-751012
Phone No. 0674-239-4093/6309/0043
Fax: 0674-2396326
Email: md@obcc.in
Official website: https://tendersodisha.gov.in

1.1 Scope of Bid “Construction of 2nd Bridge over River Bramhani at


Patrapur on Cuttack-Chandbali Road on Turnkey basis..”

2 Source of Funds The expenditure on this project shall be met from State Sector Scheme,
Government of Odisha.

3.1 Eligible Bidders Only Reputed Indian firms [It is meant for the Indian Firm having
reputation in the specific area of operation for which tender is being
invited] are allowed to apply for this Project.

Class of Contractor:

“Super Class” (Government of Odisha Registration) or equivalent of


other State Governments / Government of India / MES / Railways for
execution of Civil works in general and Road, Bridge & Building work
in particular.

In case of successful bidders being not registered in “Super Class


“under Government of Odisha, shall have to be registered as “Super
Class” Contractor under Odisha PWD within 3 months’ time from
execution of agreement failing which no payment shall be released till
registration process is completed.

4.2 (b) Qualification of the Financial Construction Turnover from Civil Construction Works shall
Bidder only be considered, as mentioned in Cl. 4.4. A (a) of Bid Data

4.2 (c) Qualification of the Experience of successful completion of works / substantial completion
Bidder of works (90% of the value of the contract to be considered as
substantial completion) as referred in Bid Data Sheet Cl. 4.4.A(b)
Similar Works shall mean Experience in Successful
completion / substantial completion of construction of major H.L
bridge/ Flyovers/ ROBs having span of minimum length of 30m or
more

Page 38 of 172
(90% of the value of the contract to be considered as substantial
completion)
The bidder must furnish the list of such works in the proforma stated in
Cl. 1.3.1. in Section 2 (Qualification Information).
4.2 (j) Sub-Contracting Subcontracting components of the works shall be limited to 30% of the
Contract Price. Maximum number of Sub-Contractors allowed is TWO.

Work Experience, Equipment and Personnel of these specified Sub-


Contractors shall NOT be considered while evaluating the proposal of
the Bidder under Cl. 4.4.

The total limit of Sub-Contracting under the Contract is specified in


Clause 7 of Conditions of Contract in Section 3 read with Contract Data
in Section 4.

4.2 (k) Methodology and Bidder shall provide these details in the Cover - III as mentioned in
Program Cl.12.1 of this Section-I.

4.3 Bids from Joint Bids from Joint ventures / Consortiums / Association of Parties are not
ventures acceptable.

4.4. A (a) Minimum Annual i. Shall have an annual minimum turnover of Rs 109.00 Crores in
Financial Civil Construction works certified by chartered accountant
Construction during any year in the last five financial years ending
Turnover 31.03.2024. {Please note that stand-alone financial figures of
the Applicant only shall be considered for evaluation}
Financial turnover of previous financial years shall be given
weightage of 10% (ten percent) per year based on rupee value
to bring them to the price level up to the year of bid invitation.4

ii. The Firm should demonstrate making profit during any three
financial years, in the last five financial years ending on
31.03.2024.

iii. Should have valid PAN and GSTIN

4 Bid invitation year 2024-25, Updation Factors:


Year Before Updation factor
One 1.10
Two 1.21
Three 1.33
Four 1.46
Five 1.61

Page 39 of 172
4.4. A (b) Experience in Experience of successful completion of Work:
similar project*
works (a) Satisfying the following criteria for Similar Works5 during last
5 years prior to the bid invitation date. Cost of completed
works of previous financial years shall be given weightage of
10% (ten percent) per year based on rupee value to bring them
to the price level up to the year of bid invitation.6

One Similar work of minimum value Rs. 87.00 Crore

Please note that: -

(i) Experience of holding companies, associate companies,


subsidiaries, and sister concerns shall not be considered for
evaluation.

(ii) All work orders / completion certificates submitted should


be in the name of the Applicant (or Sub-contractor) as
allowed as per the provisions of this IFB)

(iii) For private sector projects, completion certificate with TDS


shall be submitted.

4.4. A (c) Not applicable

4.4 A (d) Construction, Bidder shall provide these details in the Cover - III as mentioned in
Planning and Cl.12.1 of this Section-I.
Methodology

5 Similar Works shall mean Experience in Successful completion / substantial completion of construction of major

H.L bridge/ Flyovers/ ROBs having span of minimum length 30m or more.
6
Bid invitation year 2024-25, Updation Factors:
Year Before Updation factor
One 1.10
Two 1.21
Three 1.33
Four 1.46
Five 1.61

Page 40 of 172
Concrete Batch Mix Plant 75cum/hour - 1 No.
4.4B. (a) Equipment
Crawler mounted crane – 2 Nos.
Gantry Crane 80 tonne – 1 No.
Beam Launcher -1No
Static Concrete Pump -2 Nos
Transit Mixer 4.5cum/hour – 5 nos

Tipper- 25-ton Capacity – 5 Nos

Boom Pressure -1No


D.G Set 125 KVA -1No

Steel Centering & shuttering- 4000 Sqm


Piling rig with bentonite Pump – 2 nos

In case of non-availability of any of the plants and equipment


4.4. B. (a) Non-Availability of
the bidders should submit a lease letter/commitment letter from the
Equipment rightful owner.
Liquid assets or availability of fund-based credit facilities/ overdraft
4.4. B. (c) Liquid Assets
facility of not less than the amount of Rs. 18.00 crores.

Please replace the existing paragraph 4.5 as below:


4.5 Sub-contractors'
Sub-contractors' experience and resources shall be considered in
experience and determining the bidder's compliance with the qualifying criteria.
resources:

4.6 Bid Invitation Year 2024-25

4.6 Period of Project 36 Months [N = 3 Year]

B. BIDDING DOCUMENTS

The bidder shall submit the queries through email on


9.2 Pre-Bid Meeting
queries@obcc.in, on or before 5.00 PM of 31.08.2024.

Pre-bid meeting shall be held on 02.09.2024 at 12.30 PM through


video conferencing via link https://meet.google.com/epc-cuek-ztu

Responses to the queries, including the text of the questions raised


(without disclosing the source of enquiry) will be uploaded in the
official website. Any modification of the bidding documents listed
in Sub-Clause 8.1 which may become necessary as a result of the
pre-bid queries shall be made by the Employer exclusively through
the issue of an Addendum/ Corrigendum pursuant to Clause 10.

Clarifications to the above will be uploaded on the tender portal of


govt of Odisha https://tendersodisha.gov.in

10.2 Amendment of
Any addendum / corrigendum/ cancellation of tender shall be
published in the website https://tendersodisha.gov.in only and
Bidding Documents
such notice shall form part of the bidding documents.

10.3 Amendment of
Employer shall extend as necessary the deadline for submission of
bids by a suitable time period
Bidding Documents

Page 41 of 172
10.4 Amendment of Addendum/ corrigendum shall also be available in the Official website.
Bidding Documents

C. PREPARATION OF BIDS

12.1 Documents In addition to online submission of Cover-I and Cover-II, the bidder
Comprising the Bid shall also submit online and offline the soft copies (pdf format) of

Page 42 of 172
Cover III & Cover IV.

A set of hard copies of the documents and original financial


instruments furnished in Cover –III & Cover-IV shall be submitted to
the Employer, either by post / courier or in person by the date and
time mentioned in this section.

The bidder shall furnish the Design Basis Report (DBR) in Cover-III,
as per the details provided at Annexure III to ITB, at the end of this
Section-I.

The Bidder shall furnish the following documents in Cover-IV:


i. Bid Security Fee remitted through Bank Guarantee.
ii. Non-refundable Bid Processing Fee remitted through
Demand Draft

13.2 Bid Price Replace the contents of the Clause with the following.

The bidder shall fill the total bid price in figures online as Lump Sum
Price.

The total bid price shall be excluding GST on Works Contract. GST on
Works Contract shall be paid by the Employer extra as applicable.

15.1 Bid Validity Bids shall remain valid for a period of 120 days after the due date for
bid submission

16.1 Bid Security The paragraph is replaced with the following:

The Bidder shall furnish, as part of his Bid, a Bid security as Earnest
Money deposit (EMD) for an amount of Rs.2,17,03,000/- (Two
Crore Seventeen Lakh Three thousand) only for this particular work in
shape of irrevocable Bank Guarantee from any Nationalized Bank/
Schedule Bank having Branch at Bhubaneswar.

Bid Processing Fee:

The Bidder shall furnish a non-refundable Bid Processing Fee amounting to


₹ 2,17,000/- (amount inclusive of GST) through Demand Draft in favor
of the Managing Director, OB & CC Ltd, as per e-procurement portal
of Govt. of Odisha

18 Format and Signing Deleted as submission of bids is through online using DSC
of Bid

D. SUBMISSION OF BIDS

19 Sealing and Marking In addition to online submission of Cover-I and Cover-II, the bidder
of Bids shall also submit online the soft copies (pdf format) of the documents to
be furnished in Cover –III & Cover-IV.

A set of hard copies of the documents and original financial instruments

Page 43 of 172
furnished in Cover –III & Cover-IV shall be submitted to the Employer
in sealed covers, either by post / courier or in person by the date and
time mentioned in this section

The hard copies of Cover-III & Cover-IV shall be addressed to the


Employer in the address provided in the Clause-1.1 of the ITB, bear the
name and identification number provided in of IFB and superscripted
“COVER-… (NOT TO BE OPENED BEFORE …: Hours [TIME]
on …. /…/ [ DATE])”.

20.1 Bid Submission In addition to online submission of Cover-I and Cover-II, the bidder
shall also submit online the soft copies (pdf format) of the documents to
be furnished in Cover –III.

Time and date of online submission is on or before 5:30 PM on


17.09.2024.

For Cover-III &IV (hard copy), the time and date of offline submission
is on or before 5:00 PM of 21.09.2024 in the office of the Employer.

The sealed covers (Cover-III & Cover-IV) sent through post / courier
/in person, must physically reach the Employer by the stipulated date
and time. The Employer shall bear no liability for any delay or loss or
damage of the above documents during transit and in such event the bid
shall stand rejected summarily and no request in any form from any
Bidder shall be entertained on this ground.

E. BID OPENING & EVALUATION

23.1 Bid Opening All the bids received shall be opened in the Office of the Managing
Director, Odisha Bridge & Construction Corporation Ltd,
Vikash Bhawan, Nayapalli, Bhubaneswar-751012 on 18.09.2024 at
12.30 pm.

26.1 (b) Bid Security and Bid Read the Sub-Clause as:
Processing Fee
(b) Is accompanied by the required bid processing fee & Bid Security
Fee / EMD;

26.1 (c) Substantial Read the Sub-Clause as:


Responsiveness
(c) Is substantially responsive to the requirements of the bidding
(Technical documents and qualified in the evaluation procedure set forth in
Evaluation) Annexure – II to ITB. (Eligibility and Technical Presentation)

If there is a discrepancy between the information provided in the soft


copy submitted in online mode and the hard copies submitted by the
Bidder relating to Cover -I and II, the information provided in online
mode shall prevail and the bidder’s qualification shall be evaluated
accordingly.

26.1 (e) Financial Evaluation Read the Sub-Clause as:

Page 44 of 172
(Negotiation) (e) The “Financial Bids” of the responsive bidders shall be opened
online. During detail evaluation of the “Financial Bid” of the
lowest evaluated bidder, the responsiveness of the bid will be
further examined and if required, the bidder shall be asked to
clarify its offer through further negotiation.

F. AWARD OF CONTRACT

31.3 Notification of The following is added below the paragraph:


Award & Signing of
Agreement The Bidder shall submit a detail resource-based work program using
standard software (Primavera/MS Projects) and a ‘S’ Curve showing
monthly cash flow forecast for the Works, within 14 days of issue of
the Letter of Acceptance of tender which shall form part of the contract.

The Project Completion Schedule must contain the Project Mile Stones
mentioned in Cl. 45.1 of Contract Data.

32.1 Performance The Bidder shall furnish, Performance Security for this particular work
in the form of e-Bank Guarantee from any Public Sector Bank of
Security India, Payable by its branch at Bhubaneswar in favor of the EIC
cum Managing Director, OB & CC Ltd, Payable at Bhubaneswar.

Being a Turn-Key Assignment, no additional Performance Security


shall be required to be deposited by the selected bidder.

List of Banks

Public Sector Banks Private Sector Banks

1. Canara Bank, 11.ICICI Bank

2. Punjab National Bank, 12. Axis Bank Ltd

3. State Bank India, 13. HDFC Bank

4. Union Bank of India, RRBs and OSCB

5. Bank of India, 14.Utkal Grameen Bank

6. Bank of Baroda, 16.Odisha Gramya Bank

7. UCO Bank 17.Odisha State Co-operative


Bank.
8. Indian Bank

9. Indian Overseas Bank

10. Central Bank of India

33 Advance Payment The paragraph is replaced as under:

Page 45 of 172
and Security
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 110 (hundred ten) % the advance
payment.

The advance shall carry 10% (Ten) interest.

Page 46 of 172
SECTION 2

FORMS OF BID

Page 47 of 172
TABLE OF FORMS:

1. CONTRACTOR’S BID

2. QUALIFICATION INFORMATION

3. BANK CERTIFICATE

4. AFFIDAVIT

5. CERTIFICATE OF NO RELATIONSHIP

6. INFORMATION REGARDING ANY CONFLICTING ACTIVITIES AND


DECLARATION THEREOF

7. CV FORMAT

8. LETTER OF ACCEPTANCE

9. NOTICE TO PROCEED WITH THE WORK

10. AGREEMENT FORM

Page 48 of 172
1. CONTRACTOR'S BID
[This is a mandatory form to be submitted by the bidder on their letterhead, failing which the bid is liable for rejection]

CONSTRUCTION OF 2ND BRIDGE OVER RIVER


DESCRIPTION OF THE WORKS:
BRAMHANI AT PATRAPUR ON CUTTACK-CHANDBALI ROAD ON TURNKEY BASIS.
To:
The EIC-cum- Managing Director,
Odisha Bridge & Construction Corporation Ltd.
Vikas Bhawan, Nayapalli
Bhubaneswar-751012

Gentlemen,

Having examined the bidding documents including addendum/ corrigendum, I / we offer to execute the Works described
above in accordance with the conditions of contract, specifications, accepted tendered drawing, and Payment schedule
accompanying this Bid for the Contract Price as tendered in our price bid document separately.

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 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”.

We hereby confirm that this Bid complies with the Bid Validity and Bid Security required by the Bidding documents.

We attach herewith our current income-tax clearance certificate.

Yours faithfully,

Authorized Signature:
Name & Title of Signatory:
Name of Bidder :
Address:
Email-id:
Contact No:
Stamp:

Page 49 of 172
2. QUALIFICATION INFORMATION
[This is a mandatory form to be submitted by the bidder on their letterhead, failing which the bid is liable for rejection]

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

1. Information of the Bidder

1.1 Constitution or legal status of Bidder as per ITB Clause 4.2 (a)
[Attach copy]

Place of registration:

Principal place of business:

Power of attorney of signatory of Bid


[Attach]
1.2 Financial Turnover of the bidder during the last five financial years duly certified by the registered chartered
accountant. (in Rs. Crores) as per ITB Clause 4.2 (b)

1.3.1 Work performed as prime contractor (in the same name) on project works over the last five financial years. **

Project Name Description Contract Value of Date of Stipulated Actual date Remarks
Name@ of the of work No. contract (In issue of period of of explaining
Employer* Rs. Crores) work completion completion* reasons for
order delay and
work
completed
(1) (2) (3) (4) (5) (6) (7) (8) (9)

*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 4.2(c) read with Bid Data
Sheet.

** Immediately preceding the financial year in which bids are received.

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 Name and Value of Stipulated Value of Anticipated
of Work State No. & Date Address of Contract (In period of works* date of
Employer Rs. Crores) completion remaining to be completion
completed (In
Rs. Crores)
(1) (2) (3) (4) (5) (6) (7) (8)

Page 50 of 172
(B) Works for which bids already submitted:
Description Place & State Name and Estimated value Stipulated Date when Remarks if
of Work Address of of works (In Rs period of decision is any
Employer Crores) completion expected.
(1) (2) (3) (4) (5) (6) (7)

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

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 4.2(d) read with 4.4 (B) of the Instructions to Bidders.

Requirement Availability Proposals Remarks (From


Item of
No. Nos./Capacity Owned/Leased/ to Age/Condition whom to be
Equipment
be procured purchased

1.6 Qualifications and experience of key personnel proposed for administration and execution of the Contract.
Attach biographical data. Refer also to 4.2(e) read with annexure 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.
(From DD-MM-YY
to DD-MM-YY)

Project Manager
etc.

1.7 Proposed subcontracts and firms involved. [Refer ITB Clause 4.2 (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 financial years: balance sheets, profit and loss statements, auditors' reports (in
case of companies/corporation), etc. List them below and attach copies. [Refer ITB Clause 4.2 (f)]

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]. [Refer ITB Clause 4.2 (g)]

1.10. Name, address, and telephone, telex, and fax numbers of the Bidders' Bankers who may provide references if
contacted by the Employer. [Refer ITB Clause 4.2 (h)]

1.11 Information on litigation, arbitration, debarment, termination, notice for recession of contract, abandonment of
work history in which the Bidder is involved. [Refer ITB Clause 4.2 (i)]

Page 51 of 172
Employer Name and Contact Description of Work Agreement No. Status & matter of dispute and/or issues

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

1.13 The Bidder MUST SUBMIT THE DRAWINGS, DESIGN BRIEF REPORT, WORK PROGRAMME &
QUALITY PLAN IN COVER-III as necessary for the works [As per the provisions of ITB Clause 4.1, 4.2 (k)
and 4.4 A (d].

1.14 The Bidder shall furnish the Bid Security in shape of Bank Guarantee & Non-refundable Bid Processing Fee in shape of
Demand Draft (as mentioned in Clause 16.1) in Cover-IV:

1.15 Affidavit by the bidder duly signed by the Notary Public

Authorized Signature:
Name & Title of Signatory:
Name of Bidder :
Stamp:

Page 52 of 172
3. BANK CERTIFICATE
[To be issued by bidder’s bank on bank’s letterhead and submitted by the bidder]

This is to certify that M/s ............................................... is a reputed company with a good financial standing.

If the contract for the work, namely “[insert name of the work]” on turn-key basis involving design and
execution of works is awarded to the above firm, we shall be able to provide overdraft/cash credit facilities to
the extent of Rs. …………………… to meet their working capital requirements for executing the above
contract.

Name of Bank:
Name of Senior Bank Manager:
Address of the Bank:
e-mail id:

Page 53 of 172
4. AFFIDAVIT
[To be submitted by the bidder in a non-judicial stamp paper duly signed by the Notary Public]

1. I, the undersigned, do hereby certify that all the statements made in the required attachments are true and
correct.

2. The undersigned also hereby certifies that neither our firm M/s….………………
… ................................................. have abandoned any work on building in India nor any contract awarded
to us by the State of Odisha for such works have been rescinded, during last five years prior to the date of
this bid.

3. The undersigned hereby authorize(s) and request(s) any bank, person, firm or corporation to furnish
pertinent information deemed necessary and requested by the Department to verify this statement or
regarding my (our) competence and general reputation.

4. The undersigned understand and agrees that further qualifying information may be requested and agrees to
furnish any such information at the request of the Department/ project implementing agency.

Authorized Signature:
Name & Title of Signatory:
Name of Bidder :
Stamp:

Page 54 of 172
5. CERTIFICATE OF NO RELATIONSHIP

I/We hereby certify that I/We* am/are* related/not related(*) to any officer of OBCC and P.W.D of the rank of
Assistant Executive Engineer & above and any officer of the rank of Under Secretary and above of the Works
Department, Govt. of Orissa I/We* am/are* aware that, if the facts subsequently proved to be false, my/our* contract
will be rescinded with forfeiture of E.M.D and security deposit and I/We* shall be liable to make good the loss or
damage resulting from such cancellation.

I//We also note that, non-submission of this certificate will render my / our tender liable for rejection.

(*) - Strike out which is not applicable

Authorized Signature:
Name & Title of Signatory:
Name of Bidder :
Stamp:

Date: -

Please Note - The contractor shall furnish a certificate along with the tender to the effect that he is not related to any
officer in the rank of an Assistant Executive Engineer & above in OBCC or the state P.W.D. or Under Secretary &
above in the Works Department. If the fact subsequently proved to be false, the contract is liable to be rescinded. The
earnest money & the total security will be forfeited & he shall be liable to make good the loss or damages resulting for
such cancellations. The proforma for no relationship certificate is given above.

Page 55 of 172
6. INFORMATION REGARDING ANY CONFLICTING ACTIVITIES AND DECLARATION
THEREOF

Are there any activities carried out by your firm / company? If yes, please furnish
details of any such activities.

If no, please certify,

IN BIDDER’ S LETTER HEAD

I, hereby declare that our Programme Management Consultant as Individual is not indulged in any
such activities which can be termed as the conflicting activities.
I, also acknowledge that in case of misrepresentation of any of the information, our proposal /
contract shall be rejected / terminated by the Client which shall be binding on us.

