ca no: hq dgbr/ /2018 - 2019 · 2018. 7. 30. · superstructure and abutment including bridge...

78
CA NO: HQ DGBR/ /2018 - 2019 PREPARATION OF DETAILED DESIGN AND DRAWINGS FOR MAJOR PERMANENT BRIDGE SUPER STRUCTURES [BOTH PSC BOX GIRDER TYPE AND STEEL TRUSS SUPERSTRUCTURE (THROUGH TYPE)] OF VARIOUS SPANS AND RCC ABUTMENTS OF VARIOUS HEIGHTS WITH OPEN/WELL FOUNDATIONS OF LOAD CLASS 70R HAVING TWO LANE SPECIFICATIONS WITH FOOTPATH

Upload: others

Post on 09-Dec-2020

2 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: CA NO: HQ DGBR/ /2018 - 2019 · 2018. 7. 30. · superstructure and abutment including Bridge Bearings. (d) Preparation of detailed structural and construction drawings, bill of quantities

CA NO: HQ DGBR/ /2018 - 2019

PREPARATION OF DETAILED DESIGN AND DRAWINGS FOR MAJOR PERMANENT BRIDGE SUPER STRUCTURES [BOTH PSC BOX GIRDER TYPE AND STEEL TRUSS SUPERSTRUCTURE (THROUGH TYPE)] OF VARIOUS SPANS AND RCC ABUTMENTS OF VARIOUS HEIGHTS WITH OPEN/WELL FOUNDATIONS OF LOAD CLASS 70R HAVING TWO LANE SPECIFICATIONS WITH FOOTPATH

Page 2: CA NO: HQ DGBR/ /2018 - 2019 · 2018. 7. 30. · superstructure and abutment including Bridge Bearings. (d) Preparation of detailed structural and construction drawings, bill of quantities

CA NO. HQ DGBR/ /2018-2019 Srl Page No. 1

(Signature of the Consultant with seal)

Dated : 2018 For Accepting Officer

BORDER ROADS ORGANISATION HQ DGBR/B & T DTE, NEW DELHI-10

Name of work :

PREPARATION OF DETAILED DESIGN AND DRAWINGS FOR MAJOR PERMANENT BRIDGE SUPER STRUCTURES [BOTH PSC BOX GIRDER TYPE AND STEEL TRUSS SUPERSTRUCTURE (THROUGH TYPE)] OF VARIOUS SPANS AND RCC ABUTMENTS OF VARIOUS HEIGHTS WITH OPEN/WELL FOUNDATIONS OF LOAD CLASS 70R HAVING TWO LANE SPECIFICATIONS WITH FOOTPATH

COMPOSITION OF THE TENDER DOCUMENTS

S/No Section Description Page No

From To

A. PART-I (TECHNICAL BID)

01 - Contents Sheet 01

02 I Invitation of Bid 02 – 07

03 II Instruction to Bidder 08 - 20

04 III Condition of the Contract 21 - 36

05 IV Terms of reference 37 – 53

06 V Tender/ Conditions acceptance letter

54 – 55

07 VI Formats for Technical Proposals & Guarantees 56 – 71

08 - NEFT/RTGS Mandate form 72

B. PART-II (PRICED/FINANCIAL BID)

“BOQ” including Annexure-I & II 73 - 77

C. OTHER DOCUMENTS FORMING PART OF CONTRACT AGREEMENT

09 - Errata/Amendments to the tender documents

10 - Relevant correspondence

11 - Acceptance letter

Total pages

Page 3: CA NO: HQ DGBR/ /2018 - 2019 · 2018. 7. 30. · superstructure and abutment including Bridge Bearings. (d) Preparation of detailed structural and construction drawings, bill of quantities

CA NO. HQ DGBR/ /2018-2019 Srl Page No. 2

(Signature of the Consultant with seal)

Dated : 2018 For Accepting Officer

SECTION-I

INVITATION OF BID

Page 4: CA NO: HQ DGBR/ /2018 - 2019 · 2018. 7. 30. · superstructure and abutment including Bridge Bearings. (d) Preparation of detailed structural and construction drawings, bill of quantities

CA NO. HQ DGBR/ /2018-2019 Srl Page No. 3

(Signature of the Consultant with seal)

Dated : 2018 For Accepting Officer

INVITATION OF BID NATIONAL COMPETITIVE BIDDING

BORDER ROADS ORGANISATION

Name of Work:

PREPARATION OF DETAILED DESIGN AND DRAWINGS FOR MAJOR PERMANENT BRIDGE SUPER STRUCTURES [BOTH PSC BOX GIRDER TYPE AND STEEL TRUSS SUPERSTRUCTURE (THROUGH TYPE)] OF VARIOUS SPANS AND RCC ABUTMENTS OF VARIOUS HEIGHTS WITH OPEN/WELL FOUNDATIONS OF LOAD CLASS 70R HAVING TWO LANE SPECIFICATIONS WITH FOOTPATH

1.1 INVITATION OF BID 1.1.1

In view of the recent revisions in various code of practices and design philosophy and to speed up pace of construction of bridges, facilitate framing of estimates on BOQ basis particularly in respect of bridges under taken for construction departmentally, it is proposed to standardize design and drawings of bridges of various span. It is accordingly proposed to invite Technical and Financial bid for the purpose. Accordingly Additional Director General Border Roads on behalf of President of India, here under described as “Employer” invites Technical and Financial bid from the empanelled consultants with MoRT&H/INFRCON for Bridge Design in appropriate category and contractors enlisted with BRO for construction of major permanent Bridges for “Preparation of Detailed Design and Drawings for Major Permanent Bridge Super Structures [both PSC Box Girder Type and Steel Truss Superstructure (Through Type)] of various spans and RCC Abutments of various heights with Open/well Foundations of Load Class 70R having Two Lane Specifications with Footpath”.

1.2 SCOPE OF SERVICES

1.2.1 The job to be carried out by the Consultant under this contract comprises of

(a) Preparation of detailed structural design and drawings of simply supported two lane PSC box girder superstructures for spans from 30m to 60m at an interval of 5.0m each (total 07 superstructures) and Steel truss superstructure (through type) from spans from 30m to 75m at an interval of 5m each (total 10 superstructures), with footpaths, crash barriers and other appurtenances, conforming to relevant IRC codes, BIS Codes, MoRT&H Specifications and these specifications.

(b) Preparation of detailed structural design and drawings of RCC abutment foundations for heights from 8.00m to 16.00m at an interval of 2.00m height each compatible to each span of superstructures (both type) designed above (total 85 cases) conforming to relevant IRC codes, BIS Codes, MoRT&H Specifications and these specifications.

(c) Design seismic arresters, appropriate to the bridge superstructure and abutment including Bridge Bearings.

(d) Preparation of detailed structural and construction drawings, bill of quantities and bar bending schedule.

(e) Preparation of detailed method statement for construction, erection and launching.

Page 5: CA NO: HQ DGBR/ /2018 - 2019 · 2018. 7. 30. · superstructure and abutment including Bridge Bearings. (d) Preparation of detailed structural and construction drawings, bill of quantities

CA NO. HQ DGBR/ /2018-2019 Srl Page No. 4

(Signature of the Consultant with seal)

Dated : 2018 For Accepting Officer

(f) Submission of all the design and drawings to DDG (Br & Tnl), HQ DGBR, New Delhi and obtaining his approval. (g) Getting all the designs and drawings proof checked by IIT, Delhi. (h) Submission of all approved design and drawings in hard copy in hard bound booklet form (150 copies) as well as digital format on hard disks (four numbers) to DDG (Br & Tnl), HQ DGBR, New Delhi.

1.3 PROCEDURE FOR OBTAINING BIDDING DOCUMENTS

1.3.1 The consulting firms may download bid document from BRO web site www.bro.gov.in (for reference only) and CPP Portal https://eprocure.gov.in/eprocure/app as per the schedule given in CRITICAL DATE SHEET as under :

CRITICAL DATE SHEET

Bid Document Publishing Date 26 Jul 2018 at (1100 Hrs)

Bid Document Download/Sale Start Date 27 Jul 2018 at (1100 Hrs)

Clarification Start Date 30 Jul 2018 at (1000 Hrs)

Clarification End Date 03 Aug 2018 at (1500 Hrs)

Pre Bid Meeting 06 Aug 2018 at (1100 Hrs)

Bid Submission Start Date 08 Aug 2018 at (1000 Hrs)

Bid Submission End Date 27 Aug 2018 at (1400 Hrs)

Opening Date of Technical Bid 28 Aug 2018 at (1500 Hrs)

Opening Date of Price Bid To be fixed later on.

1.3.2 1.3.3

Bids shall be submitted online only on CPPP website: https://eprocure.gov.in/eprocure/app. Manual (off line) bids shall not be accepted. Bidders are advised to follow the instructions provided in the ‘Instructions to the bidder for the e-submission of the bid online through the Central Public Procurement Portal for e Procurement at https://eprocure.gov.in/eprocure/app’. The steps to be followed to submit on line bid through https://eprocure.gov.in/eprocure/app’ is enclosed herewith for ready reference. The work is estimated to cost Rs 200.00 lakhs approximately or as subsequently amended in tender documents or uploaded in www.eprocure.gov.in website. This estimate, however, is not a guarantee and is merely given as a rough guide and if works cost more or less, the tenderer shall have no claim on that account of what so ever nature.

1.3.4 Tender must be accompanied by scanned copies of the original instruments in respect of earnest money/bid guarantee, original copy of affidavits, credit facility certificate and all the requisite documents connected to eligibility criterion. All documents/ papers uploaded/ submitted by the bidder must be legible.

1.3.5 Bid documents are not transferable.

Page 6: CA NO: HQ DGBR/ /2018 - 2019 · 2018. 7. 30. · superstructure and abutment including Bridge Bearings. (d) Preparation of detailed structural and construction drawings, bill of quantities

CA NO. HQ DGBR/ /2018-2019 Srl Page No. 5

(Signature of the Consultant with seal)

Dated : 2018 For Accepting Officer

1.3.6 Both the technical as well as financial proposal shall be submitted online at CPPP Web Site through e-tendering process. The hard copy of technical proposal as well as instrument against EMD/bid guarantee amounting to Rs. 2, 75, 000/- (Rupees Two lakh seventy five thousand only) also be delivered to the employer immediately after opening of T-bid. The EMD should be drawn in favour of Accepting officer, i.e. Addl DGBR and Payable at New Delhi obtained from any Nationalized/ Scheduled Bank. Contractors enlisted with BRO are however exempted from submission of EMD.

1.4 PRE-BID MEETING

1.4.1 Intending bidder may obtain further information / clarification in respect of this bid during the pre-bid meeting to be held as indicated in Para 1.3.1of section-I here in before at the office of DDG (Br & Tnl), HQ DGBR, Seema Sadak Bhawan, Ring Road, Delhi Cantt, New Delhi-110010.

1.5 SUBMISSION OF BIDS

1.5.1 A Hard Copy of the Technical Bid shall be submitted in hard bound with pages serially numbered and provided with an index page in sealed cover in manual form to the Director (Contract), HQ DGBR/E-8 Section, Seema Sadak Bhawan, Ring Road, Delhi Cantt, New Delhi-110010. This should exactly match the submission made online and any deviation may become a reason for summary rejection of the bid. The original instruments in respect of earnest money, original copy of affidavits, credit facility certificate and all the requisite documents connected to eligibility criterion must be delivered to Director (Contract), HQ DGBR/E-8 Section, Seema Sadak Bhawan, Ring Road, Delhi Cantt, New Delhi-110010 immediately after opening of T-bid as mentioned in Para 1.3.1of section-I here in before. The bids may be delivered during office hours on all working days (0930 Hrs to 1730 Hrs on all week days except Saturday, Sunday and Gazetted holidays). Department will not be responsible for any delay, loss or non-receipt of Tender document sent by post/courier. Further, Accepting Officer shall reserve the right to accept/reject any or all applications without assigning any reason thereof.

1.5.2 Not more than one bid shall be submitted by one firm or firms in partnership or joint venture. Under no circumstances will a father or his son(s) or other close relations who have business relationship with one another (i.e. when one or more partner(s)/director(s) are common) be allowed to tender for the same contract as separate competitors. A breach of this condition will render the tenders of both parties liable to rejection.

1.5.3 Hard copy of bid documents may be submitted by the bidder either in person or through an agent or by post. In case of submission of bid documents by post, the risk and responsibility for loss/ delay in transit of the same shall solely lie on the bidder.

1.5.4 The bids received on line will be opened (i.e. T-bid) by the nominated officers at HQ DGBR/E-8 Section, Seema Sadak Bhawan, Ring Road, Delhi Cantt, New Delhi-110010 at the time and date as mentioned in Para 1.3.1of section-I here in before. Price-bid will however be opened subsequently online on the prescribed date after technical evaluation. However, Price-bid in respect of non-qualified firms will be returned back unopened.

Page 7: CA NO: HQ DGBR/ /2018 - 2019 · 2018. 7. 30. · superstructure and abutment including Bridge Bearings. (d) Preparation of detailed structural and construction drawings, bill of quantities

CA NO. HQ DGBR/ /2018-2019 Srl Page No. 6

(Signature of the Consultant with seal)

Dated : 2018 For Accepting Officer

1.5.5 The bid shall be valid for a period of 120 days (One hundred twenty days) from the last date of submission of Bid.

1.5.6 The submission of a tender by a tenderer implies that he had read this notice and conditions of contract and has made himself aware of the scope and specifications of the work to be done and of the conditions and rates at which stores, tools and plants etc will be issued to him, local conditions and other factors bearing on the execution of the work.

1.6 PERIOD OF COMPLETION

1.6.1 The contract will run for a period of 12 months from the date of notice to proceed.

1.7 LANGUAGES

1.7.1 All the design work and documents shall be prepared and submitted in English language only.

1.7.2 All the correspondence shall be in English only. The key design and management staff and advisors shall be proficient in spoken and written English.

1.8 MODE OF PAYMENT

1.8.1

Payment to the Consultant/Contractor will be made in Indian Rupees through NEFT/RTGS only.

1.9 CONTACT ADDRESS FOR FURTHER INFORMATION

1.9.1 The following official may be contacted for any other information required in connection with the subject. The bidder may also visit BRO website www.bro.nic.in or www.bro.gov.in for further details.

DDG (Br &Tnl)

HQ DGBR Seema Sadak Bhawan, Ring Road, Delhi Cantt New Delhi-110010 Tele No:011- 25686859 Fax No: 011- 25685294 Email: [email protected] Dir (Contract) HQ DGBR Seema Sadak Bhawan, Ring Road, Delhi Cantt New Delhi-110010 Tele No:011- 25686914 Fax No: 011- Email: [email protected]

Page 8: CA NO: HQ DGBR/ /2018 - 2019 · 2018. 7. 30. · superstructure and abutment including Bridge Bearings. (d) Preparation of detailed structural and construction drawings, bill of quantities

CA NO. HQ DGBR/ /2018-2019 Srl Page No. 7

(Signature of the Consultant with seal)

Dated : 2018 For Accepting Officer

Director (Br &Tnl) Brs & Tnls Dte/HQ DGBR Seema Sadak Bhawan, Ring Road, Delhi Cantt New Delhi-110010

Tele No: 011-25687066, 25684386

Above particulars may change due to Adm or any other reasons and shall be available on CPP Portal https://eprocure.gov.in/eprocure/app or BRO website http://bro.gov.in. Therefore, bidders/contractors are requested to visit these websites frequently and at least THREE DAYS prior to End date of Bid Submission for changes in above particulars. Dated: 25 Jul 2018 For Accepting Officer

25073/DGBR/Br Drg/04 /E8

Page 9: CA NO: HQ DGBR/ /2018 - 2019 · 2018. 7. 30. · superstructure and abutment including Bridge Bearings. (d) Preparation of detailed structural and construction drawings, bill of quantities

CA NO. HQ DGBR/ /2018-2019 Srl Page No. 8

(Signature of the Consultant with seal)

Dated : 2018 For Accepting Officer

SECTION-II

INSTRUCTIONS TO BIDDERS

Page 10: CA NO: HQ DGBR/ /2018 - 2019 · 2018. 7. 30. · superstructure and abutment including Bridge Bearings. (d) Preparation of detailed structural and construction drawings, bill of quantities

CA NO. HQ DGBR/ /2018-2019 Srl Page No. 9

(Signature of the Consultant with seal)

Dated : 2018 For Accepting Officer

SECTION – II

INSTRUCTION TO BIDDERS 2.1 GENERAL

2.1.1 The bids are invited for the works referred to in Terms of Reference (T.O.R) vide Section – IV from the Engineering Consultant firms empanelled with MoRT&H/ INFRACON for Bridge design in appropriate category and the contractors enlisted with BRO for construction of permanent bridges. (The date and time of actual receipt of bids at the said notified place will only count for consideration of the bids).

2.1.2 The applicant, before bidding, shall carefully study the conditions and the details

appended herein. In case the applicant have any doubts and requires clarification, he shall obtain, from the Employer at the contact address given in Section 1.9.1 here in before or in the pre-bid conference/meeting.

2.2 BIDDING

2.2.1 The bidders shall submit bids in a complete shape with all the particulars called for in

the Bid documents. All the required details and all other relevant information shall be submitted to enable the Employer to evaluate the suitability of the bids and to take a decision as per the Terms of Reference incorporated in the schedules. The bidders may, if necessary, amplify and furnish additional information. If the information furnished is not complete, the bid is liable to be rejected.

2.2.2 The bidder, as far as possible, shall follow the job mentioned in Terms of Reference. If

the bidder wishes to depart from the provisions of this job, he shall list out such deviations separately with their financial implications and submit full particulars with reasons thereof.

2.2.3 Clarifications, amplifications or any other correspondence from the bidder subsequent to opening of the bids will not be entertained. The bidder shall therefore ensure that their bids are submitted in a complete shape without any conditions.

2.2.4 The attention of bidder is drawn to the Indian Official Secret Act 1923 (XIX of 1923) as amended up to date, particularly section 5 thereof for compliance with its provision.

2.3 COST OF BIDDING

2.3.1 The bidder shall bear all costs associated with the preparation and submission of his bid and the Employer will in no case be responsible or liable for these costs, regardless of the outcome of the bidding process.

2.4 ELIGIBILITY OF FIRMS

2.4.1 The engineering consultancy firms empanelled with MoRT&H and the contractors enlisted with BRO for construction of major permanent bridges having good experience and past record in similar nature of jobs are only eligible to submit the bids.

2.4.2 If the bid is made by a proprietor firm, it shall be signed by the proprietor above his fully typewritten name, name of his firm with current address and registered office with the office stamps.

