Sie sind auf Seite 1von 199

漱 uく `1・

Iマ

GOVERNMENT OF BIⅡ AR

RURAL WORKS DEPARTMENT




Ⅳ10DEL BIDDING DOCUMENT(MBD)




FOR

OUTPUT AND PEIRFORPIANCE BASED RURA・ L


ROADS MAINTENANCE CONTRACT(OPRPIC)







DECEMBER… 2018




´
  ●″      ‘ .






■ヽ
                                                                  /
´

, G 0 0 0 0 0 0 0 0 /0 9 0 0 ● ● ● ● ● ● ● .0 ● ヽ● ● ● ● 0 ︵

ι6」
.'■ 1■ 、 1 1 , ,, 1 ,:` │、

GOVERNⅣ IENT OF BIHAR


RURALWORKS DEPARTMENT

瞼 uく 中 :く

MODEL BIDDING DOCIIMENT


)
FOR
)
OUTPUT AND PERFORPttCE BASED RURALROADS IIAINTENANCE CONTRACT
ヽ (OPRMo
)

) Name of \\ork: Output and Performance Based Rural Roads Maintenance Work For the roads under Works
ヽ division..................

) District: Block:

〕 Estimated Cost Valtre


Sl No Name of Road Length(Kms.)
(Rs. in Lakhs)
)
1

)
Package No. : 0O/OPRMC/ (Name of division)
,


D

)

υ γ た ,
Bidder invitation fo『 Bid Page: i
Ilva^,r+i!,a Dn^in66- \r/^-t,. ni,,i-:^-
ι多
OtTPtl Aヽ D PER「 ORヽ :ヽ ヽ(E じヽSED R:R′ ヽI R()ヽ DS
Government of Bihar - Rural Works Department
ヽ:Alヽ TEヽ Aヽ (E(()ヽ TRA(T B:D DO(1ヽ 1[NIS

´

● ● G C 0 0 0 0 0 0 0 ゴ0 0 0 0 ● ● ● ● ● 0 ● ・● 0 ● ● ●
rW■ TAT10N FOR BIII cB)

し //

Inv:tation for Bid Page:li


F Yer‖ rivf・ Fncinρ pr ヽV^rLs ni、 :.:n"


Government of Bihar OUTPUT AND PERFORMANCE BASED RU〔 〔ヒ儡 S
- Rural Works Department
MAINTENANCE CONTRACT BID DOCUMENTS

GOVERNMENT OF BIHAR
RURALWORKS DEPARTMENT

omcc ofthe Engineer‐ in― Chict Rural Works Departmcnt Bihar


5:h■ oor,Visvcsvaraya Bhawan,Bailey Road,Patna-800015

DETAILED NOTICEINVITNG TENDER(through c― procurement modc only h“ p:〃 pmgsytcndcrsbih gOv in)ヽ
ヽ   ′   D

For Output and PcrfOrrllancc Bascd Rural Roads Maintcnancc work


     ン

IFB No
   ゝ
    ン
   

   

Designation and Address ofthe Advertiser Engineer in Chiell Govt. ofBihar



    

Date oflssue of Notice Inviting Tender



fci
   

PericC dor,;nload ofTerJer Docunrent From....... to .......up to........itrs


Date. Time & Place of Pre-Bid meeting Date ....... at.....hrs........


    


Last Date & Time for uploading tender Date ......ti11.....time.........on


    熟

documents by bidder hft p://pmgs).tendersbih. gov. in


   

6 Date, time & place ofopening ofTechnical Date.............Time.-............hrs.


   D

Bid
    b

(Next working day after receipt of tender) on


http://pmgsltendersbih. gov.in
   D

7. Last date, time and place for submission of


     D

Original instrument of EMD, cost of BOQ


And affidavits regarding regarding correctness of
)
Information proyided with bid document Till ¨lrs on ¨¨ or next
)
working day of last date of uploading
D oftender document by the bidders.
D・ Place

, (i) ExecutiveEngineer,...............

Or
)
Supcrintcnding Engineer ¨
D
Or
D (iiD ChiefEngineer,........
D 8. The Engineer hJ tⅢ 画 °山 。fGow∝ oり hh宙 Ы お r tte渕 よ s
detailcd 抒 ume・ 肘 写 “
ノィ2_
OUTPUT AND PERFORMANCE BASED RURAL ROADS
Govemment of Bihar - Rural Works Department IЧ A:NTENANCE CONTRACT 31D DOCUMENTS

Proiect Scooe & Duration:


I. To undertake, Initial Rectification Works including surface renewal and Ordinary Maintenance for a period of
5 years after completion of initial rectification works including surface renewal Works on selected roads as
described in para 9.

II. The Initial Rectification may include improvement and pavement strengthening and widening work,
road safety measures and tree plantation in flanks as per contracl document. The initial rectification
including surlace renewal ofworks will be done in such a way that after rectification it complies all technical C
of completion for
standards and safety measures to bring the road under prescribed service level. The time
C
initial rectification works including surface renewal shall be 09 months from the date of issue of LOA
IIl. After completion of initial rectification with surface renewal the selected roads will be maintained for next
O
five years to comply the prescribed service level, to maintain road for traffic worthy. The ordinary
O

e o o o o oo o o o O ● ● ● ● ● ● .
maintenance work will also include cross drainage works, minor rvorks on bridges and road maintenance
within road side maintenance within selected roads.
IV. The Ordinary Maintenance works will be carried out under performance based road maintenance on a lump

sum basis paid Quarterly.

V. Initial Rectification Works including surface renewal rvill be paid on measured quantity to the value of
' contract.
VI. There is a requirement for specialised maintenance equipment and the contract obligation is for continuous
input over the contract period i.e. initial rectification including surFace renewal and ordinary maintenance
period.
VII. To undertake emergent repair due to natural calamities like flood, earthquake, etc
VIII. Bidders are strongly encouraged to download the bidding documents prior to the pre-bid meeting in
order for bidders to have a good understanding of the scope of work under this contract for discussion
and clarification at the pre-bid meeting, Bidders are also advised to visit each road, be acquainted with
the physical condition of road, satisry themselves and then participate in the bid'

9. Details of Works:
う‘

l 3 4 5 6 7 8 9

Package District/ Nmc Chainag Length Estimatcd Eamest Cost of BOQ Name of the
● 0 ● ● ↓ ● ︼● ︵

No Works Of e(km tO (Km) cost Value Money/Bid in favour of office where


Division Roads km) (ECV)in Sccurity whom and the original
Rs Lakll in Rs payable at ( instrument oF

Lab in Rs) EMD, Cost of,


BOQ have to
be submitted
A/
7 X/ 鮨

λ
〃p \
Dノ 』 ν t〕 /′
` lnvitation W Page= iv

Executive Engineer, Works Division


Government of Bihar OUTPUT AND PERFORMANCE BASED RURA`〔 ζ
- Rural Works Department
MAlNTENANCE CONTRACT BID DOCUMENヽ

l EE,wOrks
DivislOn ……

2 SE, Works
Circlc…
3CE‐ 1/CE―

2/CE-3
ヽ          ヽ  ′   ヽ ′      ヽ‘′

Bid Validity : 120 days


  1

t
Any Contractor registered lvith the Cenhal Govemment / any State Govemment or any PSU or an agency of

intemational or national repute may participate in the tender but registration with the Rural Works Department,

》 Bihar will be essential before executing the agreement.


う´   ■ ´

Detailed IFB can be seen on website http://pmgsltendersbih.gov. in



For participating in the above E-tendering process, the contractors shall have to get themselves registered rvith

the sen'ice prov ider so that user lD, password and riignal signature are issued to them. This will enable them to
) access the website http://pmgsytendersbih.gov.in and download /participate in E -tender.

〕 14 Earnest money duly endorsed/pledged to the authorized departmental representative (Concemed Executive

〕 Engineer, RWD Works Division) should be in any of the follorving shapes or combination thereof.
(a) Fixed Deposit receipt ofNationalized/Scheduled Bank within the state ofBihar.

(b) NSC issued within the State of Bihar.
D
(c) Bank Guarantee of National izedlScheduled Bank may also be submitted within the state of Bihar.
D The above instrument (s) shall remain valid for the minimum period of six months after last date of receipt of
D tender.

, (a) A scanned image of form Fee instrument (cost of B.O.Q). in the form of D.D of any nationalized/scheduled
bank in favour of concemed Executive Engineer, RWD Works Division to be uploaded along with the tender

documents.
)
(b) A scanned copy of the instrument (s) for Earnest Money as described in Clause 15 above to be uploaded
)
along with the tender documents.
D・ 16 Bidders/Contractors can access tender documents on the website and must fill them and submit the completed
) tender documents in electronic form on the website itself, Bidders / Contractors shall attach scanned copies of
D all required papers, including affidavits, D.D and certificates as required in the eligibility criteria. All the
uploaded documents shall have the signature of bidder or their authorized signatories. The scanned copies
D
should be of the original papers and certificates only.
D 17. Corrigendum / if any, will be published on the website itself.
D
0UTPUT AND PERFORMANCE BASED RURAL ROADS
Rural Works Department
``0
Government of Bihar - IⅥ AINTENANCE CONTRACT B:D DOCUMENTS

18 Biddcrs、 vill have to dcclare by afndavit that thcy havc not becn dcclarcd defaultcr or blacklistcd by any Statc

Govcmment/Ccntral(3ovcmmenυ Pub‖ c Undertaking if such affldavit is subscqucntly found tO be falsc,thcir r.

tcndcr sha‖ not be considcred and ftlrthcr legal action sha‖ bc initiated

19 Beforc uploading tcndcrs,biddcrs arc adviscd to go through the Ccncral Conditions,Particular Conditions and

thc other conditions ofthc MBD uploadcd with thc tcnder documcnt '


20 1t is mandatoヮ for bidders to upload an afndavit to thc cffcct that thcy arc not incligiblc to participate in thc

tcndcr cl
21 Contractor will havc to deposl addilond pcrfonllancc guarantcc for seHousけ unbJanccd ratc quotcd by him c
atthe Jmc ofagrcementas pcr RWD Ltcr No 32,datcd 05 01 2011
.Crltc」

22 Bids frollljoint vcntures arc allowcd as per thc cligibih、 a

23 1n the unlikcly cvcnt Of the scⅣ cr fOr hip:〃 pmgs■ cndersbih Aov in bcing down for more tllan● vo consecut市 c°
hours on the per10d from midnightto closing time for rcccipt oftcnders)on the lai datc of rcceiving of bid,thc C・

Li datc ofthe same shJ:automadcalけ bC C対 ended to ncxt worklng dり ■‖thc la"rccc市 lllg jme sdpulated o

h thc oH」 nJ IFB O


24. The bidders are requested to check their file size of uploaded documents at the time of submission & they
O
should ensure that work file is uploaded. lf they feel that the complete file is not uploaded then they should
ciick on cariciri &update the sarne bctLre sub,riission. The bidders shcuid satisfl' thenr:elles of Dcrvtiloaci
0
ability i visibilitv ofthe scanned & uploaded file by them. ●
25. The bidders are directed to zip their files using WinZip or WinRAR softrvare only. Other formats of zipping 0
will not be accepted and will be rejected.
0
26. File size should be less than 5MB and should be MS Word, MS Excel, PDF and JPEG Formats
27. No claim shall be entertained on account of disruption of intemet service being used by bidders. Bidders are
0

advised to upload their bids well in advance to avoid last minute technical snags.

28. Bidders are advised to note the minimum qualification criteria specified in Clause 4, Section I of the ●
Instructions to Bidders and Section lll Evaluation and Qualification Criteria to qualifr for the award of the ●
contract. ●
29. Other details can be seen in the bidding document.

30. Bidders should have valid registration with employees provident fund organisation under EPF and

miscellaneous act, 1952.

3I . The result of evaluation of PartJ (Technical Bid) shall be made public on e-procurement following which there

will be a period of 5 Working days during which any bidders may submit complaint which shall be considered ●
for resolution before opening of part-Il (financial bid). Any complaint shall be dealt with in accordance with 0
complaint handling protocol as available on e-procurement portal www.omgs]rtenders.sov.in . Any complaint
0
received from bidders beyond 5 working days from the date ofresult oftechnical bid shall not be entertained.

32. As per RWD letter no l7l4 dated 24-07 -2014 rate quoted below more than 10% of BOQ cost of their tender

will be rejected. 9
Government of Bihar OUTPUT AND PERFORMANCE BASED RU‖
- Rural Works Department
MAINTENANCE CONTRACT BID DOCUMENTS

`'1[:,is
つ0

i) 5 years warranty from original manufacturer of retro reflective sheeting for field performance including the

screen printed areas, cut-out sheeting and cut-out durable transparent overlay film. This must be submitted
before installation of retro reflective signage
34 The Engineer-in-chief reserves the right to accept or reject any bid and to cancel bidding process and reject all
bids, at any time prior to the award ofthe contract without assigning any reason thereof.

Other details can be seen in bidding document.

Engineer in Chief
Rural \&'orks Depaltment, Covt. of tsihar
)


}


3

D
D

B
) invitat:on for Bid
BIdder Page: vii

OUTPUT AND PERFORMANCE BASED RURAL ROADS
Government of Bihar - Rural Works Department MAlNTENANCE CONTRACT BID DOCUMENTS
`rg
Bidding Document

Output and Performance Based Rural Roads Maintenance Contract (OPRMC)

︶ r ● o
Table of Contents
PART I - Bidding Procedures

c o
Section II. Sheet....................
Bid Data 25-31


Section [I1. Qualification Information......... 32-37

Section IV. Bidding Forms..... 38-50


0
PART 2 -Technical Specifications 0
Section V. Technical Specifications...... ... 5l-99 0
0
PART 3 - Conditions of Contract and Contract Forms
0
Section VI. General Conditions (GC) .............. 100-148

Section VII. Particular Conditions (PC)............. 149-155


0
SectionVIII. Annexto the Particular Conditions - Contract Forms............. 156-162 0
0
APPENDIC.ES 0
(A) Drawings 163-164
0
(B) Asset Inventory Information...................... ................ 165

(C) Forms ofcontract
● ● ● ● ● .
166-188

(D) Terms of Reference for Videographic Survey ........... 189


O Q ● ● ●

Table of Contents Page: 1


Bidder ●
Ex€cutive Engineer, Works Division ξヽ /
Government of Bihar OUTPUT AND PERFORMANCE BASED RU`i庶
- Rural Works Department
MAINTENANCE CONTRACT BID DOCUMENTS

PART l― BIDD「 IG PROCEDURES


静 .

) 7-― N〆 ひ げ 仁
Section l: lnstruction to Bidders Page: 2
)
Executive Engineer, Works Division

ouTPUT AND PERFORMANCE BASED R編 OADS
Government of Bihar - Rural Works Department MAINTENANCE CONTRACT BID DOCUMENTS

INSTRUCT10N TO BIDDERS
FOR
DETAILS OF THE DOCUMENTS TO BE FURNISHED /
A■ IENDMENTS MADEIN THE RIBD FOR ONLINE BIDDING

Details of documents to be furnished:-

Scanned copies of the following documents to bc up‐ loadcd in PDF fonllat in thc wCbsitC l
http://pmgsy,tendersbih.gov. in. (
﹂¨

D. D. towards Tender Cost. f


﹂一

Duly pledgcd EMD


= M ■ 一  ¨

Lctter of bid in fol:[lat spcciflcd in Scction IV(Bidding fonns)of bid documcnt t

GST registration certifi cate


PAN Card
C
Contractor Registration Certifi cate of any centraUstate/PSU/any organizatlon of nationJ or llltcmttbnal(:
repute of appropriate class as per RWD Bihar norms.


︲¨

Evidence ofaccess to line ofcredit




︲ ﹂ 、

Af「ldavit regarding correctllcss of CCrtiflcatc


Afidavit rcgarding no rclationship ccrtiflcatc witll any RWD Offlcers
「 nandJ yetts輛 山 akup of d悧 (:

(

鍔I::躍∬忌£:1∬ 驚rTI糊 鷺:鳶 T理 椰i糀 路路


X   ヽ本  X

r盤
:淵 盤 TttT脚 ∫
朦僣 驚 ∫ ‖
躙 hcmm“ ¨→並
mH快 岬∞d at… N“ hg℃
『 l肌 “
認慧胃
」 11∬ 電 高濃 ‖]蝋 鷲 I星 肥軍デ鮒甜 Ⅷ‖
11轟 llt棚 電 Iよ
聯C i、

bc semぬ Ю tth К」¨ Ed PS洗 ―m副


ヽ4BD is not to be uploadcd by the biddcrh由
Thc biddcr 。Ⅲ 電 К Jdm『 ∝ ∞ 山 C∞ 面 お ¨
h■ eL
MBD Thc biddcrs,WhO dLagrce on tlle condilons ofMBD,cannot particIPatc in thc tendcr 、
Thc biddcrs have to submit thc D.D lowards the cost

器輛t‖lillti悧 艦思 t玉 1器 騰

Thc bidders rcgistcrcd outsidc Bihar or any otller dcI
ncccssaヮ Portal Enrolmellt but sha‖ havc to subscquenl

霊 葛 :Lsh』 ゞHdけ ndc■ 血江 ■ C En」 neerm● h


break downs of the clcctronic Procuremcnt systcm ln
nouncd to the pubhc orintcnding bidderthrougll our Wc
Oncc submittcd,wihdm、 vJ ofthc Bid,modiicttbn or substhudon ofquotcd rates not admヽ
siblc c
● 0 0 ● ●

Section l: lnstruction to Bidders


Executive Engineer, Works DiYision
Government of Bihar OUTPUTANDPERFORMANCEBASEDRURAJ4晉 〔:f″
- Rural Works Department
MAINTENANCE CONTRACT BID DOCUMENTS

Spr■ On I InQtrlir‖ nns in Riddρ 困

A. General
t. Scope of Bid
2. Source of Funds

Eligible Bidders

Qualification Criteria

B, Contents of Bidding Document


5. Sections of Bidding Document
6. Clarification of Bidding Documen! Site Visit, pre-Bid Meeting
7. Amendment of Bidding Document

C. Preparation of Bids
8. Cost of Bidding
9. Language of Bid
10. Documents Comprising the Bid
ll. Letter ofBid, and Schedules
12. Altemative Bids
13. .Bid Prices and Discounts

l.l. Documents Comprising the Technical proposa
〕 15. Documents Establishing the Qualifications of the Bidder
16. Period of Validity of Bids
l'1. Bid Security
18. Format and Signing of Bid

D. Submission and Opening of Bids


19. Deadline for Submission of Bids
20. Bid Opening
E. Evaluation and Comparison ofBids
21. Confidentiality
22. Clarification of Bids
23. Deviations, Reservations, and Omissions
24. Determination of Responsiveness
) 25. NonmaterialNonconformities
26. Correction of Arithmetical Enors
)
27. Evaluation of Bids
28. Comparison of Bids
)
29. Qualification ofthe Bidder
)=
30. E/l's Right to Accept Any Bid, and to Reject Any or All Bids

) F. Award of Contract
31. Award Criteria
) 32. Notification of Award
)

Section i:instructiOn to Bidders Page:4


Executive Enoineer- Works I)ivision
ι外
OUTPUT AND PERFORMANCE BASED RURAL ROADS
Goyernment of Bihar - Rural Works Department MAINTENANCE CONTRACT BlD DOCUMENTS


3 Signing of Contract

Performance Security

Advances

● ● r o O c o o o レ
0 0 0 0 0 0 ● ● ● ● ● ● ● ●・● ● ●

Section l: lnstruction to Bidders


Executive Ensineer. Works Division


Government of Bihar OUTPUT AND PERFORMANCE BASED RU鰍
- Rural Works Department
MAINTENANCE CONTRACT BID DOCUIMENTS

Section I. Instructions to Bidd€rs

A. General
Scope of Bid l.l In connection with the Invitation for Bids indicated in the Bid Data
Sheet @DS), the Chief Engineer-4 (HQ), as indicated in the BDS,
issues these Bidding Documents for the procurement of Works and
Services as listed below for the award ofan Output and Performance-
based Rural -Roads Maintenance Contract (OPRMC). The Works and
Services under the OPRMC will cover the Roads indicated in the
BDS and will consist of:
(a) Initial Rectification Works including Surface renewal. The
Initial Rectification may include improvement, pavement
strengthening, wideningwork, road safety measures and tree
plantation in flanks as per contract document.
(b) Ordinary Maintenance Services or "Services" consisting of
all interventions on the Roads which are to be carried out by
the contractor in order to achieve and keep the Road
performance standards defined by the Service Level included
in the Specifications of these Bidding Documents, and all
activities related to the management and evaluation of the
road network under contract.
_ (c) Emergent repairs/construction of affected roads or structures
due to natural calamities such as ilood, earthquakes etc.
′ 1.2 Throughout these Bidding Documents:
(a)the term "in writing" means communicated in rvritten
form and delivered against receipt; except where the
context requires otherwise, words indicating the singular
also include the plural and u,ords indicating the plural
also include the singular; and
(b) "day" means calendar day.
) (c)Package may consist of one or more road u,ork including cross
drainage and other structures.
) Source of Funds 2.1 The expenditure under this contract shall be made from budget of
Rural Works Department, Gort. of Bihar, funds received from Central
)
Gow. and loanVgrants from any other sources.
)
Eligible Bidders 3.1 A Bidder may be a natural person, private or public entlty,
)
-
subject to ITB 3.4 or any combination of such entities supported by
a letter of intent to enter into an agreement or under an existing
) agreement in the form of a joint venture or association OVA). In
the case of ajoint venture or associalion:
)
(d) unless otherwise specified in the BDS, all partners shall be
,・ jointly and severally liable, and
(e) the JVA shall nominate a Representative who shall have the
) authority to conduct all business for and on behalf of any and
all the partners of the JVA during the bidding process and, in
) the event the JVA is awarded the Contract, during contract

execution and
(f) bids submitted by a joint venture (W) of two or more firms as
  3

partners shall comply with the following requirements

い ν ヽ
い 0ビ に げ 生
ヽ FYo「 1l fivf・ Fncinl・ r・ r WnrLcrヽ iviミ :0. Page:6
OUTPUT AND PERFORIMANCE BASED RURAL ROADS

Government of Bihar - Rural Works Department IИ AINTENANCE CONTRACT BID DOCUMENTS

`≧

(i) the bid shall include all the information listed in bidders
(ii) qualification forms for all the partners;
(iii)the joint venture agreement should indicate precisely the role of all
members of JV in respect of planning, design, construction
equipment, key personal, work execution and financing of the -
project. All the members of JV should have active participation in
execution. This should not be varied./ modified subsequently without
prior approval ofthe E/1.
3.2 JV shall be allowed only for the Estimated Cost Value (ECV) more
than Rs.10.00 cr.
(
3.3 A Bidder shall not have a conflict of interest. All Bidders found to
have a conflict of interest shall be disqualified. A Bidder may be (
considered to have a conflict of interest with one or more parties in
this bidding process, if: C
(a) they have controlling partners in common; or
(b)they receive or have received any direct or indirect subsidy O
from any of them; or
(c)they have the same legal representative for purposes of this
G
bid; or O
(d) they have a relationship with each other, directly or
through common third parties, that puts them in a position to O
have access to information about or influence on the bid of
another Bidder, or influence the decisions of the Purchaser O
regarding this bidding process; or
(e) Each bidder shall submit bnly one bid for any one package.
O
Any bidder who submits more than one Bid for the same e
package will be summarily rejected.
(f) Consultants have prepared DPR or part of DPR of the roads O
listcd in package
(g)BiddCr was attliated with a■ 1‖ l or cntiけ that has been hircd O
(Or k prOposcd to bc hircd)by dle Govemmcnt as Engineer e
for the contract
34 Bddcrs shJl provdc such e宙 dence ofthdr dLbiIサ SaiSiCtory o
わ山 c EД ,asぬ cE/1 sh』 К asollablモ
3 5The bidding is Opcn only to Biddcrs asl 胤lCltheBD& ●
● ● ● ● ● ︰
Qualification Criteria 4.1 All bidders shall provide in Section 3, Forms of Bid and
Qualification information, a preliminary description of the proposed
work method and schedule, including drawings and charts, as
necessary,

4.2 Atl bidders shall include the following information and documents
with their bids as stated in Section 3 - Qualification Information,
● ● ● ● ●

unless otherwise stated in the Bid Data Sheet:

(a) copies of original documents defining the constitution or legal


stahrs, place ofregistration, and principal place ofbusiness;

ゞ げ
Government of Bihar OUTPUT AND PERFORMANCE BASED RURAL儒
- Rural Works Department
MAINTENANCE CONTRACT BID DOCUMENTS

written power of attorney of the signatory of the Bid to


commit the Bidder;

(b) total monetary values of Turn over and civil


construction works performed for each of the last five years;

(c) Work performed as prime Contractor (in the same name and
style) on construction works of a similar nature and value over
the last five years with certificates fiom the concerned officer
not below the rank of Executive Engineer or equivalent. A list
ofclients with their contact details shall also be provided;

(d) Evidence of
ownership of major items of construction
equipment named in Clause 4.4 B (b) (i) of ITB or evidence
of arrangement of possessing them on hire/lease/buying as
defined therein.

(e) details of the technical personnel proposed to be employed for


the Contract having the qualifications defined in Clause 4.4 B
(b) (ii) of ITB for the construction.