Authorized Signatory [In full initials with Date and Seal]:

Communication Address of the Bidder:

Conflicting activities means- The existence of any potential conflict of interest on the part of the
bidder due to prior, current, or proposed agreements, engagements, or affiliations with the Client.

Page 56 of 172
7. CV FORMAT

Position Title

Name of Expert:

Employment and Education record relevant to the assignment:

Total Years of Relevant years of Education Name of the Project with duration and activities
Experience Experience Qualification with performed relevant to the Assignment.
Name of the Name of Duration Brief
Institution and project (From DD-MM- description of
year of passing YY to DD-MM- project and
YY) nature of
responsibility

Page 57 of 172
8. LETTER OF ACCEPTANCE
[To be issued to successful bidder on Letterhead of OBCC]

[date]

To: [name and address of the Contractor]

Dear Sir(s)

This is to notify you that your Bid dated for execution of the work “[ insert name of the work ]” on turn
key basis involving design and execution of works [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
1 1
modified in accordance with the Instructions to Bidders is hereby accepted by our Agency.

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 as sub-contractor for executing

(Delete whichever is not applicable)

You are requested to furnish the detailed Work Program and milestone wise activity as per Para 31.3 of ITB to complete
the contract negotiation within 14 days of this Letter of Award. Further, you are hereby requested to furnish
Performance Security in the form detailed in Para 32.1 of ITB for an amount of Rs ..................... within 21 days of the
receipt of this Letter of Acceptance and sign the contract failing which action as stated in Para 31.5 and Para 32.3 of ITB
will be taken.

Yours faithfully,

Authorized Signature
Name and Title of Signatory
Name of Agency

1
Delete "corrected and" or "and modified" if only one of these actions applies. Delete "as corrected and modified in
accordance with the Instructions to Bidders" if corrections or modifications have not been effected.

Page 58 of 172
9. NOTICE TO PROCEED WITH THE WORK
[To be issued on Letterhead of OBCC]
————— (date)
To

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

——————————————

——————————————

Dear Sirs:

Pursuant to your furnishing the requisite security as stipulated in ITB clause 32.1 and signing of the contract agreement
for the work “[ insert name of the work]” on turnkey basis involving design and execution of works @ 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,

Authorized Signature
Name and Title of Signatory
Name of Agency

Page 59 of 172
10. AGREEMENT FORM
[To be executed on stamp paper of appropriate value]

Agreement

This agreement, made the day of 2023 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 “[ insert name of the work], [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) Bill of Quantities (Optional)
ix) Payment Schedule and
x) Any other document listed in the Contract Data as forming part of the contract.

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

Page 60 of 172
SECTION 3:
CONDITIONS OF CONTRACT

Page 61 of 172
Conditions of Contract

Table of Contents

A. General C. Quality Control

1. Definitions 32. Identifying Defects


2. Interpretation 33. Tests
3. Language and Law 34. Correction of Defects
4. Engineer's Decisions 35. Uncorrected Defects
5. Delegation
6. Communications
7. Subcontracting D. Cost Control
8. Other Contractors
9. Personnel 36. Changes in the Quantities
10. Employer’s & Contractor's Risks 37. Variations
11. Employer's Risks 38. Payments for Variations
12. Contractor’s Risks 39. Payment Certificates
13. Insurance 40. Payments
14. Site Investigation Reports 41. Compensation Events
15. Queries about the Contract Data 42. Tax
16. Contractor to Construct the works 43. Currencies
17. The Works to Be Completed by 44. Retention
the Intended Completion Date 45. Liquidated Damages
18. Approval by the Engineer 46. Bonus
the Intended Completion Date 47. Advance Payment
19. Safety 48. Securities
20. Discoveries 49. Cost of Repairs
21. Possession of the Site
22. Access to Site E. Finishing the Contract
23. Instructions 50. Completion
24. Disputes 51. Taking Over
25. Procedure for Disputes 52. Final Account
26. Replacement of Adjudicator 53. Operating and Maintenance Manuals
54. Termination
55. Payment upon Termination
B. Time Control 56. Property
27. Program 57. Release from Performance
28. Extension of the Intended
Completion Date
29. Delays Ordered by the F. Special Conditions of Contract
Engineer
30. Management Meetings
31. Early Warning

Page 62 of 172
CONDITIONS OF CONTRACT
A. GENERAL
1. Definitions

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

1.1.1 Bill of Quantities means the priced and completed Bill of Quantities.

1.1.2 Compensation Events are those defined in Clause 41 hereunder.

1.1.3 The Completion Date is the date of completion of the Works as certified by the Engineer in
accordance with clause 50.

1.1.4 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.

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

1.1.6 The Contractor is a person or corporate body whose Bid to carry out the Works has been
accepted by the Employer [obligations of the Contractor mentioned in the Contract Data].

1.1.7 The Contractor's Bid is the completed Bidding document submitted by the Contractor to the
Employer and includes Technical and Financial bids.

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

1.1.9 Days are calendar days; months are calendar months.

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

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

1.1.12 The Employer is the party who will employ the Contractor to carry out the Works; [As mentioned
in the Contract Data].

1.1.13 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 Contractor’s work, administering the Contract, certifying
payments due to the Contractor, issuing and valuing Variations to the Contract, recommending
extensions of time, and valuing the Compensation Events.

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

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

1.1.16 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 Employer by issuing an extension of time.

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

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

Page 63 of 172
1.1.19 The Site is the area defined as such in the Contract Data.

1.1.20 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.

1.1.21 Specification means the Specification of the works included in the Contract and any
modification or addition made or approved by the Employer.

1.1.22 The Start Date / Date of Commencement 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.

1.1.23 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.

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

1.1.25 A Variation or Change in Scope is an instruction given by the Employer, which varies and
changes the scope of Works.

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

1.1.27 Year may be understood as financial year.

1.1.28 “Approved Make” means makes of items as specified in the “List of Approved Makes/Approved
Manufacturers” in Section 8 of this RFP. However, a higher or equivalent make can be utilized
after obtaining prior approval of “Engineer-In-Charge” in writing.

2. Interpretation

2.1. In interpreting the 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 general
meaning under the language of the Contract unless specifically defined. The Employer 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:
(a) Agreement
(b) Letter of Acceptance, notice to proceed with the works.
(c) Contractor's Bid
(d) Contract Data
(e) Conditions of Contract including Special Conditions of Contract
(f) Specifications
(g) Drawings
(h) Bill of quantities (optional) and
(i) Any other document listed in the Contract Data as forming part of the Contract.
3. Languages and Law

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

4. Engineer's Decisions:

Page 64 of 172
Except where otherwise specifically stated, the Engineer will decide contractual matters
between the Employer and the Contractor in the role representing the Employer as per the
provision of the contract.

5. Delegation:

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

6. Communications:

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. Sub-contracting:

The Contractor may sub-contract any portion of work, up to a limit specified in Contract Data,
with the approval of the Engineer but may not assign the Contract without the approval of the
Employer in writing. Sub-contracting does not alter the Contractor's obligations.

8. Other Contractors:

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 refer 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 besides those as listed at section-8 and Section-9 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:

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:

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

12. Contractor's Risks:

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.

Page 65 of 172
13. Insurance:

13.1 The Contractor shall provide, in the joint names of the Employer and the Contractor, insurance
cover for the period as stated below against the events and in the amounts and deductibles
stated in the Contract Data for the following events, which are due to the Contractor's risks:
A) From the starting date to the end of defect liability period:
(a) Loss of or damage to the works
B) From the start date till completion of the work as per agreement:
(a) Loss of or damage to plant, materials and equipment,
(b) Loss of or damage of property (except the works, plant, materials and equipment) in
connection with the contract, and
(c) Personal injury or death.
13.2 If all the items as listed at Cl.13.1(B) can be combined / grouped under one insurance cover like
Contractor’s, All Risks (CAR) Policy covering all-natural calamities as per local conditions.

13.3 Prior to seven days before the start date, the Contractor shall furnish to the Engineer notarized true
copies of the certificates of insurance, copies of insurance polices and premia payment receipts in
respect of such insurance for the Employer’s approval. 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.

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

13.5 Alterations to the terms of insurance shall not be made without the approval of the Employer.

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

14. Site Investigation Reports:

14.1 The Contractor, in preparing the Bid, may rely on any site Investigation Reports referred to in
the Contract Data, which are indicative and not exhaustive. The Employer shall provide all
available details to the Contractor (Bidder) for his information, if requested by him at least one
week prior to the bid submission date. The bidder shall be responsible for interpreting all such
data. After award of work, the Contractor shall carry out detail survey and investigation for
preparation of detail designs as per the scope of work and time period stipulated at Section-8.
To the extent which was practicable (taking account of cost and time), the Contractor (Bidder)
shall be deemed to have obtained all necessary information as to risks, contingencies and other
circumstances which may influence or affect the Tender or Works. To the same extent, the
Contractor (Bidder) shall be deemed to have inspected and examined the Site, its surroundings,
the above data and other available information, and to have been satisfied before submitting the
Tender as to all relevant matters, including (without limitation):
(a) the form and nature of the Site, including sub-surface conditions,
(b) the climatic conditions,
(c) the extent and nature of the work and Goods necessary for the execution and completion
of the Works and the remedying of any defects,
(d) the Laws, procedures and labour practices of the Country, and
(e) the Contractor’s requirements for access, accommodation, facilities, personnel, power,
transport, water and other services.
(f) availability of required materials
15. Queries about the Contract Data:
15.1 The Employer will clarify queries on the Contract Data if any during the Pre-bid references.

16. Contractor to Construct the Works:

Page 66 of 172
16.1 The Contractor shall construct and install the Works in accordance with the approved
specification and drawings. All designs, drawings, and specifications to be furnished by the
contractor shall be approved by the Employer before execution in accordance with Cl. 18.

17. The Works to be completed by the Intended Completion Date:

The Contractor may commence execution of the Works on the Start Date and shall carry out the
Works in accordance with the programme 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 the 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 to the design, drawings, and specifications of all components of
the building and all allied infrastructure works, except those for the temporary works as stated at Cl.
18.1, from any National Institute of Repute / State Govt. Engineering College of repute in Odisha at
its own cost. Such approved documents need to be furnished to the Employer within the stipulated
date as mentioned in the contract data and at Section-8

18.5 All Drawings prepared by the Contractor for the execution of the temporary or permanent
Works, are subject to prior approval by the Employer / 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 Employer and any person authorized by the Employer 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 pertaining to works, which
comply with the applicable laws where the Site is located.

Page 67 of 172
23.2 The Contractor shall permit the Employer to inspect the Contractor's accounts and records
relating to the performance of the Contractor and to have them audited by auditors appointed by
the Employer, if so, required by the Employer.

24. Disputes:

That for the purpose of jurisdiction in the event of disputes if any of the Contract would be deemed
to have been entered in to within the State of Odisha and it is agreed that neither party to the
Contract will be competent to bring a suit in regard to the matter by this Contract at any place
outside the State of Odisha.

25. Deleted.

26. Replacement of Adjudicator: Not applicable

Page 68 of 172
B. TIME CONTROL

27. Programme:

27.1 Within 14 days of issue of letter of award, the successful bidder shall submit to the
Employer detail work programme for approval showing the general methods, arrangements,
order and timing for all the activities in the Works along with monthly cash flow forecast. The
agreed work programme / milestones during such contract negotiation shall form part of the
agreement.

27.2 An update of the Programme shall be a programme 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 Employer, for approval, an updated Programme at
intervals no longer than the period stated in the Contract Data. If the Contractor does not
submit an updated Programme 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 programme has been
submitted.

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

27.5 Contractor has to facilitate themselves to update the project reporting in client PMIS portal.

28. Extension of the Intended Completion Date:

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

28.2. The Employer shall decide whether and by how much to extend the Intended Completion
Date within 35 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.

28.3. The Engineer shall, within 14 days of receiving full justification from the contractor for
extension of Intended Completion Date refer to the Employer his recommendation. The
Employer shall in not more than 21 days communicate to the Engineer the Employer's
decision.

29. Delays Ordered by the Engineer:

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

30. Management Meetings:

30.1 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.

30.2 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

Page 69 of 172
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.

31. Early Warning:

31.1 The Contractor is to warn the Engineer at the earliest opportunity of specific likely future
events or circumstances that may adversely affect the work resulting delay in the execution.
The Engineer may require the Contractor to provide an estimate of the expected effect of the
future event or circumstance on the Completion Date.

31.2 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.

Page 70 of 172
C. QUALITY CONTROL

32. Identifying Defects:

The Engineer shall check the Contractor's work regularly 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 defects and to uncover and test any work
that the Engineer considers may have a Defect.

33. Tests:

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.

34. Correction of Defects:

34.1 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.

34.2 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.

35. Uncorrected Defects:

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.

Page 71 of 172
D. COST CONTROL

36. Changes in the Quantities: (OPTIONAL)

37. Change of Scope (Variations) and Procedure for change of Scope:

37.1 The Employer may, require the Contractor to make modifications/alterations to the construction
works before the issue of the completion certificate either by giving an instruction or by
requesting the contractor to submit a proposal for change of scope involving additional cost or
reduction in cost. Any such change of scope shall be made and valued in accordance with the
provisions of this contract and the contractor, in that event, will have no further claim on the
ground that had it been known / disclosed earlier he would have made such charges in other
connected work in their design, construction which would have saved him some cost and given
him other consequential benefits.

37.2 Change in scope may include.

(a) Change in specifications of any item of works

(b) omission/ deletion of any item of work from the scope of work

(c) any additional work (such as addition of extra plinth area) which are not included in the
scope of work including any additional test on completion

37.3 In the event of the Employer determining that a change of scope is necessary, it shall issue notice
to the contractor a notice specifying in reasonable detail the works contemplated there under
(“Change in scope notice”)

37.4 Upon receipt of change in scope notice, the contractor shall with due diligence, provide to the
Employer through the Engineer within seven days time such information as is necessary together
with documentation in support of;

(a) the impact, of any, which the change in scope is likely to have on the completion of the work

(b) the options for implementing the proposed change of scope and the effect, if any, each on the
cost and time thereof m including the following details;

i. break down of quantities, unit rates and cost for different items of work

ii. proposed design for the change of scope

iii. proposed modifications, if any, to the construction period with updated work
programmes (all Variations shall be included in updated programmes
produced by the Contractor).
37.5 Any change in scope shall be calculated on the basis of the following priority:
1. Odisha State CSR
2. CPWD rate
3. MoRTH rate
4. Delhi Schedule Rate
37.6 The total value of all change of scope of work shall not exceed 10% of total contract price for the
construction work.

38. Payments for Change of Scope (Variations):

38.1 The Employer shall assess the change in scope proposal and Contractor’s quotation and
upon reaching an agreement; the Employer shall issue the Change of Scope Order requiring the
contractor to proceed with the performance thereof.

Page 72 of 172
38.2 If the Contractor's quotation is unreasonable, the Employer may order the Variation and make a
change to the Contract Price which shall be based on Employer’s own forecast of the effects of
the Variation on the Contractor's costs.

38.3 If the Employer 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, subject to condition that such variation shall not exceed
10% of the total contract price for the contract work.

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

38.5 Deleted

39. Payment Certificates:

39.1 The Contractor shall submit to the Engineer statements of the value of the work completed.

39.2 The Engineer shall check the Contractor's statement within 14 days and certify the amount to be
paid to the Contractor as per contract payment schedule 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 47.3 of the Contract Data (Secured Advance).

39.3 The value of work executed shall be determined by the Engineer.

39.4 The value of work executed shall comprise the value of the quantities of the items as per the
milestone and work programme attached to the contract.

39.5 The value of work executed shall include the valuation of Change in Scope (Variation) and
Compensation Events, if any.

39.6 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.

40. Payments:

Payments shall be adjusted for deductions for retention, other recoveries in terms of the
contract and taxes at source, as applicable under the law. The Engineer shall pay the
Contractor the amounts as per the payment schedule attached to the contract.

41. Compensation Events:

41.1.1 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) Other contractors, public authorities of 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.

41.2 If a Compensation Event would prevent the work being completed before the Intended
Completion Date, the Intended Completion Date shall be extended. The Contractor will react
competently and promptly to the event and shall submit information demonstrating the effect
of the Compensation Event and the required extended time period for completion.

41.3 The Engineer shall examine the information furnished by the Contractor and shall
recommend to the Employer by how much time the Intended Completion Date shall be
extended. The Employer shall decide / sanction the required extension of time due to such
compensation event.

Page 73 of 172
41.4 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.

42. Tax:

42.1 The rates quoted by the Contractor shall be deemed to be exclusive of the GST and inclusive of
Royalty, Income Tax, Labour CESS and all other statutory 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.

43. Currencies:

All payments shall be made-in Indian Rupees.

44. Retention:

44.1 The Employer shall retain from each payment due to the Contractor the proportion stated in
the Contract Data until Completion of the whole of the works or settlement of final payment.

44.2 On completion of the whole of the works half the total amount retained is repaid to the
contractor and half when the Defects Liability Period has passed and the Engineer has certified
that all defects notified by the Engineer to the contractor before the end of the period have been
corrected.

45. Liquidated Damages:

45.1 The Contractor shall pay liquidated damages to the Employer at the rate per week stated in the
Contract Data for each week 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 shall not relieve the contractor from his / her / their obligation to complete the
works or from any other duties, obligations or responsibilities which he / she / they may have
under the contract.

45.2 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.

45.3 If the contractor fails to comply with the time for completion as stipulated in the tender, then
the contractor shall pay to the employer the relevant sum stated in the Contract Data as
Liquidated damages for such default and not as penalty for every week or part of week which
shall elapse between relevant time for completion and the date stated in the taking over certificate
of the whole of the works on the relevant section, subject to the limit stated in the contract
data.

The employer may, without prejudice to any other method of recovery deduct the amount of
such damages from any money due or to become due to the contractor. The payment or
deduction of such damages shall not relieve the contractor from his obligation to complete the
works or from any other of his obligations and liabilities under the contract.

45.4 If, before the Time for Completion of the whole of the Works or, if applicable, any Section, a
Taking - Over Certificate has been issued for any part of the Works or of a Section, the
liquidated damages for delay in completion of the remainder of the Works or of that Section
shall, for any period of delay after the date stated in such Taking-Over Certificate, and in the
absence of alternative provisions in the Contract, be reduced in the proportion which the value of
the part so certified bears to the value of the whole of the Works or Section, as applicable. The
provisions of this Sub-Clause shall only apply to the rate of liquidated damages and shall not
affect the limit thereof.

Page 74 of 172
46. Bonus Payment:

46.1 The procedure for payment of bonus (incentive) shall be as per the latest amendment to Para 3.5.5 of
OPWD code.

46.2 If the contractor achieves completion of the whole of the works prior to the Intended
Completion Date prescribed in Contract Data the Employer shall pay to the contractor a sum
stated in Contract Data as bonus (incentive) for every completed month which shall elapse
between the date of completion of all items of works as stipulated in the Contract and the time
prescribed in Clause 17.

46.3 For the purpose of calculating bonus payments, the time given in the Bid for completion of the
whole of the works is fixed and unless otherwise agreed, no adjustments of the time by reason of
granting an extension of time pursuant to Clause 28 or any other clause of these conditions will
be allowed. Any period falling short of a complete month shall be ignored for the purpose of
computing the period relevant for the payment of bonus.

47. Advance Payment:

47.1 The Engineer shall make advance payment to the Contractor for mobilization and cash flow support
of the amounts stated in the Contract Data by the date stated in the Contract Data, only against
provision by the Contractor of an Unconditional Bank Guarantee in a form and by a Bank acceptable
to the Engineer in amounts and currencies equal to 110% of the advance payment.

47.2 An interest @ 10% per annum shall be charged on the advance payment.

47.3 The Advance Payment shall not be released until the basic design & architectural drawings is
finalized and establishment of camp at work site is completed.

47.4 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. The contractor
shall ensure that the Bank Guarantee remains enforceable until the advance payment has been fully
repaid and accordingly renew it, from time to time, until the advance payment has been fully repaid.

47.5 If the terms of guarantee specify its expiry date, and the advance payment has not been re-paid by the
date then 28 days prior to the expiry date, the contractor shall extend the validity of the guarantee
until the advance payment has been fully repaid.

47.6 The advance payment shall be repaid through percentage deductions from the interim payments as
follows:

(a) Deductions shall commence from the 1st interim payment.

(b) Deductions shall be made in proportions of the advance payment until such time as the
advance payment has been repaid provided that the advance payment shall be completely
repaid prior to the time when 90 percent of the accepted contract amount has been repaid.

47.7 If the advance payment has not been repaid prior to the issue of the Taking over Certificate for the
work or prior to termination under Section – 3 Clause -54 of (termination by employer), the balance
advance is payable by the contractor to the employer.

48. Securities:

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 Employee and denominated in Indian Rupees. The Performance Security shall
remain valid up to the period as defined in the Contract Data.

Page 75 of 172
49. Cost of Repairs:

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 including
the situation as stipulated at Cl. 12.

Page 76 of 172
E. FINISHING THE CONTRACT
50. Completion:

50.1 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.