Page 11: CA NO: HQ DGBR/ /2018 - 2019 · 2018. 7. 30. · superstructure and abutment including Bridge Bearings. (d) Preparation of detailed structural and construction drawings, bill of quantities

CA NO. HQ DGBR/ /2018-2019 Srl Page No. 10

(Signature of the Consultant with seal)

Dated : 2018 For Accepting Officer

2.4.3 If the bid is made by a firm in partnership, it shall be signed by all the partners of the firm above their full type written names and current addresses or alternatively by a partner holding a valid power of attorney for the firm from all the partners for signing the bid, in which case a certified copy of the power of attorney shall accompany the bid, including the certified copies of the partnership deed, current address of the firm and the full names and the current address of the partner in India and their registered office. It should also clearly state which member of the partnership would be acting as a lead member on behalf of the partnership in all its relations and communication with the Employer.

2.4.4 If the bid is made by a limited company or a limited corporation, it shall be signed by a

duly authorized person holding a valid power of attorney, which should accompany the bid. Such limited company or corporation may be required to furnish satisfactory evidence of its existence if job is to be awarded. They should also furnish the articles of memorandum and certificate of incorporation of the Company.

2. 4.5 All witnesses and sureties shall be from persons of stature and probity and their full names, occupations and addresses shall be stated below their signatures.

2.4.6 The bid from the consultants/firms shall be accompanied by an attested copy of the Income Tax Return for the previous financial year and a photocopy of PAN card.

2.4.7 The bid submitted by an individual shall not be considered.

2.5 DISQUALIFICATION OF THE FIRMS 2.5.1 Not more than one tender shall be submitted by one firm or firms in partnership or joint

venture. Under no circumstances will a father or son(s) or other close relatives who have business dealing with one another be allowed to bid for the same contract as separate competitors. A breach of this condition will render bids of both the parties liable for rejection.

2.5.2 Firms employing a retired official of the Border Roads Organization within one year

from the date of retirement shall ensure that the prior permission of the Government of India has been obtained for the purpose. The contract is liable to be cancelled if either the bidder or any of his employees is found at any time to be such a person who had not obtained the permission of the Government as aforesaid before.

2.6 LANGUAGE & LOCATION OF DESIGN OFFICE 2.6.1 All the documents and subsequent design shall be prepared and submitted in English

language only. The key design and management staff proposed to be deployed for the work shall be proficient in spoken and written English.

2.6.2 The consultants core team shall during field survey and investigation be located near

the work site. The detailed design and report preparation may however be carried out at firm’s main office/Branch office.

Page 12: CA NO: HQ DGBR/ /2018 - 2019 · 2018. 7. 30. · superstructure and abutment including Bridge Bearings. (d) Preparation of detailed structural and construction drawings, bill of quantities

CA NO. HQ DGBR/ /2018-2019 Srl Page No. 11

(Signature of the Consultant with seal)

Dated : 2018 For Accepting Officer

2.7 BID GUARANTEE / EMD 2.7.1 The bidder shall submit, along with their bidding document, scan copy of Bid

Guarantee / EMD, in the form of TDR/STDR/CDR/FDR issued by any Branch of a scheduled commercial bank based in India, for an amount to Rs. 2,75,000/- (Rupees Two lakh Seventy five thousand only) be delivered in hard copy also to the employer immediately after opening of T-bid as mentioned in Para 1.3.1of section-I here in before, in favour of “Addl DGBR”, HQ DGBR and Payable at New Delhi with a validity period of 150 days from the last date of submission of tender. Contractors enlisted with BRO are however exempted from submission of Bid Guarantee / EMD.

2.7.2 The original of this Bid Guarantee / EMD shall be submitted in a separate sealed envelope inside the envelope containing the Technical Bid. Bid not accompanied with the valid Bid Guarantee / EMD will be rejected outright.

2.7.3 The Bid Guarantee / EMD of the successful bidder will be returned on receipt of a Performance Guarantee and the signing of the contract as required herein. The Bid Guarantee of the unsuccessful bidders will however be returned after finalization of bids or on expiry of validity period whichever is earlier at the request of the bidder.

2.7.4 The Employer reserves the right to call in the Tender Guarantee if the successful bidder fails to respond to clarifications sought and sign the contract within the specified time frame or withdraws the offer within the bid validity period from the date of receipt of bids. Submission of false statements entails call-in of Bid Guarantee / EMD of the bidders, irrespective of his being successful or otherwise.

2.8 BID VALIDITY

2.8.1 The bid shall be valid for a period of 120 days (One hundred twenty days) from the

last date of submission of Bid.

2.9 PRE-BID MEETING

2.9.1 A pre-bid meeting will be convened at the Office of the DDG (Br & Tnl), HQ DGBR, New Delhi, at the time and date as indicated in Para 1.3.1 of Section-I here in before.

2.9.2 The purpose of the meeting will be to clarify issues and to answer questions or any

matter that may be raised at that stage. 2.9.3 The bidder is requested preferably to submit any question in writing or by fax/E Mail to

reach the Employer not later than one day before the meeting, or ask in the pre-bid meeting.

2.9.4 In case the bidder is not in a position to attend the meeting, minutes of the meeting

including copies of the questions raised and replies given, will be furnished expeditiously to all those attending the meeting through fax/Email/Post. Any modification in the tender documents, which may become necessary as a result of the pre-bid meeting, shall be made by the Employer exclusively through the issue of an addendum in pursuant to the following clause and not through the minutes of the pre-bid meeting. The same shall be uploaded on web site.

Page 13: CA NO: HQ DGBR/ /2018 - 2019 · 2018. 7. 30. · superstructure and abutment including Bridge Bearings. (d) Preparation of detailed structural and construction drawings, bill of quantities

CA NO. HQ DGBR/ /2018-2019 Srl Page No. 12

(Signature of the Consultant with seal)

Dated : 2018 For Accepting Officer

2.10 AMENDMENT OF BIDDING DOCUMENTS

2.10.1 At any time prior to the dead line for submission of bids, the Employer may, for any reason, whether at his own initiation or in response to a clarification requested by a prospective bidder modify the bidding documents by the issue of an Addendum/ Amendment.

2.10.2 The addendum / amendment will be uploaded on web site.

2.11 DEAD LINE FOR SUBMISSION OF BIDS 2.11.1 Bids must be submitted online on or before Bid submission end date as indicated

under Para 1.3.1 of Section-I here in before. 2.11.2 The Employer may at his discretion extend the deadline for submission of bids by

issuing an amendment in accordance with the above in which case all rights and obligations of the Employer and the bidders previously subject to the original deadline shall thereafter be subject to the new deadline as extended.

2.12 MODIFICATION AND WITHDRAWAL OF BIDS

2.12.1 In case the bidder has to revise/ modify the rates quoted in the schedule ‘A’ before

tender submission end date as mentioned in critical data sheet, resubmission bid shall be allowed.

2.12.2 In case the tenderer has to revise /modify /withdraw his quoted rates / offer after it is

submitted, he may do so on his own online before the last date & time fixed for submission of tenders. Any revision/ modification in offer / withdrawal of offer in the form of an open letter shall not be taken into account, while considering in his original offer.

2.12.3 No bid may be modified subsequent to the last date and time for submission of bid. 2.12.4 Withdrawal of a bid during the interval between the last date and time for submission of

bid and the expiry of the period of bid validity specified under clause 2.8.1 will result in the call-in/ forfeiture of the Bid Guarantee/EMD by the Employer.

2.13 BID FORMAT AND SIGNING OF BIDS

2.13.1 The bidder shall prepare one Original and One Copy of the documents as per the

instructions contained hereunder and clearly marked “ORIGINAL” and “COPY” as appropriate. In the event of any discrepancy between them, the original shall prevail.

2.13.2 The original as well as the copy of the bid shall be typed / printed or written in indelible

ink and shall be signed by a person or persons duly authorized to sign on behalf of the firm.

2.13.3 Proof of authorization shall be furnished in the form of a written power of attorney,

which shall accompany the bid. The person or persons signing the bid shall initial all pages of the bid where entries or amendments have been made.

Page 14: CA NO: HQ DGBR/ /2018 - 2019 · 2018. 7. 30. · superstructure and abutment including Bridge Bearings. (d) Preparation of detailed structural and construction drawings, bill of quantities

CA NO. HQ DGBR/ /2018-2019 Srl Page No. 13

(Signature of the Consultant with seal)

Dated : 2018 For Accepting Officer

2.13.4 The Complete bid shall be without alterations, interlineations or erasures, except those by the bidders, in which case such corrections shall be initialed by the person or persons signing the bid.

2.13.5 Only one bid may be submitted by each bidder. No bidder may participate in the bid of another for the same contract in any capacity whatsoever.

2.13.6 The complete set of bidding documents issued for the purpose of the bidding together with any addendum / amendment there to, issued by the Employer in accordance with clause 2.10 and any modification issued as a result of pre-bid meeting in accordance with clause 2.9.4 and the documents furnished, pursuant to clause 2.4 will form part of the agreement.

2.14 TECHNICAL AND FINANCIAL BID

2.14.1 Tendering procedure shall be single stage- two bid system and tender documents shall be prepared in two Parts as under:-

Part-I (Technical Bid – ‘T’-Bid) Part-II (Financial Bid – ‘Q’-Bid)

2.14.2 Both Technical & Financial bid shall be submitted online. The technical proposal and EMD in original must be delivered in hard copy also to the employer.

2.15 TECHNICAL PROPOSAL

2.15.1 Under the technical proposal, particular about the following shall be furnished online as per the formats specified at Section-VI. No indication of the price-bid shall be given under this proposal and the requisite details alongwith bid guarantee in original in a separate sealed envelope shall be submitted under this package. Scan copy shall be submitted online and hard copy thereof shall be submitted immediately after opening of T-bid as mentioned in Para 1.3.1of section-I here in before.

(a) Proof in support of Empanelment with MoRT&H/INFRACON for consultancy or enlistment with BRO for construction of major permanent bridges.

(b) The composition of the proposed Team of experts and Task Assignment to each key personnel and support staff.

(c) Approach and methodology proposed to be followed for various services listed in TOR, including quality assurance plan and safety audit thereof.

(d) Proposed work programme for the execution of the services illustrated with bar charts of activities.

(e) Manning schedule of each key personnel supported by bar diagrams showing the time proposed (person x months) for each Key Professional staff.

(f) The name, background, qualifications and professional experience of each key staff including the team leader to be assigned for the services. One set of original Curriculum Vitae (CV) of each key staff needs to be recently signed in blue ink by the proposed key professional staff and also by an authorized official of the Firm. The key information shall be as per the specified format. The authorized signatory shall sign on each page of each CV (i.e. original as well as photocopies). Unsigned copies of CVs shall be rejected.

Page 15: CA NO: HQ DGBR/ /2018 - 2019 · 2018. 7. 30. · superstructure and abutment including Bridge Bearings. (d) Preparation of detailed structural and construction drawings, bill of quantities

CA NO. HQ DGBR/ /2018-2019 Srl Page No. 14

(Signature of the Consultant with seal)

Dated : 2018 For Accepting Officer

(g) Type of bridges and span arrangement thereof designed previously successfully along with supporting details thereof. (h) Computer Hardware and software proposed to be used for the services.

(j) In case the consultant/firm envisages outsourcing certain specialized services to the expert agencies, the details of the same indicating the arrangement made with the agencies be also furnished. These agencies would however, be subject to the approval of the Employer to ensure quality input by such agencies.

(k) Undertaking to the effect that details submitted are true and correct.

2.15.2 During preparation of the technical proposal, particular attention be given to the following:

(i) The various manpower i.e. key personnel, technical and administrative support staff are assigned in adequate number and in a manner that the services specified at TOR are completed in the specified time schedule as per the desired details and standard. It is emphasized that the time period for the assignment indicated in the TOR should be strictly adhered to.

(ii) At least 25% of the proposed Technical Key Personnel must have been employed for the entire 12 months (reckoned from the date of submission) by the firm/consortium submitting the proposal. Documentary evidence in support of this should be enclosed.

(iii) In case a firm is proposing key personnel from educational/research institutions, a ‘No Objection Certificate’ from the concerned institution should be enclosed with the CV of the proposed key personnel committing his services for the instant project.

(iv) No alternative key personnel may be proposed and only one CV may be submitted for each position in the format given. The minimum requirements of qualification and Experience of all key personnel are listed at Appx ‘J’. The proposal not meeting the minimum requirement specified shall not be evaluated further. However, the Employer reserves the right to alter the minimum requirements in the interest of work without giving any notice.

(v) Specific experience in case of Retd EE/SE/CE from State/Central Govt. would be considered for specific position.

(vi) Where graduation is the required qualification, M.Tech would be considered equivalent to 2 years experience and PHD equivalent to 3 years experience.

(vii) Team Leader, Bridge Design Engineer should be available from beginning of the project.

(viii) The availability of key personnel must be ensured during the period shown in the manning schedule. (ix) The proof of age and qualification of the key personnel must be furnished in the technical proposal.

Page 16: CA NO: HQ DGBR/ /2018 - 2019 · 2018. 7. 30. · superstructure and abutment including Bridge Bearings. (d) Preparation of detailed structural and construction drawings, bill of quantities

CA NO. HQ DGBR/ /2018-2019 Srl Page No. 15

(Signature of the Consultant with seal)

Dated : 2018 For Accepting Officer

2.16 FINANCIAL PROPOSAL

2.16.1

This proposal shall be submitted online as per BOQ (Provided in Excel sheet) and annexure thereto (Price/Financial Bid).

2.16.2 The financial proposal should include the costs associated with the assignment. These shall normally cover, remuneration for key and other staff, accommodation, transportation, equipment, printing of documents etc. The financial proposal should clearly indicate the amount asked for without any assumptions of conditions attached to such amounts. Conditional offer or the proposal not furnished in the format specified shall be considered non-responsive and is liable to be rejected.

2.16.3 The financial proposal shall take into account all types of the tax liabilities and cost of insurance including GST.

2.16.4 All payments shall be subjected to deduction of Income tax and GST at source in accordance with the law/act as applicable.

2.17 SEALING AND MARKING OF BIDS

2.17.1 The bidder shall submit the hard copy of Technical bid with its supporting documents & bid guarantee in sealed cover.

2.17.2 The inner and outer envelopes shall be addressed to Director (Contract), HQ DGBR/E-8 Section, Seema Sadak Bhawan, Ring Road, Delhi Cantt, New Delhi-110010 and shall bear the following identifications.

Bid for the work of “PREPARATION OF DETAILED DESIGN AND DRAWINGS FOR MAJOR PERMANENT BRIDGE SUPER STRUCTURES [BOTH PSC BOX GIRDER TYPE AND STEEL TRUSS SUPERSTRUCTURE (THROUGH TYPE)] OF VARIOUS SPANS AND RCC ABUTMENTS OF VARIOUS HEIGHTS WITH OPEN/WELL FOUNDATIONS OF LOAD CLASS 70R HAVING TWO LANE SPECIFICATIONS WITH FOOTPATH”.

2.17.3

The envelopes shall indicate the name and address of the Bidder to enable the bid to be returned unopened in case it is declared not submitted online or is otherwise unacceptable.

2.18 SUBMISSION OF BIDS

2.18.1 Bids shall be submitted online within the time and date as mentioned in Para 1.3.1of section-I here in before. Hard copy of technical bid along with supporting documents will either be received by hand as well as through mail at the address indicated at Para 2.17.2.

2.18.2 Bids can also be sent by registered mail at bidder’s risk. The department does not take any responsibility for the postal loss/delays.

2.19 BID OPENING

2.19.1 The Employer will open the bids online at the time and date as mentioned in Para 1.3.1of section-I here in before at HQ DGBR/E-8 Section, Seema Sadak Bhawan, Ring Road, Delhi Cantt, and New Delhi-110010. Bids for which an acceptable notice of withdrawal has been submitted pursuant to clause 2.12 shall not be opened.

2.19.2 The Employer will examine all the Technical proposals for completeness against the stipulated requirements whether the documents are complete, have been

Page 17: CA NO: HQ DGBR/ /2018 - 2019 · 2018. 7. 30. · superstructure and abutment including Bridge Bearings. (d) Preparation of detailed structural and construction drawings, bill of quantities

CA NO. HQ DGBR/ /2018-2019 Srl Page No. 16

(Signature of the Consultant with seal)

Dated : 2018 For Accepting Officer

properly signed and are in order. The Employer will commence tender evaluation subsequently.

2.19.3 To assist in the examination, evaluation and comparison of bids, the Employer may ask bidders individually for clarification, including presentation on their bids. The request for clarification, presentation and the response shall be in writing or by fax, but no change in the price or substance of the bid shall be sought, offered or permitted.

2.20 EVALUATION OF PROPOSALS

2.20.1 A two-stage procedure will be adopted in evaluating the proposals with the technical evaluation being completed prior to opening of any Financial Proposals.

2.21 TECHNICAL PROPOSAL

2.21.1 The Technical Proposals shall be opened online on the prescribed date and time fixed by Accepting Officer. The Technical Proposals downloaded online will be evaluated by Technical Expert Committee to be appointed by Addl DGBR, HQ DGBR, Seema Sadak Bhawan, Ring Road, Delhi Cantt, New Delhi-110010. The following criteria will be applied for evaluation of documents (Total points-1000 as per the break-up details given below): -

a) Composition of the proposed team of experts and task assignment to each key personnel (Appx ‘B’ refers)

- 25 points

b) Approach and methodology proposed (Appx ‘C’ refers)

- 25 points

c) Proposed work programme (Appx ‘D’ refers) - 25 points

d) Manning schedule of each key personnel (Appx ‘E’ refers)

- 25 points

e)

Qualification, related experience and competence of key Bridge Design Engineer proposed for the assignment (Appx ‘K’ refers)

- 200 points

(f) Computer Hardware and soft ware proposed to be used (Appx ‘G’ refers)

- 100 points

g) Experience of the firm in Design of double lane Bridges having span 30.0 m and above over last ten year (Appx ‘H’ refers)

- 600 points

Total 1000 Points

2.22 AWARD CRITERIA

2.22.1

Technical Proposal

2.22.1.1 Competence, experience, understanding and approach of the consulting service shall be considered as the paramount requirement for the technical acceptance of the proposal. The bids whose technical proposal scores a minimum of 70% marks will only be considered as technically acceptable. All the proposals acceptable technically as per the criteria listed here above will only be considered for opening of Financial Proposal. The accepting officer may however review the criteria depending upon the extent of competition and

Page 18: CA NO: HQ DGBR/ /2018 - 2019 · 2018. 7. 30. · superstructure and abutment including Bridge Bearings. (d) Preparation of detailed structural and construction drawings, bill of quantities

CA NO. HQ DGBR/ /2018-2019 Srl Page No. 17

(Signature of the Consultant with seal)

Dated : 2018 For Accepting Officer

other related issues.