(f) Reports on the financial standing of the Bidder, such as profit


five years.
and loss statements and auditor's reports for the past

(g1 evidence of access to line(s.; of credit and availabiliq, of orher


financial resources/ facilities certified by banker (the
certificate being not more than 3 months old) up ro the
percentage (defined in the Bid Data Sheet) ofthe contract price
ofworks, during the implementation ofthe works


(h) authority to seek references from the Bidder's bankers;


(i) information regarding any contract litigation or arbitration
during the last five years in which the Bidder is involved, the
ヽ parties concerned, the disputed amount, and the matter;

) fi) Proposals for subcontracting the components of the Works


aggregating to not more than 25 percent of the Contract Price
) (for each, the qualifications and experience of the identified
sub-contractor in the relevant field should be annexed; no
) vertical splitting ofwork for sub-contracting is acceptable).
) (k) the proposed methodology and programme of construction
including Road Safety & Environment Management Plan,
)
backed with equipment, materials and manpower planning and
)・
deployment, duly supported rvith broad calculations and
Quality Management Plan proposed to be adopted, justifring
) their capability of execution and completion of the work as
per technical specifications and within the stipulated period of
〕 completion; and

) (l) Joint Venture Applicants shall provide a certified copy of the


Joint Venture Agreement in demonstration of the partners
/
υ 賠
Section l: lnstruction to Bidders

Ex€cutiye Engineer, Works Division


ι∫D
OUTPUT AND PERFORMANCE BASED RURAL ROADS
Government of Bihar - Rural Works Department MAINTENANCE CONTRACT BID DOCUMENTS

undertaking joint and several liabilities for the performance of


any contract entered into before award of work.

(m) Existing commitments and ongoing construction work being


unde(aken by the bidder with certificates from the concemed
offrcer not below the rank of Executive Engineer or
equivalent. A list of clients with their contact details shall also
be provided;





(n) Bidder must submit details of bid already submitted in


prescribed format as described in qualification criteria



4.3 Joint Ventures:

Bids submitted by a Joint Venture (JV), which shall consist of not more

O O O 0 0 0 ¨
than three firms as partners including the lead partner, shall comply
with the following requirements:

(a) There shall be a Joint Venture Agreement (Refer Annexure I to ITB)


or a Letter of Intent to form a Joint Venture, specific for these
contract packages between the constituent firms, indicating clearly,
amongst other things, the proposed distribution of responsibilities
both financial as well as technical for execution of the work
amongst them. For the purpose of this clause, the most experienced
lead partner will be the one defined. A copy of the Joint Venture
agrceirrcnL ili accoldauce *ith iequireinctris m€nti,rned in Annexure

0 0 0 0 0 ● ● ● ● ● ● ● ● ・● ●
- I shall be submitted with the bid.

(b) The bid, and in the case of the successful bidder, the Form of
Agreement, etc., shall be signed and / or executed in such a manner
as may be required for making it legally binding on all parlners . On
award of contract, the Form of Agreement and Contract Documents
shall be signed by all partners of the Joint Venture to conclude
Contract Agreement.

(c) Lead partner shall be nominated as being partner-in-charge; and this


authorization shall be evidenced by submitting a power of attorney
signed by the legally authorized signatories ofall the partners.

(d) The partner-in-charge shall be authorized to incur liabilities and to


receive instructions for and on behalf of the partners of the Joint
Venture, whether jointly or severally, and entire execution of the
Contract (including payment) shall be carried out exclusively
through the partner-in-charge. A copy of the said authorization shall
be furnished in this Bid.

(e) All partners of the Joint Venture shall be liable jointly and severally
for the execution of the Contract in accordance with the Contract
terms, and a relevant statement to this effect shall be included in the
authorization mentioned under sub clause (c) above as well as in the
Form of Bid and the Form of Agreement (in case of a successful
bidder).

(D ThC bid Submitcd shall includc a‖ tllc information as

//

Table of Contents Page: 9


Executive Engineer, Works Division


Goyernment of Bihar OUTPUTANDPERFORMANCEBASEDRURri`if`is
- Rural Works Department
MAINTENANCE CONTRACT BID DOCUIMENヽ

required under the provisions of Sub-Clause 4.4 of ITB and


furnished separately for each partner.
(g) The Joint Venture Agreement shall be registered to be legally valid
and binding on all partners.
(h) Joint Venture shall be constituted as per norms set out by RCD,
Covemment Lefter No.- 813l(S), Dated :24107/2012

4.4 A To qualifu for award of the Contract, each bidder should have in the
last five years (5 years immediately preceding the year, in which the
bids are invited, year means financial year);

(a) Achieved in any one year a minimum annual financial turnover of


60% of amount put to bid ( as certified by chartered accountant, and
atleast 50olo of which is from civil engineering construction works).

(b) Turnover will be indexed at the rate of 8%o per year.

(c) Satisfactorily completed, as prime contractor or sub contractor at


least one similar work ofvalue not less than 30% (Thirty Percent) of
estimated value of contract.

Note: Required anrual turnover/civil engineering work is


achieyed even in one year may be considered.

4.4 B(a) Each bidder must oroduce:

′ (D A copy ofPAN issued by Income Tax Authorities in the same name and
style of the bidder. Horvever in case of Single proprietorship firm pAN
may be in the name of individual.

(ii) An affidavit that the information furnished with the bid document is
correct in all respects; and
,


iii) Such other certificates as defined
in the Bid Data Sheet. Failure to
produce the certificates on demand shall make the bid non-
) responsive.

(b) Each bidder must demonstrate:

(D availability for construction work, either owned, or on lease or on


hire, of the key equipment stated in the Bid Data Sheet including
) equipments required for establishing field laboratory to perform
mandatory tests, and those stated in the Bid Data Sheet ;
)
(ii) availability for construction work oftechnical personnel as stated in
) the Bid Data Sheet.

), (iii) undertaking to invest money from own resources of bidder not less
than the amount specified in the Bid Data Sheet;
)

4.4 C To qualiry for a package of contracts made up of this and other


contracts for which bids are invited in the Invitation for Bids, the

bidder must demonstrate having experience and resources sufficient


aggregate of thg critcna for ulc individual


口D

Bidder Page: 10

Executive Engineer, Works Division




OUTPUT AND PERFORMANCE BASED RURAL ROADS
Government of Bihar - Rural Works Department IⅥ A:NTENANCE CONTRACT BID DOCUMENTS

`″

contracts.

4,4 D Joint Venture firm (having partners limited to three including lead
partner) shall be jointly and severally responsible for completion of
the project. Joint Venture must fulfill the following minimum
qual ifi cation requirements.

(i) The lead partner shall meet not less than 50% of qualification
criteria given in sub-clause 4.4 A (a) & (b) of ITB above.

(ii) Each of the remaining partners shall meet not less than 25o% ⊂)
ofall the qualilling criteria given in sub-clause 4.4 A (a) &
(b) of ITB above. C
(iii) The Joint Venture must also collectively satisfu the C
requirements of the criteria of Clause 4.4 B and 4.4 C of ITB;
for this purpose the relevant figures for each of the partners O
shall be added together to arrive at the Joint Venture total
capacity which shall be 100o/o or more.
O
(i") In the event that the E/I has caused the bidder to disqualifu
O
under Clause 4.7 of ITB belou', all of the Joint Venture O
partners will be disqualified.
O
(v) The available bid capacity of the JV as required under Clause
4.6 of ITB below will be applied for each partner to the extent O
of his proposed participation in the execution of the work. The
total bid capacity available shall be more than estimated O
contract value.
0
Sub-Contractors' experience and resources shall not be taken into
account .
0
46 Bidders who meet the minimum qualification criteria rvill be 0
qualified only if their assessed available bid capacity for construction
works is equal to or more than the total bid value. The available bid
0
capacity will be calculated as under: ●
Assessed Available Bid capaciry : ( A*N*M - B ) ●
where ●

A :Maximum value of civil engineering works executed in any one
year during the last five financial years (updated to the price level of ●
the financial year in which bids are received as specified in IFB (at
the rate of 8 percent a year) taking into account the completed as well

as works in progress. ●
●・● ● ●

N:Number of years prescribed for completion of initial rectification


including surface renewal works for which bids are invited (period
up to 6 months to be taken as half-year and more than 6 months and
upto One Year as one year).

M=3


Section l: lnstruction to Bidders Page:110
Bidder
Executive Engineer, Works Division #-l
Government of Bihar
OUTPUT AND PERFORMANCE BASED(:`iス ADS
- Rural Works Department
MAINTENANCE CONTRACT BID DOCUMENTS

B = Value, at the current price level, of existing commitments and on-


going works to be completed during the period of completion of initial
rectification including surface renewal works for which bidsare invited.

)
ヽ,

)



Section l: lnstruction to Bidders Pagei '12


Bidder

Executive Ensineer, Works Division


OUTPUT AND PERFORMANCE BASED RURAL ROADS
ι4角 ら
Government of Bihar - Rural Works Department MAINTENANCE CONTRACT BID DOCUMENTS

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

(i) made misleading or false representations in the forms, statements,


affidavits and attachments submifted in proof of the qualification
requirements; and/or

(ii) evidence of confirmed record of poor performance such as


abandoning the works, not properly completing the contract, (・

√`
inordinate delays in completion, or financial failures.

(iii) participated in the previous bidding for the same work and had
quoted unreasonably high or low bid prices and could not furnish G
rationalj ustification for it to the E/1.
O
Contents of Bidding Document O
5.1 The Bidding Documents consist of Parts l,2,and3, which include
Sections of Bidding all the Sections indicated below, and should be read in conjunction O
Document with any addenda issued in accordance with ITB 7.
PART I Bidding Procedures O
. Section I. Instructions to Bidders (lTB) O
. Section II. Bid Data Sheet (BDS)
. Section II[. Qualification Information O

. Section IV. Bidding Forms(Letter of bid, Bid Security, Work
Schedules) e
PART 2 Specifications for Works and Services
0
. Section V. Specifications for Works and Services,
Drawings if any.
0
PART 3 Conditions ofcontract and Contract Forms 0
o Section VI. General Conditions (GC)
. Section VII. Particular Conditions (PC) 0
o Section VIII. Annex to the Particular Conditions - ●
Contract Forms
5.2 The Invitation for Bids/ issued by the Engineer-in-chief is a part of ●
the Bidding Document.
5.3 The Engineer-in-chief is not responsible for the completeness ofthe ●
Bidding Documents and their addenda, if they were not obtained
directly from the source stated by the Engineer-in-chief in the ●
Invitation for Bids. ●
5.4 The Bidder is expected to examine all instructions, forms, terms,
and specifications in the Bidding Document. Failure to firrnish all ●
Clarifrcation of Bidding information or documentation required by the Bidding Documents
I)ocument, Site may result in the rejection ofthe bid. ●
Visit, Pre-Bid 6.1 A prospective Bidder requiring any clarification of the Bidding

Meeting Document shall contact the Engineer-in-chief in writing at the
Engineer-in-chiefs address indicated in the BDS or raise his

B. enquiries during the pre- bid meeting if provided for in accordance
with ITB 6.4. The

%W/
/Sect:oni: Page:'l€
Ex€cutive Ensineer. Works Division
OUTPUT AND PERFORMANCE BASED RURAL ROADS
L4f
Government of Bihar - Rural Woaks Department
MAINTENANCE CONTRACT BID DOCUMENTS

Engineer-in-chief will respond to all requests for clarification in pre


bid meeting, provided that such request is received no later than the
date of pre-bid meeting. The Engineer-in-chief shall upload its
response on departmental website. If the Engineer-in-ch ief deems
it necessary to amend the Bidding Document as a result of a request
for clarification, it shall do so following the procedure under ITB 7
and ITB 19.2.
6.2 The Bidder is required to visit and examine the Site of the Roads
and its surroundings and obtain for itself and on its own
responsibility all information that may be necessary for preparing
the bid and entering into a contract. The costs of visiting the Site
shall be at the Bidder's own expense.
6.3 The Bidder and any of its personnel or agents will be granted
permission by the E/I to visit the Roads and surrounding lands for
the purpose of such visit, but only upon the express condition that
the Bidder, its personnel, and agents will release and indemnifr the
E/I and its personnel and agents from and against all liabiliry in
respect thereof, and will be responsible for death or personal injury,
loss of or damage to property, and any other loss, damage, costs,
and expenses incurred as a result of the inspection.
6.4 The Bidder's designated representative is required to attend a pre-
bid meeting, if provided for in the BDS. The purpose of the
meeting rvill be to clari!., issues and to ansrver q:estions on any
■′     ,

matter that may be raised at that stage.


6.5 The Bidder is requested, as far as possible, to submit any questions
in rvriting, to reach the Engineer-in-chief not later than one week
before pre-bid meeting.
〓′

6.6 Minutes of the pre-bid meeting, including the text of the questions
raised, rvithout identiling the source, and the responses given,

together with any responses prepared after the meeting, will be


transmitted promptly through the departmental website. Any


modification to the Bidding Documents that may become

necessary as a result of the pre-bid meeting shall be made by the E/I


exclusively through the issue of an Addendum pursuant to ITB 7

and not through the minutes ofthe pre-bid meeting.


Amendment of Bidding 6.7 Non attendance at the pre-bid meeting will not be a cause for

I)ocument disqualification of a Bidder.


7.1 At any time prior to the deadline for submission of bids, the

Engineer-in-chief may amend the Bidding Documents by issuing


addenda.
.2 Any addendum issued shall be part of the Bidding Documents and

7
shall be posted on departmental website.
7.3

To give prospective Bidders reasonable time in which to take an


addendum into account in preparing their bids, the Engineer-in-

chief may, at its discretion, extend the deadline for the submission
of bids, pursuant to ITB 19.2

田¨ h鐵"ざ刈 …

C. Preparation of Bids
Cost of Bidding C万

Section l: lnstruction to Bidders

Executive Engineer, Works Division


OUTPUT AND PERFORMANCE BASED I(I(1:〔 :IDヽ
Government of Bihar - Rural Works Department MAINTENANCE CONTRACT BID DOCUMENTS

submission of its Bid, and the Engineer-in-ch ief shall not be


responsible or liable for those costs, regardless of the conduct or
outcome ofthe bidding process.
Language of Bid 9.1 The Bid, as well as all correspondence and documents relatingto
the bid exchanged by the Bidder and the Engineer-in-chief , shall
be written in the language specified in the BDS. Supporting
documents and printed literature that are part of the Bid may be in
Hindi.
Documents Connprisillg 10. I The Bid shall comprise the following:
the Bid (a) Letter of Bid;
r.
(b) completed schedules as required, including priced Bills of
Quantities, in accordance with ITB I I and 13; (1
(c) Bid Security, in accordance with ITB 17;
(d) altemative bids, if permissible, in accordance with ITB l2; 0
(e) rvritten confirmation authorizing the signatory of the Bid to
commit the Bidder, in accordance with ITB 16.2; 0
(0 documentary evidence in accordance with ITB 15 establishing Cl
the Bidder's qualifications to perform the contract if its Bid is
accepted; O
(g)
Technical Proposal in accordance with ITB 14; and
(h)
any other document required in the BDS. O
10.2 In addition to the requirements under ITB 10.1, bids submitted by
a JV;\ shall includc a copy of the Joint Venture Agieen'elt entered 0
into by all partners. Altematively, a Letter of lntent to execute a
Joint Venture Agreement in the event of a successful bid shalt be
0
Letter of Bid, and
signed by all partners and submitted with the bid, together with a
copy ofthe proposed agreement.
0
Schedules
I 1.1 The Lefter of Bid and Schedules, including the Bills of Quantities, 0
shall be prepared using the relevant forms furnished in Section IV,
Bidding Forms. The forms must be completed without any 0
alterations to the text, and no substitutes shall be accepted. All
blank spaces shall be filled in with the information requested.
0
Alternative Bids l2.l Unless othenvise indicated in the BDS, altemative bids shall not ●
be considered.

12.2 Deleted

12.3 Deleted




● ・●

Section l: lnstruction to Biddels Page:150


Executive Engineer, Works Diyision
Government of Bihat OUTPUTANDPERFORMANCEBASEDttADS
- Rural Works Oepartment
MAINTENANCE CONTRACT BID DOCUMENTS

Bid Prices and l3.l The prices quored by the Bidder in the Lener of Bid and in the Bills
Discounts
of Quantities shall conform to the requirements specified.

13.2 Deleted
13.3 Deleted
13.4 Deleted
I3.5 Deleted

t3.6 All duties, taxes, and other levies payable by the Contractor under
the Contract.
_or
for any other cause, is of the date 2g days prior to
the deadline for submission of bids, shall be included in the rates
and prices and the total Bid price submitted bv the Bidder.

Documents Comprising l4.l The Bidder shall fumish a Technical proposal including a
the Technical Proposal statement of work methods, equipment, personnel, schedule and
any other information as stipulated in ITB 4 and Section
Ill(Qualification Information), sufficient detail to demonstrate the
adequacy of the Bidders' proposal to meet the requirements of
Section V, Specifications.

Documents Estabiisbing
the Qualiflcations Oftlle
l5.l To esla-blish its qualifications to p:ifcrrn the Colltracl the Biddci
shall provide the information requested in accordance with ITB 4,
Bidder
Section III( Qualification Information),and Section IV( Bidding
Forms).

PeriOd Of validitv o『 Bids shall remain valid for the period specilied in the BDS after
′ Bids the bid submission deadline date prescribed by the Engineer_in_
chief . A bid valid for a shorter period shall be rejected by the
161
) Engineer-in-chief as non- responsive.

)
16.2 In exceptional circumstances, prior to the expiration of the bid
)
validity period, the Engineer-in-chief may request Bidders to
extend the period of validity of their bids. The request and the
, responses shall be made in writing. Ifa bid security is requested in
accordance with ITB 17, it shall also be extended for forty five (45)
)
days

〉.

Section l: lnstruction to Bidders Page:16


Execuaive Engineer, Works Diyision
OUTPUT AND PERFORMANCE BASED(:(lλ ADS
Government of Bihar - Rural Works Department MAINTENANCE CONTRACT BlD DOCUMENTS

beyond the deadline ofthe extended validity period. A Bidder may


refuse the request without forfeiting its bid security.

Bid Security l7.l Unless otherwise specilied in the BDS, the Bidder shall fumish
as part of its bid, a bid security in original form and in the amount
specilied in the BDS. The scanned image of bid security shall be
uploaded along with the bid document as per etendering process.
The original instrument of the bid security shall be deposited in 〔
the oflices up to the date and time as specified in IFB.
17.Z Eamest money duly endorsed,/pledged to the authorized (1
departmental representative (concemed Executive Engineer, RWD
Works Division) should be in any of the following shapes or
C
combination thereof. O
(a) Fixed Deposit receipt of Nationalized/Scheduled Bank within the
state of Bihar O
(b) NSC issued within the State of Bihar.
(c) Bank Guarantee of Nationalized/Scheduled Bank may also be O
Submitted within the state of Bihar

The bid security shall be valid for Six (6) Months after last receipt of
tender. O
17.3 Any bid not accompanied by an enforceable and compliant bid
security, if one is required in accordance with ITB 17.1, shall be 0
rejected by the E/l as non-responsive.
17.4 The bid security of unsuccessful Bidders shall be returned as 0
promptly as possible upon the successful Bidder's fumishing of
the performance security pursuant to ITB 34.2
0
17.5 The bid security of the successful Bidder shall be retumed
promptly as possible once the successful Bidder has signed the
as
0
Contract and furnished the required performance securify. 0
17.6 The bid security will be forfeited:
if a Bidder withdraws its bid during the period of bid validiry 0
specified by the Bidder on the Letter of Bid Form, except as
provided in ITB 16.2 or 0
ifthe successful Bidder fails to: ●
(i) sign the Contract in accordance with ITB 33; or
(ii) furnish a performance security in accordance with ITB ●
34'
17.7 The bid security of a JVA shall be in the name of the JvA that ●
submits the bid..

Format and Signing of ●
Bid

1 8 1 Ally hter luleatiolL crasu"s,or oven面 hg slla‖ bc vald onけ r dlcb
arc Jgned or hiMLd by thc pcrscln signtt■ c bld ●


Section l: lnstruction to Bidde6 Page:173


Executive Engineer, Works Division F〕
仔N
¨



s ′
J D

OUTPUT AND PERFORMANCE BASED RU
Government of Bihar - Rural Works Department MAINTENANCE CONTRACT BID DOCU

D. Submission and Opening of Bids

Deadline for l9.l The bids must be uploaded by the bidder not later than the date
Submission of Bids and time as indicated in BDS.

19.2 The Engineer-in-chief may, at its discretion, extend the deadline for
the submission of bids by amending the Bidding Document in
accordance with ITB 7, in which case all rights and obligations of
the Engineer-in-chief and Bidders previously subject to the deadline
shall thereafter be subject to the deadline as extended.

Bid Opening 20.1 The technical bid sball be opened electronically at the place'
date and time as specified in detailed IFB. Through website
http://omgsltendersbih.sov.in

E. Evaluation and Comparison ofBids


Confidentialit"v 21.1 Information relating to the evaluation ofbids and recommendation
of cor)tract arvard shall not be disclcsed to Bidders or ani' other
persons not officially concemed with such process until

information on Contract award is communicated to all Bidders.
21.2 Any attempt by a Bidder to influence the Engineer-in-chief in the
evaluation ofthe bids or Contract arvard decisions may result in
the rejection of its bid.
21.3 Notwithstanding ITB 21.2, from the time of bid opening to the time
′ of Contract award, if any Bidder wishes to contact the Engineer-in-
chief on any matter related to the bidding process, it may do so in
)
writing.
)
Clariflca● o■ of Bids 22.1 To assist in the examination, evaluation, and comparison ofthe
) bids, and qualification of the Bidders, the M may, at its discretion,
ask any Bidder for a clarification of its bid. Any clarification
) submitted by a Bidder that is not in response to a request by the
Engineer-in-chief shall not be considered. The Engineer-in-chiefs
)
request for clarification and the response shall be in writing. No
change in the prices or substance of the bid shall be sought,
)
offered, or permifted, except to confirm the correction of
) arithmetic errors discovered by the Engineer-in-chief in the
evaluation ofthe bids, in accordance with ITB 26.
)・

22.2If a Bidder does not provide clarifications of its bid by the date and

time set in the Contracting Agency's request for clarification, its


  D

bid may be rejected.


  ヽリ
ヽノ    ヽ

Section l: lnstruction to Bidders Page: 18


Executive Engine€r, Works Diyision
Government of Bihar - Rural Works Department OUTPUT AND PERFORMANCE BASED RURAL ROADS
イο
ι
MA:NTENANCE CONTRACT BID DOCUMENTS

Deviations, During the evaluation of bids, the following definitions apply:


Reservations, and (a) "Deviation" is a departure from the requirements specified in
Omissions the Bidding Document;
(b) "Reservation" is the setting of limiting conditions or
withholding from complete acceptance of the requirements
specified in the Bidding Documentt and
(c) "Omission" is the failure to submit part or all of the
information or documentation required in the Bidding

● ● C C C O C O f e o 6 o o o ● ● ● ● ● ,
Document.
Determination of 24.1 The Engineer-in-ch iels determination ofa bid,s responsiveness is to
Responsiveness be based on the contents ofthe bid itself, as defined in ITBl0.
24.2 A- substantially responsive bid is one that meets the requirements
of the Bidding Document without material deviation, reservation,
or omission. A material deviation, reservation, or omission is one
that,
(a) ifaccepted, would
(i) Affect in any substantial way the scope, quality, or
performance ofthe Works specified in the Contract; or
(ii) Limit in
any substantial way, inconsistent with the
Bidding Document, the Engineer-in-chiefs rights or the
Bidder's obligations under the proposed Contract; or
(b) If rectified, would unfairly affect the competitive position of
other Bidders presenting substantially responsive bids.

24.3 The Engineer-in-chief shall examine the technical aspects ofthe bid
submitted in accordance with ITB 14.
24.4 If a bid is not substantially responsive to the requirements of the
Bidding Document, it shall be rejected by the Engineer_in_chief and
Nonmaterial may not subsequently be made responsive by correction of the
Nonconformities material deviation, reservation. or omission.

231
25.1 Provided that a bid is substantially responsive, the Engineer-in_chief
may request that the Bidder submit the necessary information or
documentation, within a reasonable period of time, to rectifr
nonmaterial nonconformities in the bid related to documentation
requirements. Requesting information or documentation on such
nonconformities shall not be related to any aspect of the price of
the bid. Failure of the Bidder to comply with the request may
result in the rejection of its bid. ..
● ● ● ● 尋

しご rers
Section l: lnstruction to Bidders
ひレ
Bidder Page:1gg
Executiye Engineer, Works Division ,1
Government of Bihar OUTPUTANDPERFORMANCEBASEDRttf::DS
- Rural Works Department
MAINTENANCE CONTRACT BID DOCUMENTS

Correction of 26.1 Provided that the bid is substantially responsive, the Engineer-in-
Arithmetical Errors chief shall correct arithmetical errors on the following basis:
(a) if there is a discrepancy between the unit price and the total
price that is obtained by multiplying the unit price and
quantity, the unit price shall prevail and the total price shall be
corrected, unless in the opinion of the Engineer-in-chief there
is an obvious misplacement of the decimal point in the unit
price, in which case the total price as quoted shall govem and
the unit price shall be corrected;
(b) if there is an enor in a total corresponding to the addition or
subtraction of subtotals, the subtotals shall prevail and the
total shall be corrected; and
(c) if there is a discrepancy between words and figures, the
amount in words shall prevail, unless the amount expressed in
words is related to an arithmetic error, in which case the
amount in figures shall prevail subject to (a) and (b) above.