51. Taking Over:

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

52. Final Account:

52.1 The Contractor shall supply 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 Employer shall decide on the amount payable to the Contractor
and issue a payment certificate, within 56 days of receiving the Contractor's revised account.

53. Operating and Maintenance Manuals:

53.1 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.

53.2 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 Employer’s approval, the Engineer shall withhold the
amount stated in the Contract Data from payments due to the Contractor.

54. Termination:

54.1 The Employer may terminate the Contract if the other party causes a fundamental breach of
the Contract.

54.2 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
Programme and the stoppage has not been authorized by the Engineer;

(b) the Contractor is made bankrupt or goes into liquidation other than for a reconstruction or
amalgamation;

(c) 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;

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

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

(f) if the Contractor, in the judgment of the Employer has engaged in corrupt or fraudulent
practices in competing for or in executing the Contract.

For the purpose of this paragraph: "corrupt practice" means the offering, giving, receiving or
soliciting of anything of value to influence the action of a public official in the procurement
process or in contract execution. "Fraudulent practice" means a misrepresentation of facts in order

Page 77 of 172
to influence a procurement process or the execution of a contract to the detriment of the Borrower
and includes collusive practice among Bidders (prior to or after bid submission) designed to
establish bid prices at artificial non-competitive levels and to deprive the Borrower of the benefits
of free and open competition."

54.3 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 54.2 above, the Engineer shall decide whether the breach
is fundamental or not.

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

54.5 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.

55. Payment upon Termination:

55.1 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 fewer 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.

55.2 If the Contract is terminated at the Employer's convenience, the Engineer shall issue a certificate for the
value of the work done, 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.
No extra cost will be paid by the employer for expenditure towards 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.
56. Property:

56.1 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.

57. Release from Performance:

57.1 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.

Page 78 of 172
F. SPECIAL CONDITIONS OF CONTRACT

1. LABOUR:

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

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

2. COMPLIANCE WITH LABOUR REGULATIONS:

During continuance of the contract, the Contractor and his sub-contractors shall abide at all times by
all existing labour enactments and rules made there under, 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 the 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 there under, 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 the 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.

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

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

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

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

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

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

Page 79 of 172
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) The Code on Wages, 2019: This code consolidates the Laws relating to Wages and
Bonus and matters connected therewith or incidental thereto.

g) 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.

h) 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.

i) 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.

j) 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.

k) 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 up to the establishment and back, etc.

l) The Building and Other Construction Workers (Regulation of Employment and


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

m) Factories Act 1948: -The Act lays down the procedure for approval at plans before
setting up a factory, health and safety provisions, welfare provisions, working hours,
annual earned leave and rendering information regarding accidents or dangerous
occurrences to designated authorities. It is applicable to premises employing 10
persons or more with aid of power or 20 or more persons without the aid of power
engaged in manufacturing process.

3. SUB-CONTRACTING (GCC Clause 7):

Please add the following as Clause 7.2:

Page 80 of 172
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.

d) 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 / Employer 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 at the contractor from any liability or
obligations under the contract and he shall be responsible for the acts, defaults and neglects
of any sub-contractor, his agents or workmen as fully as if they were the acts, defaults or
neglects of the contractor, his agents or workmen.

▪ The Engineer should satisfy whether (a) the circumstances warrant such sub-contracting;
and (b) the sub-contractors so proposed for the work possess the experience, 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.

Note: All bidders are expected to indicate clearly in the bid, if they propose sub-contracting elements
of the works along with proposed value of such works [as mentioned in Contract Data]. For each such
proposal the qualification and the experience of the identified sub-contractor in the relevant field should
be furnished along with the bid to enable the employer to satisfy himself about their qualifications
before agreeing for such sub-contracting and include it in the contract.

In view of the above, normally no additional sub-contracting should arise during execution of the
contract.

4. PROTECTION OF ENVIRONMENT:

Add the following as Conditions of Contract 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 other 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 there under, regulations, notifications and
bye-laws of the State or Central Government, or local authorities and any other law, by-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. The contractor shall also abide by the requirements as per Attachment-X of the Bid
Document.

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

Page 81 of 172
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 or 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 being, 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.

Page 82 of 172
ENVIRONMENTAL MITIGATION MEASURES DURING CONSTRUCTION

Environmental Mitigation / Management Measures Responsibility


Impact/Issue
Implementation Supervision

1. Removal of Trees will be removed from the corridor of impact Contractor Department
Trees (or, site) before the commencement of construction
with prior clearance from the Forest Department.

2. Generation of Debris generated due to the dismantling of the Contractor Department.


Debris existing pavement structure shall be suitably reused
in the proposed construction, subject to the
suitability of the material and the approval of the
Engineer. Unutilisable debris material shall be
suitably disposed off by the contractor, either for the
filling up of borrow areas created for the project or
at pre-designated dump locations.

3. Loss of (a) The topsoil from all areas of cutting and all areas Contractor Department.
Topsoil to be permanently covered shall be stripped to a
specified depth of 150 mm and stored in
stockpiles (maximum slope 1:2, and maximum
height 2m). To retail soil and to allow percolation
of water, the edges of the stockpile shall be
protected by slit fencing

(b)Stockpiles will not be surcharges or otherwise


loaded and multiple handling will be kept to a
minimum to ensure that no compaction will
occur. It shall be ensured by the contractor that
the topsoil will not be unnecessarily trafficked
either before stripping or when in stockpiles.

(c) Such stockpiled topsoil will be returned to cover


the disturbed area and cut slopes. Residual topsoil
will be distributed on adjoining/proximate
barren/rocky areas as identified by the Engineer
in a layer of thickness of 75 – 150 mm. Top soil
shall also be utilized for redevelopment of borrow
areas, landscaping along slopes, medians,
incidental spaces etc.

4. Borrowing of The borrowing shall not be carried out in cultivable Contractor Department.
Earth lands, unless agreed upon by the Engineer.
Borrowing of earth shall be carried out as per the
IRC Guidelines.

5. Degradation of The location, shape and size of the designated Contractor Department.
Borrow Areas borrow areas shall be as approved by the Engineer
and in accordance to the IRC recommended practice
for borrow pits for road embankments. Borrow pits
shall be re-developed, spoils shall be dumped with
an overly of stockpiled topsoil. Redevelopment of
borrow areas shall be taken up in accordance with
the plans approved by the Engineer.

Page 83 of 172
Environmental Mitigation / Management Measures Responsibility
Impact/Issue
Implementation Supervision

6. Soil Erosion Along sections abutting water bodies, stone pitching Contractor Department.
needs to be carried out for slopes between 1:4 and
1:2 Gabion structures/ Grass turfing shall be
provided for slopes steeper than 1 vertical to 2
horizontals. The work shall consist of measures as
per design or as directed by the Engineer to control
soil erosion, sedimentation and water pollution,
through use of berms, dikes, sediment basins, fiber
mats, mulches, grasses, slope drains and other
devices.

7. Construction Spoil from excavation of riverbed shall be managed Contractor Department.


Wastes & their and disposed off as directed by the Engineer. No
disposal new disposal site shall be created as part of the
project, which is not redeveloped. All waste material
shall be completely disposed as desired and the site
shall be fully cleaned before handing over.

8. Quarry The Contractor shall open and use quarries, as per Contractor
Operations the Odisha Mining Rules. Alternatively, the Department.
Contractor shall acquire the required material from
quarries licensed by the OSPCB and having an
approved redevelopment plan.

Environmental Mitigation / Management Measures Responsibility


Impact/Issue

9. Loss of Water a. Filling of surface water bodies shall be Contractor Department.


Bodies compensated by digging an equal volume of soil
for water storage. Such dug-up soil shall be
use4d for spreading as topsoil.

b. Wherever earthwork is undertaken, the banks


shall be protected by means as designed or as
approved by the Engineer. Construction shall be
carried out in a manner so that the side slopes are
no steeper than 1:4, otherwise slope protection
work shall be provided, as approved by the
Engineer and as pr item 6 of these specifications.
For drains carrying run-off from the highways
entering, into surface water bodies/channels,
with a fall exceeding 1.5 m cascading or
sedimentation traps shall be provided.

10. Loss of Other The replacement shall be ready prior to demolition / Contractor Department.
Water Sources dismantling of the existing source. Any damage to
the existing sources of water (hand pump, tube well
etc.) shall be made good by the Contractor at his
expense.

11. Flooding In addition to the design requirements, the contractor Contractor Department.
shall take all desired measures as directed by the
Engineer to prevent temporary or permanent
flooding of the site or any adjacent area.

Page 84 of 172
Environmental Mitigation / Management Measures Responsibility
Impact/Issue
Implementation Supervision

12. Alteration of a. In sections along water courses, and close to Contractor Department.
Drainage cross-drainage channels, earth, stone or any
other construction materials or appendage shall
be properly disposed off so as not to block the
flow of water.

b. All necessary measures shall be taken to prevent


earthwork, stonework, materials and appendage
as well as the method of operation from
impending cross-drainage at rivers, streams,
water canals and existing and existing irrigation
and drainage systems.

13. Contamination At construction vehicle parking locations and at Contractor Department.


from fuel/lubricant storage sites, oil and grease traps shall
Construction be provided. Fuel storage shall be in proper bunded
Wastes, fuel, areas. The discharge standards promulgated under
and Lubricants the Environmental Protection Act, 1986 shall be
strictly adhered to.

14. Sanitation and Construction laborer’s camps shall be located at least Contractor Department.
Waste disposal 200 m away from the nearest habitation and as
in construction approved by the Engineer. The sewage system for a
camps construction laborer’s camp shall be designed, built
and as per the Factories Act, 1948 and the building
and other Construction Workers (Regulation of
Employment and Conditions of Service) Act, 1996.

15. Generation of All vehicles delivering materials to the site shall be Contractor Department.
Dust covered to avoid spillage of materials. Clearance
shall be affected by manual sweeping and removal of
debris, or, if so, directed by the Engineer, by
mechanical sweeping and cleaning equipment, an all
dust, mud and other debris shall be removed
completely.

16. Emission from Hot mix plants and batching plants shall be located Contractor Department.
Hot-Mix sufficiently away from habitation, agricultural
Plants and operations or industrial establishments. Where
Batching possible such plants will be located at least 1000 m
Plants. downwind from the nearest habitation. The exhaust
gases, and operation of the plants shall comply with
the requirements of the relevant current emission
control rules (as per OSPCB).

Environmental Mitigation / Management Measures Responsibility


Impact/Issue

17. Emission and All vehicles, equipment and machinery used for Contractor Department.
noise from construction shall conform to the relevant Bureau of
Vehicles & Indian Standard (BIS) norms. All vehicles,
Equipment equipment and machinery used for construction shall
be regularly maintained to ensure that pollution
emission levels comply with the relevant
requirements of OSPCB.

Page 85 of 172
Environmental Mitigation / Management Measures Responsibility
Impact/Issue
Implementation Supervision

18. Pollution from All crushers used in construction shall conform to Contractor Department.
Crusher relevant dust emission control rules. Clearance for
siting shall be obtained from the OSPCB.
Alternatively, only crushers already licensed by the
OSPCB shall be used.

19. Loss, Damage All works are to be carried out in such a fashion that Contractor Department.
or Disruption the damage and disruption to fauna is minimum.
of/to Fauna. Construction workers shall be instructed to protect
natural resources and fauna, including wild animals
and aquatic life. Hunting and unauthorized fishing
are prohibited.

20. Chance-found If a rare/endangered/threatened flora/fauna species is Contractor Department.


important spotted, the contractor shall make all arrangements
Flora/Fauna. to intimate the Forest/Wildlife authorities without
delay, and measures will be taken for its
conservation. Work would be suspended, until the
relevant authorities are consulted, unless specifically
directly by the Engineer.

21. Traffic Control The Contractor shall take all necessary measures for Contractor Department.
and Safety the safety of traffic during construction and provide,
erect and maintain such barricades, including signs,
markings, flags, lights and flagmen as may be
required by the Engineer for the information and
protection of traffic approaching or passing through
the section of the road under improvement.

22. Risk from The contractor is required to comply with all the Contractor Department.
Construction precautions as required for the safety of the
Operations workmen as per the international Labour
Organisation (ILO) Convention No. 62 as far as
those are applicable to this contract. The contractor
shall also comply with the national Building Code
for this purpose.

23. Potable Water Potable water supply will be provided, at every Contractor Department.
and Hygiene workplace, as per the Factory Rules of Odisha. All
requirements as per standards set by the building and
other Construction Workers (Regulation of
Employment and Conditions of Service) Act, 1996
shall be fulfilled.

24. Protection of All the necessary and adequate care shall be taken to Contractor Department.
Cultural minimize impact on cultural properties (which
Heritage / includes cultural sites and remains, places of
Property worship, graveyards, monuments and any other
important properties/sites/remains notified under the
Ancient Sites and Remains Act)

25. Chance found All fossils, coins, articles of value of antiquity and Contractor Department.
Archaeological structures and other remains or things of geological
property or archaeological interest discovered on the site shall
be the property of the Government. The contractor

Page 86 of 172
Environmental Mitigation / Management Measures Responsibility
Impact/Issue
Implementation Supervision
shall work within 100 m in all directions from the
site. The Engineer shall seek direction from the
Archaeological Society of India (ASI) before
instructing the Contractor to recommence work on
the site.

26. Risk from Except as may be provided in the contract or ordered Contractor Department.
explosives or authorized by the Engineer, the contractor shall
not use explosives. Where the use of explosives is so
provided or ordered or authorized, the contractor
shall comply with the requirements of the explosives
Act. First aid and medical care shall be provided, as
per the factory Rules of Odisha.

5. POSSESSION OF SITE:

The Contractor will facilitate acquisition of land and shifting of utilities including provision of manpower
and vehicle for liaison with District Administration, Land Acquisition Authority, P.W.D & other concerned
stakeholders for shifting of utilities. However, the final responsibility of land acquisition lies with the
employer.

Page 87 of 172
SECTION 4:
CONTRACT DATA

Page 88 of 172
Contract Data

Items marked “N/A” do not apply in this contract.

Clause Conditions Data


Reference

1.1.5& 2.3 Contract Data i. The Schedule of Operating and Maintenance Manuals
(Date to be Notified) [Cl. No.53]
(Documents also to
form part of the ii. The Schedule of Other Contractors (To be Notified later)
Contract) [Cl. No.8]

iii. The Schedule of Key Personnel [Cl No.9]

iv. The Methodology and Program of construction [Cl No.27]

v. The Schedule of Key and Critical equipment to be


deployed on the work as per agreed program of
construction [Cl No.27]

vi. Site Investigation reports [Cl No.14]

vii. Notice inviting bid including all corrigendum’s /


addendum / additional conditions / specifications /
drawings etc. if any issued at the time of invitation of bid
and acceptance thereof.

viii. Bid document.

ix. Performance security

1.1.6 Contractor Contractor’s obligations shall be, but not limited to the following:

I. The Contractor shall design, execute and complete the Works


in accordance with the Contract and with the Engineer’s
instructions, and shall remedy any defects in the Works.

II. The Contractor shall provide the Plant and Contractor’s


Documents specified in the Contract, and all Contractor’s
Personnel, Goods, consumables and other things and services,
whether of a temporary or permanent nature, required in and
for this design, execution, completion and remedying of
defects.

III. The Contractor shall be responsible for the adequacy, stability


and safety of all Site operations and of all methods of
construction. Except to the extent specified in the Contract, the
Contractor

a) shall be responsible for all Contractor’s


Documents, Temporary Works, and such design
of each item of Plant and Materials as is required
for the item to be in accordance with the

Page 89 of 172
Clause Conditions Data
Reference

Contract, and

b) shall also be responsible for the design or


specification of the Permanent Works.

IV. The Contractor shall, whenever required by the Engineer,


submit details of the arrangements and methods which the
Contractor proposes to adopt for the execution of the Works.
No significant alteration to these arrangements and methods
shall be made without this having previously been notified to
the Engineer.

V. Notwithstanding any previous test or certification, the


Engineer may instruct the Contractor to:

a) remove from the Site and replace any Plant or


Materials which is not in accordance with the
Contract,

b) remove and re-execute any other work which is not


in accordance with the Contract, and

c) execute any work which is urgently required for the


safety of the Works, whether because of an
accident, unforeseeable event or otherwise.

VI. The Contractor shall comply with the instruction within a


reasonable time, which shall be the time (if any) specified in
the instruction, or immediately if urgency is specified under
sub-paragraph (c).

VII. If the Contractor fails to comply with the instruction, the


Employer shall be entitled to employ and pay other persons to
carry out the work. Except to the extent that the Contractor
would have been entitled to payment for the work, the
Contractor shall pay to the Employer all costs arising from this
failure.

Contractor’s Care for Works:

I. The Contractor shall take full responsibility for care of the


Works and Goods from the Commencement Date until the
Taking-Over Certificate is issued for the Works, when
responsibility for the care of the Works shall pass to the
Employer. If a Taking-Over Certificate is issued for any
Section or part of the Works, responsibility for the care of the
Section or part shall then pass to the Employer.

II. After responsibility has accordingly passed to the Employer,


the Contractor shall take responsibility for the care of any
work which is outstanding on the date stated in a Taking-Over

Page 90 of 172
Clause Conditions Data
Reference

Certificate, until this outstanding work has been completed.

III. If any loss or damage happens to the Works, Goods or


Contractor’s Documents during the period when the
Contractor is responsible for their care, the Contractor shall
rectify the loss or damage at the Contractor’s risk and cost, so
that the Works, Goods and Contractor’s Documents conform
with the Contract.

IV. The Contractor shall be liable for any loss or damage


caused by any actions performed by the Contractor after a
Taking-Over Certificate has been issued. The Contractor shall
also be liable for any loss or damage which occurs after a
Taking-Over Certificate has been issued and which arose from
a previous event for which the Contractor was liable.

1.1.11 Defects Liability 1. Civil Works: The Defects Liability Period is 5 (Five) Years
Period from the date notified in the Completion certificate of the
work.

I. In order that the Works and Contractor’s Documents,


and each Section, shall be in the condition required by
the Contract (fair wear and tear excepted) by the expiry
date of the relevant Defects Liability Period or as soon
as practicable thereafter, the Contractor shall:

a) complete any work which is outstanding on the date


stated in a Taking-Over Certificate, within such
reasonable time as is instructed by the Engineer, and

b) execute all work required to remedy defects or


damage, as may be notified by (or on behalf of) the
Employer on or before the expiry date of the Defects
Liability Period for the Works or Section (as the case
may be).

II. If a defect appears or damage occurs, the Contractor


shall be notified accordingly, by (or on behalf of) the
Employer.

III. All work referred to as completion of outstanding work


and remedying defects shall be executed at the risk and
cost of the Contractor, if and to the extent that the work
is attributable to:

a) any design for which the Contractor is responsible,

b) plant, materials, or workmanship not being in


accordance with the Contract, or

c) failure by the Contractor to comply with any other

Page 91 of 172
Clause Conditions Data
Reference

obligation.

1.1.12 Employer’s name Managing Director,


and address
Odisha Bridge & Construction Corporation Ltd,

Vikash Bhavan, Nayapalli, Bhubaneswar-751012, Odisha.

Email id: md@obcc.in

Phone number: 0674-, 2394093, 2396309, 2390043.

FAX - 2396326

Name of the General Manager, Infrastructure Division, Cuttack


Authorised
Representative He/she shall act as representative of the Employer for all purposes.

1.1.13 Engineer’s name To be notified


and address

1.1.16 Intended 36 (Thirty-Six) Calendar months from the date of commencement


Completion Date

1.1.19 Site The Site is located at Patrapur, Disrict-Kendrapara, Odisha.

Details of the Site: As provided in Section 7 and Section 8

1.1.22 Start Date / Date Date of issue of notice to proceed with the work.
of
Commencement (To be notified later).

Work Details:
1.1.26 Works
Government of Odisha has decided to Construction of 2nd Bridge
over River Bramhani at Patrapur on Cuttack-Chandbali Road on
Turnkey basis. It will be a prime link between Kendrapara and
Chandbali. It also gives direct connectivity to Dangamal and
Bhitarakanika national park and shall cater to the growing tourist
attraction. Under the State Plan scheme, the following Project is
proposed on Turnkey basis at Chandbali, Bhadrak: “Construction
of 2nd Bridge over River Bramhani at Patrapur on Cuttack-
Chandbali Road on Turnkey basis.” The work shall be executed
in a Turnkey Contract, where the Contractor assumes single sole
responsibility for on time project delivery, to a specified performance
level inclusive of the design and construction of the project
components, in return for a payment on a fixed price Details of these
works have been provided in Section-8, Concept drawings at Section-
7 and Technical Specifications at Section-5. The rates and prices
quoted by the bidder shall remain fixed for the duration of the contract
and shall not be subject to any price adjustment.

Page 92 of 172
Clause Conditions Data
Reference

2.2 Sectional N/A.


Completion

3 Language & Law The language of the Contract documents is English. The law, which
applies to the Contract, is the laws of Union of India.

7 Sub-Contracting Subcontracting components of the works shall be limited to 30 %


of the Contract Price. The maximum number of Sub-Contractors
allowed is TWO.