2.22.1.2 After the Technical evaluation is completed, the Employer shall notify those firms whose proposals didn’t meet the minimum qualifying points as mentioned above or were considered non-responsive by the committee as per the terms of Reference, indicating that their financial proposals will be unopened online after completing the selection process. The Employer shall simultaneously notify the consultants that have secured the minimum qualifying points, indicating the date and time set for opening the Financial Proposal online. The notification may be sent by registered letter/cable/ telex/facsimile/E-Mail/Fax.

2.22.2 Financial Proposal

2.22.2.1 The Financial proposal shall be opened online on the prescribed date and time to be fixed by the accepting officer. The Employer shall prepare minutes of the financial bid opening.

2.22.3 Final Evaluation

2.22.3.1

The lowest financial proposal if found complete and in order in all respect will generally be invited for execution of contract agreement. However, Accepting Officer is not bound to accept the lowest or any bid received or to give any reasons for doing so.

2.23 CONFIDENTIALITY OF PROCESS

2.23.1

After the opening of bids online, information relating to the examination, clarification, evaluation and comparison of bids and recommendations concerning the award of contract shall not be disclosed to bidders or other persons not officially concerned with such process until the award of the contract to the successful bidder has been announced. Any effort by a bidder (or any of his representatives) to influence the Employer in the process of examination, clarification evaluation and comparison of bids, and in decisions concerning award of contract may result in the rejection of the bidder’s bid.

2.24 AWARD 2.24.1

Prior to the expiration of the period of bid validity, the Employer will issue a letter of acceptance to the successful tenderer, on approval of competent authority. The issue of the letter of Acceptance shall constitute the formation of the contract and Consultant shall commence the work immediately thereafter on receipt of Notice to Proceed. The same will be uploaded online.

2.25 SIGNING OF AGREEMENT 2.25.1

The successful bidder has to sign the agreement within a period of 15 days from the date of communication of acceptance of his bid, otherwise the Bid Guarantee/EMD deposited by him will be called-in/ forfeited without further notice.

2.25.2 After Acceptance and signing of Contract Agreement, the Employer will promptly inform the unsuccessful bidders and return the Tender Guarantee as submitted by them with the tender documents.

2.26 PERFORMANCE GUARANTEE

2.26.1 Within 21 days of the letter of acceptance, the consultant/firm shall deliver to

Page 19: CA NO: HQ DGBR/ /2018 - 2019 · 2018. 7. 30. · superstructure and abutment including Bridge Bearings. (d) Preparation of detailed structural and construction drawings, bill of quantities

CA NO. HQ DGBR/ /2018-2019 Srl Page No. 18

(Signature of the Consultant with seal)

Dated : 2018 For Accepting Officer

the employer a performance security in the form of bank guarantee for an amount equivalent to 5% of the contract price, in the form of a Bank Guarantee issued by a Branch of a Schedule Commercial Bank based in India. The bank guarantee will be released on completion of liability obligation period as specified in condition of Particular Application Part –II at Clause 4.5. The guarantee shall be as per the format given at Section-VI.

2.26.2 The Bid Guarantee/EMD as submitted with the tender documents will however be returned back immediately on receipt of the performance guarantee from the successful bidder.

2.27 RESPONSIBILITY FOR ACCURACY OF PROJECT PROPOSALS

2.27.1 The consultants shall be responsible for accuracy of all data used in project preparation and the /drawings and estimates prepared by him as part of the project. He shall indemnify the employer against any inaccuracies in the work which might surface out at the time of ground implementation of the project during the liability obligation period. In such cases, the consultant is responsible to correct the design and drawings as required. For this purpose, the performance security submitted at the time of signing of contract agreement will be released only on completion of Liability obligation period as specified in condition of particular application Part –II at Clause 4.5.

2.28 PROGRESS OF WORK

2.28.1 If for any reason, which in the opinion of the employer’s representative does not entitle the Consultant to an extension of time or the rate of progress of the works of any section is at any time, too slow to make it impossible for the Consultant to complete the study by the prescribed time or extended time, the Employer may notify the delay to the Consultant in writing and the Consultant shall there upon with the approval of the Employer, which shall not be unreasonably withheld take such steps as and necessary to expedite progress so as to complete the works on such sections by the prescribed time or extended time. The Consultant shall not be entitled to any additional payment for taking such steps. Such extension shall be without prejudice to the right of Employer to terminate the contract.

2.29 ADDITIONAL INFORMATION

2.29.1 Every effort will be made to provide additional information to tenderers that has been requested for in writing. However, request for additional information and any delay in providing information is entirely at tenderer’s risk and shall not be considered as a reason for late delivery of tenders or a reason for delaying the submission of tenderers by the stated date.

2.29.2 Any information asked for by the bidder or provided by the Employer that is not given in writing, shall not be considered by the Employer and acceptable as a reason for late delivery of tenders or a reason for delaying the submission of tenders on the stated date.

Page 20: CA NO: HQ DGBR/ /2018 - 2019 · 2018. 7. 30. · superstructure and abutment including Bridge Bearings. (d) Preparation of detailed structural and construction drawings, bill of quantities

CA NO. HQ DGBR/ /2018-2019 Srl Page No. 19

(Signature of the Consultant with seal)

Dated : 2018 For Accepting Officer

FORM OF AGREEMENT

This Agreement made this ..………day of …………… 2018 between the Addl DGBR, Border Roads Organization (hereinafter called “the Client”) on one hand and on the other hand * ……………………………………………….. of ………………………………………….. (hereafter called “the Consultant”).

Whereas the Consultant has offered to perform certain services in this Contract for “PREPARATION OF DETAILED DESIGN AND DRAWINGS FOR MAJOR PERMANENT BRIDGE SUPER STRUCTURES [BOTH PSC BOX GIRDER TYPE AND STEEL TRUSS SUPERSTRUCTURE (THROUGH TYPE)] OF VARIOUS SPANS AND RCC ABUTMENTS OF VARIOUS HEIGHTS WITH OPEN/WELL FOUNDATIONS OF LOAD CLASS 70R HAVING TWO LANE SPECIFICATIONS WITH FOOTPATH” and the Client has accepted the offer by the Consultant for the performance of such services.

2.30 NOW THIS AGREEMENT WITNESS AS FOLLOWS

2.30.1 In this Agreement words and expressions shall have the same meanings as are respectively assigned to them in the Conditions of the Client/Consultant Services Agreement hereinafter referred to.

2.30.2 The following documents shall be deemed to form and be read and construed as part of this Agreement, namely:-

2.30.2.1 The letter of Acceptance.

2.30.2.2 Condition of Client/Consultant Services Agreement (Section-III).

Part-I - General Conditions of Agreement

Part-II - Particular Conditions of Agreement

2.30.2.3 Terms of References (Section-IV).

2.30.2.4 Form of Tender (Section-V).

2.30.2.5 Technical & Financial proposal.

2.30.2.6 Performance Guarantee.

2.30.3 In consideration of the payments to be made by the Client to the Consultant as hereinafter mentioned the Consultant hereby agrees with the Client to perform the services in conformity with the provisions of the Agreement. 2.30.4 The Client hereby agrees to pay the Consultant in consideration of the performance of the Services such amounts as may become payable under the provisions of the Agreement at the times and in the manner prescribed by the Agreement.

In witness whereof the parties hereto have caused this Agreement to be signed in their respective hands as of the day and year first before written.

FOR AND ON BEHALF OF THE CLIENT Accepting Officer Name …….…………………………….. Signature ………………………………. Address …………………………………….

Page 21: CA NO: HQ DGBR/ /2018 - 2019 · 2018. 7. 30. · superstructure and abutment including Bridge Bearings. (d) Preparation of detailed structural and construction drawings, bill of quantities

CA NO. HQ DGBR/ /2018-2019 Srl Page No. 20

(Signature of the Consultant with seal)

Dated : 2018 For Accepting Officer

FOR AND ON BEHALF OF THE CONSULTANT By Authorized Representative Witness : Name ……………………………….. Signature ……………………………………. Address …………………………………….

Note :- If the Consultant consist of more than one entity, all of these entities should also appear as signatories. Witness : (i) (ii)

Page 22: CA NO: HQ DGBR/ /2018 - 2019 · 2018. 7. 30. · superstructure and abutment including Bridge Bearings. (d) Preparation of detailed structural and construction drawings, bill of quantities

CA NO. HQ DGBR/ /2018-2019 Srl Page No. 21

(Signature of the Consultant with seal)

Dated : 2018 For Accepting Officer

SECTION – III

CONDITIONS OF THE CONTRACT

PART – I: GENERAL CONDITIONS OF CONTRACT

PART – II: CONDITIONS OF PARTICULAR APPLICATION

Page 23: CA NO: HQ DGBR/ /2018 - 2019 · 2018. 7. 30. · superstructure and abutment including Bridge Bearings. (d) Preparation of detailed structural and construction drawings, bill of quantities

CA NO. HQ DGBR/ /2018-2019 Srl Page No. 22

(Signature of the Consultant with seal)

Dated : 2018 For Accepting Officer

PART - I

GENERAL CONDITIONS OF CONTRACT

3.1 DEFINITIONS 3.1.1

The following words and expressions shall have the meanings assigned to them except where the context otherwise requires.

3.1.1.1 “Project” means the project named in Part-II for which the consultancy services are to be provided.

3.1.1.2 “Service” means the services to be performed by the Consultant in accordance with the Agreement and comprise Normal Services, Additional services and Exceptional Services.

3.1.1.3 “Works” means the permanent works to be executed (including the goods and equipment to be supplied to the Employer) for the achievement of the Project.

3.1.1.4 “Government” means the President of India, his successor in office and assigns.

3.1.1.5 “Employer / Employer” means Addl DGBR, HQ DGBR, New Delhi who employs the Consultant, and legal successors to the Employer and permitted assignees on behalf of Government.

3.1.1.6 “Accepting Officer” means the duly authorised officer, of the rank of Chief Engineer, who accepts the contract on behalf of the President of India.

3.1.1.7 “Engineer” means the officer of the rank of Executive Engineer (Civil) authorized by the Accepting Officer to administer and direct the contract and who certifies the measurements and payments as due to the consultant. All notices to be given and all actions to be taken on behalf of the Government in respect of this contract may be given or taken by the Engineer.

3.1.1.8 “Consultant” means the party named in the Agreement, who is employed as an independent professional firm by the Employer to perform the Services, and legal successors to the Consultant and permitted assignees.

3.1.1.9 “Party” and “parties” means the Employer and the Consultant and “third party” means any other person or entity, as the context requires.

3.1.1.10 “Agreement” means the conditions comprising the Parts I and II together with Terms of Reference specified at Section IV, Form of tender (Section-V). Performance Guarantee, Letter of Acceptance and Formal Agreement if completed, or otherwise as specified in Part II.

3.1.1.11 “Dte GBR” means “Directorate General Border Roads”.

3.1.1.12 “DGBR” means “Director General Border Roads”.

3.1.1.13 “CE” means “Chief Engineer”.

3.1.1.14 “day” means the period between any one midnight and the next.

3.1.1.15 “month” means a period of one month according to the Gregorian calendar commencing with any day of the month.

3.1.1.16 “Local Currency” (LC) means the currency of India (i.e. Indian Rupee) and

“Foreign Currency” (FC) means any other currency.

Page 24: CA NO: HQ DGBR/ /2018 - 2019 · 2018. 7. 30. · superstructure and abutment including Bridge Bearings. (d) Preparation of detailed structural and construction drawings, bill of quantities

CA NO. HQ DGBR/ /2018-2019 Srl Page No. 23

(Signature of the Consultant with seal)

Dated : 2018 For Accepting Officer

3.1.1.17 “Agreed Compensation” means additional sums as defined in Part II which are payable under the Agreement.

3.1.1.18 ‘CTF’ means the ‘Commander Task Force’ of the rank of SE or Colonel authorized by the accepting officer to direct the contract and release the payments for the services offered as per the terms of contract.

3.2 INTERPRETATION

3.2.1 The headings in the Agreement shall not be used in its interpretation.

3.2.2 The singular includes the plural, the masculine includes the feminine, and vice-versa where the context requires.

3.2.3 If there is conflict between provisions of the Agreement, the last to be written chronologically shall prevail, unless otherwise specified in Part II.

3.3 SCOPE OF SERVICES

3.3.1 The Consultant shall perform the services under this agreement in accordance with the Terms of References set forth in Section IV. In case of any conflict between the provisions mentioned in the Terms of Reference and the provisions of the contract agreement, the decision of Employer shall be final and binding on the Consultant.

3.3.2 In case of the Employer decide to get some additional work executed, the appointed consultant will be instructed in Writing for the additional works, which are not covered in scope of work. The additional justified fee for additional work assigned will be decided by Employer and got approved by the Competent Authority before communicating variation order to the consultant.

3.4 NORMAL, ADDITIONAL AND EXCEPTIONAL SERVICES

3.4.1 Normal services are those described as such in the Terms of Reference.

3.4.2 Additional Services are those described as such in Terms of Reference or which by written agreement of the parties are otherwise additional to Normal Services.

3.4.3 Exceptional Services are those which are not Normal or Additional Services but which are necessarily performed by the Consultant in accordance with clause 3.25.

3.5 DUTY OF CARE AND EXERCISE OF AUTHORITY

3.5.1 The Consultant shall exercise reasonable skill, care and diligence in the performance of his obligations under the Agreement.

3.5.2 Where the Services include the exercise of powers or performance of duties authorized or required by the terms of a contract between the Employer and any third party, the Consultant shall:

(a) Act in accordance with the contract provided that the details of such powers and duties are acceptable to him where they are not described in the Terms of Reference.

(b) If authorized to certify, decide or exercise discretion, do so fairly between the Employer and third party not as an Arbitrator but as an independent professional acts by his skill and judgment.

Page 25: CA NO: HQ DGBR/ /2018 - 2019 · 2018. 7. 30. · superstructure and abutment including Bridge Bearings. (d) Preparation of detailed structural and construction drawings, bill of quantities

CA NO. HQ DGBR/ /2018-2019 Srl Page No. 24

(Signature of the Consultant with seal)

Dated : 2018 For Accepting Officer

(c) If so authorized vary the obligation of any third party, subject to obtaining the prior approval of the Employer to any variation which can have an important effect on costs or quality or time (except in any emergency when the Consultant shall inform the Employer as soon as practicable).

3.6 EMPLOYER’S PROPERTY

3.6.1 Anything supplied by or paid for by the Employer for the use of the Consultant shall be property of the Employer and where practicable shall be so marked. When the Services are completed or terminated the Consultant shall furnish inventories to the Employer of what has not been consumed in the performance of the Services and shall deliver it as directed by the Employer.

3.7 INFORMATION

3.7.1 The Employer shall so as not to delay the services and within a reasonable time give to the Consultant free of cost all information in his power to obtain which may pertain to the Services.

3.8 DECISIONS

3.8.1 On all matters properly referred to him in writing by the Consultant, the Employer shall give his decision in writing so as not to delay the Services and within a reasonable time.

3.9 ASSISTANCE

3.9.1 In respect of the Consultant, his personnel and dependents, as the case may be, the Employer, pursuant to the applicable Indian Laws shall do all in his power to assist in :-

3.9.1.1 The provision of documents necessary for entry, residence, work and exit,

3.9.1.2 Providing unobstructed access wherever it is required for the services,

3.9.1.3 Providing access to other organizations for collection of information, which is to be obtained by the consultant.

3.10 SUPPLY OF PERSONNEL

3.10.1 The personnel who are sent by the Consultant to work in the Project shall have been physically examined and found fit for their assignments, and their qualification shall be acceptable to the Employer. Such personnel shall be make their arrangement for boarding and cooking at own expense.

3.11 REPRESENTATIVES

3.11.1 For the administration of the Agreement each party shall designate the official or individual to be his representative.

3.11.2 If required by the Employer, the Consultant shall designate an individual to liaise with Employer’s representative at the place of the Project.

3.12 CHANGES IN PERSONNEL

3.12.1 If it is necessary to replace any person, the party responsible for the appointment shall immediately arrange for replacement by a person of comparable competence.

Page 26: CA NO: HQ DGBR/ /2018 - 2019 · 2018. 7. 30. · superstructure and abutment including Bridge Bearings. (d) Preparation of detailed structural and construction drawings, bill of quantities

CA NO. HQ DGBR/ /2018-2019 Srl Page No. 25

(Signature of the Consultant with seal)

Dated : 2018 For Accepting Officer

3.12.2 The cost of such replacement shall be borne by the party responsible for the appointment except that if the replacement is requested by the other party.

3.12.2.1 Such request shall be in writing stating the reasons for it and

3.12.2.2 The party making the request shall bear the cost of replacement unless misconduct or inability to perform satisfactorily is established as the reason in the opinion of the accepting officer.

3.13 LIABILITY

3.13.1 Liability of the Consultant

3.13.1.1 The Consultant shall only be liable to pay compensation to the Employer arising out of or in connection with the Agreement if a breach of Clause 3.5.1 here in before is established against him in the opinion of Accepting Officer.

3.13.2 Compensation

3.13.2.1 If it is considered that consultant is liable to the Employer, compensation shall be payable only on the following terms:

3.13.2.1.1 Such compensation shall be limited to the amount of reasonably foreseeable loss and damage suffered as a result of such breach, but not otherwise.

3.13.2.1.2 In any event, the amount of such compensation will be limited to the amount specified in Clause 3.15.1.

3.14 DURATION OF LIABILITIES

3.14.1 Neither the Employer nor the Consultant shall be considered liable for any loss or damage resulting from any occurrence unless a claim is formally made on him before the expiry of the relevant period stated in Part II, or such earlier date as may be prescribed by law.

3.15 LIMIT OF COMPENSATION AND INDEMNITY

3.15.1 Limit of Compensation

3.15.1.1 The maximum amount of compensation payable by either party to the other in respect of liability under Clause 3.13 is limited to the amount stated in Part-II (conditions of particular application). This limit is without prejudice to any Agreed Compensation specified under Clause 3.22.1 or otherwise imposed by the Agreement.

3.15.1.2 However, the accepting officer reserves the right to reduce or waive off the amount of compensation on merit and justification of the circumstances.

3.15.2 Indemnity

3.15.2.1 So far as the applicable law permits, the Employer shall indemnify the Consultant the adverse effects of all claims including such claims by third parties which arise out of or in connection with the Agreement:

3.15.2.1.1 Except insofar as they are covered by the insurances arranged under the terms of Clause 3.16.

Page 27: CA NO: HQ DGBR/ /2018 - 2019 · 2018. 7. 30. · superstructure and abutment including Bridge Bearings. (d) Preparation of detailed structural and construction drawings, bill of quantities

CA NO. HQ DGBR/ /2018-2019 Srl Page No. 26

(Signature of the Consultant with seal)

Dated : 2018 For Accepting Officer

3.15.2.1.2 Made after the expiry of the period of liability referred to in Clause 4.5 of Part-II (conditions of particular application).