26.2 lf rhe Bidder that submitted the lowest evaluated bid does not accept
the correction ofenors, its bid shall bedisqualified.

Evaluation of Bids 27 .l The Engineer-in-chief shall use the criteria and methodologies listed in
this Clause. No other evaluation criteria or methodologies shall be
pennitted.
) 27.2 To evaluate abid, the Engineer-in-chief shall considerthe following:
(a) the bid price, excluding Provisional Sums;
(b) price adjustment for correction of arithmetic errors in
accordance with ITB 26.1;
i
(c) price adjustment due to discounts offered in accordance with

ITB I3.4;
(d) the evaluation factors indicated in ITB 4

27.3 The estimated effect of the price adjustment provisions of the


Conditions of Contract applied over the period of execution of the

Contract shall not be taken into account in bid evaluation.


27.4 lf the bid, which results in the lowest Evaluated Bid Price, is

unbalanced or front loaded in the opinion of the Engineer-in-chief,


the Engineer-in-chief may require the Bidder to produce detailed

price analysis for any or all items of the Schedule of Prices, to


demonstrate the intemal consistency of those prices with the

construction methods and schedule proposed. After evaluation of


the price analysis, taking into consideration the schedule of


estimated Contract payments, the Engineer-in-chief may require

that the amount of the performance security be increased as per the


RWD letter no. 3376(E) dt.17.08.10 at the expense ofthe Bidder to

a level sufficient to protect the Engineer-in-chief against financial


loss in the event of default of the successful Bidder under the

Contract.
27.5 As per RWD letter no l7l4 dated 24-07 -2014 rate quoted below

more than 10% of BOQ cost of their tender will be rejected

Section i:instruction to Bidders Page: 20


ι3′
Government of Bihar
OUTPUT AND PERFORMANCE BASED RURAL ROADS
- Rural Works Department MAINTENANCE CONTRACT BID DOCUMENTS

Comparison of Bids 28.1 The Engineer-in-chiefshallcompare all substantially responsive bids to


determine the lowest evaluated bid, in accordance with ITB 27 .2.
28.2 After application of the criteria established in Sub-Clauses 27.1 to
2'7.5, the Evaluated Bid Price for comparison of bids will be:
(a) The price offered by the Bidder for the Initial Rectification Works
including surface renewal, plus
(b) The lump sum price offered by the Bidder for the Ordinary
Maintenance Services.
QualiflCatioll ofthe 29.1 The Engineer-in-chief shall determine to its satisfaction whether C
Bidder the Bidder that is selected as having submitted the lowest evaluated
and substantially responsive bid meets the qualifoing criteria C
specified in ITB 4. C
29.2 The determination shall be based upon an examination of the
documentary evidence of the Bidder's qualifications submitted by C
the Bidder, pursuant to ITB 15.1.
29.3 An affirmative determination shall be a prerequisite for award of e
the Contract to the Bidder. A negative determination shall result
in disqualification ofthe bid, in which event the E/l shall proceed to
O
the next lowest evaluated bid to make a similar determination of O
that Bidder's qualifications to perform satisfactorily conforming to
E/1's Rightto Accept relevant provision. O
Any Bid,and lo R● ect 30.1 The Engineer-in-chief reserves the right to accept or reject any bid,
Any or.411 Bids anC to annul the bidding process and reiect allbids at anv time prior O
to contract award, without therebl, incurring any Iiability lo Bidders.
In case of annulment, all bids submitted and specifically, bid 0
securities, shall be promptly retumed to the Bidders.
0
F. Award of Contract 0
Award Criteria 3l.l The Engineer-in-chief shall award the Contract to the Bidder 0
whose offer
has been determined to be the lowest evaluated bid and is 0
substantially responsive to the Bidding Document; provided further
that the Bidder is determined to be qualified to perform the

Contract satisfactorily.

Notification ofAward 32.1 Prior to the expiration of the period of bid validity, the E/I
shall notifr the successful Bidder, in writing, that its bid has been ●
accepted. The notification lefter (hereinafter and in the Conditions
of Contract and Contract Forms called the "Letter ofAcceptance") ●
shall specifu the sum that the E/I will pay the Contractor in
consideration of the execution and completion of the Works

(hereinafter and in the Conditions of Contract and Contract Forms ●
called "the Contract Price") and the requirement for the Contractor
to remedy any defects therein as prescribed by the Contract. ●
● ・● ● ●

32.2 Until a formal contract is prepared and executed, the notification of


award shall constitute a binding Contract.

/ ´
´
′́´
´
´´


´´´
″́´
′́
/41、

lnstruction to Bidders Page:21。


Executive Engin€er, Works Division
Government of Bihar OUTPUT AND PERFORMANCE BASED RURA`11;│?ξ
- Rural Works Department
MAINTENANCE CONTRACT BID DOCUMENTS

Signing of Contract 33.1 Promptly after notification, the E/l shall prepare the Contract
Agreement-

33.2 Within twenty-one(21)days of receipt of the LOA, the successful


Bidder shall sign the contract agreement after submission of
performance security as per 34.1 .

Performance Security 34.1 Within twenty-one(21)days ofthe receipt ofnotification ofaward

from the E/1, the successful Bidder shall furnish the performance
security in the form as stated in paral7.2 of ITB alone and valid
up to 28 days from the date ofexpiry ofthe contract period.

Advances 35.1 The E/l will provide Mobilization Advance and Advance
against the security of equipment as provided in General
Conditions of Contract.


Dispute Review Svstem 36.1 Any dispute arising out of contract shall be redressed as per

)‐
provision in general condition ofcontract.

)
Corrupt Practices 37.1[t is the State Golt.'s Policy that bidders, Contractors, Suppliers and
)
their subcontractors observe the highest standard of ethics during
) the procurement and execution of such contracts. In this context, any
) action taken by a bidder, supplier, contractor, or a sub-contractor to

, influence the procurement process or contract execution for undue


advantage is improper.
)
(a) For the purposes of above provision, the terms set forth below are as
D
follows:

(i) "corrupt practice" is the offering, giving receiving, or soliciting


  D

directly or indirectly, ofanything ofvalue to influence improperly the


of another party. "Another party" refers to a public official

acting in relation to the procurement process or contract execution.


  D

(ii) "fraudulent practice" is any act or omission, including a


misrepresentation, that knowingly or recklessly misleads, or
D attempts to mislead, a party to obtain a financial or other benefit or
D to avoid an obligation. "A "party" refers to a public official; the

D √ ひ げ
D Section l: lnstruction to Bidde6

箋 Executiye Engineer, Works Division


OUTPUT AND PERFORMANCE BASED([i11。 ADS
Government of Bihar - Rural Works Department MAINTENANCE CONTRACT BID DOCUMENTS

terms "benefit" and "obligation" relate to the procurement process

or contract execution; and the "act or omission" is intended to


influence the procurement process or contract execution.;
(iii) "collusive practice" is an arrangement between two or more parties.

designed to achieve an improper purpose including to influence


improperly the actions ofanother party. "parties" refers to






0c
c c




o ・

0 ●
● ●

νyκ
●.

b、 //

///一
ι
:


Bidder
Section l: lnstruction to Bidders Page:23ξ D
rャ _^..`:、 ′ ■■′ : =_=^_ ■
ι35
OUTPUT AND PERFORMANCE BASED RURAL ROADS
Government of Bihar - Rural Works Department MA:NTENANCE CONTRACT BID DOCUMENTS

participants in the procurement process (including public officials)


attempting to establish bid prices at artificial, noncompetitive

levels.; and
(iv) "coercive practice" is impairing or harming, or threatening to impair
or harm, directly or indirectly, any party or the property of the party
to influence improperly the actions of a party. A "party" refers to a
participant in the procurement process or contract execution;
(v) "obstructive practice" is
(va) deliberately destroying, falsifuing, altering or concealing of
evidence material to the investigation or making false
statements to investigators in order to materially impede a

investigation into allegations of a comlpt, fraudulent, coercive


or collusive practice; and/or threatening, harassing or
intimidating any party to prevent it from disclosing its
knowledge of matters relevant to the investigation or from
pursu ing lhe investiS.ation: or
● ′       ヽ, ′      ヽ ノ       ヽ プ       ヽ ′ ´

(vb) act intended to materially impede the exercise of the inspection


and audit rights.

(b) Engineer-in-chief rvill reject a proposal for award if it determines that


the Bidder recommended for award has, directly or through an agent,



      ヽ■ メ

engaged in corrupt, fraudulent, collusive or coercive practices in


competing lor the Contract in question:
) (c) Engineer-in-chief will sanction a firm or individual, including
) declaring them ineligible, either indefinitely or for a stated p€riod of
) time, to be awarded a Govemment-financed contract if at any time
determines that they have, directly or through an agent, engaged in
)
comrp! fraudulent, collusive or coercive practices in competing for,
)
or in executing a contract.
)^

)
)

Section l: lnstruction to Bidders Pagei 24


b-.^-.,.:,,^ Itnd:n^6- \t/^?rr. frivi.i^n
OUTPUTANDPERFORMANCEBASEDttAE
Government of Bihar - Rural Works Department MAINTENANCE CONTRACT BID D∝ UMENTS

● ● ● O C O C O ●t 0 0 0 0 0 0 ● ● ● ● ● ^
Section― II

Bid Data Sheet

● ● ● ● 争

Section‖ :Bid Data Sheet Page:25o


Bidder
●xeclltive Fnoinof・ r_ヽ Vorkミ nivisinn r、
OUTPUT AND PERFORMANCE BASED RURAL ROADS
Government of Bihar - Rural Works Department
MAINTENANCE CONTRACT BID DOCUMENTS `郎

Bid Data Sheet

ITB Clause
Bid Data
Reference

A. Introduction
ITB l.1 The package number of the Invitation for Bids is : (No.)/OPRMC/(Name of
the Division)/year...............

ITB l.1 The Employer is: Government of Bihar represented by Chief Engineer-4
HQ ,Rural Works Department, Bihar ,Patna
ITB l.1 The name of the work is: Output and Performance Based Roads
Maintenance Contract for package no. ,.,..,... under Works
Division..,...........

ITB l.1 The Roads included in the Bid are as per IFB

ITB l.1(b) Ordinary Maintenance services are required as detailed in Section V- Part D
of the Technical Specifications.
ITB l.1(a) Initial Rectification including surface renewal works are required.
I-ol guiriance estimateri quantiiies of initial rectification including surface
rene*'al works are provided in Section V -Part C of the Technical
Specifications.

ITB 21 The expenditure under this contract shall be made from budget of
)
Rural Works Department, Govt. of Bihar, funds received from Central
ヽ Govt. and loans/grants from any other sources.

〕 4.2(D The percentage is 200lo

D 4.4B(a)(iil) Other certificates required with the bid are: (i) Employees provident fund
(EPF) Registration Certificate (ii) GST registration certificate
)

)
)
)
) 麟

Section i::Bid Data Sheet Page:26



Government of Bihar OUTPUT AND PERFORMANCE BASED RURAL ROADS
- Rural Works Department
MAINTENANCE CONTRACT BID DOCUMENTS
`メ

4.4B(b)(1) The Bidder must further demonstrate(Declaration on nonjudicial stamp paper


along with sufficient proofofdocument in support ofowing such as
Invoice/Certificate of Registration by competent authority in support of
equipment) that it has or has access to (own, lease, hire etc and to be
procured) the key equipment (machinery) listed hereafter:
Minimum
Equipment Type and
No. Number
Characteristics
required
1 10 ton Tippcrtruck 2 t

2 Hot m破 plant(3040山 r capacl● 7) I


3 HydrOstatic Paver flnishcr I (
4 Loadcr/back hoc(05m3buCkCt) I ζ l

5. Tanker

O C O C G O ・
Water I
6. Excavator (0.75 mr bucket) I
7. Bitumen distributor (2000litre) I
8. vibratory roller I
9. Smooth wheeled roller 8 to l0 Ton 2
10. Tandem Roller
I 1. Plate Vibrator ( Compaction for
patch work)
12. Emulsion sprayer I
13. Tractor/ Rubber Tyred Dozer with 3
aCj r.rstable
Back Blader'giader

0 0 0 0 0 0 ● ● ● ● ● ・
14. Porver broom or Tractor Mounted I
Compressor
15. Generator 125 KVA I
16. Concrete mixer 0 .4 10.28 Atm 2
The minimum level of suggested major equipment required to carry out the
works in accordance with the prescribed Works Schedule are shou,n in the
above list. Horvever, notwithstanding the above, the contractor shall be
required to provide all necessary items and numbers of equipment, plant and
materials in order to carry out the prescribed works within the required
timeframes and specifi cations.
Nole:

ノ If the bidder proposes to lease or hire the machineries, then


he will have to commission it within 30 days of issue of LOA.
If the contractor Iails to do so his bid sectrity sholl be Jodeited
dnd qwsrd shall be cancelled. In that case second lowest
bidder may be awarded the work tmder conditions explained in
the bid document.
0 ●・● ● Э 0

In case the bidder proposes to buy new machineries the


machinery advance to the limit of 90% of cost of new plant
shall be granted but the maximum advance shall not be more
than l096of conoacl amoanl.


N//

Section:::Bid Data Sheet Page:27


Bidder

Fre.ntivF Fnoinopr WnrL( niui"i^-


Government of Bihar OUTPUT AND PERFORMANCE BASED RURAL ROADS
- Rural Works Oepartment
MAINTENANCE CONTRACT BID DOCUMENTS
`3/

4.4B(b)(ii) The Bidder must demonstrate ( Undertaking/ consent letter Signature of the
personnel) that it has the personnel for the key positions that meet the
following requirements:

Educational Total Work Experience


Position
Qualification Works (years)
Road Graduate in
Manager Civil Engg. 2

Maintcnancc Diploma in
3
Civil Enss
Works Matric or
3
Supervisor equivalent
4.4B(b)(lli) undertaking to invest money from own resources of the bidder shall be no
Iess than 25% ofcontract value.

4.6 Ⅳl=3

ITB 5.1 The nominated representative shall be from the lead partner of the JVA
ITB 5.5 This bid rt open to all eligiblc Biddcis,
ヽ1

B. Bidding Documents
ITB 6.1 A Pre-Bid meeting will take place at the following date, time and place:

Date:

Time:
Place:

ITB 6.1 For clarilication nurooses only, the chiefengineer-4 (HQ) address is:

Office of the chief engineer-4, Rural Works Department, Patna,


Bihar

Address: 5th floor Visvesvaraya Bhawan


City: Patna

Pin Code: 800015


Mobile #:

8986915008
Electronic mail address : ce4.rwd@gmail.com

う ♭



ヽ■//存
)

) Section:::Bid Data
“ Sheet
ヽ Irvo^uritro Dn,i-6ar ll,r^pL. Iti.,i.i^-
OUTPUT AND PERFORMANCE BASED R`11:eADS
Govemment of Bihar - Rural Works Department MAINTENANCE CONTRACT B:D DOCUMENTS

ITB 6.2 The Bidder is required to visit and examine the Site of the Roads and its
surroundings and obtain all information including maintenance requirements
that may be necessary for preparing the bid and entering into an Output and
Performance Based Rural Roads Maintenance Contract. A site visit is
required particularly to survey the existing road condition in order to
estimate the costs for Ordinary Maintenance and Initial Rectification
including surface renewal Works. The costs of visiting the Site shall be at
the Bidder's own expense.
r
ITB 6.4 The Bidder's designated representative is invited to attend a pre-bid meeting,
f
The purpose of the meeting will be to clarifo issues and to answer questions
on any matter that may be raised at that stage. ζ`


C, Preparation of Bids


ITB 9.1 The language of the bid is: English.


ITB 12.1 Alternative bids shall not be permitted.


ITB 12.3 Alternative technical solutions for the Initial Rectification including surface
renewal works shall not be permitted.


lTB 13 5 The l atcs and priccs quoted b1' the biddel arc liu"i silbject to pics adjustment.


ITB 16.1 The bid validity period shall be 120 days


ITB 17.1 A bid security shall be required, the amount of the bid security shall be:
Rupees ...................The Bid security shall be duly endorsed/pledged to the


Executive Engineer. Works division............
D. Submission and Opening of Bids
O
ITB 19.1 As mentioned in IFB.
e
E. Evaluation and Comparison of Bids O
ITB 26.2 Ifthc Biddcr that submittcd thc lowcst cvaluated bid docs not acccpt tllc ●
Corrcction of crrors,its bid shall bc disqualiflcd and dlc Bid sccuiけ shaII bc

forfeitcd in accordancc witll ITB 17 6(D
● ● ● .

ITB 27.5 The combined price for the Initial Rectification including surface
renerval and Ordinary Maintenance Works shall have the following
threshold:
(a) Lower limit- l07o below of the Estimated cost of [Initial Rectilication
● ● ● ●

including surface renewal+ Ordinary Maintenancel including all


taxes and cess

Section il:Bid Data Sheet Page:29 O


Government of Bihar - Rural Works Department
型 W‐ Nl肥 :躙 ば ::総 跳 :魚 ひ

Annexl:re 1 10 1TR

・I」 I:」:『 1棋 『
]JT蹴「
な点 :ょ議
y:メ

compctent authoI″ )け
suCh two Or mon

llilllllilililliililii]1星
ll:器 il[}盤││]111モ 111櫛 [1

l lf the MOst Expcricnccd i e Lcad Partllcr

::撚ど deね nttit殿 8器 胃:lrT鶴 鵠I喫 蹴1肝 ul:『 u捻 &淵庶


:誌
︱        ド

3 Not*'irhstanding tlre permissibn to assiguing the


responsibirities of tirc deiaulring parrner
ノ     ヽ,‘

ot!e1 eQually competent party acceptable to


lo^ay. the E/I as mentioned in Clause
43 (e) ITB a, rhe partners ofihe lolnt v"*r* *iir *i"in
-of the fulr and undivided
responsibirity for the performance of their obrigations ,na"..trr"
satisfactory completion of the Works.
contract and,/ or for


4 A certified copy of the power of attorney in favour of
the authorized representatives.
signed by tegalty aurhorized signarories of ,,l
,h; i;;;i,h; il;-;;;;;';;ii
リ accompany the application. The JV Agreement
shall be signea by the authorized
representative of the joint venture. The

JV Agreement stait neea to be submitted
consisting but not limited to the following provisiois:
)
a. Name, style and project(s) specific JV with Head Office address
) b. Extent (or Equity) ofparticipation of each party in the JV
) c. Commitment of each party to furnish the Bond money (i.e. Bid Security,
) Performance Security and security for Mobilisation
advance) to the extent of his
participation in the JV
)
d. Responsibility of each partner of JV (in terms of physical and Financial
)
involvement)
)

)・

Sectlon iV:Bid Forrns


Page;30
Executive Engineer, Works Division
ι厖
OUTPUT AND PERFORMANCE BASED RURAL ROADL
Goyernment of Bihar - Rural works Department MAINTENANCE CONTRACT 31D DOCUMENTS

e. Working Capital arrangement of JV


[ Operation of separate Bank account in the name of JV to be operated by at least
one foreign partner and one local partner in case of JV where foreign partners

are involved. [n case ofJV among local partners, both the partners are required

to operate.
Provision for cure in case of non-performance of responsibility by any party of

く ● O C C O ¢ 0
the JV.

Provision that NEITHER party ofthe JV shall be allowed to sign, pledge, sell or
otherwise dispose all or part of its respective interests in JV to any pany

including existing partne(s) ofthe JV.


The E/l derives right for any consequent action (including blacklisting) against
any or all JV partners in case of any breach in this regard.

i, Management Structure of JV with details


j. Lead Partner to be identified who shall be empowered by the JV to incur

liabilities on behalf of JV
Pai iies/iimrs corxrritiing tlt:nsel'res t.- the E/l fcr jbi:,tly and se'retally

responsible for the intended works. 0


0
1.  m

The Power ofAftomey shall be duly notarized.

Any other relevant details 0


0
0
0









N/ 0

Section lV: Bid Forms Page:31


Execuaive Engineer, Works Division


Government of Bihar OUTPUT AND PERFORMANCE BASED RURA L ROADS
-
`2ア
Rural Works Oepartment
MA:NTENANCE CONTRACT BID DOCUMENTS

Section_III

Oualincation lnforma6on

)、

)
)

Sect:on iV:Bid Forms Page:32


Executive Engineer, Works Division

ι
OUTPUT AND PERFORMANCE BASED RURAL ROAD、
Government of Bihar - Rural Works Department MAINTENANCE CONTRACT BID DOCUMENTS ‐
¨¨‐¨¨‐‐‐‐‐‐‐口‐‐Ⅲ‐‐口‐‐Ⅲ¨¨¨‐‐‐‐‐‐‐‐‐‐‐Ⅲ¨¨¨¨¨¨¨‐‐‐‐¨¨¨円
‐‐ ‐ ‐ ‐ ¨ ¨ ¨ ‐ ‐ ‐ ‐ ‐ ¨ ¨ ¨ ¨ ¨ ‐ ‐ ¨ ¨ ¨ ¨ ¨ ¨ ¨ ¨ ¨ ‐ ‐ ‐ ‐ ‐ ¨ ¨ ¨ ¨ ¨ ‐ ‐ ‐ ‐ ‐ ‐ ‐ ‐ ‐ ‐ ‐ ‐ ‐ ¨ ¨ ¨ ¨ ¨ ¨ ¨ ¨ ¨ ‐ ‐ ‐ ‐ ‐ ‐ ‐

Section IlI. Oualification Information

This Section contains all the criteria that the Engineer-in-chief shall use to evaluate bids and quali!
Bidders. In accordance with ITB 27 and ITB 29, no other factors, methods or criteria shall be used.
The Bidder shall provide all the information requested in the forms included in Section IV, Bidding
Forms.
Notes on Form of Qualilication Information
The information to be filled in by bidders in the following pages will be used for purposes of post-
qualification as provided for in Clause 4 ofthe Instructions to Bidders. Attach additional pages as necessary. (「

1. Individual Bidders 〔 i

1.1 Constitution or legal status of Bidder ″ C9ρ )′


O

O O ● 0 0 0 0 ・O e e ● ● ● ● ● ●
``aC力

Place of registration:

Principal place of business:

Power of attomey of signatory of Bid [attach]


1.2 Total annual volume of civil engineering @s. In lakhs)
construction work executed and payments Year-
received irr the last five years preceding the Year-
year in which bids are invited. (Attach Year-
certificate from Chartered Accountant) Year-
Year-
1.3.1 Work performed as prim€ Contractor (in the same name and style) on construction works of
a similar nature and volume over the last five years. Attach certificate from the Engineer-in-charge

Name of Descripti Value o Contract Date of Stipulated


Proj ect Actual Date Remarks
Name E/I ono contract No. Issue of Date of of Completion explaining
rvork Work Completion reasons for
Order Delay, if
any
● ● ・● ●

Sect:on:V:Bid Fonns Page:33尋 D


Bidder
Executive Engineer,ヽ Vorks Division ξ〕
%″

Government of Bihar OUTPUT AND PERFORMANCE BASED RURAL ROADS
- Rural Works Department
MAINTENANCE CONTRACT BID DOCUM ENIS

1.3.2 lnformation on Bid capacity (works for which bids have been submitted and works which
are yet to be completed) as on the date ofthis bid.

(A) Fristing commitments and on-poinp construction works:

Description Place Contract Name & Value of Stipulated Value of Anticipat


of Work & No&
Addrcss Contract period o{ works cd Datc
Statc Date of E/1 (Rs. In completio remaining to Of
lakhs) n be completed complctio
(Rs. Lakhs) n i
う一

´

(3) (4) (6) (8)

ネE71ε わsθ ι
θ″′ 々rs2′ 。
″3η gr77′ ′
″ crル ″ν
o‐ 177-ι 力 αルοグ″ο
汁″″α
´ ル′
埓 ゎら
σοο
″ たたグ

(B)WOrks fOr which bids Jreadv submiied:

Description Place Name & Estimate Stipulatcd Date when Remarks,


of Work & Addrcss d Value perlod of decision is if any
Stale of E′ ′
I ,.:f conlplctio exp"ected
bl

Works n
(Rs.

Lakhs)
つ4

(1) (4) (6)





1.4 Availability of Major items of contractor's Equipment proposed for carrying out the works.

List all information requested below. Refer also to clause 4.2(d) and clause 4.4 B (b) of the
Instructions to Bidders.

Item of Equipment Description, Condition


make, (new, Owned, leased


and age (Years), good, poor) and (from whom?), or

and capacity number available to be purchased








Section lV: Bid Forms Pag/4



OUTPUT AND PERFORMANCE BASED RURA L ROAL_
Government of Bihar - Rural Works Department
MAINTENANCE CONTRACT BID DOCUMENTS

1.5 Qualifications of technical personnel proposed for the Contract. Refer also to Clause 4.2(g)
of the Instructions to Bidders and Clause 19. I ofGeneral Conditions of Contract.

Position Name Qualification Years ofexperience


Road Works Other

1.6 Proposed sub-contractors and firms involved in construction. Refer to Clause l2 of General
Conditions of Contract.

Sections ofthe Works Value of Sub-contractor Experience in similar


Subcontract (name and address) work



Note: The capability of the sub-Contractor will also be assessed (on the same lines as for


n       ・
the

0 0
Contractor) before according approval to him.

1.7 Financial reports for the last five years: balance sheets, profit and loss statements, auditors,
reports, etc. List below and attach copies.



e e e ● ● ● ● ● ● ● .● 0 0 0
1,8 Evidence of access to financial resources to meet the qiralification requirements: cash in
hand, lines of credit, etc. List below and attach copies of support documents. (Sample format
attached).