However, if any sub-contractor is proposed after award of


contract, the qualification of the said Sub-Contractor shall be
checked with respect to his technical and financial capability by the
Engineer on proportionate to the criteria set forth in the bidding
document.

13.1 & Insurance The Contractor shall provide the following policies within 28 days
13.2 from the date of commencement.

a) Workmen compensation Policy.

b) Contractor’s All Risks (CAR).

14 Site Investigation All reports are indicative and not exhaustive.


Reports

18.4 Stipulated Datelines As mentioned in Section 8


for Approvals

21 Possession of the The Site Possession Date shall be as following:


Site
a) 60% of Site on the date of issuance of Notice to proceed with
the Work.

b) 85% of Site within 3 months of the date of issuance of Notice


to proceed with the Work.

c) Balance portion of the Site shall be handed over during


execution of the Project.

24 & 25 Disputes 25.1: Amicable Settlement: Performance of the contract is


governed by the terms & conditions of the contract, in case of
dispute arises between the parties regarding any matter under
the contract, Party of the contract may send a written Notice of
Dispute to the other party. The Party receiving the Notice of
Dispute will consider as Notice and respond to it in writing
within 30 days after receipt. The same disputes will be settled
amicably by both the parties in the interest of the work. If not

Page 93 of 172
Clause Conditions Data
Reference

settled amicably, both the parties will take the shelter of court of
law at Bhubaneswar.

27.1 Programme The Contractor shall submit a detail resource-based work program
using standard software (Primavera/MS Projects) and a ‘S’ Curve
showing monthly cash flow forecast for the Works, within 14 days
of issue of the Letter of Acceptance of tender which shall form part
of the contract.

27.2& Update of the The period between Program updates shall be 60 days. The amount
27.3 Programme to be withheld for late submission of an updated Program shall be
1% of the Contract Amount to be released upon submission of the
next Work Programme.

31.1 Early Warning The following is added after the paragraph:

If the Contractor considers himself to be entitled to any


extension of the Time for Completion and/or any additional
payment, the Contractor shall give notice to the Engineer,
describing the event or circumstance giving rise to the claim.
The notice shall be given as soon as practicable, and not later
than 28 days after the Contractor became aware, or should
have become aware, of the event or circumstance.

If the Contractor fails to give notice of a claim within


such period of 28 days, the Time for Completion shall not
be extended, the Contractor shall not be entitled to
additional payment, and the Employer shall be discharged
from all liability in connection with the claim.

34 & 35 Defects Liability For Defects Liability Period Refer Cl. 1.1.11.
Period
The period for remedying Defects by the Contractor is 30 days
from the date of Notice given by the Engineer, failing which the
Employer shall make good the same at the cost and risk of the
Contractor.

37.1 Change of Scope The Change of Scope may also include work(s) under exigency
which will facilitate smooth completion of the project and may
not be directly related to the scope of works under this Contract.

37.5 Change of Scope The existing Clause is replaced as below:

The contractor’s quotation for change of scope shall be


determined by the Engineer as below.

a) For works where Schedule of Rates (SOR) of State’s Public


Works Department are available the same shall be applicable

Page 94 of 172
Clause Conditions Data
Reference

for determination of costs.

b) For item of works not included in Schedule of Rates as


mentioned in sub-para (a) above, the cost of same shall be
derived on the basis of MORTH Standard Data Book /
CPWD Analysis / DSR or the prevailing market rates
whichever is less.

c) For item of works, rates of which could not be derived based


on MORTH’s Standard Data Book, CPWD Analysis shall be
adopted.

d) For item of works, rates of which could not be derived based


on CPWD Analysis, the prevailing market rates shall be
worked out. The rates so arrived shall be approved by the
Engineer which is binding on the Contractor.

e) Any change in scope shall be calculated on the basis of the


following priority:

i. Odisha State CSR

ii. CPWD rate

iii. MoRTH rate

iv. Delhi Schedule Rate

v. Lowest Market rate to be approved by a committee

37.6 Change of Scope The total value of all change of scope of work shall not exceed
10 % of total contract price for the construction work.

39.2 Payment The Clause 39.2 of Section 3 is replaced as below:


Certificates
The Engineer shall check the Contractor's statement within 07
days and certify the amount to be paid to the Contractor as per
contract payment schedule 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 47.3 of the Contract Data (Secured Advance).

40 Payments Employer shall pay the Contractor within 07 days of


certification of the Engineer as per Cl. 39.

42 Tax The rates quoted by the Contractor shall be deemed to be inclusive


the Royalty, Income Tax, Labour CESS. Additional Charge along
with EMF & DMF as per letter no. RDM-MMS-MEET-0009-
2022, 38234 dtd. 10.11.2022 of Revenue & Disaster
Management Department, Govt of Odisha and all other statutory
taxes that the Contractor will have to pay for the performance of
this Contract but excluding GST on Works Contract. GST on

Page 95 of 172
Clause Conditions Data
Reference

Works Contract shall be paid by the Employer as applicable. The


Employer will perform such duties in regard to the deduction of
such taxes at source as per applicable law.

43 Currency The currency of the Contract is Indian Rupees

44.1 Retention Money Retention money - 10 % of gross value of each running bill is to be
deducted after gross payment exceeds 10% of the Contract Amount
and shall continue up to 60% of the Contract Amount. The limit of
retention money shall be 5% of the Contract Amount.

However, the Contractor may furnish Bank Guarantee(s) for an


amount equal to 5% of the Contract Amount, in which case no
deduction for Retention Money shall be made. The Bank
Guarantee(s) amounting to 5% of Contract Amount must remain
valid at-least up to completion of Works and the Bank Guarantee(s)
amounting to at-least 2.5% of Contract Amount must remain valid
up to 28 days beyond the defect liability period.

45.1 Liquidated 1. Project Completion Schedule


Damages
During Construction period, the Contractor shall comply with the
requirements set forth for each of the Project Milestones and the
Scheduled Completion Date. Within 15 (fifteen) days of the date of
each Project Milestone, the Contractor shall notify the Engineer of
such compliance along with necessary particulars thereof.

2. Project Milestone-I

Project Milestone-I shall occur on the date falling on the [35% of


the Scheduled/ Extended Construction Period] day from the
Commencement Date and the Contractor shall have gross certified
payment for an amount not less than 20% (twenty per cent) of
the Contract Price.

3. Project Milestone-II

Project Milestone-II shall occur on the date falling on the [70% of


the Scheduled / Extended Construction Period] day from the
Commencement Date and the Contractor shall have gross certified
payment for an amount not less than 60% (Sixty per cent) of
the Contract Price.

4. Project Milestone-III

Project Milestone-II shall occur on the date falling on the [100% of


the Scheduled / Extended Construction Period] day from the
Commencement Date and the Contractor shall have gross certified
payment for an amount not less than 100% (Hundred per cent)
of the Contract Price.

Page 96 of 172
Clause Conditions Data
Reference

The liquidated damages@ 0.05% of the balance work against the


targeted achievement against the Milestone or completion per day
subject to a maximum of 10% (ten percent) of the Contract Price,
beyond which the Contract shall be deemed to be terminated.

Provided further that in the event the Project Work is completed


within or before the Scheduled Completion Date including any
Time Extension, applicable for that work, the Damages paid under
this Clause shall be refunded by the Employer to the Contractor,
but without any interest thereon.

46 Bonus Payment The Contractor shall be eligible for bonus payment as per the
provisions of OPWD Code as on the date of signing of contract.

47 Advance payment Advance Payment may be made upon request from the Contractor
with the following conditions satisfied.

(i) Maximum 10% (ten percent) of the contract amount for


mobilization; and

(ii) 90% of the Paid Invoice amount subject to cumulatively


maximum up to 35% of the Contract Amount as Secured
Advance for non-perishable items of the Project.

All advance payments shall be made against irrevocable bank


guarantee(s) amounting to 110% of the Advance payment, from
any Bank listed in Bid data sheet, payable at par by its branch at
Bhubaneswar.

47.2 Interest on 10 (ten) %


Advance payment

48 Performance Within 21 days of receipt of the Letter of Acceptance, the


Security successful Bidder shall deliver to the Employer a Performance
Security in any of the forms given below for an amount equivalent
to 5 (Five) % of the Contract price, Public Sector Bank of India,
counter guaranteed by its branch at Bhubaneswar.

The guarantee shall be valid until 28 days from the date of


expiry of the Defect Liability Period.

53 & 53.1 Operating and As built drawings duly approved by the Engineer, operating and
Maintenance maintenance manuals of various fittings, machines, equipment and
Manual /or installations along with their warranties as provided by the
OEMs are required by the Employer and the Contractor shall
supply them within 30 days of handing over of the project, failing
which 1% of the Contract amount shall be withhold by the
Employer.

If the documents are not submitted within 60 days of handing over


of the project, the above withhold amount shall be forfeited by the

Page 97 of 172
Clause Conditions Data
Reference

Employer.

54.2 Termination The following is added after sub-para (f) [54.2]

The Contractor has contravened Sub-clause 7 and Clause 9 of


GCC.

The Contractor does not adhere to the agreed construction program


(Clause 27 of Conditions of Contract (CC) and also fails to take
satisfactory remedial action as per agreements reached in the
management meetings (Clause 30 of CC) for a period of 60 days.

55.1 Value of wok not The percentage to apply to the value of the work not completed
completed. representing the Employer's additional cost for completing the
Works shall be 20 %.

56.1 Property Contractor’s Default shall mean provisions under Cl. 54.2 (a), Cl.
54.2. (c) and Cl. 54.2.(e).

Page 98 of 172
SECTION –5

GENERAL TECHNICAL SPECIFICATIONS

➢ Clause 5.1 The Technical specifications contained herein shall be read in


conjunction with other documents of bid.
➢ Clause 5.2 The technical specification in accordance with which the entire work
described thereinafter shall be carried out and completed by the Contractor, shall
comprise the following:
PART I: GENERAL TECHNICAL SPECIFICATIONS.
PART II: SUPPLEMENTARY TECHNICAL SPECIFICATIONS.
➢ Clause 5.2.1 PART I: GENERAL TECHNICAL SPECIFICATIONS
The construction work shall be executed in a severe environmental exposure condition
with alternate wetting & drying, with annual rainfall intensity, and wind speed of as per
IMD data. The site is situated in the Seismic Zone-II.
Other provisions, stipulations, guidelines and rules laid down in the Morth
Specification for Road and Bridges and IRC Codes shall be adopted for all
structural, functional, legal, regulatory, obligatory, safety requirements for the
buildings and the building services including plumbing and solid waste
management with a view to deliver an integrated facility for the intended purpose. In
MoRT&H whenever “recommended” word is used, it is to be treated as a
“mandatory” provision.
The following specifications shall be followed in this project.
(i) MoRT&H Specifications for Road and Bridges (Fifth revision) and other
relevant IRC codes
(ii) All relevant IS Codes for materials, testing and relevant BIS Codes of
practices (IS 456: 2000, IS 800: 2007 and such other codes of practices)
(iii) CPWD Specifications (Civil) Vol-I & II.)
(iv) OPWD Specifications Vol -I & II
(v) Schedule-D
➢ Clause 5.2.2. PART II SUPPLEMENTARY TECHNICAL SPECIFICATIONS.
Any other provisions/ material / testing suggested by the bidder (or Contractor) for
the building/ building services not covered under Clause 5.2.1 above, shall be
governed by the relevant Technical Specification prevalent as good practice in the
industry and shall be adopted after approval by the Engineer.
In case of any dispute arising out of the interpretations of the above, the decision
of the Engineer shall be final and binding on the Contractor.
➢ Clause 5.2.3 When an Amended/ Modified/ added Clause supersedes a Clause or
part thereof in the said specifications, then any reference to the superseded Clause
shall be deemed to refer to the Amended/Modified/ Added Clause shall always
prevail.

Page 99 of 172
SECTION 6:
SECURITIES AND OTHER FORMS

Page 100 of 172


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 * for which payment well and truly to be made to the said
Employer the Bank itself, his successors and assigns by these presents.

SEALED with the Common Seal of the said Bank this day of 20.

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 to 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 Instructions 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 shall also be operatable at our ........................... Branch at Bhubaneswar, from whom, confirmation
regarding the issue of this guarantee or extension / renewal thereof shall be made available on demand. In the contingency of this
guarantee being invoked and payment thereunder claimed, the said branch shall accept such invocation letter and make payment of
amounts so demanded under the said invocation.

The guarantor/bank hereby confirms that it is on the SFMS (Structural Finance Messaging System) platform & shall invariably send
an advice of this Bank Guarantee to the designated bank of Odisha Bridge & Construction Corporation Ltd details of which is as
under:
Sl. No. Particulars Details
1 Name of Beneficiary OB&CC Ltd.
2 Name of Bank Union Bank of India
3 Account No 127511100001024
4 IFSC Code UBIN0812757

This Guarantee will remain valid for a period of 45 (Forty-five) days beyond the final bid validity period.

Notwithstanding anything to the contrary contained hereinabove: -

1. Our Liability under this Bank Guarantees shall not exceed …………………...
2. The Bank Guarantee shall be valid up to ....................... ; and
3. We are liable to pay up to the guarantee amount only and only if we receive from you a written claim or demand not later than
dd/mm/yyyy ----------- , at our Branch,...................................... All your rights as well as our liability under this bank guarantee shall
stand extinguished unless a written claim or demand is made under this guarantee not later than --------------

DATE SIGNATURE

WITNESS SEAL

[Signature, name and address]

* 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.
** 45 days after the end of the validity period of the Bid. Date should be inserted by the Employer before the Bidding
documents are issued.

Page 101 of 172


PERFORMANCE BANK GUARANTEE

To
[name of Employer]
[address of Employer]

WHEREAS [name and address of Contractor] (hereafter 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 obligation 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]* (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] as aforesaid without
your needing to prove or to show grounds or reasons for your demand for the sum specified therein.
We hereby waive the necessity of your demanding the said debt from the contractor before presenting us with the demand.
We further agree that no change or addition to or other modification of the terms of the Contract or of the Works to be
performed there under or of any of the Contract documents which may be made between your 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 also be operatable at our ........................... Branch at Bhubaneswar, from whom, confirmation
regarding the issue of this guarantee or extension / renewal thereof shall be made available on demand. In the contingency of this
guarantee being invoked and payment thereunder claimed, the said branch shall accept such invocation letter and make payment of
amounts so demanded under the said invocation.

The guarantor/bank hereby confirms that it is on the SFMS (Structural Finance Messaging System) platform & shall
invariably send an advice of this Bank Guarantee to the designated bank of Odisha Bridge & Construction Corporation Ltd details of
which is as under:
Sl No. Particulars Details
1 Name of Beneficiary OB&CC Ltd.
2 Name of Bank Union Bank of India
3 Account No 127511100001024
4 IFSC Code UBIN0812757

This guarantee shall be valid until 28 days from the date of expiry of the Defect Liability Period.
Signature and Seal of the guarantor
Name of Bank
Address
Date

* An amount shall be inserted by the Guarantor, representing the percentage the Contract Price specified in the Contract including
additional security for unbalanced Bids, if any and denominated in Indian Rupees.

Page 102 of 172


BANK GUARANTEE FOR ADVANCE PAYMENT

To
[name of Employer]
[address of Employer]
[name of Contractor]
Gentlemen :
In accordance with the provisions of the Conditions of Contract, sub-clause 47.1 ("Advance Payment") of the above-mentioned
Contract, [name and address of Contractor] (hereinafter called "the Contractor") shall deposit
with [ name of Employer] a bank guarantee to guarantee his proper
and faithful performance under the said Clause of the Contract in an amount
of [amount of Guarantee] * [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 obligation on our
part and without his first claim to the Contractor, in the amount not exceeding [amount of guarantee]*
[in words].

We further agree that no change or addition to or other modification of the terms of the Contractor or Works to be performed
thereunder or of any of the Contract documents which may be made between [name of Employer] and
the Contractor, shall in any way release us from any liability under this guarantee, and we hereby waive notice of any such change, addition
or modification.

This guarantee shall also be operatable at our .......................... Branch at Bhubaneswar, from whom, confirmation regarding the issue
of this guarantee or extension / renewal thereof shall be made available on demand. In the contingency of this guarantee being
invoked and payment thereunder claimed, the said branch shall accept such invocation letter and make payment of amounts so
demanded under the said invocation.

The guarantor/bank hereby confirms that it is on the SFMS (Structural Finance Messaging System) platform & shall
invariably send an advice of this Bank Guarantee to the designated bank of Odisha Bridge & Construction Corporation Ltd details of
which is as under:
Sl No. Particulars Details
1 Name of Beneficiary OB&CC Ltd.
2 Name of Bank Union Bank of India
3 Account No 127511100001024
4 IFSC Code UBIN0812757

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 and
denominated in Indian Rupees.

Page 103 of 172


Completion Certificate

1 I… .......................... (Name of the Engineer), acting as the Engineer, under and in accordance with the Agreement
dated .............................. (the “Agreement”), for [construction of the ****) on Turn Key basis through (Name of
Contractor), hereby certify that the Tests in accordance with Contract Agreement have been successfully undertaken to
determine compliance of the Project with the provisions of the Agreement, and I am satisfied that the Project can be
safely and reliably placed in service of the Users thereof.

2 It is certified that, in terms of the aforesaid Agreement, all works forming part of Project have been completed, and
the Project is hereby declared fit for entry into operation on this the day of 20 ............ , Scheduled Completed Date for
which was the…... day of... 20……

SIGNED, SEALED AND DELIVERED

For and on behalf of the Engineer by:

(Signature)

(Name)

(Designation) (Address)

Page 104 of 172


Taking Over Certificate

I, ................................ (Name and designation of the Employer’s Representative) under and in accordance with
the Agreement dated …………………….. (the “Agreement”), for [construction of ****] (the
“Project”) Turn Key basis through ……………… (Name of Contractor), hereby certify that the Tests
on completion of Defect Liability Period in accordance with the Agreement have been successfully
undertaken to determine compliance of the Project with the provisions of the Agreement and I hereby certify
that the Employer has taken over the Project from the Contractor on this day………

SIGNED, SEALED AND DELIVERED

(Signature)

(Name and designation of Authority’s Representative)

(Address)

Page 105 of 172


SECTION 7: (DRAWINGS)

(Drawings and Geotechnical are available in the following Link)

http://gofile.me/6eHWb/yuh2SwAEj

“CONSTRUCTION OF 2ND BRIDGE OVER RIVER BRAMHANI AT PATRAPUR ON


CUTTACK-CHANDABALI ROAD ON TURNKEY BASIS. ”

Page 106 of 172


SECTION-8
TERMS OF REFERENCE, DESIGN BRIEF & SCOPE OF WORK
The project shall be executed on a Lump Sum Turnkey basis, scope consisting of the survey,
planning & design (architectural, structural and non-structural), execution, completion,
obtaining required clearances and handing over of the project to the Employer.
I. GENERAL INFORMATION:

The Project consists of


(i) Construction of 2nd HL Bridge over River Bramhani at Ch 0/828 at Patrapur
on Cuttack-chandabali road in the district of Kendrapara. This includes
construction of Major Bridge, Approach Road, Construction of Box
Culverts, Development of Junctions, Connecting Road, Road signage &
markings and Road Safety Furniture.
(ii) The new HL bridge is proposed to be constructed adjacent to the existing HL
bridge which is an old bridge in distressed condition. The bridge is on National
Highway 316A which is a spur road of National Highway 16 which is a
connectivity link through NH-316A connecting Aul to Chandabali cities in the
state of Odisha. The bridge is proposed to improve the connectivity and
accessibility of the areas in the vicinity of pattamundai, chandabali.
(iii) Salient features of the project are provided below.
i. Tentative length of the proposed project including approaches, bridges:
1.719 Km.

ii. Lane Configuration of Major Bridge: 2 x 10.5m carriageway (2 x 13.5m


deck width) with new Jersey type concrete crash barrier on both sides.
iii. Span configuration of Major Bridge: The bridge consists of 27 nos. span
11x25m+1x37.28m+4x76.104m+1x37.28m+10x25m between c/c pier.
The length of Major bridge specified herein above shall be treated as a
minimum requirement.

iv. Minor Bridge for minimum vent size of 2x6mx5.5m is to be constructed.


v. Retaining wall: For a minimum length of 860 m with a varying height.
vi. Length of Approach Road from Cuttack Side=214 m and Length of
Approach Road from Chandabali side=282 m.
vii. Connecting road of existing Double Lane is to be constructed for a length
of 319m i.e., merging road.
viii. One Culvert of vent size minimum 1 x 2 x 2 is to be constructed.