3.15.3 Exceptions

3.15.3.1 Clauses 3.15.1 and 3.15.2 do not apply to claims arising:

3.15.3.1.1 From deliberate default or reckless misconduct, or

3.15.3.1.2 Otherwise than in connection with the performance of obligations under the Agreement.

3.16 INSURANCE FOR LIABILITY AND INDEMNITY

3.16.1 The Consultant shall take out and maintain, and shall cause any sub-consultant to take out and maintain at their (or the sub-consultant’s, as the case may be) own cost but on terms and conditions acceptable to the Employer, insurance against the risks and for the coverage as specified hereunder:

3.16.1.1 Insures against his liability under Clause 3.13.1, with a minimum coverage equal to the 100 % of the contract amount.

3.16.1.2 Increases his insurance against liability under Clause 3.13.1 over that for which he was insured at the date of the Employer’s first invitation to him for a proposal for the Services to the limit specified above.

3.16.1.3 Insures against public / third party liability, with a minimum coverage of Rs 1.00 million.

3.16.1.4 Increases his insurance against public / third party liability over that for which he was insured at the date of the Employer’s first invitation to him for a proposal for the Services, to the amount specified above.

3.16.1.5 Effects other insurances viz. third party motor vehicle liability insurance as per Motor Vehicle Act-1988, workers’ compensation insurance in respect of personnel of the consultant and of any sub-consultant in accordance with the relevant provision of applicable laws, life, health, accident, travel or other insurance as may be appropriate in respect of his personnel and of any sub-consultant.

3.16.2 The consultant shall make all reasonable endeavors to maintain in force the insurances as specified above throughout his period of liability. Whenever requested by the Employer, the consultant shall submit evidence of the relevant insurance. In case the consultant fails to maintain the insurance cover with respect to the liability listed at clause 3.16.1.1 and 3.16.1.3 above, the Employer reserves the right to recover cost of such premium including penalty, if any, thereon from any payments as due to the consultant and pay it to the insurance company directly.

3.17 INSURANCE OF EMPLOYER’S PROPERTY

3.17.1 Unless otherwise requested by the Employer in writing the Consultant shall make all reasonable efforts to insure on terms acceptable to the Employer:

Page 28: CA NO: HQ DGBR/ /2018 - 2019 · 2018. 7. 30. · superstructure and abutment including Bridge Bearings. (d) Preparation of detailed structural and construction drawings, bill of quantities

CA NO. HQ DGBR/ /2018-2019 Srl Page No. 27

(Signature of the Consultant with seal)

Dated : 2018 For Accepting Officer

3.17.1.1 Against loss or damage to the property of the Employer supplied or paid for under Clause 3.6.

3.17.1.2 Against liabilities arising out of the use of such property.

3.17.2 The cost of such insurance shall be at the expense of the Employer.

3.18 AGREEMENT EFFECTIVE

3.18.1 The Agreement is effective from the date of receipt by the Consultant of the Employer’s Letter of Acceptance of the Consultant’s proposal or of the latest signature necessary to complete the Formal Agreement, if any, whichever is the later.

3.19 COMMENCEMENT AND COMPLETION

3.19.1 The Services shall be commenced and completed at the times or within the periods stated in Part II subject to extensions in accordance with the Agreement.

3.20 VARIATIONS

3.20.1 The agreement can be varied on application by either party by written agreement of the parties.

3.21 FURTHER PROPOSALS

3.21.1 If requested by the Employer in writing, the Consultant shall submit proposals for altering the Services. The preparation and submission of such proposals shall be an Additional Service.

3.22 DELAYS

3.22.1 Time is of the essence of this contract. In case the services or any part thereof are not so completed by the consultant within the specified time, for the reasons, which are solely the responsibility of the Consultant, the Consultant shall be liable to pay agreed compensation as per the stipulation given in Part-II (conditions of particular application) of the Service Agreement. This shall be in addition to the liability under clause 3.13 and 3.5.1.

3.23 CHANGED CIRCUMSTANCES

3.23.1 If circumstances arise for which the Consultant is not responsible and which make it irresponsible or impossible for him to perform in whole or in part the Services in accordance with the Agreement he shall promptly dispatch a notice to the Employer.

3.23.2 In these circumstances if certain Services have to be suspended, the time for their completion shall be extended until the circumstances no longer apply plus a reasonable period not exceeding 30 days for resumption thereof.

3.23.3 If the speed of performing certain Services has to be reduced, the time for their completion shall be extended as may be made necessary by the circumstances.

Page 29: CA NO: HQ DGBR/ /2018 - 2019 · 2018. 7. 30. · superstructure and abutment including Bridge Bearings. (d) Preparation of detailed structural and construction drawings, bill of quantities

CA NO. HQ DGBR/ /2018-2019 Srl Page No. 28

(Signature of the Consultant with seal)

Dated : 2018 For Accepting Officer

3.24 ABANDONMENT, SUSPENSION OR TERMINATION

3.24.1 The Employer may suspend all or part of the Services or terminate the Agreement by notice of at least 30 days to the Consultant who shall immediately make arrangements to stop the Services and minimize expenditure.

3.24.2 If the Employer considers that the Consultant is without good reason not discharging his obligations he can inform the Consultant by notice stating the grounds for the notice. If a satisfactory reply is not received within 21 days the Employer can by a further notice cancel the Agreement and get the balance services completed through any other agency (ies) or means, at the risk and cost of consultant. The extra cost incurred by the Employer in doing so, over and above the amount that would have been payable to the consultant for the balance services, shall be recovered from the payment due, performance guarantee and securities etc of the consultant. In case adequate amount of consultant is not available with the Employer, the consultant on demand from Employer shall pay the amount, however, in case, cost of completion of balance services works out less than that would have been payable to the consultant for the same services, the advantage shall accure to the Employer.

3.25 EXCEPTIONAL SERVICES

3.25.1 Upon the occurrence of circumstances described in clause 3.23 or abandonment or suspension or resumption of Services or upon termination of the Agreement otherwise than under the provisions of clause 3.24.2 any necessary work or expense by the Consultant extra to the Normal and Additional Services shall be regarded as Exceptional Services.

3.25.2 The performance of Exceptional Services shall entitle the Consultant to extra time necessary for their performance and to payment for performing them.

3.26 RIGHTS AND LIABILITIES OF PARTIES

3.26.1 Termination of the Agreement shall not prejudice or affect the accrued rights or claims and liabilities of the parties.

3.26.2 After termination of the Agreement, the Provision of Clause 3.15 shall remain in force.

3.27 PAYMENT TO THE CONSULTANT

3.27.1 The Employer shall pay the Consultant for Normal Services in accordance with the Conditions and with the details stated in Annexure – II to BOQ and shall pay for Additional Services at rates and prices which are given in or based on those in BOQ and annexure thereto so far as they are applicable but otherwise as are agreed in accordance with clause 3.20.

3.27.2 Unless otherwise agreed in writing the Employer shall pay the Consultant in respect of Exceptional services.

3.27.2.1 As for Additional services for extra time spent by the Consultant’s personnel in the performance of the Services.

3.23.2.2 The net cost of all other extra expense incurred by the Consultant.

3.27.3 The decision of the accepting officer shall be final and binding in evaluating the value of Exceptional Services.

Page 30: CA NO: HQ DGBR/ /2018 - 2019 · 2018. 7. 30. · superstructure and abutment including Bridge Bearings. (d) Preparation of detailed structural and construction drawings, bill of quantities

CA NO. HQ DGBR/ /2018-2019 Srl Page No. 29

(Signature of the Consultant with seal)

Dated : 2018 For Accepting Officer

3.28 Blank.

3.29 CURRENCY OF PAYMENT

3.29.1 The Currency applicable to the Agreement is that stated in conditions of particular application, Part-II.

3.30 DISPUTED INVOICES

3.30.1 If any item or part of an item in an invoice submitted by the Consultant is contested by the Employer, the Employer shall give prompt notice with reasons and shall not delay payment on the remainder of the invoice.

3.31 MAINTENANCE OF RECORD

3.31.1 The Consultant shall maintain up-to-date records which shall clearly indicate relevant time and expense incurred for carrying out an activity/completing any particular stage.

3.32 LANGUAGES AND LAW

3.32.1 In conditions of particular application, Part-II there is stated the language or languages of the Agreement, the ruling language and the law to which the Agreement is subject to.

3.33 CHANGES IN LEGISLATION

3.33.1 If after the date of the Agreement the cost or duration of the Services is altered as a result of changes in or additions to the regulations in any country in which the Services are to be performed except that of the Consultant’s principal place of business stated in Part II the agreed remuneration and time for completion shall be adjusted as per the provisions stipulated in conditions of particular application, Part-II.

3.34 ASSIGNMENT AND SUB-CONTRACTS

3.34.1 The Consultant shall not without the written consent of the Employer assign the benefits from the Agreement other than money.

3.34.2 Neither the Employer nor the Consultant shall assign obligations under the Agreement without the written consent of the other party.

3.34.3 The Consultant shall not without the written consent of the Employer initiate or terminate any sub-contract for performance of all or part of the Services.

3.34.4 The consultant shall be fully responsible for the performance and quality of services of the sub-contract appointed by him irrespective of the fact that such appointment was approved by the Employer.

3.35 COPYRIGHT

3.35.1 The Employer shall have the copyright of all the documents prepared by the Consultant in performing the services under the agreement provided that :

a) The Consultant can retain copies of all such documents prepared by them.

b) The Consultant can use the purely technical contents of all such documents for his professional purposes.

Page 31: CA NO: HQ DGBR/ /2018 - 2019 · 2018. 7. 30. · superstructure and abutment including Bridge Bearings. (d) Preparation of detailed structural and construction drawings, bill of quantities

CA NO. HQ DGBR/ /2018-2019 Srl Page No. 30

(Signature of the Consultant with seal)

Dated : 2018 For Accepting Officer

c) The Employer indemnifies and shall be deemed to indemnify the consultant against all claims for loss or damage arising out of the use of such documents for any purpose other than that intended by the consultant.

3.36 CONFLICT OF INTEREST

3.36.1 Unless otherwise agreed in writing by the Employer, the Consultant and his personnel shall have no interest in nor receive remuneration in connection with the Project except as provided for in the Agreement.

3.36.2 The Consultant shall not engage in any activity, which might conflict with the interests of the Employer under the Agreement.

3.37 NOTICES

3.37.1 Notices under the Agreement shall be in writing and will take effect from receipt at the address stated in conditions of particular application, Part-II. Delivery can be by hand or facsimile message against a written confirmation of receipt or by registered letter or by fax subsequently confirmed by letter.

3.38 PUBLICATION

3.38.1 Unless otherwise specified in conditions of particular application, Part-II the Consultant, either alone or jointly with others, can publish material relating to the professional services. Publication shall be subject to approval of the Employer if it is within two years of completion or termination of the Services.

3.38.2 The consultant, their sub-consultant and personnel of either of them shall not, either during the term or within two years after the expiration of this contract, disclose any proprietary or confidential information relating to the Project, the Services, the Works, this contract or the Employer’s business or operations. Attention of consultant is drawn to the Indian Official Secret Act-1923, as amended up to date, particularly section 5 thereof for compliance with its provision.

3.39 AMICABLE DISPUTE RESOLUTION

3.39.1 The parties shall seek to resolve in good faith any dispute or difference arising between them in respect of any matter connected with this Agreement. If the parties cannot resolve any such dispute or difference within 14 days, or such a period as the parties may subsequently agree, then it shall be submitted to their respective designated representatives under the Agreement.

3.39.2 If the designated representatives of the parties are unable to reach agreement on any matter referred to them, within 14 days or any such period as the parties may subsequently agree, then that matter or those matters shall be attempted to be settled by conciliation as per the provisions made in Part-III of Indian Arbitration and Conciliation Act-1996.

Page 32: CA NO: HQ DGBR/ /2018 - 2019 · 2018. 7. 30. · superstructure and abutment including Bridge Bearings. (d) Preparation of detailed structural and construction drawings, bill of quantities

CA NO. HQ DGBR/ /2018-2019 Srl Page No. 31

(Signature of the Consultant with seal)

Dated : 2018 For Accepting Officer

3.40 CONCILIATION AND ARBITRATION

3.40.1 All disputes relating to this contract on any issue whether arising during the progress of the Services or after the completion or abandonment thereof or any matter directly or indirectly connected with this Services Agreement shall in the first place be referred to a mutually agreed sole conciliator to be appointed by DGBR.

3.40.2 The conciliator shall make the settlement agreement after the parties reach agreement and shall give an authenticated copy thereof to each of the parties.

3.40.3 The settlement agreement shall be final and binding on the parties. The settlement agreement shall have the same status and effect as of an arbitration award.

3.40.4 The views expressed, or the suggestions made or the admissions made by either party in the course of conciliation proceedings shall not be introduced as evidence in any arbitration proceedings.

3.40.5 Any dispute that cannot be settled through the conciliation procedure shall be settled by arbitration in accordance with the rules stipulated in Part II in force at the effective date of the Agreement.

3.40.6 The parties agree to comply with the awards resulting from arbitration and waive their rights to any form of appeal insofar as such waiver can be validly made.

3.40.7 In the event of cancellation of contract under clause 3.24 herein before, the reference shall not take place until alternative arrangements have been finalized by the Employer to get the balance services completed through other agency or agencies or means.

3.41 PERFORMANCE GUARANTEE

3.41.1 Within 21 days of the letter or acceptance, the consultant shall deliver to the employer a performance security in the form of bank guarantee for an amount equivalent to 5% of the contract price. The bank guarantee will be released at the time of final payment to the consultant, in the form of a Bank Guarantee issued by a Scheduled Commercial Bank based in India, in favour of ‘The Addl DGBR, HQ DGBR’ as per the specified proforma. The performance Guarantee shall remain valid till end of at the time of payment of final bill and as per format enclosed.

3.41.2 The Employer reserves the right to recover all the compensation or other sums of money payable by the Consultant to the Employer under this contract or any other contract with the Employer or any other department of Government of India from the said Performance Guarantee.

Page 33: CA NO: HQ DGBR/ /2018 - 2019 · 2018. 7. 30. · superstructure and abutment including Bridge Bearings. (d) Preparation of detailed structural and construction drawings, bill of quantities

CA NO. HQ DGBR/ /2018-2019 Srl Page No. 32

(Signature of the Consultant with seal)

Dated : 2018 For Accepting Officer

3.42 RESPONSIBILITY FOR ACCURACY OF PROJECT PROPOSALS

3.42.1 The consultants shall be responsible for accuracy of all data used in project preparation and the /drawings and estimates prepared by him as part of the project. Permanent location marks adequate for identification during execution shall be kept at the site at the cost of consultant. He shall indemnify the employer against any inaccuracies in the work which might surface out at the time of ground implementation of the project and for this purpose.

3.42.2 An undertaking should be given by the consultant that they will provide required technical assistance/clarification when requested by the employer during construction of the said ROB.

3.43 DEDUCTION OF INCOME TAX AND GST AT SOURCE

3.43.1 While releasing the payments to Consultant for the services provided, the Employer reserve the right to make suitable deduction at source on account of Income Tax and GST as per the provisions of Indian Income Tax Act, GST and amendments thereto from time to time. The Employer will however issue a Tax Deduction Certificate to the Consultant for the deduction made at source on the prescribed proforma.

3.44 Blank

3.45 CHANGE IN CONSTITUTION

3.45.1 Consultant shall promptly notify the Employer of any changes in the constitution of the Consultant. It shall be open for the Employer to terminate the Agreement upon death, retirement, insanity or insolvency of any person being the proprietor / partner of the Consultant or on the addition or introduction of a new partner / firm managing the Project for the Consultant without the approval in writing from the Employer. But in absence of and until its termination by the Employer as aforesaid, this agreement shall be in full force, and effect notwithstanding any changes in the constitution of the firm by death, retirement, insanity or insolvency of any of its proprietors / partners or addition on introduction of new partners / firm. In case of death or retirement, the surviving or remaining partners of the firm shall be jointly and severally liable for the due and satisfactory performance of all terms and condition of the Agreement and likewise on the addition of a new partner / firm, the latter will also become jointly and severally liable.

3.46 COMPLETION

3.46.1 The services shall be completed by the consultant to the entire satisfaction of the Employer and in accordance with the specified time schedule and terms of reference.

3.46.2 Immediately after completion of an item of service or a group of services for which a separate period of completion has been mentioned in the contract, the consultant shall give notice thereof to the Employer.

Page 34: CA NO: HQ DGBR/ /2018 - 2019 · 2018. 7. 30. · superstructure and abutment including Bridge Bearings. (d) Preparation of detailed structural and construction drawings, bill of quantities

CA NO. HQ DGBR/ /2018-2019 Srl Page No. 33

(Signature of the Consultant with seal)

Dated : 2018 For Accepting Officer

3.46.3 The ‘Engineer’ shall take over from the consultant from time to time the item or group of items of services for which a separate period of completion has been mentioned in the contract and which have been completed to his satisfaction, before the completion of entire services, but for all purpose of the contract the completion of entire contract shall be taken into account.

3.46.4 The ’Engineer’ shall certify to the consultant the Date(s) on which the item or group of items of service are completed and taken over and state thereof.

3.46.5 The ‘Engineer’ shall also certify to the contractor the state of items or group of items of the service at the end of the ‘Liability period’.

3.47 FORCE MAJURE

3.47.1 The consultants shall not be liable for delay in completion of services, in the event of such delays being due to force majeure, which include war (declared or undeclared), riot, invasion act of foreign enemies, hostilities, revolution, rebellion, insurrection, military or power, damage from aircraft, civil commotion, fire other than those caused due to negligence on the part of consultant or his partner/ employees and unrest (other than those by the consultants employees) which is beyond the control of the consultant.

3.47.2 Intimation of the happening and cessation any such occurrences shall be given by the consultants to the Employer within 7 days of happening and cessation. The Employer on establishing such causes as force majure shall extend the period of completion of the services suitably keeping in view the duration of incident and effect of such cause. The decision of the accepting officer in the matter of extension of time shall be final and binding.

Page 35: CA NO: HQ DGBR/ /2018 - 2019 · 2018. 7. 30. · superstructure and abutment including Bridge Bearings. (d) Preparation of detailed structural and construction drawings, bill of quantities

CA NO. HQ DGBR/ /2018-2019 Srl Page No. 34

(Signature of the Consultant with seal)

Dated : 2018 For Accepting Officer

PART-II

CONDITIONS OF PARTICULAR APPLICATION

References from Clauses in Part-I

4 Definitions

4.1 (a) The Project is “PREPARATION OF DETAILED DESIGN AND DRAWINGS FOR MAJOR PERMANENT BRIDGE SUPER STRUCTURES [BOTH PSC BOX GIRDER TYPE AND STEEL TRUSS SUPERSTRUCTURE (THROUGH TYPE)] OF VARIOUS SPANS AND RCC ABUTMENTS OF VARIOUS HEIGHTS WITH OPEN/WELL FOUNDATIONS OF LOAD CLASS 70R HAVING TWO LANE SPECIFICATIONS WITH FOOTPATH”.