1.9 Name, address, and telephone and facsimile numbers ofbanks that may provide references if'
contacl by the Engineer-in-chief.

W/
ト 劇 」 〆
Section iV:Bid Fo‖ ‖s ●
Bidder Page=35
r、

Government of Bihar OUTPUT AND PERFORMANCE BASED RURAL ROADS
- Rural Works Department
MAINTENANCE CONTRACT BID DOCUMENTS `た

m洒
1.10 Information on current in which thc Biddcr is invO!vcd

M d
ai


Name of Other party(s) Litigation where Amount involved


(Court/arbitration)

l.l0 Proposed Programme (work method and schedule). Descriptions, drawings, and
charts as necessary, to comply with the requirements ofthe bidding documents.

Joint Ventures

Additional Requirements


)


)

)ヽ

)
)
)
)
へ /レ ヽ

Sect:on iV:B:d Forms

ι
OUTPUT AND PERFORMANCE BASED RURAL ROAD[
Govemment of Bihar - Rural Works Department MAlNTENANCE CONTRACT BID DOCUMENTS ‐

SAMPLE FORRIIAT FOR EVIDENCE OF


ACCESS T0 0R AVAILABILITY OF CREDIT FACILITIES

BANK CERTIFICATEま

Thお ヽto ccrl″ that M/S― ――


―――― ‐
¨iS a reputed company wih a good inancial standing

lfthc contactfbrthe work,namely, is awardcd to thc above flil‖ ,WC Sha‖ be ablc to C`

provide overdraft/credit facilities to the extent ofRs. to meet their working capital
(`
requirements for executing the above contract.
〔〕
0
Signature of Senior Bank Manager ○
Name of the Senior Bank Manager
CL3
Address of the Bank
0
0
Stamp ofthe Bank
I{cte: Ceftificaie shoLrld be on thc lerte; head ofth; balk. 0
e
* Change the text as follorvs for Joint Yenture: 0
This is to certify that tr[/s. ........... . who has formed a JV with Alls. 0
.. .-. ... and Ws. . . . . . . Jor participating in this bid, 0
is a reputed company with a good financial standing.
0
If the contracl the v'ork, nomely ... ... ... ... .
jor .. -..- is av'arded to
the above Joint lrenture, u,e sholl be able to provide ot erdraft/credit facilities to the ertent of Rs. ●
to trf/s. ... ... ... ... . to meet the vorking capital requirements for executing the
above contract. ●

[This should be given by each of the JY members in proportion to their financial participation.]









Section iV:Bid Forms Page:37 I
Bidder
62ノ
Government of Bihar OUTPUT AND PERFORMANCE BASED RURAL ROADS
- Rural Works Department
MAINTENANCE CONTRACT BID DOCUMENTS

Section IV. Bidding Forms

LETTER OF BID

BIIp SECllRITY

WORK SCIIEDULES

                  セ.
      ヽj ″    、

    ヽ.ブ     ヽ
■ブ     ヽ︱ ′     ヽ 7     ヽ フ     ヽ ′     ヽ ′     5 ″     ヽ

    ヽ′     ゝ′     ヽ ′     ヽ′     ヽフ     、′

〕 Section lV: Bid Forms


Bidder Page:38

Z2ο
OUTPUT AND PERFORMANCE BASED RURAL ROADL
Government of Bihar - Rural Works Depattment MAINTENANCE CONTRACT BID DOCUMENTS

Letter of Bid

Date:




Invitation for Bid No:


To:
(J

ll':::-]:':r.. 〔 │

O
O
We, the undersigned, declare that:
O
(a) We have examined and have no resenations to the Bidding Document, including Addenda
issued in accordance rvith Instructions to Bidders (ITB) 7; C
(b) We offer to execute in conformity rvith the Bidding Document the following Works:
O
0
(c) We hereby confirm that our quoted bid price is inclusive of all duties, taxes, and other levies e
payable by us under the contract in accordance with ITB Clause 13.6 read with Bid Data Sheet
(d) We hereby confirm that our combined price for Initial Rectification Works including surface O
renewal and Ordinary Maintenance Works does not lowered the threshold given in the BDS
Q7.s),,
O
e

● ● ● ● ● ● ● ・● ●

Section iV:Bid Forlns Page:399


Executive Engineer,Works Division ィト
OUTPUT AND PERFORMANCE BASED RURAL ROADS

Government of Bihar - Rural Works Department
`′
MAINTENANCE CONTRACT BID DOCUMENTS

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

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

(g) we, including any subcontractors or suppliers for any part of the contract, do not have any
conflict of interest in accordance with ITB-3.3;

(h) We are not participating, as a Bidder or as a subcontractor, in more than one bid in this bidding
process in accordance with ITB-3.3, other than altemative offers submitted in accordance with
ITB-I2;
(i) we, including any of our subcontractors or suppliers for any part of the contract, have not been
declared blacklisted / debaned from any department.

O We understand that this bid, together with your lvritten acceptance thereof included in your
notification of award, shall constitute a binding contract between us, until a formal contract is
prepared and executed; and

(k) We understand that vou are not bound to accept the lowest evaluated bid or any other bid that
you may receive.
、︰     ︱ノ     ヽ︱ メ     、1/       、■´   ヽ1′   ヽ‘′      ■      ゝ‘

(l) we hereby certiry that we have taken steps to ensure that no person acting for us or on our
behalf will engage in bribery.

(m) We are participating as a Joint Venture and the responsibilities and obligations of each ofthe
partners have been submitted in the bid.

Namc In the capacity ot


Signed

Duly authorized to sign the bid for and on behalf of


′     ヽ■′   ヽヨフ   ゝ■′    ヽョ′   ヽョ′     ヽ●′   ヽ■′

Dated on day of_

Section iV:BId Forlns Page:40


Executive Engineer, Works Division
ι;ノ

`3
0UTPUT AND PERFORMANCE BASED RURAL ROADS
Government of Bihar - Rural Works Department MAlNTENANCE CONTRACT BID DOCUMENTS

BID SECURITY(UNCONDIT10NAL BANK GUARANTEE)


sご

WHEREAS, [namC Of Biddcr](hereinatcr callcd"thc Bidder")
submitcd his Bid datcd [date] fOr the construction
Iname ofContract hereinafter called "the Bid"].

c c r o o o
KNOW ALL PEOPLE by these presents that We

[name of Bank] of- of country] having our registered office


at -[name
(Hereinafter called "the Bank") are
bound unto [name of E/l](hereinafter called "the E/1") in the sum of-
+for which payment well and truly to be made to the said E/l the

Bank itself, his successors and assigns by these presents.


O
0
0
SEALLD with the Common Seal ofthe said Bank this day。 ,20_

O
e
THE CONDITIONS oftllis obligation are:
0
(1)If afler Bid opening the Bidder、 vithdra、vs his bid during thc pcriod of Bid validity spCCifled 0
in tllc Form of Bid;

OR ●
(2) If the Bidder having been notified to the acceptance of his bid by the E/I during the period of ●
Bid validity :

(a) fails or refuses to execute the Form of Agreement in accordance with the Instructions ●
to Bidders, ifrequired; or

(b) fails or refuses to furnish the Performance Security, in accordance with the lnstruction ●
to Bidders; or

(c) does not accept the correction ofthe Bid Price pursuant to Evaluation and Comparison

Clause 2l to 30 of instruction to bidder ( ITB).

We undertake to pay to the E/I up to the above amount upon receipt of his fust written ●
demand, without the Efl having to substantiate his demand, provided that in his demand the EA will
/ 3

u Ⅳ レ ●

Section iV:Bid Forms eage:4l e


Bidder fr
OUTPUT AND PERFORMANCE BASED RURAL ROADS
>
乙ノ
Government of Bihar - Rural Wotks Department
MAINTENANCE CONTRACT BID DOCUMENTS

note that the amount claimed by him is due to his owing to the occurrence ofone or any ofthe three
conditions,(specifo ing the occurred condition or conditions This Guarantee will remain in force up to
and including the date ** days
after the deadline for submission of Bids as such deadtine is stated in the lnstructions to Bidders or as
it may be extended by the E/1, notice of which extension(s) to the Bank is hereby waived. Any
demand in respect of this guarantee should reach the Bank not later than the above date.

DATE SIGNATURE

WITNESS SEAL

ISignature, name and address]

The Sidccr :lrould iusert the anlour:t cf tlle guarantee in '.norJs and figures denornLralcd
ヽ ′      デ

in Ind ian Rupees. This figure should be the same as shown in BDS ITB 17.1.

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


)

)・

)

 D

あ 酵
  D

酢 ∨ ル /

Bidder Sectio口 lv:Bid Forms Page.42


OUTPUT AND PERFORMANCE BASED RURAL ROADE
Government of Bihar - Rural Works Department
`/ち
MAINTENANCE CONTRACT BID DOCUIⅥ ENTS

WORKS SCHEDULE

Prraolle

The following Schedules are included in this Contract:

Bid Summary Schedule


This totals the bids in Schedules I and 2 below:-
Schedule 1- Initial Rectification Works including surface renewal
〔 :

Schedule includes lnitial Rectification Works including surface renewal to be completed within the C
first 9 months from the date of notice to proceed with the work to bring the road at prescribed
specification and service level.
〔i
Works and Paymentsi O
Initial Rectification Works including surface renewal will be measured and oaid on the actual work O
outputs.
In addition to other parameters, payment '*'ill be done strictly on the basis of following mandatory
O
parameters O
l) Prescribed service level
O
2) International Roughness Index (lRI)- Maximum 4000 mm per Km.
' The roughness data should aiso iudicaie ilre chainages in rvhrch data capturing has been
O
ignored and reason thereof. In remarks column details ofspeed breakerVlarge undulations and e
its Iocation should be clearly mentioned.
3) Percentage Bitumen content
O
4) Thickness bituminous layer e
Schedule 2 - Ordinary Maintenance e
Ordinary Maintenance is on the basis of lump sum over the 5 years period after completion of the
lnitial Rectification Works including surface renewal. ●
Works and Payments ●
l. Works Schedules shall be read in conjunction with the General Conditions, Particular Conditions ●
Sheeg Technical Specifications, Contract Quality Plan and Drawings.

2. Ordinary Maintenance shall be tendered as a Lump Sum payment spread quarterly on the basis

of the tendered price divided by 20 quarters. The Initial Rectification work including surflace ●
renewal shall be tendered as contract amount, while indicating the quantities of measurable
outputs to be executed in order that the road achieves the performance standards specified in ●
the bidding documents. Payments will be made in accordance with the orogress in the execution
of those measured outputs. ●
3. The rates and prices tendered in the Works Schedule shall allow for and include all plant, ●
labour, supervision, testing, materials, mobilisation, demobilisation, maintenance, insurance,
profit, taxes, Ievies and duties, together with all general risks, liabilities and obligations etc. set ●
out or implied in the Contract.

4. General directions and descriptions of work and materials are not necessarily repeated nor
summarised in the Works Schedule. References to the relevant sections of the contract ●

● _

Section:V:Bid Forms Page:43



Government of Bihar OUTPUT AND PERFORMANCE BASED RURAL ROADS
- Rural Works Department
MAINTENANCE CONTRACT BID DOCUMENTS
`′

Schedule.
5 All works completed under the contract shall be measured according to the metric system for
all items, unless otherwise provided herein or in the Special provisions.
6 All measurements for area or volume will be made horizontally along and perpendicular to the
centre line of the road, and no deductions will be made for individual fixtures in the pavement
having an area ofone square meter or less.
7 Note the following
a) Items for which no rate or price has been entered in will not be paid for by the E/I when
executed and shall be deemed covered by the other rates and prices in the works Schedule
ITB Clause 13.2]
b) Unit rates and prices shall be quoted by the bidder in Indian Rupees.

C) where there is a discrepancy behveen the rate in figures and words, the rates in words
will govem. [ITB Clause 26. I ]
d) where there is a discrepancy between the unit rate and the amount, the unit rate quoted
shall govem ITB Clause 26.1l.



1ノ
      ゝ J ´      ヽ コ ´
      ヽユ ′       ヽ ヨ ´      ゝヨ ″

)・
ヽ   ヽ

り ・  ヽ
り   ヽリ

Section lV: Bid Forms Pagei44



﹄t一
 一∩一
 一o
■ ﹄
●ハ﹁L
ハしユメしo
メ︵︶ ︵︺ 0 0 ・
0 0 0 0 ● ● ● ● ● ● ご ●.● ● ● ● ● ︵

C
O
O

﹂0一一¨“
oO●﹂
哺せ¨ m ¨
OF〓 0﹂ 0一 > 一EO■Oo∽
> Q 0 0 〇 一O C⊆ 0∽
主麒乳ばがい
町椰藤力露締椿︼
組椰は
さ 〓0 0 2 E 卜 ゝ ´3 ∽ ●コ ●L O C ●  ● ≧ L さ x 一0 “ ¨X 〓 0 こ ョ エ
O
E
も、 ■”
り 、´
ヽき¶ 甲喩“ 譜 ﹁=舅崎要覆¨ ”﹄配碑胡

¨
■ ‘0 一
W ●●¨
0 ■ OCa  x¨ ′ cO 0 ∽ “ bi〓 0こぅエ
∽ ヽ

0

薫せもヽで

ゝ一
E ︹︶ 壼 0 0 “ ‘∝ 0こ●  ●● ヽエト 、rC● >0 り “ p 2 ●〓ョ エ
′ 0■月 ● 1 ■ 1 111 3 ■■ ●つ 雪ぅ ●■ 0 111● 〓0 ●1 て′ L、1
ヽDO L O こ■●ョOr卜 0>一 ´ 、0 ﹂ r メ●J ● E∩︶ ″ , ,

0
'5、 ■:
し ヽ L2 一

>
●1 1 ” ョ ヨ ヽ 6 夕﹄ ・〓 ■ ︰ ■●口 を‘ 口 ︶〓 5 ● 3 1 ■ ●

一 ﹂﹂
ど。・引


。。﹁一´ 一一 ︶ rヽ


,,

O
    民 ui 囀 ︱ 力 ︺ t‘ 日 ‘ 一
ョ F 〓 1 ︰ 1●■ bl ∼ r ︻ ● 1 増 〓 ′o■^ ︲
中﹂
﹄Fすo ^
一︹ 電 卜o
´・・︸
さ ‘O o g E ﹂ ゝ ¨c O 0 0¨ ● ■ O L O こ 椰   一〓 0 一Ш ゝ ´E Ш ‘



, し¨Xづt¨ゝご0 ﹁■I Oジ‘ そ‘ ︼ “ ‘ヨ“‘In︶■OL
●︱〓︻贅 ●

。い¨、■ 。、 ぃ︺ . p
一レ¨ .
ヽ︶〓 . ¨
ヽア六υ ゝ 一E O 卜 0 0 ¨O L O こ に   0 0 ●〓 卜 ‘ 、O L
・ ● 0 2 ■ 〓 D エ
パい 全 Qモ
,,
■■﹄
■ Bl一
1 ● 〓 ‘ ︶1 日 1 3 ● ︱ 口 ︼0 1 1 ︶
0 11 ぅ 0
, ,


・ ,
0 ﹃■ ●● 嘔 索︶0 ● α︻ ● 〓 コ ■ ●︼ ︱ュ ■0卜 ﹄ 1 0■■l Z
ヽ︺︸ 一 、


も一一
た o

雷J

0

^ 、 一■ ● ● ● ヨ 一■ > つ 〓 蜀 O E 3 2 、● ● コ ロ ● 二 一 卜 ● “E ● ● ´ ﹁ 3 1 〓 ■ ●〓 ■ ●こ ● ● ● ¨ロ
, ¨● ョ E ﹄ ● ● ■ ︺O E ● ¨〓 ﹄ ︶
ー 0 ■ 1 0 ¨ 0 一■ ¨ L O ■ つ 0 ” X ェ 0 ヽ ● 0 ● ¨ ● 一● ● 〓 0 一 ﹄ 0 つ つ ︺■ ● 〓 ¨ ● ● ¨0   0 E E ■ ¨0 ● ´● 0 ン ● ■ こ ● E 一 0 〓 〓 一 ヽ● 〓 ● ● 0 ﹁ ‘ 0 ¨a ■ ● ● ● ¨D O ‘ ● ● E I ■ 3 ‘ 一 ● ● ● ヽ ● ● ● 一0 ● ‘ ¨ 、 ● ● ● ︱ ■ ¨■ ● ミ つ ● ■ ¨● ● E ● ● ¨O c C ¨ 口〓 0 ●
, 営 ⋮
日 ■ ● O L 口 ¨、〓、0こ“ヨ“ ●E]
〓ゝ〓
l

O C 一● こ ^
ロセ ‘ L ヽ〓 ‘ 0
α口dヨ勁ョH口qョ司倒 ⋮  ⋮  ⋮
口﹁●〓o∽ 、ビ”EEF︻
0︻ ●∽ ●虫四
︰︰︰︰︰︰︰目●¨∽︼>︼﹁ 均〓﹄0トレ ﹄●一口● ●つにo“ 一● o●口”目●一目一“い占 ∽一”●″︻︻●﹄〓“︻●o●“´ 00●”日 ﹄0﹂LO﹄︻●目● 一口﹄ ●
゛ ︵︶ ■ ﹄●3 い● 。E ●Z
μ
a●︻口一0“0∽ 〓﹄●卜P
∽卜 Z 口 〓 つ O O ● ● ︼● ↑ 0 く “ 卜 Z 0 0 日 O Z く Z ロ ト Z ︼く 一
∽● く O L ● く “ つ “ ︵ 口 ∽く “ 口 O Z く ,つ O
一“ O L “ 日 ﹄ ● Z く い つ “ い ヒ t ● ﹂ 0 0 ∽〓﹂0 ≧ 〓 “﹄ョ L I ﹂“ 〓 一
︺E ● 一 m い0 一C O E E L●>● 0


:

0¨
〓﹂0﹂ 0一
m ¨
> 一εO■0●∽
ゝ0 0 0 〇 一
O cC ●∽
勒靱鶉
⋮ ﹂路﹄
い﹂任・
邸Ψ 口
声“コ↓曜ン型粥o
﹂蟹

[
0
0●● 〓■u“ oこ■︰ P 卜鮮粧“ 咬評澄+鮮な﹁“翌



載勁
螂“
中岬
呻審棚
r中
﹄﹃
中地
熙出

”ポ J i t

:
0
ゆ〓■ 鑓ヾもヽ

=IN
■E
-0

ゝ〓 一
﹂ 〓〓0コ ´
一〇3¨
〓﹂  E フ割 。N ョ b 責¨ 、 ヽも F れ ヌ
緊攀嚇侮犠庸隊
“ 一﹂
事・
にヽ 〓 ・一
﹂︲一
爪︶‘
︱﹂脳引劇
には阻ほに曖鷹旧ぼ






鷺 .
一﹁﹁

E
O
■■︱︱︱︱︱
︰i銚 揮 腫 樵
層︱
︱︱ ︱ ︱ ︱
=川==︱=llllll11 1
ドヒ陽■¨


紺癬灘催
に 掲 ド 旧 障 F
︱ ︱ ド 層 信 = ぼ L


I I 1 1 1 7 1 1 1
, 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1

Z
1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1

Z
[﹄!oc,■ ooヽ
﹁トンr¨﹂ .””負H一卜罐押型”︼%
F]﹃卜
星 写1 31︰ 嘱 ^■● さ““・■計 J”コ お 課 “
舅逢騨誠諸難難

Z
陣い 。睡ほ﹂oし“ 卜 “ 。
”詭﹃電ψ ”氏一年﹂罐イ

i輝ほ隕問朧麟ぽ層
燿l 舅働爾節職錦謙
﹄憎拒博情設ぼぼ麟曖

わ は
語L5¨ ユ理P¨
聟“同 L輸
︱卜喘﹄h﹄﹂王

0
■ 韻 弱 電 瑚 舅 舅 目 錮
にはにい●いPL“=“”“﹄い”嗜暉H疇 〓
︱ 巴■   ・  ●‘ こ 〓
奎鍬勇 “
中館鮨 ¨
¨静葬飛躍箋勇罪

“E 2 E t ●L O ● o 〓﹂o ≧
〓 里 ョ ∝ ︰ L” 〓 ﹄m ﹂o ︺E ● E c﹂0>0

一          一
プ     う フ  、ノ   ⇒


ヽ ′  ヽ
J     ヽ ′   ヽ ′  ヽ ′   ヽ′   ヽ ′   ヽ     ヽ ︰ ′  ︱
, ′   ヽ ′   ヽフ   ヽ ′  ヽ


e e ● ● ● ● ● ● ● 0 ● 0■0


︰ ↑ こ c o o c c O ● ・
0 0

e
80

oE ﹂0﹂ 口 m ¨
≧ ■ 0● ∽
卜ヾ ¨O O ● ﹂


O cEO∽
ゝQ0 0 〇一
ら c n︶ ● > ¨L > ¨C ●2 ´ト

0
ゝ 〓 一L ´ B こョ ェ
0 〇一O L O こ● ヽ ”嘔 ′ ″ ユ祀 鋼 注 十


ゝ 郭﹁
Lが 盛製 。
距師艶 r理﹁ L輩

81お

爵 転胸

O
E
椰、 .

さc
o 〆誤 ﹂゛﹃ ”ず翻 昴 範 ﹄。
腔ざ 醜 P¨“p﹂ L争 ・¨
島 ﹁

、 ぃ、
、一 写︼
﹄p ゞ



C
糧橿ふ肝H納粗標=蛾揮刷擬絆鞣
C ● ● 0 ´ C 。 卜 0コ 一に 0 こ ■   C “ 煙 ﹂﹂ コ Ш に ゛ “ ¨ 一 t“ 打
︸ 計ヽ﹁o
, I





こ ︻“¨
”賄喘″凛謹。


電闘わ〓
ご孵” 師”哺評日
. 罐ョ ﹁バ 端ヽ

LE
"
壼 鯉課一﹂﹂霙 話壺 翌 艶¨﹄ d魏 ヽ■ ﹂
オ電 L 一質お
色鐸理藝郵塾議
i■電計ヽ
0一●
B、 呈 星2 r
︶い  .
へ 1︼︱“●逗 ” LO ■に瞳 峰
︱︱︱ ︱●‘ ” ︰ “ ﹁ 3 一


こ の ら ヽ﹂げ 一
ヽ涵
凛■ ■
︱︱︱︱︱︱︱︱                     
ゝ¨
こ0

Z
■﹃お︼ 醜ピ“
´詢距¨ ¨ 路H
鶏勁 。
崚嘲 ”
いヽ卜
oα・
i■
´ ● ‘ ‘ ●。 ● 1 1 1 0 0 01 ●1 1 ● 0 00
卜姜鋼卿
, ,

Z
鰍辮聯朧

賞和﹂﹂卜虔記角挿喘ヽ
いo﹂
.崚郷

Z
”嗜Ir
L部﹄ ¨印 ∝
誰罵・¨銘≒箋

2

ざ舅 記 事 鶴論 卑
“鮮“墨 弱い

1111癬鮨い
﹂卍聖フ轟瑚”凛弱隣M

J
”“一 十 “ ¨ポ 。■櫂一

E
■α Oこ。 ●B ‘■ ヽ
01 卜 、〓 r卜 。 一
. ︱ 卜﹄︱ ︱卜 L = “ I
=ドF”籠 嘔にrh リド=︱ , ● 1 さ 11 ︶ ‘3 1 ■一oca ^

さ●0︶メ∽ メ¨
X﹁ ”L Oこ“
∽ ●”一 ,
r算 計卜 ■ 胆 隣 騰朧隅 曖
Ш OこE●う0こ卜 ●C一
C〇一
〓〓 ‘ 01 ●OCうr一´
● ヽ一 Z  ∝弓生

8
●t “L。0 0メ﹂02″一
“‘0一 m い。 一●。F﹄c﹄0 00
。﹂ョピ ー ﹄“〓¨
Z ︼く Σ
卜0 く“ ↑Z0 0 口O Zく Z口ぃ ,
∽い Z 口 ︼′ っ O O ● ● ︼“
く ぃ っ ヽぃ つ 0
く “ 口 O Z く Σ “ O ﹄〓 口 ヽ ^ z
∽0 く 0 “ コ く に っ “ 0 日 の
∞寸 ¨0 ゅ 0﹂
0一C﹄0 ﹂ 0 一m ¨
> 一c O ■ 0● ∽ L●● ● 一“
r/
ι

ゝQ O り o 一
Q CE o∽

X ︶ n o 一O o 一
0 ¨ ︻ ●︼
ね群錮蝋麹覇期剛

O
E
〇0 一m O卜 ● 一
︰﹁
増ヽい 暇劉筆轟 鋼


O
臨腱呂珊翻鋼


・ξ
ヽ ● ON O マ● 一¨

A I
折醐¨

E
0


三計い
﹂ 肥﹄﹂
バ躍勢﹂
﹁トロ
織酬篭範割嘲醐珊翻割理



副訓謝矧副劉
一〇 0 り 0 0 ヽ り
ゝい
oやわ ﹁
1島
・ 霊一 0●
■↓、
Ч 義 姜製 調 鯛 鍔 対 謂 調 覇


0 0 0 ヽ ︶ 一〇 〇

︱︱隔にド=旧朧ド■ ・
11 ●■E日ヽ lo
”昌 0日 ●o
自 1 相引引劉到酬

ξ︰コ



帥装 酬 蒙が ・
●●
ti ! c
コエ巣 〓 雰 L ” ﹁ ” ‘ 。L ﹁ ●o“ ■ ■ 一r ︼■ “
0 訂3 ヽ
p ‘ L O o日 ヨ Z
︱ ︱ ︱ I