Page 107 of 172


ix. 8 mm steel liner has to be provided for piles minimum upto scour depth as per
section 1000,1100 of MoRTH specifications for road and Bridge Works. (5th
Revision)
x. Road Safety Furniture, Road markings are to be provided as per the
manual mentioned in Schedule-D, Annexure-I to section-8 and as per
relevant IRC guidelines.
xi. The Contractor has to do all due diligence related to
improvement/Construction of all the peripheral roads getting affected due
to construction of the proposed project.
xii. water confirming to IS 456:2000 & IS10500:2012 to be used for all
purpose during construction.
xiii. One number of vehicle Scorpio is to be provided by the
Agency/Contractor with driver for duration till successful taking over of
contract works and additional 3 months thereafter for all purposes with
24×7 shift including fuel and maintenance. The vehicle shall not be more
than 1 year old.
xiv. The scope of the contractor is to design and construct an office for the
client with a minimum area of 200 Sqft with attached toilet facilities and
necessary electrical lighting, air conditioning, water supply provisions
and furniture to accommodate 5 (five) personnel at a time. The Agency
shall also provide 3 nos of Laptops (Intel Core i7 Processor, 12th
generation with licensed AutoCAD and MS Office, 2 GB graphics, 8GB
RAM), wireless optical scroll mouse, Color laser printer with photo
copier (15ppm, 12000 copies per month with A3 & A4 input), water
cooler (as required) etc.
xv. Further Details of project Site and detail scope of work are given in
Annexure-I to Section-8. The Contractor shall construct the Project as
specified in Schedule-B, Annexure-I to Section-8 and Schedule-C,
Annexure-I to Section-8 and in conformity with the Specifications and
Standards set forth in Schedule-D, Annexure-I to Section-8.
xvi. List of acceptable makers of different items are given in Annexure-III.

Page 108 of 172


II. TIME PERIOD FOR SUBMISSION
The time period for the design stage is 120 (One Hundred Twenty) days from the date
of commencement. This period includes time period for all types of survey & investigation,
soil exploration and laboratory testing, detail design, the draft and final design reports,
drawings, technical specifications, methodology as required for the work and all other
associated reports and documents.

Schedule for Submission


The reports must be submitted as per the following schedule:
Sl No Description Schedule for Submission
1 a. Inception report
b. Review of applicable statutory 15 days from the date of
approvals/NOC required from Development commencement
authority, SPCB and Fire Authority.
2 Details of all Survey including laboratory test
reports for construction materials and design
mixes; submission of draft drawings with detail
Engineering Designs and technical
specifications & methodology; final drawings
with detail Engineering Designs and technical
specifications & methodology; to be submitted
in three phases.
a Phase – I 45 days from the date of
commencement
b Phase – II 90 days from the date of
commencement
c Phase – III 120 days from the date of
commencement
3 Quality Management Manual & Environment, 45 days from the date of
Health and Safety Manual commencement
4 Monthly Progress Reports along with updated 10th day of succeeding month
abstract of changes during construction
5 As-Built Drawings As provided in Contract Data
6 Consolidated Booklet Containing all Approvals, With as-built drawings
Clearances, NOCs in connection with the project
7 Inventory with Warranties and User Manuals With as-built drawings

Page 109 of 172


Final outputs (report, drawings etc.) Required from the bidder during
design stage.
1. Inception report 7 copies

2. Report with details of all Survey including laboratory test 7 copies

3. Draft detailed road drawing and engineering designs report,


drawings, calculations. 7 copies
4. Final detailed road drawing, engineering design report, drawings,

5. Calculations Design Basis Report. 7 copies

6. Good for Construction drawings. 7 copies

7. Except inception report, all other reports as listed above shall be submitted by the
Contractor to the Employer only after obtaining approval of the same from any National
Institute of Reputed such as India Institute of Technology (IIT)/Govt. Engineering
College at Contractor’s own cost. Such approved documents need to be furnished to the
Employer within the stipulated datelines as mentioned at Section-4 in the contract data.

III. SERVICES TO BE PROVIDED BY THE EMPLOYER


The Employer will provide the following data to the Bidder on request if available.
Such documents should only be used as references. During the design stage, the contractor
will do all necessary investigation and surveys as per relevant codal provision.

▪ Sub-soil report and other associated data


▪ Soil bore log and test result
▪ Site plan
▪ Any other relevant secondary data, to the extent available in
comprehensive manner

The Employer will not provide office accommodation, vehicles, survey or any
other equipment to the Contractor. The Bidder shall make his own arrangement for their
office staff for each of the field supervision teams including furniture, equipment,
operation and maintenance, vehicles, and equipment.
IV. SECRECY
The contractor shall take all steps necessary that all persons employed on any
work in connection with the contract have noticed that the Indian Official Secrets Act
1923 applies to them & will continue so to apply even after the execution of such works
under the contract. The contract is confidential and must be strictly confined to the

Page 110 of 172


contractor’s own use (except so far as confidential disclosure to sub-contractors or
suppliers as necessary) and for the purpose of the contract.

All documents, copies thereof & extracts therefrom furnished to the contractor
or submitted by the Contractor shall be returned to the Employer on the completion of
the work / works or on earlier determination of the contract. All the drawings, designs
and documents of this project shall be the property of the Employer and shall not be
reproduced by the Contractor either full or by part, for any purpose whatsoever may be,
without written permission of the Employer, any time afterwards, once the As Built
submission is over and complete. The Bidder may retain a copy of such documents but
shall not use these documents for purposes unrelated to this Contract without the prior
written approval of the Client.

Page 111 of 172


ANNEXURE-I TO SECTION-8

Construction of 2nd HL Bridge over River Bramhani at Ch 0/828 at


Patrapur on Cuttack-Chandabali road in the district of Kendrapara

Details of Site are as mentioned at Schedule-A. The Contractor shall construct the
Project as specified in Schedule-B and Schedule-C, and in conformity with the Specifications
and Standards set forth in Schedule-D.

The Contractor shall be responsible for correct positioning of all parts of the Works,
and shall rectify any error in the positions, levels, dimensions, or alignment of the Works.
Salient features of this projects have been provided in Section-8. Additional features of the
project are described below:
1. Type of foundation: As per approved design and relevant IRC codes.
2. Substructure to match the concept design and theme architecture of the
Superstructure of the project.

3. Road Geometry and pavement as per IRC: SP:84-2019 and IRC: SP:73-2018
as applicable.
4. Drainage
a. Drainage to be provided with outlets into the outfall points and
culverts, or/and connecting to nearest natural stream.

b. Drainpipes in superstructures shall be brought down along the


substructure discharged with an integrated drain to an outfall.

Page 112 of 172


SCHEDULES

Page 113 of 172


Schedule-A

Site of the Project


1. The Site

1.1 Site of the Project shall include the land, buildings, structures and road works as
described in Annex-I of this Schedule-A.
1.2 The dates of handing over the Right of Way to the Contractor are specified in
Annex-II of this Schedule-A.
1.3 An inventory of the Site including the land, buildings, structures, road works, trees
and any other immovable property on, or attached to, the Site shall be prepared
jointly by the Authority’s Representative and the Contractor, and such inventory
shall form part of the memorandum.
1.4 The status of the environment clearances obtained or awaited is given in Annex-IV.

Page 114 of 172


Annex – I
(Schedule-A)
Site
1 Site
The Site of the HL Bridge over River Bramhani is connectivity link through NH-
316A connecting Aul to Chandabali in the District of Kendrapara. The land,
carriageway and structures comprising the Site are described below.
2 Land
The Site of the Project comprises the land (sum total of land already in possession
and land to be possessed) as described below:
Sl. Existing Chainage Design Chainage Length Existing Remarks
No (Km) (Km) (km) ROW
From To From To (m)
New Alignment
1 0.0 1.809 0.0 1.719 1.809 - Proposed.

3 Carriageway

Chainage (km) Carriage


Sl. Tentative
Length way
No Description
From To (m)
(m)

1 Existing Bridge 0.730 1.076 346 7.50


Approach Road
2 0.000 0.730 730 7.00
Cuttack Side
3 Approach Road 1.076 1.809 733 7.00
Chandabali Side

4 Major Bridges
The Site includes the following Major Bridges:

Type of Structure No. of Spans


Sub- Super- with span
Sl. Chainage Width
No. (km) Foundation Structure structure length (m) (m)
Well 1 x 63.0 m + 2 x
Foundation RCC Wall Balanced 110.0 m + 1 x
below Type Pier Cantilever 63.0 m
1 0.670 8.50
Abutment and and Total Length =
Pier Abutment 346m

Page 115 of 172


5 Road over-bridges (ROB)/ Road under-bridges (RUB)
The Site includes the following ROB (road over railway line)/ RUB (road under
railway line): Nil.
6 Grade separators
The Site includes the following grade separators: Nil.
7 Minor bridges
The Site includes the following minor bridges:

Sl. No. Chainage (km) Type of Structure No. of Spans Width (m)

1 0.230 Box Type 3 x 3.300 m 8.50


8 Railway level crossings
The Site includes the following railway level crossings: Nil.
9 Underpasses (vehicular, non-vehicular)
The Site includes the following underpasses: Nil.
10 Culverts
The Site has the following culverts:
Chainage Spans / Width of
Sl. No. Type of Culverts
(km) Opening (m) Culvert (m)
1 1.310 Pipe Culvert 1×1.20 dia 8.50
11 Bus bays
The details of bus bays on the Site are as follows: Nil.
12 Truck Lay bays
The details of truck lay byes are as follows: Nil.
13 Roadside drains
The details of the roadside drains are as follows: Nil.
14 Major junctions
The details of major junctions are as follows: Nil.

Page 116 of 172


15 Minor junctions
The details of the minor junctions are as follows:
Location Type
Existing
Sl. No.
Chainage Side T-Junction Cross Road
(km)
1 1.380 Left T-Junction Village Road
2 1.630 Left T-Junction Village Road
3 1.670 Right T-Junction Village Road

16 Bypasses
The details of the existing road sections proposed to be bypassed are as follows: Nil

17 Other structure
[Provide details of other structures, if any.]: Nil

Page 117 of 172


Annex – II
(Schedule-A)
Dates for providing Right of Way of Construction Zone
The dates on which the Authority shall provide Right of Way of Construction Zone to the
Contractor on different stretches of the Site are stated below:
1. 60% of Right of Way for project shall be handed over at start of the project i.e.
upon issue of notice to proceed.
2. 80% of Right of Way for project shall be handed over within 150 days from NTP.
3. Balance land shall be handed over during the execution of the project.

Page 118 of 172


Annex - III
(Schedule-A)
Alignment Plans
1.1 The alignment of the Project is enclosed in the indicative alignment plan (Refer
Section-7). Finished road level indicated in the alignment plan shall be followed by
the contractor as minimum FRL. In any case, the finished road level of the project
shall not be less than those indicated in the alignment plan. The contractor shall,
however, improve/upgrade the Road profile as indicated in Annex-III based on
site/design requirement, complete the design and drawing, and execute the same.

Page 119 of 172


Annexure – IV

(Schedule-A)

Environment Clearances

The project will not attract Environmental Clearance. However, the contractor shall
have to get the necessary EC for construction materials and setting of plants.

Page 120 of 172


Annexure – V

(Schedule-A)

As the project comes under the limit of National Waterway-5, hence necessary permission has to
be obtained from the IWAI before construction. Hence, the contractor shall do all due diligence
& incorporate all the provisions of IWAI while designing & execution of the project to get the
due approval from IWAI.

Page 121 of 172


Schedule - B
Development of the Bridge Project
1 Development of the Bridge Project
Development of the Project shall include design and construction of the Project
as described in this Schedule-B and in Schedule-C.
2 Rehabilitation and augmentation
The project 2nd HL Bridge over River Bramhani at Ch 0/828 at Patrapur on
Cuttack-Chandabali road includes construction of New HL bridge at upstream
side of the existing bridge. Approach Road, by Bypassing the existing road from
proposed km 0.000 to proposed km 1.719, as described in Annex-I of this
Schedule B and Annex-I of schedule C.
.
3 Specifications and Standards
The Project shall be designed and constructed in conformity with the
Specifications and Standards specified in Annex-I of Schedule-D.

Page 122 of 172


Annex – I
(Schedule-B)
Description of the project
1. Construction of HL Bridge Over River Bramhani at Ch 0/828 at Patrapur on
Cuttack-Chandabali road
(i) The Project shall follow the alignment plan specified in Annex-III of
Schedule-A.
(ii) Width of Carriageway:
The width of the carriageway shall be as specified in the following table:
Chainage
Sl. Tentative Carriageway Width
Description TCS
No. From To Length (m)
(m)

Approach Road 2×13.00m


1 0 0.150 150 TCS-1
(Merging Section )

Approach to Bridge/
2 0.150 0.364 214 2×10.50m TCS-2
Viaduct

3 Bridge Proper 0.364 1.268 903.82 2×10.50m TCS-3

Approach to Bridge/
4 1.268 1.550 282 2×10.50m TCS-2
Viaduct

2×13.00m
5 Approach Road 1.550 1.719 169 TCS-1
(Merging Section )

2. Geometric Design and General Features.


(i) General
Geometric design and general features of the Project shall be in accordance with
Section 2 of the Manual.
(ii) Design speed
The design speed shall be the minimum design speed of 80 km per hour for
plain/rolling terrain.

Page 123 of 172


(iii) Improvement of the existing road geometrics

Nil

(iv) Right of Way


Details of the Right of Way are given in Annex- II of Schedule-A.
(v) Type of shoulders
Earthen Shoulder shall be provided as per IRC SP 084-2019 section 5.11 for a minimum width of
1.5m.
(vi) Lateral and Vertical Clearances at underpasses
a) Lateral and vertical clearances at underpasses and provision of
guardrails/crash barriers shall be as per paragraph 2.10 of the Manual.
b) Lateral clearance: The width of the opening at the underpasses shall be as
follows: Nil

(vii) Lateral and vertical clearances at overpasses


a) Lateral and vertical clearances at overpasses shall be as per paragraph 2.11
of the Manual.
b) Lateral clearance: The width of the opening at the overpasses shall be as
follows: Nil

(viii) Connecting roads


Connecting roads shall be constructed at the locations and for the lengths indicated below:
Location of Right hand side (RHS)/Left
Sl. Length (km) of
Connecting Road hand side (LHS)/ or Both Remarks
No. Connecting Road
(from km to km) sides
Nil

(ix) Grade separated structures


a) Grade separated structures shall be provided as per paragraph 2.13 of the
Manual. The requisite particulars are given below: Nil
b) In the case of grade separated structures, the type of structure and the level of
the Project and the crossroads shall be as follows: Nil

(x) Cattle and pedestrian underpass /overpass


Cattle and pedestrian underpass/ overpass shall be constructed as follows:
Sl. No. Location Type of crossing
NIL

Page 124 of 172


(xi) Typical cross-sections of the Project
Chainage Earthen
Sl. Tentative Carriageway Shoulder
Description TCS
No. From To Length Width (m) (m)
(m)
2×13.00m
Approach Road -
1 0 0.150 150 (Merging TCS-1
Section )
-
Approach to Bridge/
2 0.150 0.364 214 2×10.50m TCS-2
Viaduct
-
3 Bridge Proper 0.364 1.268 903.82 2×10.50m TCS-3

-
Approach to Bridge/
4 1.268 1.550 282 2×10.50m TCS-2
Viaduct
2×13.00m -
5 Approach Road 1.550 1.719 169 (Merging TCS-1
Section )

Page 125 of 172


. Typical Cross Section:

TCS – 1 (Typical Cross section for merging Section)

TCS – 2 (Typical Cross section for Approach to Bridge)

Page 126 of 172


TCS – 3 (Typical Cross section for Main Span of 4- Lane Bridge)

Page 127 of 172


3. Intersections and Grade Separators
All intersections and grade separators shall be as per Section 3 of the Manual.
Properly designed intersections shall be provided at the locations and of the types and
features given in the tables below:
(i) At-grade intersections
a) Major Intersections/ junctions

Sl. Chainage Type of Carriageway width (m) Surface type Remarks


No Junction
Nil
b) Minor Intersections/ junctions

Sl. Type of Carriageway width


Chainage Surface type Remarks
No Junction (m)
1 1.320 T 5.0 CC
2 1.630 T 3.5 CC
3 1.670 T 3.5 CC

(ii) Grade separated intersection with/without ramps: Nil


4. Road Embankment and Cut Section
(i) Construction of road embankment / cuttings shall conform to the Specifications and
Standards given in Section 4 of the Manual and the specified cross-sectional details.
5. Pavement Design
(i) Pavement design shall be carried out in accordance with Section 5 of the Manual.
(ii) Type of pavement
Pavement shall be flexible pavement for all the Sections. The contractor shall make
their assessment and design the crust thickness.
(iii) Design requirements
Design of pavement shall be made in accordance with Clause 5.3, 5.4, 5.10 of the
manual subject to condition that the proposed crust compositions mentioned in typical
cross section of Schedule-B are the minimum to be adopted.
A. For widening portion, new construction portions and raising portions:

Pavement Layer Minimum Proposed thickness


i BC 30 mm
ii DBM 90 mm
iii WMM 250 mm

Page 128 of 172


iv GSB 200 mm
v Subgrade 500 mm with Minimum CBR of 8%

Note:

Profile Corrective course over the existing carriageway shall be provided as per
provisions of Section 501.8.3.4 of MoRTH Specifications, wherever overlay is
proposed.

For the stretches identified for rehabilitation with overlay, PCC layer shall be
provided based on clearance between FRL & Existing Road levels. In case of
requirement for provision of non-bituminous layer as PCC layer, existing
bituminous layer shall be scarified, over which granular layer shall be provided.
a) Design Period and strategy

Flexible pavement shall be designed for a minimum design period of 15 years


accordance clause 5.4.1 of manual. Stage construction shall not be permitted.
b) Design Traffic

Notwithstanding anything to the contrary contained in this Agreement or the


Manual, the Contractor shall design the pavement for minimum design traffic of
20 million standard axles for minimum 8% CBR in accordance clause 5.4.1 of
manual.
(iv) Reconstruction of stretches
Chainage Earthen
Sl. Tentative Carriageway Shoulder
Description From To TCS
No. Length (m) Width (m) (m)

Nil
6. Roadside Drainage
Drainage system including surface and subsurface drains for the Project shall be
provided as per Section 6 of the Manual. Provision of deep drain has been made in
the following locations which shall be treated as minimum.

From To Total
Sl. Width Typical cross
(Design (Design Length Remarks
No. (m) section
Km) Km) (km)

Nil

7. Design of Structures
(i) General

Page 129 of 172


a) All bridges, culverts and structures shall be designed and constructed in
accordance with Section 7 of the Manual and shall conform to the cross-
sectional features and other details specified therein.

Page 130 of 172


b) Width of the carriageway of new bridges and structures shall be approved by
the client during DBR.
c) The following bridges shall be provided with footpaths: Nil
d) All bridges shall be high-level bridges.
e) The following structures shall be designed to carry utility services specified in
table below:
Sl. No. Bridge at km Utility service to be Remarks
carried

All bridges & culverts to contain provisions for ducts ducts for utilities service such as OFC &
telephone cable only. Provision of water pipeline and Gas line shall not be allowed as per
Manual.

f) Cross-section of the culverts and bridges at deck level for the Project shall
conform to the typical cross-sections given in Section 7 of the Manual.
(ii) Culverts
(a) Overall width of all culverts shall be equal to the roadway width of the
approaches.
(b) Reconstruction of existing culverts:

Sl. No Prop Type Proposed Proposal


Existing Proposed
Span
Ch. Ch. (Km)
Arrangement
(Km)
Nil

(a) Widening of existing culverts: Nil


(b) New culverts shall be constructed as per particulars given in the table below.
Lengths and height of surcharge shall be specific to the locations of the
culverts.

Sl. No Prop Type Proposed Proposal


Existing Proposed
Span
Ch. Ch. (Km)
Arrangement
(Km)
New Construction
1 1.310 1.475 RCC Box 1 x2.000

Page 131 of 172


(c) Repairs/replacements of railing/parapets, flooring and protection works of the
existing culverts shall be undertaken as follows: Nil
(d) Floor protection works shall be as specified in the relevant IRC Codes and
Specifications.
(iii) Bridges
(a) Existing bridges to be re- constructed/widened: Nil

(b) New bridges


New bridges at the following locations on the Project shall be constructed.
GADs for the new bridges are attached in the drawings folder.
Sl. Type of
Proposed Ch. Span Arrangement Proposal Remarks, if any
No. (km) Bridge
(No x Span Length) (m)
11x25m (Rcc Girder) New Major
1 0+828.200 Major
+1x37.20m (Composite Construction Bridge with
Bridge Girder)+4x76.104m (Bow Footpath.
String Girder)+1x37.20m For Deck
(Composite Girder)+10x25m width Ref
(Rcc Girder) Fig 7.1
2x6.000 New
1 0+295 Minor
Construction
Bridge

Page 132 of 172


Fig-7.1

(c) The railings of existing bridges shall be replaced by crash barriers at the
following locations: Nil
(d) Repairs/replacements of railing/parapets of the existing bridges shall be
undertaken as follows: Nil
(e) Drainage system for bridge decks
An effective drainage system for bridge decks shall be provided as specified
in paragraph 7.2 of the Manual.
(f) IWAI clearances -As the comes under the limit of National Waterway-5, hence necessary
permission has to be obtained from the IWAI before construction. Hence, the contractor
shall do all due diligence & incorporate all the provisions of IWAI while designing &
execution of the project to get the due approval from IWAI.
(g) Structures in marine environment N o
[Refer to paragraph 7.21 of the Manual]
(iv) Rail-road bridges
Nil
(v) Grade separated structure
Nil

Page 133 of 172


(vi) Repairs and strengthening of bridges and structures
Nil
(vii) List of Major Bridges and Structures
The following is the list of the Major Bridges and Structures:

Sl. Type of
Proposed Ch. Span Arrangement Proposal Remarks, if any
No. (km) Bridge
(No x Span Length) (m)
11x25m (Rcc Girder) New Major
1 0+828.200 Major
+1x37.20m (Composite Construction Bridge with
Bridge Girder)+4x76.104m (Bow Footpath.
String Girder)+1x37.20m For Deck
(Composite Girder)+10x25m width Ref
(Rcc Girder) Fig 7.1

(viii) Protection work:


Protection work for the Project shall be provided as detailed below.

a) Retaining Wall:

Proposed Details of Retaining Wall:-

Sl. No. Length (m) Side Remarks

For a minimum height of 4.80 m above


1 600 LHS/RHS
NGL
2 For a minimum height of 5.70m above
260 LHS/RHS
NGL

The above provision of retaining wall is minimum. If length and height


required to be increased as per site conditions, the bidder shall consider the
same in his proposal as per requirement in accordance with IRC standards
without constitute a Change of Scope.

b) Details of Breast Wall: Nil

c) Details of Drain cum Breast Wall: Nil

d) Thrie Beam Crash Barrier as per specification:

Provision of Thrie-beam metal crash barrier has been made in accordance with IRC
Standards for a minimum length of 2025 m.