4.2 If requested by the Employer, necessary certificate on physical examination and fitness of their personnel be produced to him.

4.3 The Consultant may from time to time delegate any of the duties and authorities vested in the consultant to personnel approved by the Employer and he may at any time revoke such delegation. Any such delegation or revocation shall be in writing through a “Power of Attorney” and shall not take effect until a copy of it has been delivered to the Employer. The consultant’s delegate may at his discretion choose not to exercise any such delegation and can refer to the consultant for any necessary action.

4.4 Liability obligation shall remain valid till a period of 36 (thirty six) months reckoned from the date of completion of services.

4.5 The date of commencement shall be the date of issue of Notice to proceed by the Employer.

The Completion date of this Contract shall be 12 (Twelve) months after the date of notice to proceed.

4.6 Agreed compensation on account of delay by the Consultant shall be payable at the rate of 0.05% (Zero point zero five percent) of the contract amount per day of delay subject to a maximum of 10% (Ten percent) of the contract amount.

4.7 Currency of Agreement : Indian Rupee

4.8 The Consultants, sub-consultants and their personnel shall pay such taxes, duties, fees and other impositions as may be levied under the Applicable Laws, the amount of which is deemed to have been included in the contract price, including the GST payable in India.

4.9 Language(s) of the Agreement English

Ruling Language English

Law to which Agreement is subject Indian Laws

4.10 No adjustment to price is admissible on any account.

4.11 Consultant’s Principal place of business:

4.12 All the notices and correspondence with respect to this contract shall be addressed to the ‘Engineer’ as appointed by the accepting officer, at the address given hereunder. Subsequent change in the address, if any, will however be intimated separately and shall take effect accordingly. A copy of such notices and correspondence shall also be endorsed to Accepting Officer

Page 36: CA NO: HQ DGBR/ /2018 - 2019 · 2018. 7. 30. · superstructure and abutment including Bridge Bearings. (d) Preparation of detailed structural and construction drawings, bill of quantities

CA NO. HQ DGBR/ /2018-2019 Srl Page No. 35

(Signature of the Consultant with seal)

Dated : 2018 For Accepting Officer

and Contract Officer for his information at the address given below: -

Employer’s address

(a) Addl DGBR (HQ DGBR) - Accepting Officer’s Address Seema Sadak Bhawan, Ring Road, Delhi Cantt, New Delhi-110010 Tele No. 011-25686857 Fax No: 011-25699618 Email: [email protected]

(b) HQ DGBR/B&T DTE, - Bridging specialist Officer’s Address Seema Sadak Bhawan, Ring Road, Delhi Cantt, New Delhi-110010 Tele No. 011-25686859 Fax No: 011-25685294 Email: [email protected]

(c) HQ DGBR/E-8 Section, - Contract Officer’s Address Seema Sadak Bhawan, Ring Road, Delhi Cantt, New Delhi-110010 Tele No. 011-25686914 Email: [email protected] Consultant’s address …………………………………………………………………………………… ……………………………………………………………………………………

Fax No. ……………………………………………………………..

Telephone No. ………………………………………………….

4.13 Designated representatives for amicable dispute resolution shall be:

Employer’s representative

Accepting Officer shall act as the Employer’s representative

Consultant’s representative

4.14 RULES FOR ARBITRATION

If the efforts to resolve all or any of the disputes through the conciliation fail, then such disputes shall be settled in accordance with Arbitration and Conciliation Act 1996 and amendments thereto in accordance with the following:-

(a) The parties shall make efforts to agree to the sole Arbitrator of an Engineer Officer to be appointed by Director General Border Roads; or in his absence the officer officiating as the DGBR and waive applicability of Sub Section-12 of Arbitration and Conciliation Act 1996 and amendment thereto for purpose by an express agreement in writing. However, if such an attempt does not succeed within 30 days then Indian Roads Congress or Indian Council of Arbitration or SAROD will be approached to appoint an Engineer officer as Arbitrator.

(b) The arbitrator shall give reasons for the award in each and every case irrespective of the value of claims or counter claims.

Page 37: CA NO: HQ DGBR/ /2018 - 2019 · 2018. 7. 30. · superstructure and abutment including Bridge Bearings. (d) Preparation of detailed structural and construction drawings, bill of quantities

CA NO. HQ DGBR/ /2018-2019 Srl Page No. 36

(Signature of the Consultant with seal)

Dated : 2018 For Accepting Officer

(c) The award shall be made within a period of 12 months from the date of Appointment of Arbitrator i.e date of receipt of order on appointment by the Arbitrator.

(d) The parties may by consent extend the period for making award for a further period not exceeding six months.

(e) If the award is not made within the above specified period or extended period, the mandate of the Arbitrator shall terminate unless the court has either prior to or on expiry of the period so specified extended the period.

(f) If agreed by both the parties in writing fast track procedure as stipulated at Article 29-B of Arbitration and Conciliation Act 1996 and amendment thereto may also be followed to resolve the dispute.

(g) No Suspension of Work on Account of Arbitration. The reference to arbitration shall proceed notwithstanding that works shall not then be or alleged to be complete, provided always that the obligations of the Employer and the Consultant shall not be altered by reasons of arbitration being conducted during the progress of works. Neither party shall be entitled to suspend the work to which the dispute relates on account of arbitration.

(h) Venue of Arbitration. The venue of Arbitration shall be place or places as may be fixed by the arbitrator at his direction.

(i) Jurisdiction of Court. The appropriate court at New Delhi shall alone have jurisdiction to decide any dispute arising out of or in respect of this contract.

Page 38: CA NO: HQ DGBR/ /2018 - 2019 · 2018. 7. 30. · superstructure and abutment including Bridge Bearings. (d) Preparation of detailed structural and construction drawings, bill of quantities

CA NO. HQ DGBR/ /2018-2019 Srl Page No. 37

(Signature of the Consultant with seal)

Dated : 2018 For Accepting Officer

SECTION – IV

TERMS OF REFERENCE

Page 39: CA NO: HQ DGBR/ /2018 - 2019 · 2018. 7. 30. · superstructure and abutment including Bridge Bearings. (d) Preparation of detailed structural and construction drawings, bill of quantities

CA NO. HQ DGBR/ /2018-2019 Srl Page No. 38

(Signature of the Consultant with seal)

Dated : 2018 For Accepting Officer

Section-IV

TERMS OF REFERENCE

“PREPARATION OF DETAILED DESIGN AND DRAWINGS FOR MAJOR PERMANENT BRIDGE SUPER STRUCTURES [BOTH PSC BOX GIRDER TYPE AND STEEL TRUSS SUPERSTRUCTURE (THROUGH TYPE)] OF VARIOUS SPANS AND RCC ABUTMENTS OF VARIOUS HEIGHTS WITH OPEN/WELL FOUNDATIONS OF LOAD CLASS 70R HAVING TWO LANE SPECIFICATIONS WITH FOOTPATH”

1. GENERAL

1.1 The Bridging and Tunneling Directorate of HQ DGBR is responsible for the approval of

design and drawings of all permanent bridges having span 30.0 m and above. 1.2 With substantial revision in various IRC Code of Practice on Bridges including seismic

provisions and stipulation to adopt Limit State Method of design, it is decided to develop design of bridges in the span range of 30.0 m to 75.0 m, following latest Codal provisions. .

1.3 Pace of construction of permanent bridges has also been a issue of concern in the Organization. Therefore, to ensure timely availability of detailed design and drawings to the Project, facilitate sanction of estimates on BOQ basis and further facilitate action for procurement of various items as needed for departmental construction viz reinforcement, bearings, pre-stressing strands, expansion joints, pre-stressing items etc, it is considered appropriate to have standard design and drawings for the type and span of bridges constructed generally by the Projects.

1.4 It is therefore considered necessary to develop and standardize the design of PSC/

steel superstructures from 30m to 75m spans as per latest IRC Codes, in increments of 5m through consultancy services duly proof checked from IIT and publish a booklet/folder thereon for ready reference of ground executives.

2. OBJECTIVE 2.1 The main objective of the proposed consultancy service is preparation of detailed

design and drawings for major permanent bridge super structures [both PSC box girder type and steel truss superstructure (through type)] of various spans and RCC abutments of various heights with open/well foundations of class 70R having two lane specifications with footpath.

3. SCOPE OF THE CONSULTANCY SERVICES

3.1 The preparation of design and drawings is proposed in the following manner:-

(a) Super-structure

(i) Pre-stressed concrete bridge for spans from 30.0 mtr to 60.0 mtr at an interval of 5.0 mtr each. (ii) Steel super-structure through type for span 30.0 mtr to 75.0 mtr at an interval of 5.0 mtr each.

Page 40: CA NO: HQ DGBR/ /2018 - 2019 · 2018. 7. 30. · superstructure and abutment including Bridge Bearings. (d) Preparation of detailed structural and construction drawings, bill of quantities

CA NO. HQ DGBR/ /2018-2019 Srl Page No. 39

(Signature of the Consultant with seal)

Dated : 2018 For Accepting Officer

(b) Sub-structure

(i) Sub-structure with open foundation for SBC-35T/m2 for each span for height of 8.0 mtr, 10.0 mtr and 12.0 mtr. (ii) Sub-structure with well foundation for depth – 14.0 mtr & 16.0 mtr for abutment and pier well.

3.2 The scope of Works / Services shall cover the followings but be not limited to the following major tasks:

(A) Concrete Pre-stressed bridge (i) The detailed design of PSC bridge for span from 30 mtr to 60 mtr at an interval of 5.00 mtr each. (ii) While carrying out the detailed design, the width of the bridge will be considered as 12.00 m, with 1.50 m footpath on both side including crash barrier and railing. (iii) Load classification of bridge will be taken as Class-70R. (iv) While designing bridge the latest codal provisions of IRC, BIS,

MoRT&H will be adopted. (v) The bridge so designed will be checked for wind load, temperature variation, seismic forces and fatigue. (vi) Proof checking of design from IIT.

(B) Steel Super-structure bridge (i) The detailed design of Steel super-structure through type bridge for span 30.00 mtr to 75.00 mtr at an interval of 5.0 mtr each. (ii) While carrying out the detailed design the width of the bridge will be considered 12.00 m with 1.50 m footpath on both side including crash barrier and railing. (iii) The bridge so designed will be checked for wind load, temperature variation, seismic forces and fatigue. (iv) Load classification of bridge will be taken as Class-70R. (v) While designing bridge the latest codal provisions of IRC, BIS,

MoRT&H will be adopted. (vi) Proof check of design from IIT.

(C) Sub-structure

(i) While designing the sub-structure SBC will be considered as 35 T/m2.

Page 41: CA NO: HQ DGBR/ /2018 - 2019 · 2018. 7. 30. · superstructure and abutment including Bridge Bearings. (d) Preparation of detailed structural and construction drawings, bill of quantities

CA NO. HQ DGBR/ /2018-2019 Srl Page No. 40

(Signature of the Consultant with seal)

Dated : 2018 For Accepting Officer

(ii) While designing the sub-structure with open foundation the same will be designed for each span, for height of 8.00 mtr, 10.00 mtr and 12.00 mtr. (iii) While designing the sub-structure with well foundation the same will be design for the each span with depth of well as 14.00 mtr and 16.00 mtr for both abutment and pier. (iv) The water current and earth pressure will be considered suitably while designing the abutment / pier.

(D) Detailed structural drawings

(i) Preparation of the detailed structural and construction drawings, bills of quantity and bar bending schedule of all the above structures including preparation of detailed method statement for construction, errection and launching thereof.

(E) Submission of Design and Drawings

(j) Submission of all approved design and drawings in hard copy in hard bound booklet form (150 copies) as well as digital format on hard disks (four copies) to DDG (B & T), HQ DGBR, New Delhi.

4. PHILLOSOPHY OF DESIGN

4.1 The bridge superstructures and the abutment foundations shall be designed following Limit State Philosophy of Design, in accordance with provisions of relevant IRC Codes, BIS Codes and MoRTH Specifications for Road and Bridge works (Fifth Revision), sound engineering practices and tender documents. The loads, forces and stresses to be considered in design of two lane bridge superstructures and abutment foundations shall be as given under Clause 202.1 of IRC:6-2017. All members shall be designed to sustain safely most critical combination of various loads, forces and stresses that can co-exist and all calculations shall tabulate distinctly the various combinations of the above loads and stresses covered by the design. The loads and forces and combinations thereof shall be calculated as per IRC:6-2017. Load combinations for structural design of all members shall be as given in Annexure B of IRC:6-2017. Load combinations for stability check of abutment foundations shall be taken as per Clause 706 of IRC:78-2017.

4.2 For any clarification on any provision of these specifications as well as for any missing design data which are essential for design of structures under the scope of this contract, the Consultant shall contact DDG (B &T), HQ DGBR, New Delhi and finalize the design parameters and designs as per his directions. Decision of DDG (B & T), HQ DGBR shall be final and binding in this regard.

4.3. Designer consultant shall endeavor to provide most economical optimized design satisfying various relevant codes and specifications. Design calculation folders must contain detailed technical notes explaining design philosophy, design sequence and other relevant details. Design calculations should be done stepwise in self explanatory format using sketches and cross references wherever required. Notation system and units adopted should be consistent and in accordance with relevant IRC/BIS codes. Font size of 11 point or higher shall be used in design calculations and drawings.

Page 42: CA NO: HQ DGBR/ /2018 - 2019 · 2018. 7. 30. · superstructure and abutment including Bridge Bearings. (d) Preparation of detailed structural and construction drawings, bill of quantities

CA NO. HQ DGBR/ /2018-2019 Srl Page No. 41

(Signature of the Consultant with seal)

Dated : 2018 For Accepting Officer

5. SPECIFICATIONS OF BRIDGE SUPERSTRUCTURES 5.1 The bridge superstructure shall be simply supported two lane PSC box girder and Steel

Truss (through type) composite with RCC deck slab, of various spans, as per following details:

5.1.1 Type of bridge Superstructure

: PSC box Girder and Steel truss through type with RCC deck slab, suitable for multi span construction.

5.1.2 Span Lengths for design of Superstructure

: PSC Box Girder Type: 30m, 35m, 40m, 45m, 50m, 55m & 60m centre to centre of end bearings. Steel truss through type with RCC deck slab: 30m, 35m, 40m, 45m, 50m, 55m, 60m, 65m, 70m & 75m centre to centre of end bearings. All superstructure spans shall be dimensioned / designed in such a manner that the same can be used for construction of bridge having multi spans.

5.1.3 Support condition

: Simply supported

5.1.4 Minimum Overall width

: Overall width of bridge superstructure shall not be less than 12.05m in case of PSC box girder superstructure. This width shall be suitably increased to accommodate various components (footpaths, crash barriers, railings, longitudinal truss members etc.) in case of steel superstructure.

5.1.5 Clear carriage way width.

: 7500 mm

5.1.6 Crash barriers. : RCC Crash barriers on both sides of carriageway as per clause 109.6.3 Fig 1 of IRC: 5 – 2015.

5.1.7. Footpath : 1.50 m wide both side. Foot paths shall be inside of main longitudinal trusses in case of steel truss super structures.

5.1.8 Railings : Steel railings for steel truss superstructures and RCC Railings for PSC box girder superstructures shall be provided. RCC Railing shall be as per clause 109.6.3 Fig 1 & Clause 109.7 of IRC: 5 – 2015.

5.1.9 Transverse slope in the deck

: 2.5% with curved ridge as per Clause No. 2702.3 of MORT & H (Roads wing) Specifications for Roads and Bridges.

5.1.10 Wearing Course : RCC wearing coat 75 mm thickness to be kept uniform as per Clause No. 2702.2 of MORT & H Specifications for Roads and Bridges (Fifth revision).

5.1.11 Arrangement for utilities

: Arrangement for carrying utilities underside of the footpaths shall be made and accounted for in design.

5.1.12. Vertical clearance

: Minimum 5.5m from the top of bridge to lowest point on underside of top bracings on full width of carriageway Minimum 2.50m above the foot path on full width

5.1.13. Pre-stressing System

: Pre-stressing system 19T13 shall be adopted for design of PSC Box girder superstructures.

Page 43: CA NO: HQ DGBR/ /2018 - 2019 · 2018. 7. 30. · superstructure and abutment including Bridge Bearings. (d) Preparation of detailed structural and construction drawings, bill of quantities

CA NO. HQ DGBR/ /2018-2019 Srl Page No. 42

(Signature of the Consultant with seal)

Dated : 2018 For Accepting Officer

6. SPECIFICATIONS OF BRIDGE ABUTMENTS AND FOUNDATIONS 6.1. The bridge abutment foundations shall be designed for various heights to support the two

lane PSC box girder and Steel Truss (through type) composite with RCC deck slab superstructures of various spans as listed at Clause above, as per following details:

6.1.1 Type of abutment foundations

: RCC abutment with open well foundation, to support two lane PSC box girder/Steel truss (through type) superstructure

6.1.2 Height of Sub-structure

: With open foundation for height 8.00 m, 10.00 m & 12.00 m each suitable for each PSC Box Girder spans 30 m, 35 m, 40 m, 45 m, 50m, 55 m & 60 m and for each steel truss superstructure (through type) span from 30 m to 75m at an interval of 5.00 m and with well foundation for depth 14.0 m & 16.0 m for each span for abutment and pier. The well shall have minimum dia 7.0 m and steining of thickness 1.0 m.

6.1.3 Width of abutments

Full width of superstructure

6.1.4. Compatibility Abutment of each height shall be compatible to PSC box girder as well as steel truss superstructures

6.1.5. Embedment in Soil below scour level

2.00m for design purpose

6.1.6 Co-efficient of base friction

: 0.50 (between concrete & soil)

6.1.7 Factor of safety : As per Clause 706.3.4 of IRC 78-2017

6.1.8. Buoyancy : Allowed as per relevant clause of IRC 6 – 2017.

6.1.9. Allowable tension at foundation base

: No tension is permitted at foundation base in any combination of load.

6.1.10.

Seismic Arrester

: Seismic arresters shall be designed to be provided at abutment caps, suitable to type of superstructure

6.2. Following Soil properties shall be assumed for design of abutments and foundations:

6.2.1. Property of back fill materials for abutment foundation

a) Bulk density of the material used as back fill

: 1.8 T/Cum

b) Angle of internal friction backfill material : 32

c) Angle of wall friction : 21

6.2.2. Safe bearing capacity of soil at founding level

: 35 t/m2

Page 44: CA NO: HQ DGBR/ /2018 - 2019 · 2018. 7. 30. · superstructure and abutment including Bridge Bearings. (d) Preparation of detailed structural and construction drawings, bill of quantities

CA NO. HQ DGBR/ /2018-2019 Srl Page No. 43

(Signature of the Consultant with seal)

Dated : 2018 For Accepting Officer

7. DESIGN LOAD DATA FOR ABUTMENTS AND SUPERSTRUCTURES 7.1. The loads, forces and stresses to be considered in design of two lane bridge

superstructures and abutment foundations shall be as given under Clause 202.1 of IRC:6-2017. All members shall be designed to sustain safely most critical combination of various loads, forces and stresses that can co-exist and all calculations shall tabulate distinctly the various combinations of the above loads and stresses covered by the design.