, OZ


OO0 0
陪魔 鵬 層 匡 陸


,
トマ


02

1留

“● ●P ●ごR ョ o● “ ″〓‘口
言婆鰤酬顕岬P聴・
二c
O Ю ● χ d●き口 0 ● ●

畷、
.F ︰﹂ ギ ^X ︺ O N 寸 一 ”● ● ●0 ●輸 引” 02 ●00 0●


E屡爆癌麟曖贋
0マ
謂=開男舅翻﹃覇謂
艶靖華

^
里卵鐵導癬

X ” O N N● 0 一 0 ∞● ● ∞ 0 ●
●●0 0

Z


ON α 0 00 ”一 0劇 0 “0 9 ︻H
0 00 0 日
ON 0 0000 0N 0卜 ヽ 卜 ●∝
OCO ” 0● ∞
量 ・

g
E
・8︰論醜﹄端¨
¨m﹃
評%譜﹄岬奎


8

R
︵“o●ol●■ ︶ol o●● ■ ● 00 N ︵


■“
“︰。お艶墨論艶¨就野¨憂幹罪 一■ O N ヽ 0 0
Ob‘ oo■几 ︶ ”■〓〓E一
o●ν ︻ゝrd ‘コ” ●o ︵コ
0マ

秒確
崎短こ 8o 娑昌斜 ¨
f 〓︰ c ﹃霙 ヾ 0 〇 一● 0 一 C O ヽ  ” 0 ■ ¨
、■● 〓 8 ¨
¨ 口 o■ 日 悧 目 ■ 目 コ 冒 測 M ヨ Ы 尉 可 日 ■ 瑠
0● ● 守 τ ﹄6 ” Ea ● 口 ︺ o ● EL● 口 りooo︻ ●■一oこ賞●
ココ︻ o ■● kL O日 ︺‘
00
憎 = 情 = 暉 = = 朦 曖 円 略 ● ・ R 3●8督 ︰ ¨

8昴亜 “
“鵠鰐出菫話 勤調謝詞
り               ︰
´プ≫ > , >.
. 氾o
聖t 規さ濾・
耀∝4〓
. 。
洒﹄美o
Iた。
葉”
o o o o o 籠fe e O ● o o ● ● ● ● 0 ● ● ● ● ● 0 0 ハ
準 r i ヽ ・i 、

こ l
﹄0●●¨●
m ¨> 一c O ﹁ 。0 ∽
OF 〓 O L ﹁ ¨
a CE●∽
ゝQ 0 0 〇 一
嗜調 謎 薦 L議叶露 巽 巨男
■134工oい ■●‘コ
綱 日X ■で‘口︻
〓艇“一
ヽにo> 、o¨
”コA︶

R
0● O N 一0 卜 O N
, ,
¶ f
一 ﹂
暉デ岬一
碑 塑輛三 肝一
一¨畔酬魏
呈 弓卜﹄ 一
﹂” ●> ヽ0¨
”コ0 000 0● ︰
LQ、
→ 0 0 ”∞ ︻ 0 0
0● ︹
ヽ 0口︶o一
B﹄
Oc
ヽD

Pヽ   ︲
︱︱︱日ド同同
メ一に︵︶0■´ 卜 、一〓0口 ●o一 m﹂ Ocロ 0卜ヽ ト ト ︻ EJ

卜 一一 ビ ミ 纂譜ず断隠旧田肛肌
覇轟梨募肛肝
NO NO ゆ 一
¨当
な 0﹂ Z ● ● 口 0⊆ ギ 一 〇2 L OL 出 ぅ。 ‘卜 ●cO C 2 ¨

嘱卜、
´
︺´ ﹁﹂
 一ュ 一
●●
ゝ一E O ● 2 L Q g ロ エ O c“
00 ヽ 0 0 0

一 ︹
0 Ш 匡 2 一
 〓一
〇 0 こ口● コ。こ 卜 一‘ 一


C● >● 0 ゝ一x一 Xビ 0 こョ ェ x一

〇 0 ﹁


中﹃ 淫
一﹂ 
一 FO口●ヤ〓一●●●コ三り 員 00●
﹁A
●●
ゝ Y S 卜 ゝ ¨O C 一
よυ ︵ 2 0 m 一口 ι OL “

1
30ニト 03 卜 ゝ一〓L E 2 一
´ ヽ0﹂ ‘ 0●ヽ■cコェ 。2 L,OεR ︶
●‘ ら2●■3●0●● ■ ●● ●0●‘ ‘卜 ■ 00∞ 劇●
、一■ 0 ﹄ぅo し 、一r〇 一Ш O∽一”L O C C
冨 b S 。


∽ ゝ‘ 一
X ビ 0こ コェ 0 3 ト ヮC“゛ ぅ 。 ‘ 卜 x一 ■卜   C Z 一 一
CO 0∽ ● ^
, ・0
R コ う ●■ 月 0 0 Φ

r
螂﹃ 暉評螂 評いd菱
“電8 ︻ に0 ● ● 、こ月

‘砕 p器 嬌躊計 卜



,, .
﹁♂T
劇 〓

Z

SN


囁一


′ 〇
C ︵﹀ こ0 卜 0 コ “ α DE“   00 ﹂E卜 ヽ x一
r訂襲彊置脱陶朧塵限層疇旧

0
メ一 OZ

3
、一C璽 メ ト   C Z ¨
x こ 〓卜 O c●0 。〓 卜 ● ︱ ニ ト
‘ De O cコエ ︵
︰ ,爵 諜 ﹁
] 0 ●輌 ち 〓ι めモ ‘ ●0●´ ↑ 、 〓” ︰ ︱ ■ ■ ︰︰ ︱;‘¨ 1 ● ■︱ ︱︱
鰐 潤隧隣朧 朧
, ,

さ LO co ●O oコ ” ι じ ● 0 ”“ 0 ︼ 一 〓0 面 0
, 卜0 000 0●

0 ●  OL R ョ 。ェト ●2 し ヽ ■ 卜 C 2 一
Oc” 0■ 2 ゝ■ 一
煙¥響標羅幕 つ
電 ●● 1 ● ´ ‘〓〓 〓
0●● ^ さ 〓 ■〓 ︱︰、∼ ■ ‘︱ ‘

ゝ ^ V  ● 3 ト Eg 0●0 0 00

E募
Cト ト ト ∞ ∞
8 N0 8 N0
,〓 “J 。 2 L
ゝ¨こ● 3 ト ェ
の 0こ“め ぅ。 ェ ト
● ■ 里 O cコ ェ x一
ゝ一c n︶ゝcO L ●め 一” ﹂ O C“
っE“ ●コ 。こ 卜 ﹄コO L  C 2 一
0ヾ 8 ︸マ
0 一0 ● O H EJ 000 0●
詢 譜 韓謀泄亜耐断匡隔離臣旧
Z “ ●0 ヽ0 こぅ 工 。 こ0
の メ¨oC一
メ¨
^0口 o●”●︶ o■ 8 ■ ご■ oO● ^Jコ 00
ゝ一 0 ゝ¨
C︿︶ X一 0 に写‘ ︹X〓。■ 0の 0 0 ● ト ∽OZ C0 0 N ︼ ,
0● ●0寸 ●
轟現響電¨
中揮瞬 ﹁ ﹁町
輩詳r ﹁揚課
0 Ш  匡 Z 一
OC“  X一 X ビ O Cコェ 一コO L O L∞●コ。 ニ ト ¨〓 一
0 ● 一
りn
ゝ一 Ш ゝ一
cO ■ ‘0一 ∞ L OC “
C● 3 卜 ●。一 ご い∝ [● 0●
O N  一0 0 一
b ● 8 1 0日 00 l R p劇

Z
︰ 旧 卜 陸 = 睡 椰 橿 猥
ぅ。 ‘卜 EOト エ 2 一
o 〓 Z 嘲 ● ● ●亡 o工 ヽぅ。 し 0こ“ ”
0■ υ ゝ ¨
押緩瞬鵬旧園ぽ曝﹂

さ cO ・ co>o゛ ● ●●一0こコェ 一
  メ´ ■0一Ш 轟静記 ●●

O
E
00 0卜0 マαヾN
r〓の3 卜 r工”コ ヽコ。 し 、一
OC”のぅOC卜 ﹂コ。L ヽ
C●3 卜 C フ〓
m いO J●雪E E﹄●ン00
ヒ〓 ●LO● o〓﹄pこ 〓 ”﹄ョ∝ ︱ ﹂●〓一
“‘●´
O 口 O Z く Z 口 ↑ Z ︼く ︼2
∽↑ z 日 っ り 〇 ● ● ︼“ ↑ 0 く “ F Z O
0 占〓 ﹁ 、 O Z く ¨⊃ ■ ■ っ 0
ヱ っ ヱ 0 ● っく “ 0 0 Z く 〓 〓
つ 0 く 0 “ コ で,
E C 一“¨> ■ o● L C う P   L ● こ ■ ● ●
E 一 L¨ ■ D ¨一〓 t ヽ ン ﹂
0 い ¨● 0 0﹂
のFこ 0﹂ ﹁一
∞ ¨
> 一CO■00∽
ゝ。 0り 0一
a CC●∽


ρ

ど磐”ドで 燿﹁・
6ゝ¨ h姜
5書 ●Bヽ

ρ
5,
0︰こ
gうO
c 娑て
t一 路“﹄喘卜郭
な い刊弓o
こや “x
・∽き , 卜“B一
2f
〓 ︰ 毬 2 ● コ > ミ f ︰ 出 ●↑ メモ 1々 ● 0■ 〓 ´


8昴 勇 一
睾 鮨表 韮 拍 劃 コ 到 劃
EE〓”
8o菫﹂
︺ 0 ∝﹄
コ 覆ヨ

,・
見 〓満ち美ポ澪 ぷ場

︱ ノ    ヽ ノ     ヽ メ    
ヽ ヽコ     ヽ ′     ヽ ″     ヽ フ     ヽ ′     ヽ ′     ヽ ′     ヽ
ιOC
°
Government of Bihar - Rural Works Department ¶ iMill

t  r   ●
1 ●o o c c o o o O O O ●
PART 2

TECⅡ NICAL SPECIFICAT10NS


&
PERFORIIIANCE INDICATORS

0︶0 0 ● ● ● ● ● ● ● ● ● ● ● ●
´

Section V: Technical Specifications


Page:51 I
Fya."aiwe Fnoincar W^rL( niwi<inn
Government of Bihar
6ο 》
- Rural Works Oepartment OUTPUT AND PERFORMANCE BASED RURAL ROAD
MAINTENANCE CONTRACT BID DOCuMENTS

SECTION -V

Technical Snecifi cations

Part A - Management Requirements


Part B - General Specifications
Part C -Initial Rectification including surface renewal
Part D -0rdinary Maintenance

´

),
)

) V ル
)
Section V: Technical Specifications

ιο

Rural Works Department OUTPUT AND PERFORMANCE BASED RURAL R0
Government of Bihar - MAlNTENANCE CONTRACT BID DOCUMENT・

Section V. Part A
Management Requirements
A1 0utput― and Pcrformancc― bascd road asscts Maintcnancc Contracts Conccpt
2 3 4 S 6 7 8 9
A A A A A A A A

General
Definitions
Scope of Services
Reference Information
Description of the Project area
Description of the Roads Included in Contract
Self-Control Unit of Contractor

Γ O O O O 0 0 ・
Specification for Sevice [,evel Criteria
A10 Functions of Kcy Pcrsonncl
All Mcthod Oflnspcction of Scwicc Lcveis
All l Follllal lnSpcctions of ScⅣ icc Levcls
All l 10rdinaヮ InspeCtiOns
A11 2 1nfollllal lnspcctions of Scrvicc Levcls

A12 Contract Supphcd Fquipment


A121 Communicaion Equipment

川3〕 TF電:諦 ∫ 冊i講 吼∬


mttbn
出 S』 R:∬ よ A13 1 1 ヽ4onthiv Statemcnt

0 0・0 0 0 ● ● ● ● ● ● 0 ● Ъ● ●
A13 1 2 Monthly Works program
A13 1 3 Monthly Progrcss
A13 1 4 Previous Mccting Minutes
A132ヽ4ilestonc Rcporting Requiremcnts
A13 2 1 1nitial Road Condition Rcport
A13 2 2 Milcstone l Repo●
A13 2 3 Milcstonc 2(HandOVCう Report
A14 Progranl of Perfo‖ 1lancc
A141 Contractor's Qualiケ Assurancc Plall

Section V: Technical Specifications


Government of Bihar - Rural Works Department OUTPUT AND PERFORMANCE BASED RURAL ROADS
ιο
MAINTENANCE CONTRACT BID DOCUMENTS


ご 驚珊Iil鼎呟、
鶯穆 1聯 I卜 悧
sector,from thc simplc exccutiOn of、
,鮮
tract signincantly cxpands thc rolc Of thc private
vOrks tO thc rnanagcment and conservation of rOad assets

2 1n traditiOnal rOad cOnstruction and maintenance contracts,thc COntractOr is rcsponsiblc fOr


d″ 市 CM'md ttc cmttmヽ 口 d∞ 山e
盤 蒜 辮 露 T穏 ゝ器 ∬ 1:Tl尉 I『
)a contract based On “inputs''tO thc wOrks Thc

3‖lll』 :111lξ ltll11:軍 iRT::]r:冨


thc scrvicc levcl critcria Even ifthc wOrk is carri
:::龍
thc overan sewice qualiけ fOr thC rOad users dl i]II11油 il褥

ContractOr whO is nOt accountable fOr it

3 The OPRMC addrcsses abovc issucs I)uHIlg the bidding prOcess,colltraCtors colnpete
:ed lumPsum prices fOr bringillg the road tO a

難彎Ili難避 mf

:I籠 鮮
31ti:鷲 :棚 il認 譜:緊 ∴臨1=異『
驚織Я
:Ⅷ ::講 摺蠍1構
contract,and spccinc improvcments(if sO rcqu
ヽ り´            ノ    ヽ 〓″    ヽ1 ´      ヽ1ア    

outpllts Or outcomcs A■ cr initial rcctiflcadOn


´

t chicf in thc cOntract are quotcd On thc basis Of


ttta留
躙 ‖:量 W嚇 08¶ ず 品 灘 鮮 品 ‖ 篤 !1謬 警 幌 漑ぢ ∬ 鴇 漁 2

requircd perccntagc OfBitlmen contcnt as per speciflcation apart,Om Other servicc cntcria

c轟 』
r」
面mcnancc scⅣ bc■ ■
庁 :sttn譜 鳳lct蹴 ∬需:L∬tract comply with thc Servicc ymett br odhり e
Levels which have
ヽ■ア       ヽ1′    ゝJJ      ゝ■′       ヽ■′

becn spcciflcd in thc bidding dOcumcnt lt is possiblc that durhg sOmc quarters hc will havc tO
rks in Ordcr tO cOmpサ with thc requrcd scwicc
Howcvet his quartcrly paymcnt rcmains the sallle

m arCCXCmd絆 鮮 辮 Ⅷ W鮮
Л ttTL艦 器

)・

)

  >

Section V: Technical Specifications


6o4
Government of Bihar - Rural Works Department 0UTPUT AND PERFORMANCE BASED RURAL ROA
MA:NTENANCE CONTRACT BID DOCUMENTS ‐

4, Under the OPRMC, the Contractor has a strong financial incentive to be both efficient and
effective whenever he undertakes work. In order to maximize profits, he must reduce his activities
to the smallest possible volume of intelligently designed interventions, which nevertheless ensure
that pre-definej indicators of Service Level are achieved and maintained over time. This type of
contract makes it necessary for the Contactor to have a good management capacity. Here,
..management,, means the capability to define, optimize and carry out on a timely basis the physical
interv;tions which are needed in the short, medium and long term, in order to guarantee that the
roads remain above the agreed Service Levels. In other words, within the contract limitations and
those required to comply with local legislation, technical and performance specifications and f]
environmental regulationi, the Contractor is entitled to independently define: (i) what to do,
(ii)
where to ao it, liii; how to do it, and (iv) when to do it. The role of the Road Administration and (1
of the E/I is to enforce the contract by verifying compliance with the agreed Service Levels
and with all applicable legislation and regulations. 0
5. Maintaining a road network includes both Initial Rectification including Surface renewal 0
and ordinary maiitenance tasks. Ordinary maintenance consists ofmany different tasks fiequently
necessary to maintain the function of the road (such as pothole repairs, cleaning of drainage,-cutting
0
of vegetation, etc.). Surface renewal consists of predictable and more costly measures of a less O
frequJnt nature designed to avoid road degradation (such as resurfacing, bituminous concrete
or".lryr, etc.). Intellilent management, the timeliness of interventions and the adequacy of O
technical solutions are critical.
O
6.MinimumroadconditionsandServiceLevelsaredefinedthroughoutputandperformance
measures- and these are used under the OPRMC to define and measure the desired perfolmance
of O
the contractor. ln the oPRMC the defined perfbrmance measures are thus the accepted minimum
intervention levels for the quality levels ofthe roads for rvhich the Contractor is responsible.
e
7. The performance criteria should ideally cover all aspects of the contract and take account
O
of the fact that different sub-areas within the contract area might require different Service Levels' O
Criteria can be defined at tkee levels:

(a) Road User Service and Comfort measures are expressed in terms of:
e
. Rutting ●
Depressions
'o ●
Skid resistance
o Visibihry of road signs and markings

.Responsetimestorectirydefectsthatcompromisethesafetyofroadusers
. Drainage offthe pavement (standing water is dangerous for road users) ●
o Vegetation control
o SloPe Stabilization ●
.TheextentofrepairspermissiblebeforeamoreextensiveSurfacerenewal ●
treatment is required
. Degree of sedimentation in drainage facilities ●

(b) Road Usability measures' are expressed in terms of ●





‐ 3

Section V: Technical Specifications


Government of Bihar - Rural Works Department OUTPUTANDPERFORMANCEBASEDttADI
MAINTENANCE CONTRACT BID DOCuMENTS

● Road Roughncss

(C) Management Performance Measures,which dcflnc thc infOI Ⅲation thc E/1 requlres both
to govcrn thc assct during the tcl‖ l of thc cOntract, and tO facilitatc thc next tcnder round
Rcquircmcnts should includc:
● Delivcw Ofregular progrcss rcpo■
s tO thc Road COntrOlling Authorけ
● Invcntov updates and Other data sharing rcquircments

To avOid ambiguiけ ,all perfOnnancc measurcs are clearly dcined alld OtteclvCly mcasurablc

8 under the tclllls Of thC cOntract,thc cOntractor will alsO bc respOnsible fOr ulc continuOus
monitOring and cOntrO1 0f road cOnditiOns and Scrvicc Lcvcis for a‖
rOads includcd in the

棚 liF‰ 喜‖鶏
『 ‰鷺 』
illtti鳳 壇
:を

u:留
:l翼 繁 :酬 :ni諸 1謡1:留 殿1∬
‖;│)tよ■
:堤汁lどT11:∫じ lMttIFl:lyttli」
1』
iliき ifilill鮮l[l‖ [:却
initiativc rests with tllc COntractor who must dO,

樹寡置I肝 詰tⅧ 撻iF需 緊Fd耐 酬ybd師


ll∫

認ζ ・ m ettdmり 」呻 s

9 だ er b cOmpり 宙 山 ぬ c cOlltra∝ ,山 cCOnmor宙


,      ヽ′     ヽ

n have b ca町 o耐
d詭 輸nl鷺 :ま ::穏 1:Th°

Biddcrs wi‖ prcsent heir inancial offcr fOr


、´     ′

O The lnitial Recti■ catioll wOrks including surface renewal, in the f011‖
Of a cOntract
ainOunt,、″hile indicating ulc quantitics Of incasurable Outputs tO bc exccutcd in Order that

・ the rOad achicves thc perfOlil:ance standards spcciflcd in the bidding dOcuments:

欄 棚祠

範 輔曇 i聯
ヽメ

r肥


・    D

y Maintcnance works and scrviccs will bc made

滉犠騎WI∫ ξ
器昔 戦 L:翼 塩 常』
   

朧 T器 鶴豊 富 麗置機器1:
    ン

His statemellt will thell be veHned by the El



  


Э

/み
  う


Section V: Technical Specilications
Page:56
0UTPUT AND PERFORMANCE BASED RURAL ROADl
ιo2
Government of Bihar - Rural Works Department MAINTENANCE CONTRACT BID DOCUMENTS

Ifthe Service Levels are not met, payments are reduced, based on a schedule given in the
contract. Payments may even be suspended, and the contract cancelled, if the contractor fails
during an eitended p"iiod to achieve certain minimum thresholds values of Service Levels.
The intract describes the formulas used to calculate payment reduction and potentirl
conlract suspensions.

A2 General
The contractor shall implement an appropriate maintenance stratery, incorporating regular
inspections, programming and work activities to:

C C O 0 0 0 0 0 ・
i) Maintain Public safetY
ii) Maintain the roadway assets to the required performance Criteria
iii) KeeP the road open to traffic

A3 Definitions

The following definitions shall apply:


(a) Bridge
Any itructure, being a bridge or culvert with a span or headwall length greater than 6 meres

(b) Culvert
Anypipe,box(RCC)orslabhavingadiameter,spanorheadwalllenghlessthan6metres'
(t)

0 0 0 0 ● ● ● ● ● ● ● ● 0・●
Critical Location
Alocationrvheretheroadalignmentand/orpavementwidthand/orgeometryareidentified
by additional markings or fumiture to guide the travelling public (cars' trucks' motorcycles'
bicycles. and Pedestrians).
(d) Defect
Thevisibteormeasurab[eevidenceoffailureorotherundesirablecondition.
(e) EmergencY Works

Emergency Works is a set of necessary and sufficient activities to reinstate the


Road

and rJconitruct its structure or right Lf way strip damaged as a result of natural
phenomena with imponderable consequences, such as strong storms' flooding
and
Efl
!"rtnqrut".. The need for execution of Emergency Works isjointly identified by the
and the Contractor and for stMing of execution of Emergency Works
the E/I shall issue
a Work Order.

(e) Hazard
An event, condition or substance which has the potential to cause harm to
the health and

safety ofpersons, including the travelling public'

(f) Initial Rectification including surface renewal^ . -. , ^--.-^^r^- r^


to L,
.
bring
required irithe initial stage of the Contract to allow the Contractor
edditional works
the road up to the required Service t'evel Criteria'

① 確Ⅷ熙&思 :「 lwhぬ a defect is recorded and rectified within a given Response

Time

(1) ⅣIemOrandum

y_
Section v: Technical Specifi cations
;overnment of Bihat - Rural Works Department OUTPUT AND PERFORMANCE BASED RURAL ROADS

_ AINTENANCE coNTRACT BID DOrilMFNTミ

A written instruction flgT..rh".E{ or his representative^confirming


work outside those activities included i, in" lr_p approval to do any
-ni".g"n.y
/Dalrvorks, etc.) or for issuing notice .Sr. p"y.ioi ii.".
of defects ni-maintained to the Response Time
the Lump Sum. in

CI) Road Obstructions


Any cardboard, paper, garb.agg, rubbish, wood, glass,
metar, rubber, dirt, waste matter, or
anrhing of a rike nature, within the t.uffi" lur".
to vehicles or otherwise be a hazard or visuat
I. .iorra"rr, that is likery to cause damage
detriment to the public.
(k) OrdinaryMaintenance
The regular prosram activities including inspections, repairs, works
1f pubric safety,
reports designed to address and associated
uri'it tn" J"teriorrtion of infrastructure and sustain
functional and environmental values.

(l) Surface renewal


Surface renewar works are specific and clearly
defined civil works the contractor is required
to carry out under the conditions of the Coniract,
as defined r" ,n" sp".i-n""ii.,,, 'iu.ru."
renewar works quantities were- estimated by
the contracror to achieve the performance
,",
standards defined by the Service Levels and
ofered at I_r,,p_irn, i,""''' "'" "", '
(m) Response Time "
The maximum time to repair a defect, based
on consideration of the defect type, risk and
severi5r.
(n) Road Numbcr
The identification number of the road as provided
、′

by the Eil.
            ′          、         

(0) Roadside
Any non-pavement area within the road reserve,
including any median area.
(p) Rural Area
AII areas outside of urban areas
ヽ  一

(q)
●      ヽ

Safety Sign

A road sign that provides the driver with advice about


the safe use ofa road.
   