Page 134 of 172


Traffic Control Devices and Road Safety Works

a) Traffic control devices and road safety works shall be provided in accordance with Section
9 of the Manual.

b) Specifications of the reflective sheeting. [Refer to paragraph 9.2 of the Manual] Retro-
reflective sheeting shall be conforming to ASTM D 4956-01, type XI of micro prismatic
type.

c) Reflective pavement markers (Road studs) for the entire project.


d) Delineators for entire project as per section 9 of the manual:
e) Road signs boards (retro-reflectorized road signs) including Cautionary, informatory,
mandatory signs to be provided as per section 9 of the manual for the entire project.
f) Road markings (with thermoplastic paint) as per Section 9 of the manual for the entire
project.
g) RPM, Chevron, hazard marker, Reflective stickers on trees to be provided.
h) Improvement to connecting roads
(ix) Roadside Furniture
1. Roadside furniture shall be provided in accordance with the provisions of Section 12 of
the Manual.
(a) Road Boundary Stone: for the entire Project.

(b) Kilometer and 200 m stone for the entire project.

(c) Pedestrian Guard Rail.


2. Overhead traffic signs/ Traffic signs: location and size
[Refer to paragraph 12 of the Manual and provide details]
(a) Full width Overhead signs: 2 nos.

Start of the Project: Ch: - 0.00 (Design chainage)

End of the Project: Ch: - 1.719 (Design chainage)

(b) Cantilever Overhead signs: As per requirement

Sizes as recommended in respective IRC Code.

(c) Indicative sign boards on each junction.

Speed limits sign boards near institutional buildings & built up area in accordance with
IRC Standards and It is to be provided as per provision provided in manual
recommended in Schedule D.

Page 135 of 172


(d) Reflective sign boards on each curve points.

(e) Deflective sign boards on either side of major CD works.

(f) Road markers on either side of paved shoulders.

(g) Safety measure sign boards near Passenger Shelter.

(h) Reflective stickers on both side trees, CD works.

Sizes as recommended in respective IRC Code IRC: SP: 84-2019, IRC:67-2022,


IRC:35-2015, IRC: SP:88-2019.
The provision safety measures duly checked by the safety consultant should be got
approved from the authority before execution.
(x) Compulsory Afforestation
[Refer to paragraph 11.1 of the Manual and specify the number of trees which are
required to be planted by the Contractor as compensatory afforestation.]
(xi) Hazardous Locations
The safety barriers shall also be provided at the following hazardous locations: Nil
(xii) Special Requirement for Hill Roads: Deleted
(xiii) Change of Scope
The length of Structures/ Bridges/ Retaining wall specified hereinabove shall be
treated as an approximate assessment. The actual lengths as required on the basis of
detailed investigations shall be determined by the Contractor in accordance with the
Specifications and Standards. Any excess variations in the lengths specified in this
Schedule-B shall not constitute a Change of Scope, save and except expressly
undertaken in accordance with the provisions of Contract.

Page 136 of 172


Schedule - C
Project Facilities
1 Project Facilities
The Contractor shall construct the Project Facilities in accordance with the
provisions of this Agreement. Such Project Facilities shall include:
a) Toll plaza[s].
b) Roadside furniture.
c) Pedestrian facilities.
d) Tree plantation.
e) Truck lay-byes.
f) Bus-bays and bus shelters.
g) Rest areas; and
h) Others to be specified
2 Description of Project Facilities
Each of the Project Facilities is described below:
a) Toll plaza[s]. Nil

b) Roadside Furniture

The roadside furniture shall include the provision of the following.

i. Traffic Signs

Traffic signs include roadside signs, pedestrian signs, prohibitory signs, facility
information, direction information signs, overhead signs and curb mounted signs
along the entire Project as per section 9 manual of specifications.

ii. Pavement Markings

Pavement markings shall cover road marking for the entire Project as per manual of
specifications.

iii. LED Traffic Blinkers

LED Traffic Blinkers for the entire Project at the locations as suggested in Manual.
iv. Crash barrier

Provide New Jersey type Concrete crash barrier for complete length along both
sides of the Bridge and Retaining wall as suggested in manual recommended in
Schedule D.

Page 137 of 172


v. Delineators

Delineators for the entire Project at the locations as suggested in relevant IRC
Manual recommended in Schedule D.

vi. Road Boundary stones

For the entire Project as suggested in relevant IRC Manual recommended in


Schedule D.

vii. Kilometer stones/200 m stones

For the entire Project as suggested in relevant IRC Manual recommended in


Schedule D.

c) Pedestrian Facilities

The pedestrian facilities shall be provided as per Manual.

d) Landscaping and Tree plantation:

Landscaping and tree plantation shall be as per the Manual of Specifications & IRC
Standards.

e) Roadside amenities/Passenger Shelter: Nil

f) Bus-bays and Bus shelters.

Bus-bays and Bus Shelter shall be provided at following locations conforming to


the Manual of Specifications & IRC Standards.

i. Bus-bays: Nil

ii. Bus shelters: Nil

g) Truck Lay-bye: Nil

h) Rest area: Nil

i) Connecting road shall be developed in accordance with manual.

The details of above facilities shall be finalized in consultation with Engineer-in-


charge.

Note: Tentative locations identified, however, based on land availability and in


consultation from concerned authority, locations may be finalized

Page 138 of 172


Schedule - D

Specifications and Standards


1 Construction
The Contractor shall comply with the Specifications and Standards set forth in
Annex-I of this Schedule-D for construction of the Project.
2 Design Standards
i) The Project including Project Facilities shall conform to design requirements
set out in the following documents:
[Manual of Specifications and Standards for Four Laning of Highways (IRC: SP:
84-2019), referred to herein as the Manual]
ii) The Cross section of the road shall be as per 2 (xi) of Schedule – B, Annexure-I

Page 139 of 172


Annex – I
(Schedule-D)
Specifications and Standards for Construction
1 Specifications and Standards
All Materials, works and construction operations shall conform to the Manual of
Specifications and Standards for [Four-Laning of Highways (IRC: SP:84 2019)]
through Public Private Partnership, referred to as the Manual, and MORTH
Specifications for Road and Bridge Works. Where the specification for a work is not
given, Good Industry Practice shall be adopted to the satisfaction of the Engineer.
2 Deviations from the Specifications and Standards
(i) The terms “Concessionaire”, “Independent Engineer” and “Concession
Agreement” used in the Manual shall be deemed to be substituted by the terms
“Contractor”, “Engineer” and “Agreement” respectively.
(ii) Notwithstanding anything to the contrary contained in Paragraph 1 above, the
following Specifications and Standards shall apply to the Project, and for purposes
of this Agreement, the aforesaid Specifications and Standards shall be deemed to be
amended to the extent set forth below:
Note 1: Deviations from the aforesaid Specifications and Standards shall be listed
out here. Such deviations shall be specified only if they are considered essential in
view of project-specific requirements.
Provision as per
Sl.No. Modified Provision
IRC standard.
Design Speed shall be 80 kmph for project Road
Design Speed: Ruling except at junction and built-up location. The same
1. or minimum Design is mentioned in the Plan & Profile drawings. The
speed shall be followed locations with reduced design speed shall be
secured by traffic signals and signs

Typical Cross-section shall be as per the TCS


2 Typical Cross-sections:
drawings given in Annexure-I of Schedule B.

Page 140 of 172


3 Traffic Regulation
Traffic regulation by the Contractor (i) The Contractor shall take all the required
measures and make arrangements for the safety of Users during the Construction
and Maintenance of the Project or a Section thereof in accordance with the
provisions of MORTH Specifications. It shall provide, erect and maintain all such
barricades, signs, markings, flags, and lights as may be required by Good Industry
Practice for the safety of the traffic passing through the Section under construction
or maintenance. (ii) All works shall be carried out in a manner creating least
interference to traffic passing through the Project or a Section thereof. In sections
where construction or maintenance Works on the carriageway are taken up, the
Contractor shall ensure that proper passage is provided for the traffic. Where it is
not possible or safe to allow traffic on part width of the carriageway, a temporary
diversion of proper specifications shall be constructed by the Contractor at its own
cost. ‘ROBOTS’ may be used for diversion and control of traffic during
Construction. The Contractor shall take prior approval of the Engineer-in- charge
for any proposed arrangement for traffic regulation during Construction and
Maintenance, which

Page 141 of 172


Schedule – E

MAINTENANCE REQUIREMENTS
Deleted

.................................................................................................................................
Schedule – F

APPLICABLE PERMITS
Deleted

.................................................................................................................................
Schedule – G

FORM OF BANK GUARANTEE

Deleted

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

Schedule – H

Deleted

Page 142 of 172


Schedule – I
(Drawings)
1 Drawings In compliance of the obligations set forth in this Agreement, the Contractor
shall furnish to the Engineer, free of cost, all Drawings listed in Annex-I of this
Schedule-I.
2 Additional Drawings If the Engineer determines that for discharging its duties and
functions under this Agreement, it requires any drawings other than those listed in
Annex-I, it may by notice require the Contractor to prepare and furnish such drawings
forthwith. Upon receiving a requisition to this effect, the Contractor shall promptly
prepare and furnish such drawings to the Engineer
(Schedule - I)
Annex-I:
List of Drawings
1. A minimum list of the drawings of the various components/elements of the project
road and project facility required to be submitted by the Contractor is given below:
a. Drawing of horizontal alignment, vertical profile and cross sections.
b. Drawings of Grade separator, Viaduct, Minor Bridge and Major Brides.
c. Drawings of road furniture items including traffic signage, marking, safety
barriers, Overhead Gantry etc.
d. Drawings of road drainage measures.
e. Drawings of cross drainage works

Schedule – J

Deleted

Page 143 of 172


Schedule – K
(Tests on Completion)
1. Schedule for Tests
i. The Contractor shall, no later than 30 (thirty) days prior to the likely completion of
construction, notify the Engineer and the Authority of its intent to subject the Project
to Tests, and no later than 10 (ten) days prior to the actual date of Tests, furnish to the
Engineer and the Authority detailed inventory and particulars of all works and
equipment forming part of Works.
ii. The Contractor shall notify the Engineer of its readiness to subject the Project to Tests
at any time after 10 (ten) days from the date of such notice, and upon receipt of such
notice, the Engineer shall, in consultation with the Contractor, determine the date and
time for each Test and notify the same to the Authority who may designate its
representative to witness the Tests. The Engineer shall thereupon conduct the Tests
itself or cause any of the Tests to be conducted in accordance with Article 12 and this
Schedule-K.
2. Tests
Visual and physical test: The Engineer shall conduct a visual and physical check of
construction to determine that all works and equipment forming part thereof conform
to the provisions of this Agreement. The physical tests shall include (to be decided in
consultation with Engineer as per relevant IRC codes/manual).

a. Riding quality test: Riding quality of each lane of the carriageway shall be
checked with the help of a calibrated bump integrator and the maximum
permissible roughness for purposes of this Test shall be 2,000 (two thousand)
mm for each kilometre.
b. Tests for bridges: All major and minor bridges shall be subjected to the
rebound hammer and ultrasonic pulse velocity tests, to be conducted in
accordance with the procedure described in Special Report No. 17: 1996 of
the IRC Highway Research Board on Non-destructive Testing Techniques, at
two spots in every span, to be chosen at random by the Engineer. Bridges with
a span of 15 (fifteen) metres or more shall also be subjected to load testing.
c. Other tests: The Engineer may require the Contractor to carry out or cause to
be carried additional tests, in accordance with Good Industry Practice, for
determining the compliance of the Project Road with Specifications and
Standards.

Page 144 of 172


d. Environmental audit: The Engineer shall carry out a check to determine
conformity of the Project Road with the environmental requirements set forth
in Applicable Laws and Applicable Permits.
e. Safety Audit: The Engineer shall carry out, or cause to be carried out, a safety
audit to determine conformity of the Project Road with the safety requirements
and good industry practice.
3. Agency for conducting Tests
All Tests set forth in this Schedule-K shall be conducted by the Engineer or such other
agency or person as it may specify in consultation with the Authority.
4. Completion Certificate
Upon successful completion of Tests, the Engineer shall issue the Completion
Certificate in accordance with Contract provisions.
5. The Engineer will carry out tests with following equipment at his own cost in presence
of contractor’s representative.
Sr. Key metrics of Equipment to be Frequency of condition
No. Asset used survey

1 Surface defects of Network Survey At least twice a year (As per


pavement Vehicle (NSV) survey months defined for
the state basis rainy season)
2 Roughness of Survey Vehicle (NSV) At least twice a year (As per
pavement Network survey months defined for
the state basis rainy season)
3 Strength of Falling Weight At least once a year
pavement Deflectometer (FWD)
4 Bridges Mobile Bridge (As per survey months
Inspection Unit defined for the state basis
(MBU) At least twice rainy season)
a year
5 Road signs At least Retro-reflectometer (As per survey months
twice a year defined for the state basis
rainy season)
The first testing with the help of NSV shall be conducted at the time of issue of
completion certificate.

Page 145 of 172


Schedule – L

PROVISIONAL CERTIFICATE

Deleted
................................................................
Schedule – M

PAYMENT REDUCTION FOR NON-COMPLIANCE

Deleted
...............................................................
Schedule – N

SELECTION OF ENGINEER

Deleted
................................................................
Schedule – O

Forms of Payment Statements

Deleted
................................................................

Schedule – P

Deleted

Page 146 of 172


ANNEXURE-II TO SECTION-8
Technical Specification for Highway /Bridge Lighting
GENERAL
i. All works will be carried out as per provisions in CPWD Specifications, ECBC latest
versions, NBC 2016, IE Rules, IS Codes as amended up to the date of tender. In case
for any part of the work specification is not available in the aforesaid mentioned
documents then part of the work will be carried out in accordance with sound
engineering practice and as per directions of Engineer.
ii. The Contractor shall be responsible and liable for proper and complete execution of
the Electrical work ensuring coordination of Civil, WS& SI and Electrical work. The
lump-sum rate quoted by the Contractor shall be applicable for the conditions &
specifications and scope all complete as follows.
iii. In case the Contractor does not have in house facility to do the E&M work, he shall
submit Name (s) of the proposed Sub- contractor (for each of the E&M works) within
one month of award of work or 15 days before start of work whichever is earlier. The
Contractor shall submit MOU between the one who is awarded the work and the
associated eligible electrical contractor.
iv. In event of the concerned E&M agency not performing satisfactorily or failure of
associate/sub-contractor to complete the E&M work, the Contractor on the written
direction of the Employer, shall remove the Associate/sub-contractor deployed on the
work and shall submit name of new associate who fulfills the conditions to execute the
leftover work without any loss of time or variation in cost to the Employer in this
regard. No change of Electrical Contractor will be allowed without prior approval of
the Engineer.
v. Scope of work covers planning, designing, supply, installation, testing,
commissioning, and ensuring performance of all Electrical & Mechanical services for
external ambiance lighting, internal requirement, façade highlighting etc. till end of
Defects Liability Period. The work shall be executed as per scope & specifications of
E & M works given hereafter in respective head / part of the scheme or sub-head. If
any services/work required to make the building / scheme habitable & functional,
including the statutory compliance, is not specifically mentioned in the scope of
services, the same is deemed to be included within the scope of this tender and nothing
extra shall be paid on this account.

Page 147 of 172


vi. The scope of work covers the preparation of layout plans, drawings for E & M
schemes, inventories of fittings, fixtures, equipment and approval of the same from the
Engineer, before commencement of work. The scope of work shall deem to include,
but not limited to, the systems as described below in complete respect with full
functionality, compliances to the specifications, drawings.
vii. Internal and external Electrical Installations: Planning, designing, capacity
calculations with load details, Complete design details, supply, installation, testing
and commissioning of complete Internal and External Electrical Works which includes
copper wiring in steel conduit, LED luminaries and lighting controls, fans, modular
switches, sockets, DBs, MCBs, RCCBs, tap off boxes, UPS, MS cable trays and
raceways Wire mesh cable tray for parking area and Floor Raceways for shopping and
meditation area, PIR Sensors, Chemical earthing, lightening arrestor, recessed wiring
cable TV wiring in steel conduit, networking wiring (CAT6A) in raceway, wall
mounted patch panels for networking system, wiring for centralized intercom system,
call bell system, street light, compound light and landscape lights, contour & fascia
light etc. complete as required.
viii. Pre-Fabricated Sub-Station (PSS) Sub-Station: - Planning, designing, capacity
calculations with load details, Complete design details, supply, installation, testing and
commissioning of complete Substation Works & equipment which includes HT
Panels, Dry type power transformers including standby, LT Panel, HT cables, APFC
(Automatic Power Factor Correction) Panels, Distribution Panels, Active Harmonic
filters, TVSS (Transient Voltage Suppression System), SPD (Surge Protection
Device), Fire Emergency Panels, other related works like LT cabling from sub-station
to buildings, sandwich type bus- trunking, chemical earthing complete as required.
Statutory clearances wherever required will have to taken by the firm.
ix. Clearances to be taken by the firm from the Employer before start of work. The above
schemes of all the E&M works shall have to meet all the requirements of local bodies/
Fire Services / Electrical Authority/ NBC norms as applicable & also meet the
technical specifications of various relevant CPWD specifications for electrical &
mechanical services.
x. The agency has to make its own arrangements for storage of sundry materials and
erection equipment. No separate storage accommodation shall be provided by the
Employer. Watch and ward of the stores and their safe custody shall be the
responsibility of the contractor till the final taking over of the installation by the client
Employer. Care shall be taken by the contractor while handling and installing the

Page 148 of 172


various equipment and components of the work to avoid damage to the building. He
shall be responsible for repairing all damages and restoring the same to their original
finish at his cost. He shall also remove at his cost all unwanted and waste materials
arising out of the installation from the site of work.
xi. All equipment shall have warranty as provided by OEM from the date of taking over/
installation, against unsatisfactory performance and/or break down due to defective
design, workmanship or material. The equipment or components, or any part thereof,
so found defective during warranty period shall be forthwith repaired or replaced free
of cost, to the satisfaction of the Engineer. In case, it is felt by the Employer that
undue delay is being caused by the contractor in doing this, the same will be got done
by the Employer at the risk and cost of the contractor. The decision of the Engineer in
this regard shall be final & building on the contractor.
INSTALLATION
ST POLE:
Supply, Installation, Testing & Commissioning of SS decorative Pole with
following specification & mounting work as per the site requirement. The pole should be
of 8mtr height, Stain less Steel 304 grade, OD 122mm & thickness 3mm. from the
ground with specially designed clamps and flanges, bolting and gripping as per the site
requirement withstanding all necessary basic parameters. The Mounting pole should have
capabilities of holding 2no. Light fittings for illuminating both roads & foot paths.
LED Luminaire:
Supply of LED Street Light with following specification Input Voltage: 100-265V, 50Hz
Total Lamp Wattage: 120W/45W, Tile angle of adujusment 0- 18degree(minimum)
Power factor: >0.9 Operating Temperature: -20° to + 50°C Ingress Protection: IP66
Colour Temperature: 4000K-6000K Impact Protection: IK 08 Safety Standard: EN 60598
EMC/EMI Standard: EN61547 / EN 55015 Harmonics: EN61000-3-2 and 61000-3-3.
Cable Laying & Installation
The cables shall be of approved make and tested at factory in presence of Engineer-in-
charge or his authorised representative. The cables shall be despatched to the work site
packed on wooden drums with both ends properly sealed. Jointing of the cables in
between the terminal points shall be avoided as far as possible. For longer length of cable
exceeding the normal length of manufacture, cables may be joined by means of jointing
kits only. The cables shall be tested for insulation resistance by 500-volt insulation
Megger for cables up to 1100-volt grade and by 2500-volt insulation Megger for cables