7.2. The loads and forces shall be calculated as per IRC:6-2017. Load combinations for structural design of all members shall be as given in Annexure B of IRC:6-2017. Load combinations for stability check of abutment foundations shall be taken as per Clause 706 of IRC:78-2014.

7.3. The important load data for design of superstructures and abutment foundations under this contract are as under:

7.3.1 Design live load

Two lanes of IRC Class A or one lane of (Considering two lanes) Class 70 R as per IRC: 6-2017, whichever produces severe stresses.

7.3.2 Service load

750 kg/m.

7.3.3 Footpath load

400 kg/ m2 modified as per relevant clause 206.1 of IRC 6-2017.

7.3.4 Seismic coefficient

(a) The bridge shall be designed for seismic zone-V in accordance with Clause 219 of IRC: 6-2017. (b) Importance factor (I) = 1.20 or as may be decided by DDG (B&T), HQ DGBR. (c) Reaction block or other type of seismic arresters shall be provided as per clause 219.9 of IRC: 6-2017.

7.3.5 Snow load NIL

7.3.6 Temperature effects

Max (+) 400C & Min (-) 5 0C or as may be decided by the DDG (B & T), HQ DGBR, New Delhi. Design to be done as per the provisions given in Clause No.215 of IRC: 6-2017. The superstructure shall also be checked for the effects of distribution of temperature across the deck depth. The temperature distribution for bridge deck may be taken as per IRC 6-2017. The thermal stresses shall be taken care of by providing adequately designed non tensioned reinforcement subject to crack width limitations stipulated in IRC: 112-2011.

7.3.7 Wind velocity and wind load

As per Clause No.209 of IRC:6-2017 and in consultation with DDG (B &T)

7.3.8 Differential settlement

25 mm

Page 45: CA NO: HQ DGBR/ /2018 - 2019 · 2018. 7. 30. · superstructure and abutment including Bridge Bearings. (d) Preparation of detailed structural and construction drawings, bill of quantities

CA NO. HQ DGBR/ /2018-2019 Srl Page No. 44

(Signature of the Consultant with seal)

Dated : 2018 For Accepting Officer

8. GENERAL DESIGN REQUIREMENTS FOR ABUTMENT AND FOUNDATIONS

8.1. The abutments carry superstructure from one side. Abutments shall be designed in heights of 8.00 m, 10.00 m, 12.00 m, 14.00 m and 16.00 m for two lane PSC box girder superstructures having span lengths 30 m to 60 m at interval of 5m each and Steel truss (through type) superstructures having span lengths from 30m to 75m at a interval of 5.0 m each and with well foundation for a depth of 14.0 m & 16.0 m. The height of abutments shall be reckoned from bottom of foundation raft (top of leveling course) to top of the Deck level at crown. The well shall have minimum dia of 7.0 m with steining thickness 1.0 m.

8.2. The abutments shall be designed /dimensioned to retain earth from the approach embankment. As far as possible, all abutments shall have similar shape and shall be proportioned in such a manner that same shuttering can be used for all heights. Spill through type abutments shall not be permitted.

8.3. The abutment should be designed to withstand earth pressure in normal condition in addition to load and forces transferred from superstructure. In addition, any load acting on the abutment itself, including self-weight, is to be considered. All abutments shall be designed for a live load surcharge of 1.20 m height of earth fill.

8.4. All the loads and forces acting on abutments (directly acting as well as transferred from superstructure) shall be calculated as per IRC:6, duly accounting for provisions at Clause 4 above. The weight of soil likely to be resting on top of the foundation shall be taken into account while computing the seismic force. Passive reliefs due to earth and wall friction are not to be considered in the design. No allowance for skin friction is permissible in the design of substructure. Maximum horizontal forces will include the complete back filling behind the abutment. The vertical component of both the active and passive pressure of soil is to be neglected in the design.

8.5. The stability of abutments shall be checked in accordance with Clause 706, IRC:78-2014. In checking the stresses at the base of all the foundations, it shall be ensured that under any combination specified in IRC: 78-2014 there should be no tension for any combination of loads.

8.6. The return walls of minimum 4.0m length shall be provided at right angles to the abutment and will be integral to the abutment cap and dirt wall. A dirt wall shall be provided to prevent the earth from approaches spitting on bearings. Return walls shall be designed to withstand a live-load surcharge equivalent to 1.2 m height of earth fill.

8.7. The width of the abutment caps shall be sufficient to accommodate:-

(i) The bearings leaving an offset of 150 mm beyond them.

(ii) The dirt wall.

(iii) The space for jacks to lift the superstructure for repair/replacement of bearings, etc.

(iv) The equipment for pre-stressing operations, where necessary.

(v) The drainage arrangement for the water on the cap.

8.8. Abutment caps should be suitably designed and reinforced to take care of concentrated point loads dispersing in abutment. Caps cantilevering out from the supports shall be designed to cater for the lifting of superstructure on jacks for repair/replacement of bearings. The locations of jacks shall be predetermined and permanently marked on the caps.

Page 46: CA NO: HQ DGBR/ /2018 - 2019 · 2018. 7. 30. · superstructure and abutment including Bridge Bearings. (d) Preparation of detailed structural and construction drawings, bill of quantities

CA NO. HQ DGBR/ /2018-2019 Srl Page No. 45

(Signature of the Consultant with seal)

Dated : 2018 For Accepting Officer

8.9. Abutments shall be of reinforced concrete in M 35 grade concrete reinforced with Fe 500D grade reinforcing HYSD bars.

9. PEDESTALS BELOW BEARINGS

9.1. The pedestals should be so proportioned that a clear offset of 150mm beyond the edges of bearings is available. The height of pedestal should be between 150mm and 500mm.

9.2. The allowable bearing pressure on the loaded area shall be calculated as per Clause 710.10.3 of IRC:78-2014.

9.3. The two layers of mesh reinforcement- one at 20mm from top and the other at 100mm from top of pedestal or pier cap each consisting of 8mm bars at 100mm in both directions, shall be provided directly under bearings.

10. GENERAL DESIGN REQUIREMENTS FOR STEEL TRUSS SUPERSTRUCTURE

10.1. The steel truss superstructures of simply supported spans of 30m, 35m,40m,45m,50m,55m,60m,65m,70m and 75m (centre to centre of bearings) shall be designed under the scope of this contract and the same shall be compatible to multi span construction. The superstructures shall have two lanes and shall be designed for live load of Single lane Class 70R/ Double lane Class A loading as per IRC:6. It shall also be designed to carry other loads and stresses as per IRC:6 and these specifications. The design of steel superstructure shall conform to IRC:24-2010, IRC:22-2015, IRC:112, MoRTH Specifications for Road & Bridge Works (Fifth revision) and other relevant IRC/BIS Codes.

10.2. The superstructure shall have two longitudinal main trusses, RCC deck slab supported on cross girders and/or stringers, RCC crash barriers, foot paths, hand rails, drainage spouts, RCC wearing course etc. The footpaths shall be towards inner of the main trusses separated from carriage way by RCC crash barriers. The properly designed hand rails between foot path and main longitudinal truss shall be provided for safety of pedestrian traffic.

10.3. While selecting steel sections for various members, it shall be ensured that only easily available sections in open market are adopted. The depth of the bottom chords and bracing shall be suitably adjusted to allow access for proper inspection of bearings and to facilitate construction. As far as possible, splices shall be avoided in design of the members. Splices in chord members shall not be permitted. This aspect must be kept in mind while fixing panel length.

10.4. Suitably designed bracings in horizontal and vertical shall be provided.

10.5. End cross girder shall also be designed to permit use of jacks for lifting the superstructure for changing or repair of bearings.

10.6. High Strength Friction Grip (HSFG) bolts of Grade 8.8 or higher, conforming to IS:3757/IS:4000, with appropriate nuts and washers shall be used for connections. Connections made with HSFG bolts shall conform to Clause 512.6 of IRC:24-2010. Specifications of HSFG Bolts with torque level and other related aspects must be mentioned on drawing.

10.7. Type of welding along with specifications for welding system, electrodes etc must be shown on drawings.

10.8. Gusset plates shall be so shaped and connectors so arranged as to avoid stress concentrations. Re-entrant cuts shall be avoided.

Page 47: CA NO: HQ DGBR/ /2018 - 2019 · 2018. 7. 30. · superstructure and abutment including Bridge Bearings. (d) Preparation of detailed structural and construction drawings, bill of quantities

CA NO. HQ DGBR/ /2018-2019 Srl Page No. 46

(Signature of the Consultant with seal)

Dated : 2018 For Accepting Officer

10.9. The design, fabrication and erection details of exposed structures should be such that good drainage of water is ensured. Standing pool of water, moisture accumulation and rundown of water for extended duration are to be avoided. The details of connections should ensure that:

All exposed surfaces are easily accessible for inspection and maintenance.

All surfaces not so easily accessible are completely sealed against ingress of water.

10.10. Concrete Grade M35 (IRC:112), Structural steel Quality “B0” (IS:2062-2011) and Reinforcement Steel Fe 500D (IS:1786) shall be adopted for the design. However, the Consultant shall decide on shape and sizes of sections, quality of steel (untensioned, and structural) and grade of concrete in consultation with DDG (B & T), HQ DGBR, New Delhi whose decision shall be final and binding.

10.11. Complete construction sequence, fabrication, erection and launching plan of superstructure shall be provided by the designer.

10.12. Camber diagrams of steel trusses shall be provided.

11. GENERAL DESIGN REQUIREMENTS FOR PSC BOX GIRDER SUPERSTRUCTURE

11.1. The PSC box girder superstructures of simply supported spans of 30m, 35m,40m,45m,50m,55m and 60m centre to centre of bearings shall be designed under the scope of this contract and the same shall be compatible to multi span construction. The superstructures shall have two lanes and shall be designed for live load of Single lane Class 70R/ Double lane Class A loading as per IRC:6. It shall also be designed to carry other loads and stresses as per IRC:6 and these specifications. The design shall conform to IRC:112 MoRT&H Specifications for Road & Bridge Works (Fifth revision) and other relevant IRC/BIS Codes.

11.2. The superstructure shall have PSC box girder, RCC crash barriers, foot paths, hand rails, drainage spouts, RCC wearing course etc. It shall have provision for carrying utility services at underside of either side footpaths. The minimum clear height inside the box girders shall be 1.5m to facilitate inspections.

11.3. Haunches of minimum size 300 mm (horizontal) and 150mm (vertical) shall be provided at the four extreme inner corners of box section. For all other corners, fillets of suitable size may be provided.

11.4. Diaphragms monolithic with the deck slab shall be provided at bearings. Intermediate cross girders/diaphragms shall be provided depending upon design requirements.

11.5. Provision for lifting of superstructure shall be made in the superstructure and abutment cap. A drawing showing the arrangement for jacking up the superstructure shall also be submitted along with the design. The abutment cap should be wide enough to facilitate jacking operation.

11.6. Uncoated stress relieved low relaxation strands (Class-2) conforming to IS:14268 shall be used. The design value of relaxation for long term losses shall be taken as per IRC:112. All type pre-stress losses shall be accounted for in design as per IRC:112. The structure shall also be checked for 20% higher time dependent losses viz creep, shrinkage, relaxation, etc to ensure that minimum residual compression is available.

Page 48: CA NO: HQ DGBR/ /2018 - 2019 · 2018. 7. 30. · superstructure and abutment including Bridge Bearings. (d) Preparation of detailed structural and construction drawings, bill of quantities

CA NO. HQ DGBR/ /2018-2019 Srl Page No. 47

(Signature of the Consultant with seal)

Dated : 2018 For Accepting Officer

11.7. The positioning of pre-stressed cables shall be such as to facilitate easy placement and vibration of concrete in between the tendons. Use of high capacity tendons shall be preferred to avoid grouping/clustering of cables and to reduce the number of cables. However, while two or more rows of cables have to be used, the cables shall be vertically in line with adequate space to enable easy flow of concrete.

11.8. The number of stages of pre-stressing and grouting shall be restricted to two. All the cables shall be anchored at the end. Pre-stressing system 19T13 shall be used. Type of pre-stressing system, pre-stressing accessories, anchorages, sheathing pipes etc and their properties assumed in design shall be mentioned on drawings. Procedure to account for variations, if any during actual execution, should also be mentioned.

11.9. Concrete Grade M40 (IRC:112), Structural steel Quality “B0” (IS:2062-2011) and Reinforcement Steel/un-tensioned steel Fe 500D (IS:1786) shall be adopted for the design.

11.10. The Consultant shall adopt similar shape sections for all spans of PSC box girder superstructures i.e. width at soffit slab level and length of cantilevers of decks should be kept constant. However, depth and thickness of webs can be varied as per design requirement for different spans. The Consultant shall fix shape and sizes of sections, quality of steel (tensioned, un-tensioned and structural) and grade of concrete in consultation with DDG (B & T), whose decision shall be final and binding.

12. GENERALSPECIFICATIONS FOR BRIDGE COMPONENTS

12.1 Decking : Minimum thickness of the deck slab including that at tips shall be 200 mm. The tip of decking shall have a cross slope of 2.50% with curved ridge. The cross slope of 2.5% shall be achieved by varying thickness of deck slab. The wearing coat shall be of uniform thickness.

12.2 Drainage : Drainage shall conform to IRC :5 - 2015. A complete drainage system for the entire deck and footpath shall be provided to ensure that the drainage water gets collected and disposed off quickly from the deck and footpath to a safe location.

12.3 Wearing Coat : RCC wearing Coat as per MoRT&H Specifications for Road and Bridge Works (Fifth Revision) shall be provided.

12.4 Hand Railings : Hand railings shall conform to MoRT&H Specifications, IRC:5-2015 and IRC:6-2017. In case of steel truss bridges, steel pipe hand rails shall be provided towards truss side. In case of PSC superstructures, RCC hand railings shall be provided.

12.5. Footpaths : Footpaths 1.50 metre wide shall be provided on both side of the carriage of the bridge. In case of through type steel truss superstructure, foot paths shall be provided within both side trusses i.e. towards inner side (carriageway side) of trusses.

12.6. Crash Barriers : Typical shapes and dimensional details of crash barriers shall be as

per IRC:5 -2015 and shall conform design requirements of IRC:6-2017.

13. DESIGN OF SEISMIC ARRESTERS

13.1. All the bridges shall be assumed to be located in Seismic Zone V. Seismic forces in the design of abutment foundations and superstructures shall be accounted for and provisions made accordingly. Design/drawings of seismic arresters in respect of all spans of superstructures of both type (PSC box & Steel truss) designed under this contract shall be provided.

Page 49: CA NO: HQ DGBR/ /2018 - 2019 · 2018. 7. 30. · superstructure and abutment including Bridge Bearings. (d) Preparation of detailed structural and construction drawings, bill of quantities

CA NO. HQ DGBR/ /2018-2019 Srl Page No. 48

(Signature of the Consultant with seal)

Dated : 2018 For Accepting Officer

14. DESIGN PARAMETERS FOR BEARINGS AND EXPANSION JOINTS

14.1. The Designer Consultant shall provide all loads and forces data including rotation/displacements required for designing POT cum PTFE Bearings (Fixed & sliding) in tabular form for all superstructures spans of both types (PSC box & Steel truss) designed under this contract.

14.2. The Designer/Consultant shall provide design parameters for designing/selecting proper type of modular strip seal expansion joints for every superstructure span designed under this contract.

15. LOAD TESTING SCHEME

15.1. The Designer Consultant shall provide load testing scheme/drawing as per IRC SP-51 in respect of all superstructure spans of both types (PSC box & Steel truss) designed under this contract.

16. ECONOMICAL DESIGN

16.1. The Consultant shall make all efforts to produce most economical optimized design, without compromising the structural adequacy and speed/easiness in construction. Designer shall endeavor to standardize shape and size of members and their sections across the bridge spans/abutment heights so as to use standardize the shuttering system across the structures. Also, selected shapes of structures should facilitate minimum shuttering and de-shuttering time.

17. BILL OF QUANTITES

17.1. The Consultant shall provide bar bending schedules and bill of quantities for concrete and steel for every abutment and superstructure designed under this contract. Bill of quantities shall be provided grade wise for concrete and size wise for structural steel & reinforcing bars.

18. APPROVAL OF DESIGNS 18.1. On receipt of acceptance letter, the Consultant/Designer shall contact DDG (B &T), HQ

DGBR, New Delhi and discuss broad technical parameters, specifications and his broad plan of action. He may also seek clarifications wrt the contract provisions and ask for missing design data, which may be essential for successful completion of the work. The DDG (B & T) may also amplify departmental requirements for adherence. Thereafter, the Consultant shall proceed with work of design.

18.2. The Consultant shall submit dimensional details, design calculations and supported working drawings for all structures based on provisions made in this tender document, various codes and sound engineering design and construction practice to Bridge & Tunnel Dte/HQ DGBR who will examine the same for its adequacy with respect to contract provisions and codal stipulations and make modifications as deemed fit. The Consultant shall be bound to make all such modifications in the said details, drawings and calculations as the DDG (B & T) of HQ DGBR, New Delhi may consider necessary, so as to comply the standard code and specifications mentioned in these or in their absence to comply with the accepted principles of sound engineering practice. Outcome of scrutiny of drawings, design/specifications and or comments thereon will be communicated to the contractor by the officer duly authorized by the DDG (Br & Tnl) of HQ DGBR.

Page 50: CA NO: HQ DGBR/ /2018 - 2019 · 2018. 7. 30. · superstructure and abutment including Bridge Bearings. (d) Preparation of detailed structural and construction drawings, bill of quantities

CA NO. HQ DGBR/ /2018-2019 Srl Page No. 49

(Signature of the Consultant with seal)

Dated : 2018 For Accepting Officer

18.3. After complying with observations/comments/modifications communicated as above, the Consultant shall get design and drawing proof checked from Indian Institute of Technology (IIT), Delhi at his own cost. Consultant’s quoted lump sum amount shall be deemed to include the charges for the proof checking.

18.4. Thereafter, the Contractor shall resubmit the design & drawings duly proof checked by Indian Institute of Technology (IIT) to DDG (B & T), HQ DGBR, New Delhi who may re-examine the same and on his satisfaction, may accord approval. Approval(s) to drawings, design/specifications and or comments thereon will be communicated to the contractor by the officer duly authorized by the DDG (B & T) of HQ DGBR. In the event of any disputes arising as whether any modifications are necessary or not, the decision of the DDG (B & T) of HQ DGBR shall be final and binding.