(r) Standard Joh


    う

Description of work to restore and/or_repair


a damaged item to a defect-free condition.
list of Standard Jobs is detailed in Tables D3. The
t.l _ ;3-;i-
   

(s) Structure

A bridge' culvert or sign gantry or other designated


structure. The structure may have been
assigned an asset structure number.
)

)
C) Unit of Work
Base unit ofmeasurement ofa standard job (e.g_ metre, square metre).
) (u) Urban Area
Those sections of road that are contained
)・
within the defined limits ofTowns or virages,
as otherwise specified. or
) (v) Payement
An artificial surface laid over ground to facilitate
travel.
) A4 Scope of Services

) A4.l Scope of Services to be provided


)

Section V: Technical Specifi cations


Page:58
σク6
OUTPUT AND PERFORMANCE BASED RURAL ROrr
Government of Bihar - Rural Works Department

Notwithstanding the provisions of Clause 7 of the General Conditions, the services to be provided
by the Contractor include all activities, physical or others, which the Contractor needs to carry out,
in order to comply with the Service Levels and other output and performance criteria indicated
under the contract, or with any other requirements of the contract. In particular, they include
management tasks and physical works associated with the following road-related assets and items:

. Paved Roads (Caniageway)


. Shoulder and Embankments
. Drainage including Culverts and Major/Minor Bridge `
ξ
. Signage and road Safety
. Vegetation (j
The Limits of for each road within the Contract shall
the Contractor's maintenance work zone
encompass the road reserve from property boundary to property boundary. The Contractor's
G
maintenance work zone shall exclude the maintenance of side drains located within Panchayat O
limits and Municipal Corporation limits.
A4.2 Scope of Works to be provided
C
The objective of the project is to undertake Initial Rectification Works including surface renewal O
and their Ordinary Maintenance. The maintenance work will also include cross drainage works,
minor and major rvork on bridges and roadside maintenance within the select road limits. The
O
Ordinary Maintenance s'orks rvill be carried out under performance based road maintenance on a
lump sum basis paid quarterly. Initial Rectification including surface renewal will be paid on
O
measured quantity to the value of the Contract. There is a requirement for specialized maintenance 0
equipment and the contract obligation is for continuous input over the contract period.
0
The project involves maintenance of the roads as mentioned IFB.
0
The Contractor has to take up the follou'ing Components for the project for the periods specified. 0
l. Initial Rectification including surface renewal -9 Months
2- Ordinarv Maintenance -20 quarter year (After completion of 0
Initial Rectification including surface renewal)

Initial Rectification including surface renewal: ●
This Component is to achieve the entire project to below intervention standards including
resurfacing activities are to be taken to meet the service level as per specification specified in ●
section V of Part C i.e., to the desired level within the specified period of 9 Months. The Initial ●
Rectification may include improvement and pavement strengthening and widening work ,
road safety measures and tree plantation in flanks as per contract document ●
Ordinary Maintenance: ●
The Contractor has to take up OM for a period 5 years (20 quarter year) for a length of ..'..'. km as
per OM specification specified in section Y of Part D. ●



y肝

Section V: Technical Specifi cations Page:sg,=r


〕overnment Of Bihar― Rural W。 ks Departrnent

A5 Reference Information
As a generar reference,the information shown berow is provided
this information to the best of his knowledg", -not to the Bidder. The E/r provides
uut ao"! guarantee its correctness, and the
mav not make anv claim based fn p*;r;iri;".,
or omissions in the iniormation
i,:ltffj:'
each road covers the data risted berow and
as incruded in detair in Appendix
3;11h,:r B of this

o Technical information ofeach road, such


as inventory, as available
o Bridges and culverts
o Other information as available.

A6 Description of the project area

The project roads are under Works division as


mentioned in IFB.

A7 Description ofthe Roads included in Contract

contract packages are based on fixed areas within


the specified works division. contract
rvill incrude only those roads which have already'undergone
lrliir: 5 y"u.r
of 5 years routine ilaintena""". -uiir"l
marntenance or constructed rvithout provision o'Jrr".y
mtrsf be auare of his commirn.enrs and arr ii"" b*i"o*
roads unier his contror and lhose specific;rh.
his attention. rr rvi, therefore be necessary for ;;;;ring
the E/r to p.*ia",ii., ori"iri..l"J *ffi iil'o*,
)・ area.


A8 Self-Control Unit of Contractor

In conformity u'ith sub-crause 25.2 of the GC, the


Contractor is obliged to estabrish, rvithin
ゝダ

own organizationar structure, a specific. unit his


with quarified personner, whose task is to
   

veri|^ continuously the degree of compliance _staffed


uy ,rr. coni.uJto. with the required Service


The Self-Contror Unit is arso responsibre for Levels.
    

undertaking tie quarity contror testing required


for lnitial Rectilication Works including .r.f*"

i"""*Jl'-
    ↓

The Unit is responsible for the generation and presentation


of the information needed bv the
     静

Contractor for the documentation iequired


fo. tt" nfootUy ,od euarterly Statement. h
terms, the unir wi, be responsible to maintain e;eral
u, utt ti,n"r-u'a"iiti-uiJ.".#pf"?#"*II*i""i.".
    

condition ofthe roads or road sections incruded


in trr"
the contractor arr the information needed i,
i"
provide to the management of
"oia* -o,o,,unug"
    D

included in the contract. The serf-Contro.r


unit".J* "inii"riry corry out,and
is a!;;;;-i;;;,, in
maintain the roads
close colroboration
    

with the Engineer in charge, the


formal *a trn"iii" iffiaio^ of Service Levels which will

take place regularly.


    う

The compliance (non-compliance) of the contractor


with service level requirements
    

reported by the Self-Control unit to the E/I in will be


the form oft [i",

,p""ir,"a in Al3.l.
^
    

A9 Specification of Service Level Criteria


    

The service lever applicabre is indicated relevant


to activities in the tables.
   う

Section V: Technical Specifications


Page:60
ワg
ouTPUT AND PERFORMANCE BASED RURAL ROAPS
Sovernment of Eihar - Rural Works Department

Al0 Functions of KeY Personnel


management is.employed to
This Contract has a requirement that a high level of engineering
,tt. programming, inspection andlxecution of works The Contractortoshall
engage
"r"..* as specified.in the Instructions Bidders to
or.iin.a- p"rl^rel with required experience staff and their
lna".trr" ,r"t tasks. The minimum key positions to be provided within contractor's
functions.

C L こ G 曝 O C C O ・o o o e e e
Key Positions Function
Head the SCU and control compliance activities
l. Road Manager and reporting activities

Head the overall control and supervision of the


2. Maintenance Engineer day-to-day site activities
One required managing and controlling works
I

I like Oidinarv maintenance Services' Initial


I l. wort . Supervisor Rectification Works including surface renewal
I op.,ations. culvert installation. and specialized
I repairs. etc.

All Methods of Inspection of Service Levels

All.1 Formal Inspections of Service Levels

柵 躙 淋 隷蹴朧 T胤 楓冨 糞榊 響 揮 聯 鮮
n:冊 淵
the follllal inspcction is tO begin The Contrac

諄 雫 嵩 緊F¶ :li麻 」 ビ: ^…
… …
of the Elngineer-in-charge of all of the roads
_」 _^_… …
*'::* b' tll:
;;;;,;il;" f."r"n"" ^ ;t-1T:1
nfhisresnonObliNlopubicsafCnandtoenablehimtoschCdulcamollthlyworks
bi no Type of inspection Frequency Obiective I

1 Routine Monthly I. To issue non-compliance report lJl I


Half Yearly/ case defects are visible during I

● ● ● ● ● .
2 Culverts and Bridges
Immediately after inspectionbyEngineer-in-Charge l
manmadeA.latural ll. Action taken reports/compliance I

Calamity reporl by contractor and its


verifi cation thereof by Engineer-in-
NLtt hspCC」 On br Road Quarterly
Charge
Simagc _
4 Emergent insPection Immediately after III. After post rectification, payment to
receiving the contractor only after joint
information inspection of Engineer-in-Charge
and the
● ●・● ● 肇

contractor/contractor's
representative -............--
All.1.1 Ordinary InsPection

To istue non-comPliance rePort in


case defects are visible during

Section V: Technical Specifi cations


jovernment of Bihar タン
- Rural Works Department OUTPUT AND PERFORMANCE BASED RURAL ROADS

H Action taken reports/cOmpliancc


Night inspection for Road
report by contractor and its
verification thereof by Engineer_in_
Charge
Emergent inspection Immediately after IIl. Afler post rectificarion. payment to
receiving the contractor only after joint
information inspection of Engineer_in_Ch-arge
and the contractor/contractor,s

The main purpose of the ordinary or Routine


Inspection is a conformance Inspection to
the E/l to veriry the information presented in enable
the contractor,s monthry and quarterly statement
to issue the interim payment. Routine Inspectionr and
*itt ,o.nrutty,'but not necessarily, be schedured to
begin within less than five (5) days uR., tn" pr.r"riuii",
quanerly statement ro the E/r and they shouri
ii,',fr" Contractor of the monthly and
days The Routine Inspections arow comparison
normafly u.i,".pr"t"i'*iilri";;; ir;'Tff,*
orttre i'"rr..",., on compriance provided bv the
contractor in the standard tabres which are part of
measurements taken in locations.to be_determined
hisnl""iirvlq*n".iyu;;;';; ;:*,
by the E/r. ouiing ttre t"r."i i".p*ii"rr,ii"'gzr
will prepare a brief Memorand.um describing til'tt," g1n",ui
circumstances of the site visit,
including date- road sections visited, p".ror. p"."r"nt,
"fli ;;r,

ン・

:


,

)・


)

Section V: Technical Specifi cations


Page:62

`
ROAPS
OUTPUT AND PERFORMANCE BASED RURAL
Government of Bihar - Rural works Department MATNTENANcE coNTRACT BID DocuMENTs

non-compliance which may have been detected, and


(iii) the time granted by the E/l to the
the outcome of the formal inspection' the F'll
Contractor to remedy the detected defects Based on
willimmediatelycorrectanypossibleerrorsormisrepresentationsintheContractor,sMonthly
Soi"rn"n,, it and present it for payment, and to the Contractor for information'
"ouri"rsign
site visits, whose purpose is to veriry
Formal inspections will also be scheduled for the follow-up
iftheContractorhasremediedthecausesofearliernon.compliance,withinthetimeframegranted!
by the E/l and specified in the Memorandum' a

Ordinary (Routine) Inspection (R) C


Inspection Requirements (:

OMl00 Sealed Routine Inspections are undertaken by the Contractor on C

C 舎 0 0 0 0 ・
OM200 Shoulder a monthly basis, jointly with the Efl or its representative'
It involves detailed survey to note:
OM300 Drainage incl
Bridgc
OM400 VCgctation a) all defects that have reached Intervention Criteria
tr) Programmed work not completed in Response Time
ON1500 Signage and road Safeサ

Where necessary, inspections shall be carried out on


foot. Where there is dispute on any defect, every aftempt
should be made to find resolution on-site'

e O・o
The infonnation cotlected shall be submitted in Form
OM-01 and OM0IQ

All.2 General Inspections of Sen'ice Levels

o o ● ● ● ● ● ● ● ● .● ● ↓
鵬鴨器 戦窯i謂 :悧 1群籠∬l:l道 留 寵 淵 帯艦 ::t#
1」 ∬
鴇昴臀 :is≒ 1:ピ
″hcre thc ScwicC Levcl critcria are not
mcans fOr thosc inspections lf he detcCtS any road sCCtions、
、vnting, in order to enable thc
met, he is obligcd to infollll thC COntractor within 24 hours in
Contractor to takc remcdial action as soon as possible Thc results ofinfoll..al inspections may not

。器 ;
榊 肺 質 rttd補 静 掛 こ WrTmtttm器

All.3 Mode of Inspection

RoutinelnspectionsundertakenbytheContractoronamonthlybasis'jointlywiththeE'{orits
representati;e shall be visual as well mechanical'

Al2 Contractor Supplied Equipment

Al2.l Communications Equipment


obliged to provide and maintain
In accordance with sub-clause 5.3 of the GC, the Contractor is
equipment as listed below:
f".rnun"ntly opaoted communications
. cellular phones to his representatives
Email address
Whats app /
ヽ \
[/////´
Section V: Technical Specifications

overnment Of Bihar_RuraiWOrksDepartment ottI鵬 聟 ダ

1(::麗 NI貪】
:::A∫ :ι :i脱 klPADS

AI3 Specification for the provision ofRoad


Management Information
The following criteria will be ar
ro all the deliverables required for rhe
of the contract and the road ,",j:l,U..O ongoing managemenr

A13.1 Monthly Site Mee(ing and Monthly Report


E/l and Contractor shall formally meet on
a monthly basis to discuss work progress,
general business. Minutes wir G taken
at subsequent meetings.
,h;;;;;'J;;;; aia"any not"a actions herd claims,
"t
and
accountabre

The Regional Monsoon occurs during the period


r"i June to 30th September of each year. The
formal meetings shalr be held on a, fortnighiry
o^i. ar.irg tii. period. In the event of excessive
rain the formal meeting shafl be held at sho]rter'ir,"."r
ii'" of E/r.
"" "rtice
Prior to the meeting the contractor wilr submit
a report consisting ofthe folrowing erements

A13.1.1 Monthly and quarterly Statement


The Monthly and quarterry statement to be submifted
in accordance with sub-clause 49.l of the
General Conditions shall have the formats as ,t o*n
in tt ioiorring pages.
"
(or non-compriance) of the contractor wiI be
lhe-compliance reported by the Serf-control Unit to
the E/l in the form of tabres for.which a mandatory
rtunau.J ro..ut is adopted. There is one tabre
for each road or road section. The tables u." purt or tn"
c*tractor's monthry statement, and they
may be complemented by comments for rvhich a
specific format is not requirei_ ir,. i..*li .i,r,"
mandatory standard table is as shown on the pages
ヽ ′     ■ ,     、′ ´

after the Monthly Statement fonnats.


Al3.l.2 Monthly Works program
The contractor shall prepare a Monthly works Program
in Form OM 02 for the following month
incorporating:
a) Items identified during Ordinary/Other Inspections

b) Items identified during Inspections carried out under
the Contracteuality plan
〕 c) Initial Rectification Items including surface renewar work Items (Schedures
as approved by the E/I-work ' l)
any items not completed from the previor, ."*h;.;.;;;.
)
where asset items are not renaired within the Response
Time period, the M may deduct payment for
ン those items as per ClausesD4.

A13.1.3 Monthly progress


)
The Contractor shall collect anj
) 31$ infomation
cost of completed work under the headings
regarding the quantity and the approximate
of the Tables-in p-J., o or *," Technical Specification.
Sample 'Monthly Progress Report (form dUO:;, a"tuif, if," info..ation
) required.
A13.1.4 Previous Month.ly Minut€s
)
The contractor is to incrude the previous monthly
minutes deta,ing actions that have been carried
)。
out since the conduct of the meeting.

  >


 D

Section V: Technical Specifications


Page:64
● ヽ● ● 0 ● ● 命
´   t 〓 竜 テ増 曾 c i o o o o o o O e 0 0 ● o ● ● ● ● ● ● ●
L●一■ m
〇0﹂の一
OO“﹂                                                    OCO “●〓一
いo¨ 0●一 >gO一●0の
C〓0●卜¨



g9

﹄0一一
﹄0
ヾ ︼ 分さ ︶ ●2 ち 口●o“ 一目0日 “餞
●︻
●卜P 一
 ︻め]・
・“〓ヽ● ¨目0
ヾ︼ キ ︻い︼ 〓 ︻︻マ ︻め︼= ︻︺ ︼ ﹄Oo。ら︻´o﹁ 一﹄●●口●一∽
0﹂︼

﹄0︼    0●︻ “ゝ″    一●一〓¨︼ 日 目。●〓゛
。●︲ 湖
目●一 ﹄E 5 0
oo●E ︼
一●0日 ぁ”﹄一       口。︼ 一 ョつ●ぼ
. ●●口∝一
︻﹄E ●0 ︲目●Z

“ ●じ


〇〇.
〇 ︻べ ︼今∽


〇 一5 0 0 〓 0 ∽ ﹄o O ∽C ´∽ O い ︶ 0 0 C o 口 0 ︶C 一 oで
一 ′ 、r●●一  ¨
﹁彙Oい。 ONヽ︻
。﹂ ∽
500工0∽ ﹂
o一 ●や ●で
∽0い︶OO●●C3 ●一 ぃ¨
´ヽ ●ε一
﹁﹄の︶
〇〇.


1 1 1 1 1 1 1 1 1 1 1
1 1 1 1 1 1 1 1 1 1 1
1 1 1 1 1 1 1 1 1 1 1 1 1
︱ ︱ ︱ ︱ ︱ ︱ 1 1
oい いo 6 Z
‘ ooヽ い E 一I 3 ● ∽‘ ∽二一口oE い 。 し 、o〓●っα 罵 一


ON

W/
I I I I I
I I I I I I I
I I I I I I I I
I I I I I I I
I I I I I I I I I I
I I I I I I
︻ユ 日〓‘ Υ9 o■ oE R 3七 σ2 薔 E 9 罵。と 。〓協5コ


〇●.

じ/
ー ー ー ー ー ー ー ー ー ー
ー ー ー ー ー ー ー ー ー ー ー ー
ー ー ー ー ー ー ー ー ー ー ー ー ー
ー ー ー ー ー ー ー ー
〇〇.

ち ● ち


︶ ● o 。 〓 聖 罵 ト
︵ E 三 ﹁ “ ﹂

ー ー ー ー ー ー ー ー ー ー ー
ー ー ー ー ー ー ー ー ー ー ー
ー ー ー ー ー ー ー ー ー ー ー ー ー
ー ー ー ー ー ー ー ー

X ︼ υ今己 寓 oL“ m
o o “ o ●
Z 〓 ﹄

d
︱ ︱ ︱ ︱ ︱ ︱ ︱
︱ ︱ ︱ ︱ ︱ ︱ ︱ ︱ ︱ ︱ ︱ ︱
︱ ︱ ︱ ︱ ︱ ︱ ︱ ︱ ︱ ︱ ︱ ︱
︱ ︱ ︱ ︱ ︱ ︱ ︱ ︱ ︱ ︱ ︱ ︱
﹂。。E“Z
一●。“ 。■︶
Oト 〓 0“﹄
〇 ∩ぼ く ∩Zく 卜∽
卜Z 国︻蔵国いく い∽ ンロロ いZO ︼∽∩く 〇 ∝ “ 〇 ﹄ いく〓 “ “

ピ ■ Z 0 0 口 O Z く Z 口 い Z ︼く ︼′ m い0 “c●E E﹂。>00
∽↑ Z 口 ゛′ っ O O ● ● ︼“ ↑ 0 て “c聖 E 〓 OL。● o〓﹄0≧ 〓 ”﹂ョピ ー ﹄●〓一
っ ﹄い っ O
く ● 口 O Z く Σ “ O L“ 口 ヽ ● Z く ぃ
∽● く O “ っ く “ っ “ ● 口 ∽
り0 ¨0 0 ●﹂
CO■●0〓一
〇0﹂∽ ¨
”0一
E〓●0卜 ¨ ﹄o﹁﹁¨“
> EO〓0●∽

5"

∴o
t∩[
ミヽミヽ
珈∽]︼
ヽ]︵一つ
o嘔〓o

一”o﹄¨●〓OoO∽目一●o∽
﹄0﹂﹂0 2 ●t C¨¨

マミミ詠ご] 3焉∩


0●O﹂ ¨ ● 3 00﹂ ∽目一 目o ∽﹄o﹂
﹂o 目o ﹁ ”目¨ 一∽0∩ o●● 0日 ●Z

. 議轟“
鴨¨理 輔静
¨“精部鉛辞


︻い ︼目 HZ O S 一日 国 い “ O ﹄


自 ﹁ ヽ 国m O ト
一い ︼国 いZ O ︼蠍 国ロ ト “ 〇 ﹄
Z O ︼い0つ ∩ 日“ HZ 日︼蔵> く ﹄ 曰く い〇


ント国﹄くの 0く〇 “ ∩Z く 日O くZ O ︼∽
∽口0 0日“ “ ∩Z く のい“ 日>口つ0
0 Z︻0つ口OZ ︻  日O くZ Hく“ ∩   ∽∽〇 “0
∽いZ 国︼AMZ く︹︼ ム国
QZ く                       ∽“ 国∩日つ 〇 目 ∽

ン くを′目0 くH“ぼ く0︶∽∩く〇 “ ∩日> く﹄
奎粋勇 “
”館雛¨
¨器葬莞 躍零 韮罪o
ヒt ●L●0 0x﹄o≧′一
“●●“ “﹂ヨ∝ ︱ ﹂●こ一
m い0 “cOE E L●>00
ヽ、
′    ヽ︱夕    ・ ´


, ヽ″   ﹂房   ゝ′   ヽ′   ゝ′   ヽフ   ヽ′   ヽプ   ヽり  

)
ヽノ   ヽ

)
592
° メ
Ⅷi器猟lill躙 謡 :朧 跳[ti粽 器
iovernment of Bihar - Rural Wolks Department

A13.2 Milestone Reporting Requirements


Initial Road Condition RePort

i C Fヽ
A13.2.1

Within30daysofsigningtheContract,theContractor'sRoadManagershallsubmitthe'lnitialRoad
The Report shall consist ofthe following components:
Condition Report' to *," elrgit""t-i|l-"ftarge'

o lnitial Condition SurveY

C O O G O C O ・O C 0 0 0 ●
o Video graPhic SurveY
o Roughness Results

ThelnitialConditionSurveyistoestablishavisualbaselineofroadconditionatthetimeof
commencement of the rvorks'
TheContractorsRoadManagerandtheE/IortheirNominatedRepresentative'sshallcarryorrtajoint
.tnitial condition su.u"y, or tnJiJaas ana u.iages, and shall submir ir to the Efl. Details ofthe
Initial

conaitionsurveyshallberecordedonFormoM06asprovidedatAppendixC'

TheVideographicsun'eyofalltheroadswithintheContractistobecompletedinaccordancervith
as provided in Appendix D. The video survey
the Terms of Relerence for the video graphic Survey
sear of slorv moving vehicle rvith the camera
*ir t" i"i* a,,.ing auytigr,t htu.. fioi, tir" parsengi.,s be taken of all bridges and major culverts to
i"r"".a;,trJ or tie .oua. video shali also
"iig."a ""nrrJ
showtheaspectsofeachstructurefromallangles.Thecontractorrvillcompleteandformallytransmit
i. ifr" gn , 2 "opi", of thc video within 15 days after the notice to commence'
roughness position of each paved road at the
The Roughness data is required to establish the actual
be nieasured using the methodologies as
time of commencement of tt" *o.ta. Roughness rvill
and formally transmit to the E/l the results of the
covered in clause c3. rn" .ont.u"to. *ill co,"mplete
surveys within 2l days, after start date'

21 days. The E/l's ruling on the condition of any


The E/l will confirm Initial condition Survey within

● ● ● ● ● .
item feature rvill be final.

A13.2.2 Milestone I RePort

Within30daysofmeetingtheContractlnitialRectificationincludingsurfacerenewal,the
.Milestone Report' to the E/I. The
lRoad condition
contractor,s Road Manager shaii submit rhe
Report shall consist ofthe following components:

r Condition SurveY
o
● ●・● ● ↓

a Video graPhic SurveY


o Roughness Results

TheMilestoneConditionSurvevistoconfirmthatroadconditionatthetimeoftheMilestonemeets
Milestone condition Survey within 30 days'
the defined performance L"r"lr: Th; e/I--;itt "onn.In
iiJii;t *iire "n the condition of any item feature will be final'

Section v: Technical Specifications


lrovernment of Bihar _ Rural Works
Department

A13.2.3 Milestone 2
elandover) Report
Prior to 6 months of the Completion
ofthe Contract, the Road Manager and vl
Completion Condition Survey-of the shall
*r,ol" .it"lna'irr" i-onru.ro, shal prepare conduct a contract
The purpose of the Handover Report a Handover Report.
is to provide a .r-oo-ti' t.rnritron to
that the next contractor is aware oiany the next contract and ensure
or,r,'unaing lLr"riih. o"p.n *ilr,
(a) Summarize any unresolved issues;
(b) Include the most recent complete set
of data on the roads covered by the contrac!
encompass all five componerts the reports will
paved roads lcurriag.*ay1,- .h.rl;;;;;J.
.i.e.
drainage including curverti ana *alo.lmino. ;;bankment,
i.iag"r, ,ignug" & road signage and vegetation.
(c) Provide the following details;
(i) A schedule ofoutstanding defects and liabilities,
(ii) Any unresorved issues, especialy those that may
impact on the next contractor,
(iii) Details ofany sensitive issues,
(iv) Any ongoing special monitoring/maintenance
needs.
(u) The exit criteria should be maximum IRI
4000 rnm per KM. The contractor should
IRI by bump indicator and provide complere *f"n,rru, do test for
will be road wise and kilometer wise
and the point/stretch of roal where tnt nas
Ueeri omittea.
(vi)
He should provide complete condition report
for culvert, bridges and any defect related to
♪ railing/parapet, crash. barriers, road signage
rit"

hazard marker should be addressed cornit"tj.,-' "r,.r-^,'E;rilJ;,ro"r"r#
u. orttuid in rgr""m"ni
painting,

where Standard Job activities are identified


outside the specified lntervention criteria, the E/r may:
(i) Direct the contractor to bring the deficient items
to within the specified intervention
ヽ standard rvithin a designated, or

〕 (ii) Anange for the rectification ofthose features by others


and in this event a deduction will
be made to the contract sum payments
due for ihe iu cost of such works.
) The vl will provide a written record.ofthe contract completion condition survey
davs of the compretion of the survev. to the contractor

;;*:' 'o ,r" rd.
Irri"g on the condition of any item wilr be
) Al4 Program ofperformance (Contract plan)
)
ln accordance with clause 17.2 ofthe_-G-eneral
conditions (GC), the conrractor shall submit a program
of Performance within twentv-eight (28) days
) .i;i.i;
"ft";,h" ''"""-
the contract agreement. The program
shatt inctude. bur not be ririea, titir" roir;;;;;:'"
)
Al4.l Contractor's euality Assurance plan
)
The purpose of the contractor's
) Quality Assurance Plan is to integrate the requirements of the
and the Contractor's quality assurance contract
systems to deriver the Services.
)
The contractor's Quality Assurance Plan
describes the methods and procedures which
) will appty for the execution of the contractor
the Contract, ir"iil;;;;i; *ntractor will:
)

Section V: Technical Specifications


ゞ9Э
° ハ
¶i躙、
:

選 器 は[:総 鴨[:i粽 lξ

cvernment of Bihar - Rural Works Department

contract'
(a) identifl the quality requirements specific to the
(b) plan and execute the work to satisry those requirements
with the quality requirements
(C) inspect and/or test the work to ensure compliance

(d) enSurestrictdocumentcontrolandstructuredfilingofcontractadministrationdocuments
record and monitor the results as evidence ofcompliance

ξ ξ r o o o o o
(C)


舎 惨 o e e ● ● ● ● ● ● ● ● .● ● 3

Section V: Technical Specilications


Liovemment of Bihar _ Rural vVorks
Department

(0 monitor the material supply and delivery


processes;
(g) ensure the ability to trace materials
incorporated in the works:
(h) undertake testing and measurement requirements;
(i) Testing for road signage for retro-reflectivity

0) provide evidence oftesting apparatus


being recently calibrated;
(k) undertake intemal audits;

(1) provide stafftraining;

(m) demonstrate manufacturer,s specification


confirming compliance of materials:
(n) record ofrequired testing, measurement
and design sheets;
(。 ) document ali nOn― cOnfOl‖ lanccs;,and
(p) cnsure that prOmpt acdOn is takcn tO cOrrcct nOn―
cOmpliance

厳絆脂
高l棚 穏釜
Жtti∫ 器 臨出:l!概 糧lesDStem、 ∝
山“smdm∝ お


︱     ヽ′   ︱     1
> ヽ , ヽ ノ    ヽ
コノ  ヽ
︱ン


l盤 寛
精動熙 慾 滅割藷彎
黒響l聾 騨 夢
na埓

[離




ヽ >



Section V; Technical Specifications


ξg 2
°
晰i顆
AI

Rulal Works Department


烏:lME:需 跳モ:l粽 器
iovernment of Bihar -

Section V.Part R
General SpeciflCations

O C・0・0 0 0 時 舎 0 ・
Part B General SPecifications
︱ ︱ う 4 2リ

General
Reference to MORD SPecification
Testing of Material & Works

Bl. CFNER AI
30 of the General COnditiOns, thC works and thc

蕊∬ 盤i剛 殿器 :I霧 蹴 d鳴 :よ
『 『
the ConttК t

B2.
AllrelevantclausesofMORDinthisdocumentshallapplytothiscontract.