Page 149 of 172


beyond 1100V grade prior to laying of the same. Cable loops for future requirement shall
be kept at both ends as per direction of the Engineer-in-charge.
Supply of 4 core X 16.0 sq mm Al. armoured cable with its protection 50 mm dia HDPE
(H) pipes. The cable shall have ISI marked and name of the manufacture on the body of
the cable.
Supply & laying of 2.5 sq. mm. 650/1100 volt grade 3 core flexible copper cable pvc
insulated and sheathed conforming to IS694 complete with supply of all materials from
sp enclosure box to light fitting.
One number 6 swg GI wire in case of single phase 230V ac system and either 2 numbers
6 swg GI wire or 2 numbers suitable size GI flat in case of multi-phase 400V or more ac
system shall run all along the trench or tray with the cables as earth continuity conductor.
The supply and laying of earth continuity conductor such as GI wire or flat has been
considered separately in the schedule of quantity.
Minimum bending radius for PVC insulated armoured cables shall be 1200mm. At joints
and terminals, the individual cores of multi-core cable should never be bent so that radius
of bending is less than 12 times the overall diameter of the cable.
Wherever more than one cable shall exist, suitable marker tags inscribed with cable
identification details shall be permanently attached to all cables in the man hole, pulpits,
joints, open ducts, under ground cables etc at suitable intervals.
The laying and installation of cable shall be carried out as per IS: 1255/1983. The
methods of cable laying shall be of following types depending upon the requirements.
Laying directly under ground
Laying inside ducts
Laying on racks or trays in air
Laying along building structural elements.
Laying Directly Under Ground
Cable trenches shall be excavated cutting all types of soil and rock up to a minimum
depth of 750mm for L.T. cables & 1200mm for H.T. cables and of appropriate width (not
less than 350mm) to accommodate the cables and cable protecting materials within the
tendered rate.
The sides and bottom of the trench shall be dressed and filled with 75mm thick layer of
fine sand. The cables shall then be laid with bricks on both side of each cable
continuously along the length. Space between the bricks shall be filled with fine sand up
to 75mm above the top of the cable. The top layer bricks shall be placed side by side
continuously as protective cover. The horizontal distance between the adjacent cables

Page 150 of 172


shall be minimum 200mm. The clearance between the outer cables to the sides of the
trench shall be at least 150mm.
In case of multiple tiers, same procedure shall be applied keeping a vertical clearance of
300mm among the tiers and the top most layers shall be kept at a depth of 750mm for LT
cables and 1200mm for H.T. cables from finished ground level.
The trench shall then be filled up with the excavated materials free from stone or sharp
edged debris and duly compacted. A crown of earth neither less than 50mm nor more
than 100mm in the centre and tapering towards the sides of the trench shall be left to
allow for subsidence.
Cable route markers shall be installed at salient and strategically located points parallel to
and 500mm or so away from the edge of the trench for easy identification of cable routes
at a maximum interval of 10-metres for straight run.
In locations such as road crossing, pipeline crossing, entry to buildings or poles in paved
area etc, the cables shall be laid in pipes or closed ducts. Pipes provided for entry to
building shall slope upward to prevent entry of water to the building. Stone ware, cast
iron, NP-2 class RCC pipes or medium class M.S./G.I. pipe of appropriate diameter shall
be laid during the construction to avoid damage later on.
In case of stone ware pipes, a 100mm thick 1:3:6 cement concrete covering shall be
provided. In case of cast iron or RCC pipes no concrete covering is required. In case of
RCC pipes, the collars shall be embedded with 1:2:4 cement concrete. Top surface of
pipe shall be at a minimum depth of 1.0 metre. The minimum size of Hume pipes shall
not be less than 100mm in diameter for a single cable and not less than 150mm for
multiple cables.
The diameter of the cable protecting pipes shall be at least 1.5 times the outer diameter of
the cable. In one pipe, single core cables shall not be laid individually but instead, all the
three/four cables of the same system shall be laid.
Jointing of Cables
The quality of joints shall be such that it does not add any resistance to the circuit. The
materials and techniques employed for jointing should give adequate mechanical and
electrical protection to the joints under all service conditions. The joints shall be resistant
to all corrosion and chemical reactions. The following three basic types of cable joints
shall be used.
• Straight through joints
• Tee or branch joints
• Termination or sealing joints

Page 151 of 172


INSTALLATION OF EARTHING
The earthing installations shall generally conform to IS: 3043/1966 and requirements of
Indian Electricity Rules, 1956.
All three-phase medium voltage equipments shall be earthed by two separate and
distinct connections with earth through earth electrodes. Single-phase equipments shall
be earthed at least at one point. In case of high & extra high voltages, the neutral point
shall be earthed by not less than two separate and distinct connections with earth each
having its own electrode.
An earthing electrode shall not be situated within a distance of 1.5-metres from the
building whose installation system is being earthed. The cross-sectional area of earth
continuity conductor in electrical installation shall not be less than 16swg copper or
14swg GI wire. The earth resistance for various installations shall be restricted within
the following maximum permissible limits.
Distribution Substations : 2 ohms
Industrial Buildings : 4 ohms
Non industrial Buildings : 5 ohms
Earth continuity inside an installation : 1 ohm (From electrode to any point in
installation)
The following types of earthing installations shall in general be provided.
1. Pipe earthing
2. Plate earthing
3. Chemical Earthing

Supply of materials & installation of safe earth electrodes UES 50/6, 2Mtr (chemical
earthing) including cast of electrodes earthing compound excavation of earthing pit
refilling etc. as required. The earthing lead connecting the earth electrode to the
apparatus or installation directly shall be of the same material as earth electrode. The
earthing leads shall be either wires or strips of adequate size as specified and of either
GI or tinned copper.
TESTING
Before a completed installation or any addition to an existing installation is put into
service, the electrical contractor shall carry out the following tests in presence of
Engineer-in-charge.
Polarity test
Insulation resistance test

Page 152 of 172


Earth continuity test
Earth electrode resistance test
Polarity Test
It shall be ensured by this test that the single pole switches have been fitted on the live
side of the circuit they control. In a two-wire installation, test shall be made to verify
that all switches in every circuit have been fitted to phase conductor or non-earthed
conductor of the circuit. In three or four-wire installation, test shall be performed to
verify that every non-linked single pole of switch is connected to one of the phase
conductors of supply.
Insulation Resistance Test
The insulation resistance for medium voltage circuits shall be measured by applying a
dc voltage at least twice the working voltage, provided that it does not exceed 500 volts
between earth and whole system of conductors or any section thereof with all fuses in
place and all switches closed. All the lamps shall be in position except in earth
concentric wiring. In earth concentric wiring, both poles of installation shall be
electrically connected together. Where the supply is derived from 3 wire ac or dc or
poly-phase ac system, the neutral pole of which is connected to earth directly or through
added resistance, the working voltage shall be deemed to be that maintained between
the outer or phase conductor and neutral.
The insulation resistance of an installation measured as above shall not be less than 50
Mega- Ohms divided by the number of points of the circuit provided that the whole
installation shall be required to have insulation resistance greater than one Mega-ohm.
Control rheostats, heating and power appliances and electric signs may, if desired, be
disconnected from the circuit during the test, but in this case the insulation resistance
between the case of frame and all live parts of each rheostat, appliances and signs shall
not be less than half a Mega-ohm.
The insulation resistance shall also be measured between all conductors connected to
one pole or phase conductor of the supply and all conductors connected to the neutral or
the other pole or phase conductor of su pply. Such test shall be made after removing all
metallic connections between two poles of the installation. The insulation resistance
between the conductors of installation shall not be less than that specified above.
Earth Continuity Test.
The earth continuity conductor including metal conduits and metallic envelope of cables
in all cases shall be tested for electric continuity and electrical resistance of the same
along with the earthing lead but excluding any added resistance of earth leakage circuit

Page 153 of 172


breaker measured from the connection with the earth electrode to any point in the earth
continuity conductor in the completed installation shall not exceed 1 ohm.
Earth Electrode Resistance Test
The resistance of each earth electrode shall be tested with an earth tester and the
combined earth resistance of the earth grid of an installation shall be maintained as
mentioned below.
Distribution Substations : 2 ohms
Industrial Buildings : 4 ohms
Non industrial Buildings : 5 ohms
Earth continuity inside an installation : 1 ohm (From electrode to any point in
installation)
The completed installation shall be taken over only if the results obtained from the
above tests are within the limits mentioned above and in accordance with I.E. Rules. On
completion of testing of installation, a certificate shall be furnished by the contractor
countersigned by the certified supervisor having a valid electrical supervisory licence
issued by Electrical Licensing Board of the State Government under whose direct
supervision the installation was carried out. This certificate shall be in a prescribed form
obtainable from local supply authority.
Main Distribution Boards and Sub Distribution Boards:-

The Main Distribution Boards (MDB) and Sub Distribution Boards (SDB) shall be
wall mounted or floor mounted type and made out of 2.0-mm (14swg) CRCA sheet
steel. In case of wall mounted boards the entire sheet steel enclosure shall be
mounted on a mild steel angle framework with adequate fixing arrangement for
grouting. In case of floor mounted boards the enclosure shall be fixed to a mild steel
angle framework with mild steel base channels. All the incoming and outgoing
switchgears and breaker other than MCB shall be fixed in separate compartments.
All switchgears above 63A rating and breakers shall be provided with door
interlocks so as to open only in OFF position. All MCCB shall be provided with
external operating handle. The ON, OFF, TRIP (where available), Rating marking
and nomenclature plates shall be provided near operating handle. A continuous earth
bus made out of Galvanized Iron or Aluminum strips of adequate size shall be
provided at the bottom of panel for the entire length. Arrangement shall be made at
both the ends of earth bus for easy entry and termination of earthing lead from
external earth installations.
Cable compartments of adequate size shall be provided for easy termination of all

Page 154 of 172


incoming and outgoing cables entering from bottom or top. Proper cable supports
shall be provided in cable compartments. All incoming and outgoing terminals shall
be brought out to terminal blocks or to a extended rigid strip directly from the
switch-gear/ breaker. Separate cable compartments shall be provided for incoming
and outgoing cables. Ventilation arrangement in the form of finely divided wire
mesh shall be provided at both sides towards the top.

Miniature Circuit Breaker (MCB):-

The miniature circuit breakers (MCB) of appropriate curve (as specified in bill of
quantities) and approved make only shall be used. These shall be fully automatic
with provision of thermal & magnetic tripping arrangements and Trip-free
mechanism. Current limiting type MCB shall generally be used. These shall be rated
for a Service Breaking Capacity of minimum 10-kA and confirm to IS: 13947. The
MCB shall be ISI marked.

Moulded Case Circuit Breaker (MCCB):-


The Moulded Case Circuit Breakers (MCCB) of thermo-magnetic type with
adjustable current setting (70% to 100% of the rated current specified) and approved
make only shall be used. These shall be fully automatic with provision of thermal &
magnetic tripping arrangements, mid-trip indication and Trip-free mechanism. “Push
to Trip” button shall be available in the MCCB. These shall be rated for a Service
Breaking Capacity from 25-kA to 85-kA. In case, the Service Breaking Capacity is
not specified, 25-kA MCCB may be provided. Handle operating mechanism with
door interlock, defeat interlock and handle interlock shall be provided with MCCB.
The breaking time for MCCB shall be less than 20 milliseconds. The MCCB shall
confirm to IS: 13947.
Residual Current Circuit Breaker with Overload Protection (RCBO) :
The Residual Current Circuit Breakers with overload protection (RCBO) shall be
suitable for protection against earth leakage, over current & short circuit in the
system. A RCCB without in built overload protection along with MCB backup of
appropriate rating may be provided in place of RCBO within the tender rate. The
RCBO shall have test facility along with fault indication. The minimum breaking
time for these shall be less than 30 milliseconds. The RCCB shall confirm to IS:
13947and bear ISI mark.
Residual Current Circuit Breaker (RCCB) :
The Residual Current Circuit Breakers (RCCB) shall be suitable for protection

Page 155 of 172


against earth leakage in the system. The RCCB shall have test facility along with
fault indication. The minimum breaking time for these shall be less than 30
milliseconds. The RCCB shall confirm to IS: 13947 and bear ISI mark.
Sub-Station :
Planning, designing, capacity calculations with load details, Complete design details,
supply, installation, testing and commissioning of complete Substation Works along
with required 11KV line for incoming to the HT Panel & equipment which includes
HT Panels with metering, Oil cooled Transformer(11/0.433KV, 100KVA, ONAN),
LT Panel, HT cables, Distribution Panels, SPD (Surge Protection Device), other
related works like LT cabling from sub-station, chemical earthing complete as
required. Statutory clearances wherever required will have to taken by the firm.
Bridge Decorative Lighting:
The agency have to Design, Supply, Installation, Testing & Commissioning of
decorative LED Lighting System for Bridge Design illumination.

Page 156 of 172


Technical Specification for 30 kWp Solar Hybrid PV plant
Specifications:
The general scope under this contract includes design, testing, inspection, packing and
forwarding, transportation up to project site, loading & unloading, storage in safe custody,
erection, carrying out preliminary tests at site, commissioning, performance testing, operation
and maintenance for 1 year & handing over to all the equipment of SPV Power plant on the
respective sites / as per instruction from time to time.
1. Solar PV Module

a. The PV modules to be used should be made in India.


b. The PV modules should qualify to the latest edition of IEC PV module qualification
test or equivalent BIS standards Mono-Crystalline (PERC) Silicon Solar Cell
Modules IEC 61215/IS14286. In addition, the modules shall conform to IEC 61730
Part-2- requirements for construction & Part 2 – requirements for testing, for safety
qualification or equivalent IS. The module should also confirm to IEC 61701 (Salt
Mist Corrosion Testing)
c. The total solar PV array capacity should not be less than the required capacity and
should comprise of solar Mono-crystalline (PERC-half-cut) modules of 540 Wp
with module efficiency of 20.8 % as per MNRE standard.
d. Protective devices against surges at the PV module shall be provided. Low voltage
drop bypass diodes shall be provided.
e. PV modules will be tested and approved by one of the MNRE/IEC authorized test
centres.
f. The module frame shall be made of corrosion resistant materials, preferably having
anodized aluminium.
g. Other general specification for the PV modules and subsystems shall be the
Following as:
i. The rated output power of any supplied module shall have tolerance of +/-3%.
ii. The peak-power point voltage and the peak-power point current of any supplied
module and/or any module string (series connected modules) shall not vary by more
than 3 (two) per cent from the respective arithmetic means for all modules and/or
for all module strings, as the case may be.
iii. The module shall be provided with a junction box with either provision of external
screw terminal connection or sealed type and with arrangement for provision of by-
pass diode. The box shall have hinged, weather proof lid with captive screws and
cable gland entry points or may be of sealed type and IP- 21/20 rated.

Page 157 of 172


iv. I-V & P-V curves at STC will be provided after installation.
v. PV modules used in solar power plants must be warranted for output wattage, which
should not be less than 90% at the end of 10 years and 80% at the end of 25 years.
h. Modules should have a RF identification tag. The following information will be
mentioned in the RFID used on each module (This can be inside or outside the
laminate, but must be able to withstand harsh environmental conditions).
i. Name of the manufacturer of the PV module
ii. Name of the manufacturer of Solar Cells.
iii. Month & year of the manufacture (separate for solar cells and modules)
iv. Country of origin (separately for solar cells and module)
v. I-V curve for the module Wattage, Im, Vm and FF for the module
vi. Unique Serial No and Model No of the module
vii. Date and year of obtaining IEC PV module qualification certificate.
viii. Name of the test lab issuing IEC certificate.
ix. Other relevant information on traceability of solar cells and module as per
ISO 9001 and ISO 14001.
2. ARRAY/MODULE MOUNTING STRUCTURE:
i. Hot dip galvanized MS/Aluminium mounting structures shall be used for mounting the
modules/ panels/arrays. Each structure will have angle of inclination as per the site conditions
to take maximum insolation.
ii. The design details are as follows:
a. The inclination of module should be as per the latitude of the Location.
iii. The mounting structure should be as per latest IS 2062: 1992 and galvanization of the
mounting structure shall be in compliance of latest IS 4759.
iv. The fasteners should be made up of stainless steel. The structures shall be designed to
allow easy replacement of any module.
vi. The minimum clearance of the structure from the ground level should be in between 1-1.50
m.
vii. Special care should be taken while designing all structures for modules to cater to heavy
rainfall.
viii. PV array shall be installed should be free from any obstruction and/or shadow. PV array
shall be installed to minimize effects of shadows due to adjacent PV panel rows.
ix. Adequate spacing shall be provided between two panel frames and rows of panels to
facilitate personnel protection, ease of installation, replacement, cleaning of panels and
electrical maintenance.

Page 158 of 172


x. The minimum clearance between lower edge of PV panel and terrace ground level shall be
150 mm to allow ventilation for cooling, also ease of cleaning and maintenance of panels
as well as cleaning of terrace.
xi. Each array may be provided with two bird repellents spikes at a level higher than the
upper edge of the array. The location of the spike should be selected for minimum shadow
effect.
xii. The support structure shall be free from corrosion when installed.
xiii. PV modules shall be secured to support structure using screw fasteners and/or metal
clamps. Screw fasteners shall use existing mounting holes provided by module
manufacturer. No additional holes shall be drilled on module frames. Module
fasteners/clamps shall be adequately treated to resist corrosion.
xiv. Adequate spacing shall be provided between any two modules secured on PV array for
improved wind resistance.
xv. The structure shall be designed to withstand operating environmental conditions for a
period of minimum 25 years.
xvi. The structure should be appropriately designed to withstand high wind velocities up to
180-200 km per hour. (The bidder is required to submit a certificate from an authorized
chartered engineer with regards to the strength and durability of the structure).
3. ARRAY/ MAIN JUNCTION BOXES (JBs):
a) The J. Boxes (JBs) made of GRP/FRP/Powder Coated Aluminium /cast aluminium alloy
with full dust, water & vermin proof arrangement shall be provided. All wires/cables
shall be terminated through Copper cable lugs. The JBs shall be such that input & output
termination can be made through suitable cable glands.
b) Copper bus bars/terminal blocks housed in the junction box with suitable termination
threads Conforming to IP65 standard and IEC 62208 Hinged door with EPDM rubber
gasket to prevent water entry. Single / double compression cable glands.
c) Fuse protection should be provided for each string for +ve cables.
d) Each Junction Box shall have High quality Suitable capacity Metal Oxide Varistors
(MOVs)
/ SPDs, suitable Reverse Blocking Diodes. The Junction Boxes shall have suitable
arrangement monitoring and disconnection for each of the groups.
e) Suitable markings should be provided on the bus bar for easy identification and suitable
cable glands with ferrules must be fitted at the cable termination points for identification.
f) Array Junction Box should be IP 65(for outdoor)/ IP 54(for indoor) as per IEC 60529 and
should be provided with fuses and Isolators of suitable ratings.