18.5. On receipt of communication regarding approval to the contractor’s design and calculations, the contractor shall supply to the Br & Tnl Dte of HQ DGBR within a period of 30 days of the receipt of such communications, One hundred fifty (150) copies of the approved drawings in Hard bound booklet form for every abutment and superstructure for use by the department. For making Hardbound Booklets of design drawings, guidance may be taken from the Hardbound booklet “Standard Plans for Highway Bridges” of MoRT&H.

18.6. Design folder along-with detailed calculations will be submitted in digital format on Hard Disk (four copies) in original file formats i.e. Office Excel sheets, Auto CAD, Word etc. Files in PDF format shall not be accepted. Analysis by using software will be submitted along with relevant input/output files and explanatory notes modeling/methodology used.

18.7 A check list for preparation of detailed drawings is attached herewith for guidance.

18.8. All designs, calculations, drawings etc in respect of this bridge shall be the sole property of DGBR.

19. CODES OF PRACTICE

19.1 The design of the bridge and its construction shall be in strict conformity with the

following codes of practices specification and standards:-

a) IRC: 5 - 2015 – Indian Roads Congress standard specification and code of practice for road bridges Section-I, as applicable to General features of design.

b) IRC: 6 - 2017 - Indian Roads Congress standard specification and code of practice for road Bridges Section-II, as applicable to load and stresses.

c) IRC: 22-2008– Indian Roads Congress Standard Specification and code of practice for Road Bridges Section VI, applicable for composite construction for road bridges .

d) IRC: 24-2010 :- Indian roads congress standard specifications and codes of practice for road bridges section V, steel road bridges.

e) IRC: 78-2014 – Indian Roads Congress Standard specification and code of practice for Road Bridges Section VII, applicable for foundation and substructure.

Page 51: CA NO: HQ DGBR/ /2018 - 2019 · 2018. 7. 30. · superstructure and abutment including Bridge Bearings. (d) Preparation of detailed structural and construction drawings, bill of quantities

CA NO. HQ DGBR/ /2018-2019 Srl Page No. 50

(Signature of the Consultant with seal)

Dated : 2018 For Accepting Officer

f) IRC: 112 -2011- Indian Roads Congress Code of practice for Concrete road bridges. Item not covered by this code will be governed by the Indian Standard Code of practice for pre-stressed concrete IS:1343 & Plain and reinforced concrete IS:456-2000.

g) IRC : SP : 51 – 2015 – Guide lines for load testing of bridges.

h) IS:1893-2002- Criteria for earth-quake resistant design of structure (third revision).

i) IS:800 –General Construction in Steel

j) IS:456- 2000 Plain and Reinforced Concrete

k) IS:1786-2000 –Specifications for HYSD Steel

l) IS:2062-2011 Hot Rolled Medium and High Tensile Structural Steel

m) IS:14268 Stress relieved strands of low relaxation

n) Ministry of Road Transport & Highways Specification for Road and bridge works 2013 (Fifth Revision).

19.2 Any Standard specifications for criteria for road bridges, other than those specified above that may have been published by the Indian Roads Congress and in vogue prior to the date of issue of tenders shall also apply.

19.3 Any amendment issued to the standard specifications prior to the date of issue of tenders shall also be applicable.

19.4 In the event of conflict between the provisions of the departmental specifications and the IRC/BIS publication mentioned above, the severe case shall prevail.

19.5 For design, materials, specifications and construction procedures not covered by the Indian Codes, relevant Foreign Codes may be followed with approval of the department.

19.6 Whenever any issue raised is not catered for in any of the above codes, principles of sound engineering practice shall be followed in matters of design and the decision of the Accepting Officer shall be final and binding of all such issues.

19.7. Latest edition of relevant IRC/IS/BS codes shall be referred over old edition IRC/IS/BS codes wherever applicable as per discretion of Accepting Officer.

20. LIABILITY OF CONSULTANT

20.1 Liability period of this contract shall be three years from the date of successful completion of the work. Consultant shall be liable to provide clarifications to all points of references raised by the Department with respect to designs during the liability period i.e. for a period of three years from the date of successful completion of this Consultancy services contract.

21. INCEPTION REPORT

21.1 The consultant before undertaking detailed design shall submit an inception report to the employer within 45 days of award of the work. The report shall cover the following:

(A) Submission of General Arrangement drawings for Super structures for approval from Accepting Officer as per following details :

Page 52: CA NO: HQ DGBR/ /2018 - 2019 · 2018. 7. 30. · superstructure and abutment including Bridge Bearings. (d) Preparation of detailed structural and construction drawings, bill of quantities

CA NO. HQ DGBR/ /2018-2019 Srl Page No. 51

(Signature of the Consultant with seal)

Dated : 2018 For Accepting Officer

(a) Concrete Pre-stressed bridge :-

(i) PSC bridge for span from 30 mtr to 60 mtr at an interval of 5.00 mtr each.

(b) Steel Super-structure bridge :-

(i) Steel super-structure through type bridge for span 30.00 mtr to 75.00 mtr at an interval of 5.0 mtr each.

(B) Submission of General Agreement drawings for Sub-structure for approval from Accepting Officer as per following details :-

(a) While designing the sub-structure SBC will be considered as 35 T/m2.

(b) Sub-structure with open foundation will be designed for each span, for height of 8.00 mtr, 10.00 mtr and 12.00 mtr.

(c) Sub-structure with well foundation will be design for the each span with depth of well as 14.00 mtr and 16.00 mtr for both abutment and pier.

(C) Detailed methodology to meet the requirement of the TOR including number of teams mobilized for deployment, scheduling of various activities to be carried out for completion of different stage of work within the stipulated time schedule.

(D) Task assignment and work schedule.

(E) Work Programme.

(F) Key personal to be employed.

(G) Time frame for submission of various reports.

21.2 The consultant shall carry out the modifications, if required in the inception report. The consultant will be submitting the report to employer. The approval of inception report will generally be given within 21 days of its submission. Once the inspection report is approved the consultant shall proceed further for Detailed design and drawing of the bridges as per the details explained here above within the given time frame.

22. KEY PERSONNEL & OFFICE STAFFS 22.1 It is anticipated that consultants will propose suitable staffing inputs for key personnel.

For this purpose the man month proposed by the consultants with suitable justification based on their services and quality inputs, be submitted before commencement of the work and got approved.

Page 53: CA NO: HQ DGBR/ /2018 - 2019 · 2018. 7. 30. · superstructure and abutment including Bridge Bearings. (d) Preparation of detailed structural and construction drawings, bill of quantities

CA NO. HQ DGBR/ /2018-2019 Srl Page No. 52

(Signature of the Consultant with seal)

Dated : 2018 For Accepting Officer

CHECKLIST FOR PREPARATION OF DRAWINGS

A. GENERAL

1 Title block, scales names etc. correctly written

2 North Line indicated

3 In notes, units of dimensions, levels and chainages indicated

4 In notes, Type of superstructure indicated

5 In notes, Type of substructure indicated

6 In notes, Type of foundation indicated

7 In notes, Type of expansion joints indicated

8 In notes, Type of bearings indicated

9 In notes, Type of wearing coat indicated

10 Grades of concrete for superstructure, substructure, foundation, approach slab, abutment, wing wall / return wall, toe walls, PCC below foundations etc. indicated

11 Details for arrangements at dirt wall given

12 Details for arrangements at expansion joints given

13 Section of abutments given clearly

14 Section of return wall along with fly wings given

15 Section of foundations given clearly

16 All section marks and details numbering are tallying with the actual sections / details

17 No detail / section numbering is repeated / missed

B. PLAN

1 Directions “to___” in both sides indicated

2 Span arrangements with embankment lengths, viaduct lengths etc indicated

3 Expansion joints indicated

4 Crash barrier location shown

5 Handrails location shown

6 Piers, abutment, return walls / wing walls shown

7 Length of return wall / wing walls shown

8 Centre line of bridge axis and piers / abutments indicated along with setout dimensions.

9 Median indicated and shaded

10 Median wall and connectivity / dry joint to existing structure shown

11 Drainage spouts indicated

Page 54: CA NO: HQ DGBR/ /2018 - 2019 · 2018. 7. 30. · superstructure and abutment including Bridge Bearings. (d) Preparation of detailed structural and construction drawings, bill of quantities

CA NO. HQ DGBR/ /2018-2019 Srl Page No. 53

(Signature of the Consultant with seal)

Dated : 2018 For Accepting Officer

12 U /s and D / s sides indicated

13 Web lines indicated in dotted

14 Hand rails / Crash barrier lines indicated

C. ELEVATION

1 Span arrangements

2 Directions “To___” in both sides indicated

3 Expansion Joints indicated

4 Crash barrier location shown

5 Handrails location shown

6 Abutment, return wall / wing walls shown

7 Length of return wall / wing wall shown

8 Centre line of bridge axis and abutments indicated along with setout dimensions.

9 HFL indicated

10 FRL at deck level indicated

11 Foundations shown

12 Indicated the clearance from HFL / tracks / highest road level to soffit

D. SECTION

1 Title block, scales names etc. Correctly written

2 Crash barrier location shown

3 Handrails location shown

4 Abutment, return walls / wing walls shown

5 Centre line of bridge deck

6 Drainage spouts indicated

7 HFL indicated

8 FRL at deck level indicated

9 Bed level indicated

10 Section of abutment indicated

11 Foundations shown

12 Indicated the clearance from HFL / tracks / highest road level to soffit

13 U /s and D / s indicated

14 Wearing coat indicated

Page 55: CA NO: HQ DGBR/ /2018 - 2019 · 2018. 7. 30. · superstructure and abutment including Bridge Bearings. (d) Preparation of detailed structural and construction drawings, bill of quantities

CA NO. HQ DGBR/ /2018-2019 Srl Page No. 54

(Signature of the Consultant with seal)

Dated : 2018 For Accepting Officer

SECTION –V

TENDER/CONDITIONS ACCEPTANCE LETTER

Page 56: CA NO: HQ DGBR/ /2018 - 2019 · 2018. 7. 30. · superstructure and abutment including Bridge Bearings. (d) Preparation of detailed structural and construction drawings, bill of quantities

CA NO. HQ DGBR/ /2018-2019 Srl Page No. 55

(Signature of the Consultant with seal)

Dated : 2018 For Accepting Officer

TENDER/CONDITIONS ACCEPTANCE LETTER

(To be given on Company Letter Head)

Date:

From : _____________________

_____________________ To,

The Addl DGBR HQ DGBR/E8 Seema Sadak Bhawan, Ring Road, Delhi Cantt New Delhi-110010 Tele No:011- 25686857 Fax No: 011- 25699618 Email: [email protected]

Name of Work “PREPARATION OF DETAILED DESIGN AND DRAWINGS FOR MAJOR PERMANENT BRIDGE SUPER STRUCTURES [BOTH PSC BOX GIRDER TYPE AND STEEL TRUSS SUPERSTRUCTURE (THROUGH TYPE)] OF VARIOUS SPANS AND RCC ABUTMENTS OF VARIOUS HEIGHTS WITH OPEN/WELL FOUNDATIONS OF LOAD CLASS 70R HAVING TWO LANE SPECIFICATIONS WITH FOOTPATH”

Sir,

1. Having examined the Tender Documents for the subject contract as set out in your Notice of Invitation to Bid, Instructions to Bidders, the Conditions of Contract, Terms of Reference and the matters set out in the BOQ and Annexure thereto, we undertake to perform the consultancy services for the work referred in Terms of Reference for the Lump Sum Price as per the break up details given at Annexure-I to BOQ.

2. If our tender is accepted we will provide performance guarantee for the due performance of the contract as stipulated in the General Conditions of Contract hereto.

3. Unless and until a formal Agreement is prepared and executed this tender together with your written acceptance thereof shall form a binding Contract between us.

4. We agree to abide by this bid for the period of 120 days (One hundred twenty days) from the end date of submission of Bid and it shall remain binding upon us and may be accepted any time before expiration of that period.

5. We understand fully that you are not bound to accept the lowest or any bid received. Yours faithfully,

Signature with office seal Full Name : Designation:

Page 57: CA NO: HQ DGBR/ /2018 - 2019 · 2018. 7. 30. · superstructure and abutment including Bridge Bearings. (d) Preparation of detailed structural and construction drawings, bill of quantities

CA NO. HQ DGBR/ /2018-2019 Srl Page No. 56

(Signature of the Consultant with seal)

Dated : 2018 For Accepting Officer

SECTION-VI

FORMATS FOR TECHNICAL

PROPOSALS

& GUARANTEES

Page 58: CA NO: HQ DGBR/ /2018 - 2019 · 2018. 7. 30. · superstructure and abutment including Bridge Bearings. (d) Preparation of detailed structural and construction drawings, bill of quantities

CA NO. HQ DGBR/ /2018-2019 Srl Page No. 57

(Signature of the Consultant with seal)

Dated : 2018 For Accepting Officer

(Form-I) To:

The Addl DGBR, HQ DGBR/E8 Section Seema Sadak Bhawan, Ring Road, Delhi Cantt New Delhi-110010 Tele No:011- 25686859 Fax No: 011- 25685294 Email: [email protected]

Sir:

TECHNICAL PROPOSAL FOR “PREPARATION OF DETAILED DESIGN AND DRAWINGS FOR MAJOR PERMANENT BRIDGE SUPER STRUCTURES [BOTH PSC BOX GIRDER TYPE AND STEEL TRUSS SUPERSTRUCTURE (THROUGH TYPE)] OF VARIOUS SPANS AND RCC ABUTMENTS OF VARIOUS HEIGHTS WITH OPEN/WELL FOUNDATIONS OF LOAD CLASS 70R HAVING TWO LANE SPECIFICATIONS WITH FOOTPATH”

I, We______________________________ Consultant/Consultancy firm (s) herewith enclose Technical Proposal for selection of my/our firm for the subject Consultancy services.

Yours faithfully,

Signature Full Name Designation Address

(Authorized Representative)

Page 59: CA NO: HQ DGBR/ /2018 - 2019 · 2018. 7. 30. · superstructure and abutment including Bridge Bearings. (d) Preparation of detailed structural and construction drawings, bill of quantities

CA NO. HQ DGBR/ /2018-2019 Srl Page No. 58

(Signature of the Consultant with seal)

Dated : 2018 For Accepting Officer

Appendix ‘A’

PROOF IN SUPPORT OF EMPANELMENT WITH MORT&H/INFRACON OR ENLISTMENT WITH BRO

(a) Name of Firm

(b) Enlistment Class with BRO with ref No

(c) Letter No under which enlisted with BRO (enclose a photo/scan copy thereof)

(d) Category under which empanel with MoRT&H/ INFRACON

(e) Letter No under which empanelled (enclose a photo/scan copy thereof)

Page 60: CA NO: HQ DGBR/ /2018 - 2019 · 2018. 7. 30. · superstructure and abutment including Bridge Bearings. (d) Preparation of detailed structural and construction drawings, bill of quantities

CA NO. HQ DGBR/ /2018-2019 Srl Page No. 59

(Signature of the Consultant with seal)

Dated : 2018 For Accepting Officer

Appendix ‘B’

COMPOSITION OF THE PROPOSED TEAM OF EXPERTS AND TASK ASSIGNMENT TO EACH KEY PERSONNEL AND SUPPORT STAFF

Please give these details in a tabular form indicating position, Name and Task assignment of the key personnel, technical support and administration support staff proposed to be made available for the services.

1. KEY PERSONNEL

Position Name Task Assignment

2. TECHNICAL SUPPORT STAFF

3. ADMINISTRATIVE SUPPORT STAFF

Position Name Task Assignment

Position Name Task Assignment

Page 61: CA NO: HQ DGBR/ /2018 - 2019 · 2018. 7. 30. · superstructure and abutment including Bridge Bearings. (d) Preparation of detailed structural and construction drawings, bill of quantities

CA NO. HQ DGBR/ /2018-2019 Srl Page No. 60

(Signature of the Consultant with seal)

Dated : 2018 For Accepting Officer

Appendix ‘C’

APPROACH AND METHODOLOGY

Please list your approach and methodology proposed to be followed analysis, design and report submission including your Quality Assurance plan and safety audit for this assignment. Your proposed team structure in the form of organization chart shall also be presented here. Please describe these details in not more than three pages.

Page 62: CA NO: HQ DGBR/ /2018 - 2019 · 2018. 7. 30. · superstructure and abutment including Bridge Bearings. (d) Preparation of detailed structural and construction drawings, bill of quantities

CA NO. HQ DGBR/ /2018-2019 Srl Page No. 61

(Signature of the Consultant with seal)

Dated : 2018 For Accepting Officer

Appendix ‘D’

WORK PROGRAMME

Keeping in view the service requirement as listed at Terms of Reference and time schedule indicated for the purpose, please describe your detailed work programme, and present it in a tabular form giving type of services and activities involved there under, duration thereof and month wise plan in bar chart manner for performing the activity including the category of experts who would have primary responsibility for the activity.

Category of key personnel responsible

Description of activity

Total Duration

Month-wise plan

1 2 3 4 5 6 7 8 9 10 11 12

Page 63: CA NO: HQ DGBR/ /2018 - 2019 · 2018. 7. 30. · superstructure and abutment including Bridge Bearings. (d) Preparation of detailed structural and construction drawings, bill of quantities

CA NO. HQ DGBR/ /2018-2019 Srl Page No. 62

(Signature of the Consultant with seal)

Dated : 2018 For Accepting Officer

Appendix ’E’

MANNING SCHEDULE OF KEY PERSONNEL

Name of expert

Position in team

Duration-Months Man-Months 1 2 3 4 5 6 7 8 9 10 11 12

Total ________________________________________________________________________ Notes: 1. Shown only for key personnel. 2. Show duration by solid line for continuous inputs and by broken line for Staggered inputs _______________________________________________________________________

Page 64: CA NO: HQ DGBR/ /2018 - 2019 · 2018. 7. 30. · superstructure and abutment including Bridge Bearings. (d) Preparation of detailed structural and construction drawings, bill of quantities

CA NO. HQ DGBR/ /2018-2019 Srl Page No. 63

(Signature of the Consultant with seal)

Dated : 2018 For Accepting Officer

Appendix ’F’

Format of Curriculum Vitae (CV) For Proposed Key Staff 1. Proposed Position: ________________________________________________________________________________________________________________________________________________ 2. Name of Staff: ________________________________________________________________________________________________________________________________________________ 3. Date of Birth: _______________________________ (Please furnish proof of age) 4. Nationality: -________________________________________________________________________ 5. Educational Qualification:

(Summarize college/university and other specialized education of staff member, giving names of school dates attended and degrees obtained). (Please furnish proof of qualification)

6. Membership of Professional Societies: _______________________________________________________________________________________________________________________________________. 7. Publication:

(List of details of major technical reports/papers published in recognized national and international journals)

8. Employment Record:

(Starting with present position, list in reversed order, and every employment held. List all positions held by staff member since graduation, giving dates, names of employing organization, title of positions held and location of assignments. For experience period of specific assignment must be clearly mentioned, also give Employer references, where appropriate).