0 0 0 0 0 ● ● ● ● ● ● ● ● ・● ●
B3- Testing of Materials antl lYc'rk
TheContractorisinformedthatnoknownborrorvingpitsarelocatedinthecontractareaandthatit
,riltU",t"."rponsibilityoftheContractortolocatehisownresourcesrequiredforthiscontract'
prior to the extraction or .ut",iui, for use on the roads included in the contract, the contractor
is
to d€termine the quality of the materials' (ii) he
obliged; (i) to carry out the laboratory tests necessary
characteristics and the quality of the
has satisfied himself as to trr" .uiitl.ncy of the iechnical
materials he intends to use for ttr" int"ni"a purposes,
(iii).the extraction is in conformity with the
utilize the material. under no
i;;i;il;" and (iv) he has informed the E/I of his intentionthetoinsu{ficient quality of any of the
circumstances may the Contracto, *uk" ,ny claims based on
materials he has used
is to ensure the following'
Further to Clause 20 ofthe General Conditions, the Contractor

a) ResponsibilitY
The Contractor shall be responsible for the carrying out of
all tests of materials and work
the Contraci. ihe Contractor shall istablish or have full access
to a fully
."qri..a
".a*
equipped laboratory to carry out all required tests -and
quality control work The Contractor
any testing required by them'
,n'"iii"..ii t f f *"ess to th. laboratory ior E/I staff to undertake

b) Testing Costs
management, and incidental
The Contractor sha bear the full expense of all establishments,
the required tests ior all works' All such costs shall be deemed to be
"".Lli ""..yirg "ut

Section V: Technical Specifi cations


Fwe.rrtir'. Fnaineo. 1tr7^rL' nn'ici^'
°
ξ3ア
1謎 :器 ぜ :T誌 [ul漁 器川
Liovernment of Bihar _ Rural Works
Department Ⅷ冊き
ヽ :早

included as part of the Lumn


under the Contract. .
Sum component for OM as applicable
payment in Schedule 2

C) Sampling
All sampringwhether carried out-by the E/r or the
contractor
of an authorized represenrative of t'he contra;;;;J;;;. sha, be carried out in the presence
for both parties to anend any sampling f., il 24 hours norice is required
terti;; ;;;oses.
"ast Where the Conrractor,s
;il"#:$il:"[X;r:"J:*.
the resurts of s]uch *,pr;;;il';e notined t, *," c",t*"i"..i"j

d) Testing Frequency
In the event that the freouencv of testing
is not detaired in the Specifications for any
item of material o. r, ork.. it stritt be as
;;;fii;.
lnlrrr"i"j "'' specific
C) Test Results

The Contractor sha' fumish a, test resurts


to the E/I as a monthry summary or at a freouencv
fl:ff.r#ji"
E/r. rhe E/r may withhord puy,"n, io.ir,l..;;;i,;;;;;,ffir.;jJil:I
■′   ヽ
,・ ヽ
デ   ヽメ   ヽ
D ´  ゝ ′  ユ ″

  ≫  う   う
  ゝ   ≫
  >

)

Section V: Technical Specifications


ga∠
° ボlill硼 淵ぎ μ
¶i器 ::総 跳lti漁 器
;overnment of Bihar - Rural Works Department

SectiOn V,Part C

■ el
including Surface renewal
Part C Specifications for Initial Rectifrcation Works
I Initial Rectificarion Works including Surface renewal
i;i;;;i ii;;iifi"".n works including s"fu'" renewal under Schedule
1
2

● o o o c o oヽ
3 Performance Criteria and Service Level
4 Procedure for lnspection and Payment
5 Payment Reduction and Liquidated Damages

Cl Initial Rectilication Works Including Surface renewal

InitialRectificationWorksarethoseactivitiesthatarebeyondordinaryMaintenance.activitiesthat
are needed at the initial .,ug" oiit. contract
to bring the road to conform following mandatory
intervention standard.
l) Prescribed service level

2) International Roughness Index (IRI)- Maximum 4000 mm per Km'


in rvhich data-capturing has
The rcrrghness data should alsc indicate th; chainages

0 0 0 0 0 ● ● ● ● ● ● ● ● ● ● 等 e O
details of speed breakers/large
been ignored and reason thereof' In remarks column
undulations and its location should be clearly mentioned'

3) Percentage Bitumen content

4) Thickness bituminous laYer

ensured in the estimate and the contract


Mandatory road safet-v standards/provisions sha-ll be
shall be done as per contract document.
il;;;il During initial rectification plantation of newandtrees
healthy gtoMh. Hundred_percent deduction
It should be maintained r", nr" y"uir'io. its survival
fordeadplantwillbedone.l.hirtypercentpaymentpertreeimplantedwillbedoneduringinitial
be don" during five year maintenance period
rectification period and ..rt 70,;;'"y;;t f"t ti"t shail
distributed evenly on quarterly basis'
the road to the desired Service Level, the
on completion of the Initial Rectification wolks to get -1as
Contractor shall commence *.f*" treatment mentioned in schedule l)' Within the first 9
"ppf,iig
of the Contract, the Coltiacior is to apply the surface
treatment over the entire road"
months
Schedule -1
C2 Initial Rectification Works including Surface renewal under
C3 Performance Criteria and Service Level

assisting the contractor to bring the road up to the


The Initiat Rectification works is for the purpose of The performance
,;i*d il;".tion standarJwithin initial iectification period of the start date.
maintenance as specified in part C will be
criteria and service level ."q,ri."i"ot ro. the ordinary
too'
applicable to Initial Recti{ication with surface renewal

TheperformanceCriteriaforSurfacerenewalisRoughness.RoughnessServicel,evelscomplianceis
equipment'
to be assessed using a Bump Integrator or similar
road roughness' thickness of bituminous layer and
The Contractor is responsible for ensuring that the

W/

騨y明


° UTttl鍵
Jovernment Of Bihar― Rural WOrks Department
Ⅷ [躙ぼ8:論 跳[:1鳳 T川

pcrcentagc Of bitumen in bituminous laycr is bc10、
I m
t v the thrcshOld vaiues given in the tab!e be10w:

Time allowed for


Service Level Measurement/Detectio repairs or


n tolerance
Maximum Average value for ani one-t<rn Measured
for any length o road scctiOn must bc lcss than calibrated
*ith No tolerancr
equi allowed.
a pav thc threshOld valuc givcn bc10w (Bump
Integrator).
Cn IRI avcrage)
Surface renewal
4000 1RI

、′

Maximum Average value for any one.kn Measured with No tOl


  、ノ  ヽ

for any one-km road scctiOn must bc lcss than calibrated equipment a‖ owcd
section thc threshold value givcn bclow (Bump Integrator).
existing (in IRI avcrage)
,ン  ヽ

paYement
4000 1RI
,ダ  、

Completion
report
︰″

exit criteria
  ヽ′  ヽ′  ヽり  ヽノ  ヽヨ  ヽヨ  ヽデ  ﹂″

Thickness ol As rp"ilf,ea-i, cont.u.t At three cross-section No de'iajOn


bituminous ]document. approximatelv equallv a‖ owed
spaced in one km or
parts thereof. In one
cross section
measurelllent O
thickress at three
places viz at centre o
carriageway, 250 mm
from left edge and 250

Percentage o As specified in corrtra"t With the help o No dcviatiOn


bitumen conten bitumen extractor from aliowcd
in bituminous the samples taken fi
layer measurcmcnt
3   D   ヨ   う   >   ゝ   >

thickness as mentioned
above.

Road signages on completion of the Initial Rectification Works including surface renewal the
Contractor is to maintain the road under Ordinary Maintenance.

C4 Procedures for payment and Inspection


ヽフ  ヽ′   ヽ′   ヽ

面… げ 色…

ゞSチ
° 川
Wi器 器([l器 躙IE:需 跳[U淋 器
;overnment of Bihar - Rural Works Department

Contractors will be paid as follows:


indicated
as per measured -quantity in -'
I. lnitial rectification including surface renewal Work done
per table specified in c3. The deduction of palment
rhe bills/MB. corptying ..-*i"e criteria as
oi clause- The payment will
shall be done u. p"""oil,,g'tnu*i* tf"linti in table
be linked with MIS.

Routine maintenance payment will be done quarterly during


five year maintenance. period on
II. in
i;; il i"ri. u, ,p"tif,"Jin .ont uct document ani service level as specified in table stated
C3

TheperformanceCriteriaforSurfacerenewalisRoughness.RoughnessService[,evels.complianceis
the measurement reveals that the road
to be assessed using a Bump lntegrator or similar equipment. lf
frame for the Contractor to take the
;;G;;r. is above-the Service LJvel, the E/l will "ituUli.h u time

O O O 0 0 0 ・
time frame should normally ensure that the
;;;;;.". necessary to correct the non-conformance. That
correspondingworksarecompletedwithinafortnightbutnotlaterthantheinitialrectificationshall
roughness
p"l.a. Upon compLtion of the non-conforming section the relevant section
""*pl!,f",
u. ,*urr."i again to confirm-compliance. Liquidated Damages shall apply after the granted date until

the non- conformance has been corrected'

Roughness Service Levels compliance is to be assessed on the basis


of IRI inspected after completion
or in'itiat rectification period including surface renepal at interval of three months or as and when
required by engineer-in-charge. as per following threshold limits:-

0 0 0 0 0 0 ● ● ● ● ● ● ● ●
(i) '.rp to ir0C0 tiitr.i pei km accepiahle
(ii) more than 4000mm per km -unacceptable
A further measurement shall occur in the first 3 months of year 5 as part of the completion
report'
The contractor rvill be required to correct any non-conformances and remeasure prior to the
prior to the
Completion of the Contract. if the any section ofihe road does not meet
the Service Level
of th" contract, Liquidated damaged shall apply in accordance to clause 40.3 for
the General
"nd
Conditions.

C5 Payment Reduction and Liquidated Damages

of road in
Deduction in payment for maintenance not done for prescribed service level for maintenance
specified resPonse time.
the Liquidated
For failure to complete the work in the specified time period in accordance clause 39
Damages shall be imposed in accordance to clause 39.3 ofthe Particular conditions.
service criteria
For non-compliance with the Performance Requirement on road roughness and other
the non-
.p""iiiia in u""ord*"" to Clause 40 of the Gineral Conditions, the contractor can correct
clmpliance at his own cost for retesting within the timeframe agreed with the M or pay Liquidated
Damages as detailed in Clause 40.3 ofthe Particular Conditions'

Section V:Technica:Specincations Page:Z+ J


Bidder '-r
男 3
° UT棚
iovernment of Bihar _ Rural Works Oepartment
Ⅷ 謎]愧 :::ぱ 路:u漁 器川

Sec● On V.Part D
Ordinaw Maintenance SpedicadOns

Part D Specifications for Ordinary Maintenance


Works
1   つ 4  つ′

General
Specification of Service Level Criteria
Specification for Road User Services and
Comfort Measures
Paved Roads (Carriageway.l
3.1.l Service LeveI
1
1.2 Variation & Cradual Appliance
3.1.3 procedure for lnspection

つ4

Signage & Road Safety


321 Service Level
)
3 22 Variation & Gradual Appliance
323 Procedure for Inspection
Drainage Including culvert and Major.Minor
Bridges
331 Service Level

3 3 2 Variation & Gradual Appliance
3 3 3 Procedure for Inspection
″ 34 Vegetation
341
・ ´  ヽり   ヽ

Service Level
342 Variation & Gradual Appliance
343 Procedure for [nsoection
Shoulders & Embankment
コ ´

351 Service Level


3.5.2 Variation & Gradual Appliance
〕 3.5.3 procedure for Inspection
4 Payment Reduction and Liquidated Damages
,


)

)、






Section V: Technical Specifications


Page:75
fg2
° ・ 1

Wi器器 (:lM群 論跳::l粽 器


;overnment of Bihar - Rural Works Department

Dl General
TheContractorshallmaintaineachassetitemtothespecifiedlnterventionCriteriaandservice
level for the following components'

■ C C C 0 0 0 0 0 0 0 0 0 0 0 ●
o Paved Roads (CarriagewaY)

o Shoulder and Embankment


o Drainage including culvert and Major'Minor Bridges

. Signage and Road SafetY


. Vegetation
TheContractorisdeemedtohavecarriedoutpreliminarysurveysoftherelevantRoadsprior
to bidding in order to evaluate all ordinary Maintenance
(oM) related obligations and to
assess the annual Lump Sum cost of OM'

TheordinaryMaintenance(oM)shallbecarriedoutonallRoadscoveredbytheContractto
the specified service quality levels for a period of 5 years' including:
o The provision of management services as required for the duration of the Contract'
oUndertakingregularconditionsuweys,includingregularmonitoringandreporting
of the condition of all Roads under the Contract
: Urdei'tulii'rg itlspeciicns 3t ihc freqllencies requireC (as a r:rinimum) a"td identif; ing
defects and carrying out maintenance works'
required
o Establishing programs for Ordinary Maintenance based on meeting
intervention standard s,
o Scheduling maintenance work to meet the required maintenance standards
O Maintaining records of all rvork undertaken,
oProvideaQualityPlanfortheE/I'sapprovalwithin8weeksoftheStartDateand
implement all quality management requirements'

D2 Specification of Service Level Criteria

● ● ● ● ● ^
ThissectionspecifiestheServicel,evelstobecompliedwithinthecaseofpavedroads.Thereare
three overal I criteria:
. Road User Service and Comfort Measures

D3SpecificationofRoadUserServiceandComfortMeasures
D3.1 Paved Roads (Table D3.1.1 - OMl00)
ThefollowingnotesrequirementsaretobereadinconjunctionwiththeSpecificationsasstatedin
Section V part D and Table D3.l.l
● ● ● ● 等 争 ● ︵

the eontractor:
Further to Table D3-1.1, the following requirements are to be addressed by
(i). Potholes (OM 101):

い ―

Section v: Technical Specifi cations


Bidder
邸 ノ
°
l肥 話器ぜ:::T路 :UI漁 器組
iovernment of Bihar _ Rural Works
Department Ⅷ糀 ヽ

No pothore is to he reft
on any section of the road. pothores
to public salety area>O.02^untreated causing a threat
sqm will U. Lp"lr"j'U,h in I day.
wirhin the Response Time. poit,ot". orhers shall
*itt ;";;;,; by visual inspection. be- repaired
(ii). Surface Depressions (OM 102):
No depression greater than 70mm
depth when measu^red under a
edge are permifled. Repairs
ur",o u" l"Jrfori"j'*irt ,n , our. of
I.2 metre straight
Rutring and orher surfice roughness derecrion.
gd;.;;;r,
in isotared areas > t0m2 i, ro # .orpi";;in',# under a 1.2 metre straighr edge
(iiD. Crack Seating (OM 103)
n'".por.. rir".
cracking greater than 5mm- wide is
to be seared within the Response Time
in ctause 501.2.3.2 of, MORO C."kl;;; as outrined
particurar importance. rhat cra"k
;;"ted
'ln,pi""a by uiruut inspection. It is of
s.aring ?s prior to the end of the work
season each year or the date predicted
commencement of the Surface renewar.
i* ,r," orr"t of the wet season and before the
treatment may be by Surface Treatment
where the cracking ;"r.""a-irli'ir,*",
r,
..
(iv). as or;ii;Ji, item "r
(iv) below.
Surface Treatment (OM 104)
A light surface ,"u, an),one location) will be placed over
]l.rI.,at
areas which are moderatery distressed solid pavement
trrtt nn"'JrJu"" cracking. The contractor
thoroughly srveep and.clean tn" sharl
.crocodile, ** ,."L"'ir""[a, seal any cracks > 5mm or
cracks with bitu_"n ..ri.;or'. iri"puu"."nt ""0 weaknesses should be
brought to the attention cf^ rhe p.n-i..,
frlunug.. t-"ii." ,"o.L commenccs,
Sear rhe surface as per crause
srir.z.r.z 'ro.r". .r.fu"" sha, be protected from
traffic untir rhe sear ias properry s.t. "r'voniih"
a[ iri".,u r shal be swepl and removed
from. the site prior to full t.afficking.
emutsion shail be Cjionic Rapid Setting, conlbrming to rhe
}ltlrj;fe requirements
(v) Edge Repair (OM 105)
The edge of the road surface shourd
be free of excessive frefting or
リ surfaced width and erosion that wi, beaks of the
encoura'g"" *ii. ingr"r, inro
resurt in unsare ride ouarib, ror vehicres the pavement and
う i"*";l'r* ,rr. shourder of the carriageway.
Att breaks >r00mm shal be ..pri;;l;;#G"rr1'1,r..
)
(vi) Digout Repair (OM 106)
Identifu the cause of failure.and appropriate
treatment. Ensure the cause is
) either prior lo or as pan of rhe repair. removed
Secrion V of this specification. o;gortr.
i;;;j. J;i;" underraken in accordance wirh
) srii*iii i" in.ia"."a for repair.
(vii) Repair ofConcrete pavement (OM
107)
) The repairs to broken
pavement materiar and ",:IJ,:,TJ

extent of damage and appropriare
flT#,ilH#,il fffl:,i :."Xffi:I",J;fyll:
cleaning the existing concrete and
o""ir"ri. w".i'.h"il i;";;;"'r.;;;;r*
removing anv lo,
*Jff #i,
)^

*i,ro."Ing_,h,ii o"'ieparrear..pra"ea
:""",L,.Til,lS.i,JI,,,.li, il?:;::

and cured. Repair >0.25 ,q'n *ilt


b" i;;;,..
    >

"on.id;;;
    ヽノ
    リ

Sect10n V:Technical Speci■ catiOns


∫g。
° [lNE:朧 跳[:淋 器

Ⅷ 酢皿 【
i‖

iovernment of Bihar - Rural Works Department

D3.1.1 Service Level


roads are defined as follows
user service and comfort on paved
The service level criteria tbr road

ヽ「

〔:
C
C
0


0
0
0
0
0
0
0













u
Page:7e
O
Section v: Technical SPecifications 6l
Bidder
0ゆ”﹂
●卜¨
タフア

∽ε03●OL一
●00∽ 一
●0一
E〓●0卜 ¨
> εO事0●∽
つ〇い一¨
0∽5”一
●﹄
¨ ∽ E   ∞ ︻

c理協2Qo∩ ooご﹄コ
覇暮 凄 憂 要 中
´
︶一“¨
o﹂∽
一 ¨
ヒ  N
﹂oOEョ  FF●〇ト

﹄い
いいい
r嚇]
睦暉ほ
呼けけo﹂
い o q
o3¨
・〓
ド曜げЮ協圏踏%距ぐ罪x
露・
ユ暮師豪
。一
●o∽ 一
o●一
∽ ヽ〇い一¨
o∽ヨ“一

ん脇 み ヽ
∽。C●一oこ嘔●﹄
一●一∽
●o﹂

旧r ヽo樹ち∽一
  ﹂0  言●E罵e


目 ● ● ﹄ t O り0
︹︻´ 0﹁ つ﹄“ ” 目 ●一

8く 委語館鮨 ¨
¨憂詐中中
曜 肇押韮罪 。 ︺EO●﹄〓 OLO● o〓﹂oコF G﹄ヨ
¨ α ︰ ﹄G〓一
m ﹂0 一c●E E﹂0>0︵
、′   ︱ ′    ︰
    コ ・  ヽ ン  
´ ヽリ ゝ′     ヽ′      ヽヨ・
    ヽラ     ヽ多′
    ゝヨ´
   ヽ′     ヽコ´    ヽ′´    ヽヨ
´   ヽJ´    ヽ′´
   ヽ
● ● ● ● ● ・● ● Э 3 3 ﹁
↑ C C O O G 0 0 0 0 舎 e e ●
一    ・    二  Γ
ヽ . .
∽¨
E●一 〓﹄●>2^
>〓0∽ ¨L口 。>●ヨoOメロ
﹄00●一 。。α∽ 一
●Co●”o●一 “。一 ゝ﹂‘。●。●∽
C〓。。卜 ¨
﹄o﹁ 0¨

oゆ”﹂
o∞¨
ξ乳8


。﹁
¨¨
響一

せoひ一。∽ ●重Q


口o﹁oOに〓0。。∽


・ げ 為 焉
メ 寸 oO●い ¨o一●0
●0ヾ´ E S
。¨
﹄ ∽ いA
夕。。ヽ

o︵
﹄ ¨
‘一
“め
● ‘
﹂﹁ 。置略
喘﹂[吟
.じ

10ね
“。で´  ﹄ 。α  めく¨
H “∽ぅr
‘一 く¨●一や。。一
っ ︲
。 n0〇一805。一
一 〇


。﹁
.¨¨
一禦
蛸%
〓一
率 口o﹁o。。∽C︼
,C〇一゛●Or〓00。∽

メ。。>″

﹂¨
¨¨

¨
一一
¨

/ダ

■ ●“ >
ぃm

¨
0 o
∝  ∽<

o﹄
o  
﹂ ﹄

い“ oマィ   ﹄。


“﹄

︺の

 一  ﹄
寸〇 一 で40


︸Zい いく口“い 口0く L“⊃一

●〓o一〓 0


´COC﹂0﹄
ョ∽ ●0 〆
で ﹄o∽。∩ ´。﹁0ヒ っ‘゛゛
“0﹁0一 ∽
00●●〓ヽE 。い
02 ■ げ。“ E●3●0嘔“C00︼ ‘ 。一●︻
付t〇一〓0 ●O‘L。ヽ
ocと い 。∽ε。﹂∽o″ o       O 〓“ 。でィ
〓 oE 3げm 一o       ∽E 。でィ︶ .