Page 159 of 172


g) ACDB should have surge protection device of class 2 as per IEC 60947/60364-5-53, to
protect inverters from surges in the AC line.
h) AJBs/MJB may be kept below the modules.ACDB should be put at safe distance from
DCDB/AJBs/MJBs to avoid Eddy current interference.
4. DC DISTRIBUTION BOARD:
a) Dust & vermin proof Enclosures of Polycarbonate/GRP/FRP/Powder coated
Aluminium/Cast Aluminium Alloy & should have IP 65(outdoor)/54(indoor) compliant
to IEC 60529.
b) The bus bars are made of copper of desired size. Suitable capacity MCBs/MCCB shall be
provided for controlling the DC power output to the PCU along with necessary surge
arrestors.
c) Suitable cable entry points with cable glands and ferrules should be provided.
d) DC SPD of type 2 compliant to IEC 60497 with fuse should be provided.
e) Design ambient temperature should be 0-60 degC.
5. AC DISTRIBUTION PANEL BOARD:
a) AC Distribution Panel Board (DPB) shall control the AC power from PCU/ inverter, and
should have necessary overcurrent & surge protection.
b) All switches and the circuit breakers, connectors should conform to IEC 60947, part I, II
and III/ IS60947 part I, II and III.
c) All the Panel’s should be metal clad, totally enclosed, rigid, floor mounted, air -
insulated, cubical type suitable for operation on three phase / single phase, 415 or 230
volts, 50 Hz.
d) Suitable cable entry points with cable glands and ferrules should be provided.
e) DC SPD of type 2 compliant to IEC 60497 with fuse should be provided.
f) Design ambient temperature should be 0-60 degC.
g) The panels should be designed for minimum expected ambient temperature of 45 degree
Celsius, 80 percent humidity and dusty weather.
h) All indoor panels should have protection of IP20 or better. All outdoor panels will have
protection of IP21 or better.
i) Should confirm to Indian Electricity Act & rules (till last amendment)
j) All the 415 V or 230 V devices/ equipment like bus support insulators, circuit breakers,
SPDs, VTs, etc. mounted inside the switchgear shall be suitable for continuous operation
and satisfactory performance under the following supply conditions:
Variation in Supply Voltage +/- 10%
Variation in Supply frequency +/- 3 Hz

Page 160 of 172


6. POWER CONDITIONING UNIT/INVERTER:
i. As SPV array produce direct current electricity, it is necessary to convert this direct current
into alternating current and adjust the voltage levels before powering equipment designed
for nominal mains AC supply. Conversion shall be achieved using an Inverter
(hybrid/micro) and the associated control and protection devices. All these components of
the system are termed the “Power Conditioning Unit” OR simply PCU. PCU refers to
combination of charge controller, inverter and AC charger and shall be supplied as
integrated unit or separate units.
ii. The inverters of 15 KVA each (hybrid/micro) should be highly efficient. The inverter should
confirm IEC 61683, IEC 60068 & IEC 62116(Anti-islanding Protection) i.e. it should island
the Solar PV system in case the Grid shuts down. It should be based on MPPT design.
Beyond the maximum load the inverters should trip. The inverters should be designed to be
completely compatible with the distribution panels and are of integrated design.
iii. Salient features of the Inverters(hybrid/micro) shall be as follows:
a. The PCU should be designed to be completely compatible with the SPV array voltage.
b. Inverter with inbuilt MPPT should be used.
c. The sine wave output of the inverter shall be 415 V, 3 phase, 50 HZ AC.
d. The peak inverter efficiency inclusive of built in isolation transformer shall exceed 85% at
full load.
e. Inverter shall provide display of PV array DC voltage & current, Inverter Voltage &
Current, and required parameters when fault occurs. Remote monitoring of inverter
parameters must be facilitated.
f. Operating temperature Range shall be 0 to 55 deg C
g. Maximum Power Point Tracker (MPPT) shall be integrated in the power conditioner unit
to maximize energy drawn from the Solar PV array.
h. The charge controller/ MPPT units should qualify to IEC standards.
7. Battery:
The Solar Power system will work on hybrid mode, batteries will be required for storage of
electricity when the system is disconnected from Grid or can be used for the days/seasons
when the solar insolation is not adequate for generation of electricity. The battery with voltage
& capacity requirement of 12 V 200 Ah should comply with the MNRE standards & quality
with a warranty of 5 years (60 months).
8. PROTECTION:

Page 161 of 172


The SPV power plant should be provided with Lightening and over voltage protection,
connected with proper earth pits. The main aim of over voltage protection is to reduce the
over voltage to a tolerable level before it reaches the PV or other sub-system components.
The source of over voltage can be lightning or other atmospheric disturbance.
a. Lightening
a. The lightning Conductors shall be made of 25 mm diameter 4000 mm long GI spike as per
provisions of IS 2309-1969. Necessary concrete foundation for holding the lightning
conductor in position should be made after giving due consideration to maximum wind
speed and maintenance requirement at site in future. The lightning conductor should be
earthed through 20 mm X 3 mm thick GI flat earth pits/earth bus with proper Insulation.
Height of Lightening Conductors from Array Structure should be minimum 4metres.
b. Most areas of the State being prone to lightening, Type-II SPDs shall be included as a
mandatory requirement.
c. Similarly Type I+II SPD should also be provided on the grid side in ACDB or PCU to
protect the PCU from damage.
b. Earthing
a. Earthing should confirm to IS 3043.
b. Earth Continuity wire/conductor should be 3-8 SWG. Thickness of Conductor should be
more than half of the thickest wire used in Electric wiring. Total resistance of continuity
conductor should be less than 1 ohms.
c. Earthing lead can be of GI/Copper Strip. For each Earth Electrode 2 Leads must be
provided.
d. Earth Electrode can be of GI Pipe/Plate. Pipe Electrode should be of 40 mm dia, 4.75 m
length (for rocky soil)/2.75 m (for ordinary soil). Plate Electrode should be of 60 cm*60
cm at a depth of 3 m. Thickness of Plate should be 3.18 mm (copper)/6.35 mm (GI).
Moistened land should be preferred for Earthing.
e. Charcoal along with Salt and Lime mixture/ Bentonite in granular form mixed with water/
Marconite/ Chemical Earthing (Bentonite based/ Graphite based with Aluminium Silicates
& Metal Powder) should be provided. The mixture should be inserted into the pipe or put
around the plate. The Electrode system should be covered with cast iron cover plate with
locking arrangement. (Marconite is recommended due to its Very Low resistivity)
f. No . of Earthing points to be used:
1. One Earthing for all the Structural Conducting Parts
2. One Earthing for Inverter with ACDB, Array JB & Main JB.
3. One Earthing for Lightening Arrester.

Page 162 of 172


g. Each array structure of the SPV yard will be grounded properly. The array structures and
the lightning conductors are to be connected to earth through 25 mm X 5mm GI strip.
h. The inverters and all equipment inside the control room shall be connected to earth through
25 mm X 5mm tinned copper/GI strip including supplying of material and soldering. Earth
bus should be provided inside the control room with 25 mm X 5mm tinned copper/GI strip.
i. In compliance to Rule 61 of Indian Electricity Rules, 2004 (as amended up to date), all non-
current carrying metal parts shouldlightingbe earthed with two separate and distinct earth
continuity wires.
9. SURGE PROTECTION DEVICES (SPD):
a. Surge protection device should be provided on both the DC side and the AC side of the
solar PV system. It should have protection voltage of 2.5 kV & Nominal Discharge
current of 5 kA (8/20) μ sec.
b. The DC surge protection devices (SPDs) should be installed in the DC distribution box
adjacent to the solar inverter.
c. The AC SPDs shall be installed in the AC distribution box adjacent to the solar inverter.
d. The SPD’s earthing terminal should be connected to earth through the
abovementioned dedicated earthing system.
10. REMOTE MONITORING SYSTEM:
1. The Solar PV Power plant must be provided with remote monitoring system
embedded to the Generation Meter. The RMS must be capable of providing ONLINE
Generation data (daily, monthly, yearly & total). The features of the RMS along with
operational details must be submitted along with the Bid.
2. These systems should work using GSM/GPRS data communication service
(GSM/GPRS service shall be provided by the Vendor for 5 years including data
charges) or SMS (Short Message Service). They must provide data on power
generation every 15 minutes indicating all spikes, dips etc.
*Important features:
a. Cloud based Communication.
b. Dashboard display on PC, Laptop, Tab, smart phone c. Internal communication
protocols.
11. CABLES & WIRINGS:
a. The Cable & Wires should comply to IEC60227 or IS694 & IEC60502 or IS1554
BSEL50618 (for DC cables for PV systems).
b. All copper flexible cables should comply to IS651 and make should be Polycab,
Havells or equivalent.

Page 163 of 172


c. Colour code should be followed for overall wiring i.e, red for positive, black for
negative, green for earth.
d. All cable should run in suitable PVC Conduits. No cable should be directly exposed to
sunlight.
e. Cable Sizes should be as per the given Current and Voltage ratings.
f. All cables should be solar grade cables.
12. DRAWINGS & MANUALS:
Two copies of Engineering, electrical drawings and Installation and O&M manuals and are to
be supplied. Bidders shall provide complete technical data sheets for each equipment giving
details of the specifications along with make/makes in their bid along with basic design of the
power plant and power evacuation, synchronization and distribution for street lighting system
along with protection equipment. Approved ISI and reputed makes for equipment be used. For
complete electro-mechanical works, bidders shall supply complete design, details and
drawings for approval before progressing with the installation work. desired calculations,
CUF & PR to be provided as required.

Page 164 of 172


ANNEXURE-III TO SECTION-8

LIST OF ACCEPTABLE MAKES FOR DIFFERENT ITEMS


LIST OF ACCEPTABLE MAKES FOR DIFFERENT ITEMS
SL DESCRIPTION OF ITEM/
PROVISION MAKE
NO LOCATION
1 CIVIL WORKS
A Structural
ULTRATECH/ RAMCO/
1 Cement OPC/PPC Dalmia/ACC/EMAMI/Any other make
Approved By employer
2 Chemical Admixtures SIKA / FOSROC/MYK
TATA TISCON/ SAIL/ VIZAG
3 Reinforcement Steel CRS
/JINDAL
To be regulated in terms of Ministry of
Road Transport & Highways letter no.
4 Bitumen/ Modified Bitumen
RW/NH-35072/05/2018-S&R (P&B)
Dated 24.08.2022
Hindcol/Tiki Tar Shell India Ltd./ACU
road crafts/M/S Jainidhi Bitumen
Specialties Pvt. Ltd/IWL/IOCL/Bedrock
5 Emulsion (RS & SS)
Chem Infra LLP/Supreme Bituchem India
Pvt. Ltd./Vishal Sales (Vizcol)/OOMS
Polymers
TATA/DP Wire/Usha Martin/Kataria/M/S
6 Pre-stressing Steel (HT Strands)
Miki Steel Works Pvt. Ltd
Pre-stressing
7 Dynamic/M/S Tensa/Usha Martin/Kataria
Duct/Material/Agency
RE Wall Agency (Design and Source approval to be accorded subject to
8
supply) fulfilment of prescribed specifications
Meccaferri/Maruti Rub-Plast Pvt.
Ltd/Geosys/M/S Strata Geosynthesis/M/S
9 Geogrid/Geotextile/Geosynthetic Techfab India/Terrain Infratech (for Geo-
Cell & Geo-Strip Only)/Virender Textile
(for Geo-composite & Geo-Strip Only)
To be regulated in terms of Ministry of
POT-cum- Road Transport & Highways letter no.
10 Bridge Bearing
PTFE/Spherical/Elastomeric RW/NH-34054/2/2011-S&R (B) Dated
14.08.2022

Page 165 of 172


LIST OF ACCEPTABLE MAKES FOR DIFFERENT ITEMS
SL DESCRIPTION OF ITEM/
PROVISION MAKE
NO LOCATION
To be regulated in terms of Ministry of
Road Transport & Highways letter no.
11 Expansion Joints Modular/ Strip Seal
RW/NH-34054/2/2011-S&R (B) Dated
14.08.2022
GR Infra Projects Ltd/Utkarsh Tubes &
12 Metal Beam Crash Barrier W-Beam/Thrie Beam Pipes/Jindal (India) limited/M/S Safety
First
13 Bitumen and Emulsion HPCL, IOCL
Parapet wall, Guard Post, KM
14 Synthetic enamel paint Asian / Berger/ ICI/ Nerolac
stone Painting
15 Raised Pavement Marker (RPM) 3M, Avery Dennison
Automark Technologies (India) Pvt. Ltd,
Hot applied thermoplastic
16 DOW Chemical International Pvt. Ltd.,
compound
Jayanti Construction Chemicals,
17 Retroreflective sign sheeting Road safety Signages 3M, Reflexite Safety India Pvt. Ltd
Both Anodised & Powder
18 Aluminium Section Jindal/ Indal
Coated
19 Water proofing Chemical Waterproofing SIKA/Pidilite/Dr Fixit/Zydex / Fosroc
20 Anti corrosive paint Chemical Waterproofing Sikagard 550W/Sikagard PU UR
2 ELECTRICAL WORKS
1 Point wiring Recessed wiring
2 PVC Conduit Pipe ISI Rigid PVC Polycab/ Anchor/Norpack
3 M.S. conduit pipe ISI Marked BEC/ Supreme/ Kalinga/AKG
4 GI Pipe ISI Marked TATA/JINDAL/equivallent
Finolex/ Havells/ Anchor/
5 Wire FRLS
Polycab/KEI/Gloster/Rajnigandha
6 Switches & Socket. Modular type Legrand/ Crabtree/ Schneider/ Panasonic
7 Bakelite sheets Hylam/ Formica
Legrand/ Havells/ L&T/ ABB/
8 MCCB, MCB, RCCB, RCBO ISI Marked
Panasonic/Schneider/Siemens
Company make Metalic Legrand/ Havells/ L&T/ ABB/
9 BDB
Double door Panasonic/Schneider/Siemens
Hensel/Vijaya Electrical
LT Distribution Board Anodised & Powder
10 Industries/Technocrat/
(Fabricated) Coated.
PowerProffessionals
11 HT Panel OEM L & T/Schneider/ABB/Siemens
12 Instrument viz voltmeter etc ISI Marked AE/ IMP/ Meco

Page 166 of 172


LIST OF ACCEPTABLE MAKES FOR DIFFERENT ITEMS
SL DESCRIPTION OF ITEM/
PROVISION MAKE
NO LOCATION
Switch gears viz isolator
Legrand/ Siemens/ L&T/ Havells/ ABB/
13 switches, SFU, starter, change ISI Marked
Anchor/ Panasonic
switch, HRC fuse holder etc
14 Selector switch ISI Marked Kaycee/ Saltzer
15 Indicating Lamp LED Type BINAY/ SIEMENS/ L&T/ ABB
16 Energy meters Govt. Approved GEC/ Secure/ L&T/ HPL/ Visiontech
17 CTs & PTs ISI Marked AE/ Kappa/ Eastern Switchgear
Anchor/ Havells/ BPC/ ABB/ Anchor/
18 Kitkat Extension type ISI Marked
Panasonic
Legrand/ Havells/ L&T/ ABB/ Anchor/
19 Metal clad plug socket ISI Marked
Panasonic
PVC insulated cables &
20 ISI Marked KEI/ Polycab/ Havells/ Gloster
Armoured cable
21 Cable lugs Dowells/ Ismal/ Clipon
22 Cable jointing kits M Seal
Philips/ Havells/ Wipro/ Bajaj/ Panasonic/
23 Fitting & Fixture LED Type
G-ON/Goldwyn
24 Adhesive & Insulating Tapes Steelgrip
CESU Approved, Copper Alfa/ OTPL/BEE/ Hitech Power/ Power
25 Transformer
wound, Star rated Link
26 Lightening Arrester ABB/ OBLUM/ OBO
27 Earthing Chemical Earthing ABB/ OBO
SOLAR PV WORKS
01 Solar Module MNRE Approved Waree/Tata power solar/Equivalent
02 MCCB ISI Marked L&T/Schneider/Siemens
03 Inverter Statco/Luminous /Solis/New
Growwatt/Sungrow/Equivalent
04 Battery MNRE Standard NED-Spark Gel type/Exide/Luminous
India (RDSO/SEC Approved)
05 Cables ISI Marked KEI/Polycab/Havells/Equivalent
06 Energy Meter Govt. Approved Secure/GEC /L&T/HPL/Panasonic
07 Lightening arrestor ABB/OBLUM/OBO
08 Earthing Chemical ABB/OBO
09 ACDB with SPD, DCDB As per the designed Solar PV system.

Page 167 of 172


Section-9
Payment Schedule

Page 168 of 172


Out of the agreement amount, the Design and Reporting stage cost shall be 2%,
Construction Stage cost 95% and the Acceptance stage cost -3%. The client shall effect payments to
bidder in accordance with the following schedule.

SL NO PAYMENT AS % OF
ACTIVITY
CONTRACT PRICE

(A) (B) (C.) (D) (E.)


1 DESIGN STAGE @ 2% of Contract Price 2.000%
1.1 On approval of Inception Report, detail survey, initial pile
0.500%
load test, GAD & QMP
1.2 On approval of Structural Design and Drawing-Upto Sub-
0.500%
Structure
1.3 On approval of all Structural Design and Drawing. 0.500%
1.4 On approval of final design drawing showing electrical
0.500%
and drainage layout plan and detail structural design
2 CONSTRUCTION STAGE @ 95% of Contract Price
2.1 Major Bridge 86.700%
2.1.i. On completion of Foundation
a On Completion of Pile including statutory tests 26.97%
b On Completion of Pile Cap 7.780%
2.1.ii. On Completion of Substructure i.e. upto pedestal
4.520%
bottom.
2.1.iii. On completion of Superstructure
a On Completion of Superstructure-Pedestal including
1.830%
Bearing % as per Item
b On Completion of Superstructure BOW String Girders 40.390% 2.1. as
c On Completion of Superstructure -Girders 6.890% mentioned in
d On Completion of Deck Slab 6.520% Column (E).
e Superstructure-Wearing Coat including Mastic Asphalt
over Deck Slab, Expansion joint, etc 2.230%

2.1.iv. On Completion of Approach slab, Crash Barrier,


Footpath, RCC Railings, protection work like dirt wall,
toe wall, median wall, including back fill, pitching, anti- 2.870%
corrosive paint on structural steel & other finishing item,
etc.
2.2 Minor Bridge 1.080%
i Foundation-upto PCC including dismantling existing
7.370%
bridge
ii BOX structure 45.300% % as per Item
iii Retaining wall including backfill, filter media 31.430% 2.2. as
iv Other Protection work like stone pitching, filter media, mentioned in
6.220%
etc Column (E).
v Crash barrier, Approach Slab 4.270%
vi Wearing Coat 5.410%
2.3 On Completion of Construction of New Culvert 0.190%
2.4 Approach road including road safety furniture 2.800%

Page 169 of 172


i On Completion of Subgrade
13.450%
ii On Completion of granular Sub-Base Course 21.190%
iii On Completion of Granular Base Course 26.040% % as per Item
iv On Completion of Bituminous Base Course 24.550% 2.4. as
mentioned in
v On Completion of Wearing Course 8.650%
Column (E).
vi On Completion of Road safety provisions like boundary
pillar, 200m, Km stone, Road markings, RPM, Crash 6.120%
Barrier, Signboard
2.5 On Completion of Construction of Retaining Wall 4.230%
3 ACCEPTANCE STAGE @ 3% of Contract Price 3.000%
3.1 On satisfactory completion of requisite tests as
mentioned in Schedule K & handing over of the project. 2.000%

3.2 On submission of As-Built drawings and other documents


1.000%
as mentioned in Contract Data
TOTAL (1+2+3) 100.000%

Payment may be made on prorated basis on request of the contractor for each
individual in commensurate with progress after due approval from the Employer. However, in
no case, the total cost of payment exceeds the Lump Sum Contract Value for which the
agreement is signed.

Page 170 of 172


SECTION –10
DOCUMENTS TO BE FURNISHED BY BIDDER

1. Documents as specified in Section 1, must be submitted by the Bidder in the Formats


mentioned in Section 2 along with the BID.

2. Any other document, if asked by Employer for clarification during evaluation, shall be
submitted by the bidder.

CHECKLIST OF DOCUMENTS TO BE SUBMITTED IN TECHNICAL BID


Submitted (Yes/No)
Criteria Document to be submitted

1 Bid Processing Fees Scanned copy of Demand Draft

Scanned copy of EMD/Bid Security


2 EMD/ Bid Security -
fee deposit details.

Written power of attorney of the


3 signatory of the Bid to commit the Copy of power of attorney
Bidder

4 Whether Indian firms (Y/N) Certificate of Incorporation


Class of Contractor –Super Class
(Government of Odisha Registration)
or equivalent of other State
5 Governments / Government of India / Relevant Certificate
MES / Railways for execution of Civil
works in general and Road, Bridge &
Building work in particular
Incorporation Certificate, Partnership
6 Constitution or legal status of Bidder
Deed, Trade License, MoA, AoA

7 Place of registration Qualification Information

8 Principal place of business Qualification Information

Major items of construction equipment Invoices of equipment / Lease


9
proposed to carry out the Contract agreement/Letter of Commitment
Qualifications and experience of key
10 site management and technical Detailed CV
personnel proposed for the Contract
Reports on the financial standing of the
CA Certificate along with Audited
Bidder, such as profit and loss
11 Financial report for the relevant
statements and auditor's reports for the
Financial Years
past five financial years

Evidence of adequacy of working


capital for this contract [access to line
(s) of credit and availability of other
12 Banker's certificate
financial resources];
Liquid assets and / or availability of
credit facilities

Authority to seek references from the


13 Bankers Details
Bidder's bankers

Information regarding any litigation or


arbitration resulting from contracts
14 List of Litigation, if any
executed by the bidder in the last five
years or currently under execution

Page 171 of 172


Submitted (Yes/No)
Criteria Document to be submitted

15 Methodology & Programme. To be submitted in Cover-III as DBR

Bids from Joint venture - Bids from


16 Joint ventures / Consortiums / To be mentioned
Association of Parties are not acceptable
Turnover from Civil Construction
17 Annual minimum turnover works certified by chartered
accountant
The Firm should demonstrate making
18 CA/ Statutory auditor certificate
profit

19 Should have valid PAN and GSTIN Scan copy of valid PAN and GSTIN

Experience of successful completion of


Completion Certificate from
works / substantial completion of works
Competent Authority mentioning all
20 (90% of the value of the contract to be
the details as per Bid Data Sheet/TDS
considered as substantial completion) as
referred in Bid Data Sheet Cl. 4.4.A(b). Certificate for Pvt Sector Project

21 Bid Validity Undertaking Undertaking


Affidavit by the bidder duly signed by
22 Affidavit the Notary Public and as specified in
Section 2,

23 Design Basis Report As mentioned in the RFP

As per format given in Section-2 of the


24 Certificate of No Relationships
tender document
Information Regarding Any Conflicting
As per format given in Section-2 of the
25 Activities and Declaration Thereof
tender document

26 Proposal for Sub-Contract To be mentioned

Total 172 (One Hundred Seventy Two) pages only.

APPROVED

Sd/-
EIC-cum-Managing Director

Page 172 of 172

You might also like