9. Summary of the CV

(Furnish a summary of the above CV. The information in the summary shall be precise and accurate. The information in the summary will have bearing on the evaluation of the CV). A) Education:

i) Field of Graduation and year

ii) Field of post graduation and year.

iii) Any other specific qualification

Page 65: CA NO: HQ DGBR/ /2018 - 2019 · 2018. 7. 30. · superstructure and abutment including Bridge Bearings. (d) Preparation of detailed structural and construction drawings, bill of quantities

CA NO. HQ DGBR/ /2018-2019 Srl Page No. 64

(Signature of the Consultant with seal)

Dated : 2018 For Accepting Officer

B) Experience i) Total experience in Bridge Design: _____________________ Yrs

ii) Responsibilities held: i) ___________________________ Yrs

ii) ___________________________ Yrs

iii) ___________________________Yrs iii) Relevant Experience__________ Yrs.

C) Permanent Employment with the Finn, (Yes/No):

If yes, how many years :

If no, what is the employment :

Arrangement with the firms :

Certification:

1. I am willing to work on the project and I will be available for entire duration of the project assignment and I will not engage myself in any other assignment during the currency of his assignment on the project

2. I, the undersigned, certify that to the best of my knowledge and belief, this bio-

data correctly describes myself my qualification and my experience.

Signature of the Candidate ________________________________________.

Place __________________. Date ___________________.

Signature of the Authorized Representative of the firm __________________________________________ .

Place ___________________. Date ____________________.

Note: One set of original Curriculum Vitae (CV) for each group need to be recently signed in blue ink by the proposed key professional staff and also by an authorized official of the Firm. Each page of the CV must be signed. The key information shall be as per. the format. However, authorized signatory has to sign on each page of each CV (i.e. original as well as photocopies). Unsigned copies of CV s shall be rejected.

Page 66: CA NO: HQ DGBR/ /2018 - 2019 · 2018. 7. 30. · superstructure and abutment including Bridge Bearings. (d) Preparation of detailed structural and construction drawings, bill of quantities

CA NO. HQ DGBR/ /2018-2019 Srl Page No. 65

(Signature of the Consultant with seal)

Dated : 2018 For Accepting Officer

Appendix ‘G’

COMPUTER HARDWARE AND SOFTWARE PROPOSED TO BE USED

Sl No

Description Nos proposed to be used

Note : The following system will be followed for evaluation :-

Available software (a) STAAD/ADAPT/OASIS - 25 (b) MIDAS/RM/SOFISTICK - 75

Page 67: CA NO: HQ DGBR/ /2018 - 2019 · 2018. 7. 30. · superstructure and abutment including Bridge Bearings. (d) Preparation of detailed structural and construction drawings, bill of quantities

CA NO. HQ DGBR/ /2018-2019 Srl Page No. 66

(Signature of the Consultant with seal)

Dated : 2018 For Accepting Officer

Appendix 'H’

Details of Bridge Design works completed/under progress in last five financial years including current financial year

NOTE:- 1. The tenderer/s must attach completion certificate issued by the organizations for which the work was carried out. 2. Details of only double lane and above bridges having span 30.0 mtr and above be included. 3. The following system will be followed for evaluation of experience :-

Type No of Bridges

Span range Type

30 m to 50 m PSC/Steel 20 points per bridge

50 m to 70 m PSC/Steel 30 points per bridge

70 m & above PSC/Steel 50 points per bridge

Signature of the Tenderer/s

S/ No

Name of Bridge including its span arrangement and type

Organization for whom work is being done

Final Cost of Work

Date of Acceptance/ commencement

Date of Actual completion

Remarks

1 2 3 4 5 6 7

Page 68: CA NO: HQ DGBR/ /2018 - 2019 · 2018. 7. 30. · superstructure and abutment including Bridge Bearings. (d) Preparation of detailed structural and construction drawings, bill of quantities

CA NO. HQ DGBR/ /2018-2019 Srl Page No. 67

(Signature of the Consultant with seal)

Dated : 2018 For Accepting Officer

Appendix 'J’

SERVICES PROPOSED FOR OUTSOURCING Please give details of services proposed to be out sourced and agency proposed to be engaged for the purpose.

Page 69: CA NO: HQ DGBR/ /2018 - 2019 · 2018. 7. 30. · superstructure and abutment including Bridge Bearings. (d) Preparation of detailed structural and construction drawings, bill of quantities

CA NO. HQ DGBR/ /2018-2019 Srl Page No. 68

(Signature of the Consultant with seal)

Dated : 2018 For Accepting Officer

Appendix 'K’

QUALIFICATION AND EXPERIENCE REQUIREMENT OF KEY PERSONNEL

1. BRIDGE ENGINEER

The position requires an engineer, preferably with a post graduate degree or equivalent in structural/bridge engineering, with minimum 15 years experience on design and construction of two lane Class-70 bridges and structures of national Highways State Highways. The candidate must have capability to design bridges with various span arrangement, alternative materials and structural arrangement, he should have designed bridge rehabilitation also. The candidate must have the experience of planning & monitoring geotechnical and hydraulic investigations for the bridges and interpreting the findings thereof. Note :- The following criteria will be followed for evaluation :-

(a) Qualification (i) Under graduation - 25 Point

(ii) Post graduation in - 75 Point Structural/Bridge Engineers

(b) Experience (i) 5 years - 50 Point

(ii) 6 to 10 years - 100 Point

(iii) 10 years and above - 125 Point

Page 70: CA NO: HQ DGBR/ /2018 - 2019 · 2018. 7. 30. · superstructure and abutment including Bridge Bearings. (d) Preparation of detailed structural and construction drawings, bill of quantities

CA NO. HQ DGBR/ /2018-2019 Srl Page No. 69

(Signature of the Consultant with seal)

Dated : 2018 For Accepting Officer

Appendix 'L’

UNDERTAKING

PREPARATION OF DETAILED DESIGN AND DRAWINGS FOR MAJOR PERMANENT BRIDGE SUPER STRUCTURES [BOTH PSC BOX GIRDER TYPE AND STEEL TRUSS SUPERSTRUCTURE (THROUGH TYPE)] OF VARIOUS SPANS AND RCC ABUTMENTS OF VARIOUS HEIGHTS WITH OPEN FOUNDATIONS OF LOAD CLASS 70R HAVING TWO LANE SPECIFICATIONS WITH FOOTPATH

Having examined the bid document, Instructions to Bidders, Qualification Information,

Terms of Reference etc for the subject work we hereby certify that the information as

furnished in this document is true and correct. The proposal is unconditional and unqualified.

We undersigned accept that Addl DGBR/DGBR reserves the right to reject any or all bids

without assigning any reason.

Yours faithfully, (Authorised signatory) M/s …………………….

Page 71: CA NO: HQ DGBR/ /2018 - 2019 · 2018. 7. 30. · superstructure and abutment including Bridge Bearings. (d) Preparation of detailed structural and construction drawings, bill of quantities

CA NO. HQ DGBR/ /2018-2019 Srl Page No. 70

(Signature of the Consultant with seal)

Dated : 2018 For Accepting Officer

Appendix 'M’

FORMAT FOR BANK GUARANTEE FOR PERFORMANCE SECURITY

To, (Name & Address of Authority) In consideration of ___________________________________ (hereinafter referred as the “Employer” which expression shall, unless repugnant to the context or meaning thereof include its successors, administrators and assigns) having awarded to M/s…………………………………………. having its office at …………… (Hereinafter referred to as the “Consultant” which expression shall repugnant to the context or meaning thereof, include its successors, administrators, executors and assigns), a contract by issue of employer’s contract agreement no./ letter of Acceptance No…………….……………….… dated …………… and the same having been unequivocally accepted by the consultant, resulting in a contract valued at Rs……………………../- (Rupees…………………………) under contract No. _____________________ (Hereinafter called the “Contract”) and the consultant having agreed to furnish a Bank Guarantee to the Employer as “Performance Security as stipulated by the Employer in the said contract for performance of the above contract amounting to Rs………………./- (Rupees…………………………………………) .

We, …………………………………… having registered office at ………………….. a

body registered/constituted under the ………………………………..(hereinafter referred to as the Bank,) which expression shall, unless repugnant to the context or meaning thereof, include its successors, administrators, executors and assigns) do hereby guarantee and consultant of the extent of Rs…………………/- (Rupees ………………………………) as aforesaid at any time up to ……without any demur, reservation, contest, recourse or protest and/or without any reference to the consultant. Any such demand made by the employer on the bank shall be conclusive and binding notwithstanding any difference between the employer and the consultant or any dispute pending before any court, Tribunal, Arbitrator or any other authority. We agree that the guarantee herein contained shall be irrevocable and shall continue to be enforceable till the employer discharges this guarantee.

The Employer shall have the fullest liberty without affecting in any way the liability of the bank under this guarantee, from time to time to vary or to extend the time for performance of the contract by the consultant. The employer shall have the fullest liberty without affecting this guarantee, to postpone form time to time the exercise of any powers vested in them or of any right which they might have against the consultant and to exercise the same at any time in any manner, and either to enforce or to forebear to enforce any covenants, contained or implied, in the Contract between the Employer and the Consultant any other course or remedy or security available to the Employer. The bank shall not be relieved of its obligations under these presents by any exercise by the Employer of its liberty with reference to the matters aforesaid or any of them or by reason of any other act or forbearance or other acts of omission or commission on the part of the Employer or any other indulgence shown by the Employer or by any other matter or thing whatsoever which under law would but for this provision have the effect of relieving the Bank The Bank also agrees that the Employer at it option shall be entitled to enforce this Guarantee against the Bank as a principal debtor, in the first instance without proceeding against the Consultant and notwithstanding any security or other guarantee that the Employer may have in relation to the Consultant’s liabilities. Notwithstanding anything contained herein,

Page 72: CA NO: HQ DGBR/ /2018 - 2019 · 2018. 7. 30. · superstructure and abutment including Bridge Bearings. (d) Preparation of detailed structural and construction drawings, bill of quantities

CA NO. HQ DGBR/ /2018-2019 Srl Page No. 71

(Signature of the Consultant with seal)

Dated : 2018 For Accepting Officer

a) Out liability under this Bank Guarantee is limited to ` …………………..(Rupees …………………………………..) and it shall remain in force upto and including .……..and shall be extended from time to time for such period as may be desired by M/s…………….., on whose behalf this guarantee has been given. b) This Bank Guarantee shall be valid upto……………. c) We are liable to pay the guaranteed amount or any part thereof under this Bank Guarantee only and only if you serve upon us a written claim or demand on or before ………….(date of expiry of Guarantee).

(Signature of the Authorized Official) (Name & Designation with Bank Stamp)

NOTE :

(i) The bank guarantee(s) contains the name, designation and code number of the office(s) signing the guarantee(s)

(ii) The address, telephone no, and other details of the Head Office of the Bank as

well as of issuing branch should be mentioned on the covering letter of issuing Branch.

(iii) The bank guarantee for `.10,000/- and above is signed by at least two officials (or as per the norms prescribed by the RBI in this regard.)

Page 73: CA NO: HQ DGBR/ /2018 - 2019 · 2018. 7. 30. · superstructure and abutment including Bridge Bearings. (d) Preparation of detailed structural and construction drawings, bill of quantities

CA NO. HQ DGBR/ /2018-2019 Srl Page No. 72

(Signature of the Consultant with seal)

Dated : 2018 For Accepting Officer

Appendix 'N’

NEFT/RTGS MANDATE FORM

(1) Name of firm/contractor as

per account in the Bank

(2) Beneficiary’s Account

Number (As appearing on

the Cheque Book)

(3) Name of Bank where a/c is

held

(4) Name of Branch

(5) Address of Branch

(6) Telephone No. of Branch

(7) IFSC Code of Branch

(8) 9-Digit MICR Code Number

of the Bank & Branch

(9) E-Mail ID of Contractor

Note

Please attach a blank cancelled cheque for verification of the above particulars.

I, hereby, declare that the particulars given above are correct and complete. If the transaction is delayed or not effected due to incomplete or incorrect information of the bank details, I will not hold the payment releasing authority responsible for it.

Dated :

Signature of the contractor (Seal)

CERTIFICATE BY BANK

Certified that the particulars furnished above are correct as per our

records. Seal of Bank Signature of the branch manager Dated : of the Bank

Page 74: CA NO: HQ DGBR/ /2018 - 2019 · 2018. 7. 30. · superstructure and abutment including Bridge Bearings. (d) Preparation of detailed structural and construction drawings, bill of quantities

CA NO. HQ DGBR/ /2018-2019 Srl Page No. 73

(Signature of the Consultant with seal)

Dated : 2018 For Accepting Officer

(FINANCIAL PROPOSAL)

Page 75: CA NO: HQ DGBR/ /2018 - 2019 · 2018. 7. 30. · superstructure and abutment including Bridge Bearings. (d) Preparation of detailed structural and construction drawings, bill of quantities

CA NO. HQ DGBR/ /2018-2019 Srl Page No. 74

(Signature of the Consultant with seal)

Dated : 2018 For Accepting Officer

“BOQ”

Name of Work: PREPARATION OF DETAILED DESIGN AND DRAWINGS FOR MAJOR PERMANENT BRIDGE SUPER STRUCTURES [BOTH PSC BOX GIRDER TYPE AND STEEL TRUSS SUPERSTRUCTURE (THROUGH TYPE)] OF VARIOUS SPANS AND RCC ABUTMENTS OF VARIOUS HEIGHTS WITH OPEN/WELL FOUNDATIONS OF LOAD CLASS 70R HAVING TWO LANE SPECIFICATIONS WITH FOOTPATH

S/ No.

Description A/U Qty Rate (in Rs) Amount (in Rs)

1 Preparation of Detailed Design and Drawings for Major Permanent Bridge Super Structures [both Psc Box Girder Type and Steel Truss Superstructure (Through Type)] of various spans and RCC Abutments of various heights with Open/Well Foundations of Load Class 70R having Two Lane Specifications with Footpath as per section IV (Term of reference).

Job 01

This is for Sample only

The rates shall be filled in figures only in the provided column in BOQ uploaded in Excel sheet.

Page 76: CA NO: HQ DGBR/ /2018 - 2019 · 2018. 7. 30. · superstructure and abutment including Bridge Bearings. (d) Preparation of detailed structural and construction drawings, bill of quantities

CA NO. HQ DGBR/ /2018-2019 Srl Page No. 75

(Signature of the Consultant with seal)

Dated : 2018 For Accepting Officer

Annexure-I to ‘BOQ’

QUANTITIES AND UNIT PRICES CONSIDERED TO ARRIVE AT LUMP SUM PRICE QUOTED IN BOQ

(To be used subsequently for valuation of additional and exceptional services, if any)

Page 77: CA NO: HQ DGBR/ /2018 - 2019 · 2018. 7. 30. · superstructure and abutment including Bridge Bearings. (d) Preparation of detailed structural and construction drawings, bill of quantities

CA NO. HQ DGBR/ /2018-2019 Srl Page No. 76

(Signature of the Consultant with seal)

Dated : 2018 For Accepting Officer

Annexure-II to ‘BOQ’

REMUNERATION AND PAYMENT

1. PRICES FOR THE SERVICES

1.1 The consultant shall quote his prices online for the subject work in ‘BOQ’ on a fixed lump sum cost basis for the consultancy services referred here-in-before at terms of reference.

1.2 The price as quoted shall include all fees and expenses including taxes such as GST, insurance premium etc as payable by the consultant as per the applicable laws.

1.3 Bidder shall give break down of lump sum cost of consultancy service arrived at/quoted in BOQ in Annexure-I made up of quantities and unit prices, which may be used subsequently for the valuation of additional and exceptional items. The quantities shall not be subject to re-measurement for normal services.

2. SCHEDULE OF PAYMENT 2.1 All the payment released to the consultant shall be treated as stage/advance payment

except the last one which shall be the final payment.

2.2 All such payments except the last one shall be treated as instalments and the consultant shall remain a debtor in respect of them until final settlement.

2.3 All the payments as released to the consultant shall be subjected to deduction of

Income-Tax and GST at source as per the applicable Income Tax and GST Act of

India.

2.4 All the stage payments shall be subjected to deduction of retention money @ 5% of

the gross value of the bill which will however be finally released / adjusted in the final

bill.

2.5 To maintain a complete record of the services performed under this contract and

release of payments thereon, all the activities having financial value shall be described

and recorded in the measurement book and signed by both the parties as token of their

acceptance.

3. Period of completion shall be 12 Months from the date of commencement as indicated

in Work Order.

4. STAGE PAYMENT

4.1 Cost of proof checking from IIT Delhi as specified in Clause 18.3 of Section-IV (Term of

Reference) as deemed to be included in lump sum rate quoted by the bidder in BOQ

for the consultancy service. Bidder shall suitably cater this element in break down

details to be given in Annexure- I

Page 78: CA NO: HQ DGBR/ /2018 - 2019 · 2018. 7. 30. · superstructure and abutment including Bridge Bearings. (d) Preparation of detailed structural and construction drawings, bill of quantities

CA NO. HQ DGBR/ /2018-2019 Srl Page No. 77

(Signature of the Consultant with seal)

Dated : 2018 For Accepting Officer

4.2 The stage payment to the Consultant shall be released by the Client in a manner as

follows:

S/No Name of submittal Percentage

of lump sum

Cumulative

Percentage

of lump sum

01 Submission of inception report

10 10

02 Approval of Design and Drawing of all spans

of PSC – Superstructure including sub-

structure thereof

35 45

03 Approval of Design and Drawing of all steel

Superstructure including sub-structure

thereof

45 90

04 Submission of final detailed Design drawings

i.e 150 copies in hard bound booklet

including Detailed Design & Drawing in digital

format on Hard disk (four copies)

10 100

5. FINAL PAYMENT

5.1 The final payment to the Consultant shall be released on completion of all the services

as listed at ToR.

5.2 The final bill shall be accompanied by all abstracts, vouchers, orders etc supporting it

and shall be prepared in the manner prescribed by the Engineer.

5.3 No further claims shall be made by the consultant after submission of final bill and

these be deemed to have been waived and extinguished.

5.4 The consultant shall be entitled for the payment of final sum less the value of stage

payments already made, subject to the certification of the final bill by the Engineer.

5.5 No fees and expenses shall be allowed to the consultant on account of preparation of

final bill.

6. PAYMENT OF SERVICES

6.1 The payment will be released through e-payment mode, for which the Consultant is

required to submit the NEFT/RTGS Mandate Form (enclosed at Appendix ‘N’) duly

filled in the specified details.