嘔o 一い。。。 0●
∽夕 oo>P 寸 oぃつ口 一
。。´∽
にっ∽一ゝ

‘口

夕8 b 〓<
EE い ∧ ∽


mo 一 Σ O
OZコ くい∽Vo直にb
警薩臆
00ひ 一0 ∽ぅ● 0 め 〓 〓 3“
〓ο一●。αめ‘一
CO事cO喧
︲ 〓00ヽ∽

q響

O
ンo。ヽ
∽ だ′、 罵ぅ´>下 o∝  ∽
“oΣ   ﹄ <

=bO

E


m ぃ。 一c。E E﹂0 0ハ
●﹄ョ“ ︱ ﹄“〓一
︺●●二﹄だ “一。0 0メ﹄0ンフ 一 ,
● F Z ︼く Σ
O く“ 卜ZO υ 00 Zく Z
∽H Z 口 Σ っ 0 0 0 ︵ ︻● F
ぃ 、 ● Z く ぃ っ ﹄卜 っ 0
口 ∽く “ ぃ O Z く Σ “ Q ﹄ “
∽● く O “ コ く “ っ 〓 0
゛rO■”OL一
●oO∽ 一
”0一
C〓0●卜 ¨
> EO■0●∽
。一
●0∽ 一oo一∽ 弔 目。一 い〇〇m︲o∽5C一

∽︼ooヽ
だ′寸 一〇〇0∽口一

∽●。一●o﹂〓00ヽ∽
oへ“︶  ¨Ctヨo・oマ
ζ 罵 ぅ´ >
〓Lに0マイ  ﹂o﹂  ∽く

●0﹂0﹁0¨●C
冒●芍 ︻
■一 3 亀 く 夢﹃
響誠 姿 五
卜Z国Σ 国><ヽ い〇一マ
40
旧陛円願限にЮЮF ﹄〇   “︻ くヽ国“
︲︱
。一
oO∽ ooや ¨
一 ∽ 嗚 ro一
一ooO∽〓︼
∽〓00 ′寸
, Oα“一 ¨●一
﹄ヨ∽●oでど 葛5瑠>
つ〇 ︻ ヽ40
∽に0﹂
につ0〓t
嘔一つヽ “︼
くヽm“ いつ0 0︼

〇一
●●∽ 一
●。 ﹁ 00﹂ ∽目一 やCO m 、ロイ
“X
oo一

=0
0

●●∽一ゝ
一 。C〓  一
にo∽  一 ●C〓●o一



吾 E 9c f ¨●聖 E 一嵐
o● 0一 ゛● ﹄0> O
つ一′Oo一
〓や Coい

IE

ξ
EE   oo一
鷲藁鴨撻 F螺中
%ぎ製


oo﹂0     0¨0 0

0‐
“︼
くヽ口“ いOOm い〇 ︻ で40
E〇一Ooα∽E一 寸︵
︶い●o∽ョ奎 0
∽〓oo>′ヾ o﹂ c﹄ ¨ c t ヨ∽にo
マイ
,CO事にo生〓O①。∽

ν〔
葛 ョ“ > Fひ ∽崎銀 o∧ oo綱 ﹄一
∩ “ O でど   ﹂o﹂   ∽<


ついに言■
●に一
0﹁︵
0︶ ュ ∽・
﹂隊喘礎に幅﹂に 〓 ・ ¨
一 つ・
0一“ 〓 一F ﹄C   ︵O y

尊粋妻諏謂鮨 ¨
¨本“
葬勇躍“
″押斐罪。 “● 0 ●■ ■ ”Q ● 0 0〓﹂o コ ン 0﹂ヨ
¨ ∝ ︰ ﹄0こ 一m い0 中● O E E ﹄0 > 0 ︵

      、        ■         ヽ        ■コ
ヽ        ヽり´ うJ     1 ′     
′    ヽ ヽ ヽJ′     ヽ1′     ヽ
■7 ン   う     D   静   シ 、′   ヽ

)


Government of Bihar - Rural Works Department 魃置
Ч 躙 翔
跳 ″ :朧

D3.1.2 Variations and gradual cOmpliance with Service Leveis For Paved Roads


団 ∝
m口 ね に
C硫 h my J ttc∝ ⅣCに d
Fi席 1よ l∫ 器 簡盤昴:胤棚絲
‖ '∞
Tttittnド
incation

D3.1.3 Procedures fOr lnspectiol1 0f Paved Roads

訛ξttt朧 撃
儡¶i淵 ∫
乳 威鱗欝ユ 掛帯蝶

獅刷


瀧 1綺

::11:lifI]IR:::lrl∫ :u:1:‖ ic911lIII::ド li」 ntractors cOmpllancc

C 0 0 0 0 0 0 ヽ
D3.2 Signage and Road SaFe● (Table D3.2.1-OM500)
The folowing notes requircmentS arc to bc read in coll」 unctiOn with tlle Spcciflcations as statcd in Section
V part D and Tablc D3 2 1

Furtherto Tablc D3 2 1,the fol10wing rcquircments arc to bc addressed by thc Contractor:

(1) Signs
Signs consist of all ground (posrmounted) signs located along the roadway
and include the
following types of signs:
. Regulatory Signs
. Waming Signs
. pilsslion

0 0´O e ● ● ● ● ● ● ● ● ● ・● ● 書
Signs
. lnformation and Traffrc Instruction Signs
r Route Markers and Kilometre Markers
. Village Name Signs
. Hazard Markers
. Service and Tourist Signs, except privately funded signs identified by the E/I.
at all times and shall
The contractor shall ensure that the signs are maintained in good condition
remove posters' tighten bolts and
;;;h ;;, "i"un .ign faces, straighten f,osts, level sign boards,
undertake minor rePairs.
Night inspection of signages shall be done.
Quality levels and lolerance criterio:
(a) Meet reflectivitY standards:

signs must meet the requirements stated in IRC 67-2012. All signs must
be clearly_visible
All
and re"flective to passing motorist under both daltime and night time
conditions. The daytime
inspection should- be performed initially, followed by the night time suwey'
(b) 100 percent clear ofobsfuction:
All signs, when viewed from the carriageway mxst be completely free
of brush' trees'
viewing the
,"g"to:tior,, and otler obstructions that preient passing motorist from adequately
sifrr. Sign obstructions can be detected by visual inspection'
(c) Present and surface free ofdamage:
least 95 percent of the total
Signs have to be present, upright in a vertical position, and at
,ufr"". u."u of.igns must be fr; of damage, i'e', holes, large dents' and missing

Section V: Technical Specifications Page:82


Bidder
Government of Bihar - Rural Works Department OUTPUT AND PERFORMANCE BASED R盪
MAlNTENANCE CONTRACT BID DOCUMENTS

Jn3 The p吟 bn Ofttc Jgns can“


緊 :出 l″ 罵 ri隠 品 T,h adVC面 "nce and con並

(d)No cncroachmcnts/trcspasscs,illcgal signs Or structurcs:


No tOlcrancc Structurcs or signs that wcre not crcctcd or authorizcd by thc E/1 shOuld not


ュ ょ

ilじ :lfttよ :。 1::til「 Wittnttllili:S:,iSl:lll融 llel糧
t‖ lu:[│』 l::itttdall
assistancc provided tO thc cOntractor in thc(

Pavemcnt marking

鷺:l脂 騰塊鵠:蠅離 tW:蝋l得 ぶ ntth冊 臨∬性:::S and marhn,


鵬ay[鵠r眺 :;IT憮 鷺 ∫ tIゝ

1:濫 I鮪 盤1憲 鷺
ifttdttLsT3
nぃ v"・ pメ に
面Ons shJ
罵」
:li詭 ∬
Guard StOncyBounda■ /stones/Guardra‖

聯ふ
蠍灘灘 謙‖
9山
軸薔樹11雌}IWttW欝
ji蝋 謝 rttL潔 滉躍 現 IttTLⅧ
熱」 躍
ヽ′     ノ   ヽ;

態 l舗 ?∬

l脚棚褥 轟憮
聾鸞躊
■■
・    ^ ′     ヽ3 ′     ヽ ヨ ・    ヽ ′ ・

網lぷ11組輪1ム

Lvashing and cO10ur banding is invOlvcd and 30months、


vherc synthctic cnalllcl painting is
involved

(iV) Distancc Markcrs(K‖ omctcr posts)


    ヽヨ´

鵬」
:ふ f:革器 鍬∫
糧艦甘ち
認T'1撫 騰譜∫lli理電鍛聰ち
:: :ょ

∬梅器鍛聰
縮露椰ぎ 欄∬鰍:椰
  3


   D
   ン

rlttbi翼
鍔語
ly::器 寵 塩糖 Ⅷ:w£ 訛:潔lI灘習哩el肥 喫it:
   う

椰 織 脳職職 欄 鰤 椰 ■
鷲 辮器
  

い N//み
Section V: Technical Specifi cations
Page:83
Rural works Department OUTPUTANDPERFORMANCEBASEDlli′ 【′(:Ar
Government of Bihar - MAINTENANCE CONTRACT BID DOCUMENTS

(v) Guideposts, delineators and hazard markers (painted trees)

The Contractor shall ensure that all guideposts and delineators are clean and replaced if
damaged or non-reflec( ive.

Guideposts and hazard markers that have been painted for delineation shall be repainted as a
part of OM responsibilities, including the repainting of any new. guideposts, delineators and
hazard markers which are installed. The works shall be scheduled evenly and shall be shown
in the Program including timelrames for completing various road sections. At least two
painting cycles shall be canied out during the period of the Contract. Works shall be carried
〔 │

out in accordance with MORDl9l3. l2 months where white washing and colour banding is C:
involved and 3Omonths where synthetic enamel painting is involved.
D3.2.1 Service Levels Measures for Signage and Road Safety 〔`

The Contractor is responsible for ensuring that all signage, as well as guardrails and other road safety C
devices fully comply with Acceptable Standard within initial rectification period.
O
The Service Level requirements for signage and road safety devices are as shown in the following ●
Table:
0
0
0
0

0 0 0 0 ● 0 ● ● ● ● ● ´
● ● ● ●

Section V: Technical Specifi cations


ξ鴻

目o場 ︼>〓日 一〓﹄0>P ^ ¨ 目] ●>〓 ョ0●X


﹄●0●一 ゛〓0〓”●〓一
〇0﹂の 一
い ”0一
E〓0●卜 ¨
> εO●0●∽
0い0﹂
い∞¨
﹄o﹁ ﹁一“
〇一い一一
o∽うに一

,目o3●0嘱一
〇OQめ 。>“00LoL一^〓●事c“¨ ∽め5∽


旧層隠哩緊謳調鰤慶¨

∩ “ ⊇Σ     ﹄o﹂   ∽ぞ Eo 一
〓     ¨〓¨〓dF¨
     ″一o﹁●Oo一
∽〓00ヽ
だ′ 〓o¨
︶00﹂∽C︼一
“3∽¨
ヽ″ CO〓7¨
一 に つ0¨C´
0 に 一 〓に0 ﹂O 〓0〓o﹂

/
NOい ︼
と〇

α
∽日︻く“ ∩ぼ くつO ヽ の日Z O 卜∽
>ぼ く ∩Zつ O pあ 国Z O 卜∽∩“ くつ0
〇一0 一一
0∽ョ●一

∽夕ooヽ
だ′ ●O〓000∽ε︻一
●っの一′ oo﹂∽
ヽ ︲CO“●oL ¨
∩ “ 0で4    ﹄0一    o<
o¨●Eお つ ﹄罵 ﹂o配
〇一 い●o∽●d一〇
∽〓00ヽ
だ″ 嘔o﹁oo﹂∽〓︻一C5∽ CO 付0 Q

ヽ〆 , 〓 に〓oO ∽
4  ﹂o﹂   ∽
∩∝0で く 一﹂一﹁﹂o 一
一o一
やC一ョ一E●00C〇一

/つ

ぅ0 ﹁●0500﹂∽一^ > oo o﹂口o〓3
〓 “ 年

oo一一﹂o一ヽOC〓00 ﹁〓C C¨一∽ C●o︻︶
〇一い一一
o∽3に一〇
∽〓Ooヽ
だ″ C〇一
︶oo﹂∽C︼一
“5∽一 ︲●。﹁●0に一OoQ∽

響主

嬉隠旧爬厭時盛

一に0﹁﹂o> ﹂弔 O ∽00﹂¨oo い 一一


に 〓一 o﹂O E
“ に 0 マイ     ﹂o﹂     ∽<
﹂o〓>´
  ∽
´∽Oα  ︻
﹃¨一 〓¨一
∽  CO︶ C﹄一

︻〇い ︼
と〇

レ《
国OZく ZロトZリコΣ Zゆ ︻∽
ョげ9“
一●L︼ 目o一
口”o﹂﹁
〓 目o﹁︼ ︶目0日 OL●oO●︼
0日 ﹃
ト と
I o日 日げロ ︼●       の目“0︼と﹁ ●       一●〓一 ●︼
”〓 聖 ■ 0 ●2 一目9 r e 目︼
一﹄¨
●o︼ ﹄o●0︹︻ぬoい ﹁﹄o﹁自”一∽


ヽ 3嘔”∽ 一 ● ●己 ︻ ﹁ 口 ● Om ●目 ¨ ¨∽ ﹄o﹁ ●0●
た “¨Oo● ● 0 りoこ[ や 目 “ ” ︻
﹄0︺︼﹄い︶ ● ●︼一目 ●>﹄●い● ︼ ぃ●0 ●
﹃ ﹁囁 “ ﹁ 口 C一∽ ︼.一.めら︻0︻n ●ト

〓 n   υ cυ、  ζ D   口 υ 一  ヽこ ●   ¨



■“ のコ   p “   てピ   〓 ヽ o  t a ヽ イメ ■1 ゴ‘ ヽ ,〓 ヨ ヽ r ︰ 4↓′
D ヽ,メ   i
ヽ.´ コ′    ヽ′     ヽジ ・・﹂■r ヨ ﹂●工
ヽ ヽ■ア ‘ ・ヽ F ・■3r ´・ ヽ ′ ‘ 〓ヽ′ ・ゝ﹂ヽ′
, 1ヽ ′ ・ ・ヽ′′   ヽ
, ,
, , ,
屯 詈 ci 0 0 0 0 ● ● ● ● ● 0 ● ● ●,0 謹話
o o o o o 0 0 0 ヽ ● ● ら
´ こ こ 手 らヽ
●C 。 〓 “。 L ¨00L ∽ 一●0¨‘ 〓 00卜 ・
.ゝ″C O ■ 00∽
一 ∞ ¨0 輌 OL                                                                                            
fフ

1/
[︻い 一¨
o∽5●一

∽メoo、′ Lo一
一●o﹂∽員︼一
●●∽一
ヽ′ ︲E〇一
一 oo。∽
焉o嘔 一
●げo﹂一
00E O﹄一 “E●3o●一﹂ 六日 e ︼■●2 “>2 ヽ ﹄ 〓3 orp t e ■
。Oc● 。つ ︻ 0
OC﹄POC ∽や
]“ oマイ    ﹄。。    ∽く 一
o“︶ 一¨●一ギaE 一 ゛ い。 ¨●¨●●聖0 0C● o ∞ メ﹄
●一 ●E
0●に       つ。¨●E ●0       ﹄。︲ 一
﹂。F〓。ェ﹄●¨0
゛●一﹂。F〓。工︶ つ0﹁こ﹃ ﹄。 。>一一。0い。つ ﹂。 ﹂一●。oこ
つo﹁“﹂ ¨E一 ︼﹄‘E  O“∽”一
O Z日M“く︼蔵∩く 〇 “ ヾ〇一︼電″

き∠∠ _週 L
〇 一い 一8 ∽●三 〇

夕ooヽ
だ〆 Lo●ooQ∽口一一
にう∽一
ヽ′ や●o﹂〓ooQ ∽
︲C〇 一
    ﹄。﹂     ¢く
い “ o> 一 ﹂ ●αO″
〓00〓。っ〓写〓一
●oヽ●´ 一。 。 ¨o コ 。C ^
¨● ﹄ 〓 一 0
一 一 一 ∽。夕﹄
﹂ ●E O﹂“N“〓
E o﹄“ ハこ に      OoO﹂¨ 。    ﹂。α      り< 一CC ∽
一 ●¨
∽oQoつ一.∽﹂。〓﹄●E 。。口。一
∽一 ¨〓“口一
0﹂。 . ●﹂

ハ∠二 _____=い
〇 一い 一¨
0∽コ‘一

∽メ00>2 ●o一
一oo﹂0●︼一
●ョ∽一
ヽ〆 ︲●o■●0にFoO。∽
∩ “ ⊇ Σ     ﹂。。    ∽<
一 ¨。
一率
禦燿

。3
・0・
・。¨

﹁●
E●
﹁﹂一

へ影

¨


と〇 ロョ彙 ∩Zく ︼蔵ooN
∽国ZO 卜の 日“ 卜国︼
〇一 o∽5o一
い一一 ︹
∽夕 o●ヽ
だ′ 目o一
一●。このC︻一
●5∽一
ヽ′ ︲
●o“ooL一0。﹂︹
“OC︼¨一ヽハ一o>Oooて‘一゛●。一
∽  や‘
  ﹄。﹂  ∽ノ ∽〓´
∩“oメ一
CO ∽〓●﹂つ﹄●5¨ ﹁rd ∽o口0一一 〓●﹂
0﹄●●m
つ0一目一
ヽr●つこうo一 ∽o口。一 ●ぅ¨  一
の  0︼ ﹁くO●● ∽ 一
。●●一 ^﹄  ^
●一●●Om一 。口。一
∽ ●●0 ¨L﹁口︻
∽ ﹁一 ●﹂
〓 一D 一〓 〓 ● ュ ● コ ● ‘ ¨p ●” 一● 一ョ ピ ︰ 一● 〓 一0 一D ´〓 D 〓 〓 〓 D D
, ,
Government of Bihar
ξ)/
- Rural Works Department OUTPUT AND PERFORMANCE BASED RURAL ROADS
MA:NTENANCE CONTRACT BID DOCuMENTS

D3'2'2 variations and graduar compliance with Service


Levers for Signage and Road Safety

In order to respect the contractor's.initial mobilization period,


compliance with any ofthe service level
criteria stated above for Signage and Safety Devices strait
not ue expected until initial rectification period
from the start date. Other limitations to the compliance
.equi.em.nt a.e:

All missing kilometer shall be put in place within the initial 6 Months from start date.

D3.2.3 Procedures for Inspection

The criteria for Signage and Road Safety will be checked


at sections selected by the E/l based on visual
appearance' Five years warranty and test certificate for
angle ofretro reflectivity urJ a-r."iirity rr",
manufacturers must be anached as per IRC 67-2or2.The g"lr.tur
specified criterion is not meet, the one-kirometer section
o. th".or" jrjg;;;;;;iance. If a
"J;; *ii;;jlr;ged
in which rhe deficir non-
compliant,

D3.3 Drainage (Tabte D3.3.1 - OM300)

The following notes requirements are to be read in conjunction


with the Specifications as stated in Section
V part D and Table D3.3.I
Further to Table D3.3. l , the following requirements are
to be addressed by the Contractor:
The highest priorit-v shourd be given to.adequate drainage
of the pavement and shourders. where ponding
of u'ater is observed in the vicinity ofthe pavement o.Inoura"L, the
ヽ contractor shall immeJiately shape
a watenvav to remove thc rvater to the adjacent side drain.
Temporaru drains ac;oss .t.,uta...
´ shall be shallow and tapered as to-not affeJt the safety "risting
of traffic or pedestrians, and shall b" .elnstat"a
〕 shaping andlor grading u'hen conditions are favourabL to uy
allow normal .sheet, flow. The following visual
inspections should be made:
)
(D Cross drainage pipes, culverts and pits

Quality let'els and tolerance criteria;


)
(a) Inside surface area ofeach cross pipe, culvert or pit must
not be deteriorated:
)
No more than l0 percent ofthe inside surface area ofeach cross pipe
can be deteriorated.
) Deterioration includes spalled or crushed concrete, crushed
metai, or uny oit u"tr.ul
deterioration along the length ofthe pipe/culvert. ".-.t
)
where the defect is a collapsed or an un-maintainable unit or
structure, the defect shall be
) referred to the E/l for repah.
The condition ofthe inside surface ofthe pipes can be detected
, by visual inspection.
(b) Waterway free of obstruction:

Each pipe/culvert must have at least g0% of its waterway
open.
) (c) No erosion at either end ofthe pipe/culvert that affect the
structural integrity:
)・ Erosion at either end should be less than 200mm and should
not affect the structural
integrity ofthe pipe/culvert or head wa . Erosion can
be detected uy ri.u"i iirp""iron.
)
(d) No dip in road over pipe indicating structural problems:
)
No dips in the roadway. over- pipe deeper than 30 mm (measured longitudinally) are
) allowed Dips are indicative ofihi
settlement or erosion of the backfill material located
around the cross pipe and may present a safety and pavement perform*;--'--
)

Section V: Technical Specifications


ダヌЭ
Rural Works Department OUTPUT AND PERFORMANCE BASED RURAL ROADS
Government of Bihar - MAINTENANCE CONTRACT BID DOCUMENTS

problem. Dips in the roadway are to be visually identified from the shoulder or side drain
and measured with a scale in mm.

(e) The headwalls and end protection at each end of the pipe/culvert
No tolerance. The headwalls and end protection located at each end of the pipe/culvert
should be intact and secured. The condition of the headwalls and end protection can be
evaluated bY visual insPection.

r一
Concrete/Masonry repairs < I ml at any one location shall be carried out by the Contractor

  C  C
to repair any defects and concrete damage.
white washing of exposed concrete/masonry areas of cross drainage structures shall be
carried out in two coats to give an even and smooth surface for protection, including the
scraping and cleaning of old surface

Minor Bridges and IIL Bridges

0 0 0 0 0
cleaning and clearing of deck, footway, expansion joints and downpipes should be done. Any
u""rrui"tion of matirial which affecti proper drainage of water or restricts the operation of
expansion should be cleaned.
Repair of spalled superstructure, posts, parapets, railing and wearing course' Minor work
on
structural components and other repairs, protection ofexposed surface'
The bearing should be checked for any damages or non-functioning. It should be replaced_
when
visualized 6'y E/1. Repair of damaged concrete railing/RCC railing and replacement ofcrash barrier
may be done.

Side rtreins, tulvert inleUoutlet drains. kerb and cbannelling 0


Side drains collect the runoff of water from the pavement and shoulders parallel to the road
and

distribute to more major waterways. Culvert inlet/outlet drains channel water into and away fiom
the road. 0
0
Qualiq, levels ond toleronce criteria' 0
(a) All side drains and culvert inlet/outlet drains must be graded such that positive drainage of
surface flow exists: 0
Unpaved side drains or culvert inlet/outlet drains must not have depressions or high spots that 0
either hold or trap water a distance of > 3 metres within the drain for several days.
Depressions and high spots can be detected by visual inspection' ●
(b) No severe erosion along the side drains and culvert inlet/outlet drains: ●
No areas where the grass, sod, or gravels have been washed away or where soil erosion
deeper than 200mm eiists are allowed. Erosion can be detected by visual inspection.

(c) outtets of side drains and culvert inlet and outlet drains must provide positive drainage: ●
Drains shall empty freely into larger channels as designed and should not exhibit erosion ●
deeper than 200mm. The condition ofthe outlet can be detected by visual inspection.

(d) No obstruction to flow of water:
Cleaning of channels, including kerb and channel, and reshaping earthen drain, including ●
culvert inlet and outlet drain to maintain flow of water and protected time and road side
from

scour.
At the commencement of the Contrac! where reinstatement/construction of side drains and ●
culvert inlet/outlet drains are required to repair complete blockages, work will be identified
during thc initial stlrvcy and will bc caricd out undcr lnitial Rcctiflcation Works during

nC・ n府 証 w異 °C罰
ン ●
xⅢ /WbCqiem赫 T∝ ぎ :ぜ
Section V: Technical Specifications Page:880
Government of Bihar
塁ク
- Rural Works Department OUTPUT AND PERFORMANCE BASED RURAL ROADS
MAINTENANCE CONTRACT BID DOCuMENTS

D3.3.1 Service Levels

ln general terms, the contractor must. ensure that all drainage


elements and structures are sound and
without any obstructions which may reduce their
.
normal and impede the free flow ol.water.
"rors-!""tion
Level requirements for drainage structures or devices
Tff,"t"ijT are as shown in the forowing

)・

)

びにγ //辞
)
)

Section V: Technical Specifications


Page:89
︰ 言 曾 c c o o o o O ● ヽ
楊低 1 ミ ・ ● ● ● ● 0 ● 0 ︵
0 0 ● 0 0 ● ● ● ● ● ● ¨
〇0﹂の 一
●EO■“OL一 E〓0●卜L ゝ″C●“●0∽
”●¨
り螢導
E]
富8

起こ

::E

:::


0
0
0

選竃
=0

iS
,電

Λ

_●


α
0
O
0

´曽
´雲
墨Ъ

おa
L0 C0
9奎

8昌







L
0





0
0

0

﹄い︶ 口 o︼0目 0>﹄0一目 ︻ 0´ o﹁ 一﹄” ● 目 ●一∽ ﹁.一.め︹︻●︼´ ●い
0¨ G目 ¨ヽ﹄︹︻﹄0﹁ 。●F轟 ﹄﹂ oし● ● ﹄ 吻●“︻ 0 自 ● C¨﹄0一一
つ0
ヒt OL00 0x﹂0いン 一
“C●´ m い0 一cor﹄c﹂0>00
”﹂ョビ ー ﹂“〓一
∽↑ Z 口 〓 つ 0 0 ● 0 一“ 卜 0 く “ ↑ Z 0 0 0 0 Z く Z 口 い Z ︻
く ﹄ ∽0 く 0 “ コ く に っ “ 0 口 ∽ く “ 口 O Z く 〓 “ 0 ﹄ “ ● ﹄ ● 2 く ■ ⊃ ヽ い

00﹂∽ ¨
OEO〓”OL¨ ”0一
C〓oo卜 ¨
> εO■0●∽

q
い一い一 ︲o∽Jヽ一 〇
∽〓oo>〆N ●o﹁oo﹂∽C︼一
に ∽一 ︲●o一 ‘0﹂〓00α∽ コσ
Oo﹂一 O﹄∽● 30

ヽ′ 一
, ∽ o3
ゼ つo電Eにo ①つ o一 ゝけL00●Fく o景ピ一
o●oo

/
ヾθ解
∩ “ 0で4    ﹂00     ∽<
0﹂に﹂●0 ¨〓 〓∽●〓 o一
0 0 ﹂0 ∽一 〓た′つo∽o。XO   ﹂o   ¨●一
¨ 〓∽●〓o〓〓ゝ

∞oい T o∽一雙 〇
∽〓● ′
つにo工0●d
∽〓Oo>′N C0300。∽●︼︻
●ぅ∽¨
ヽ′ ︲CO“ヽ0嘔一 〇〇α∽ ,

︶¨つ E00 のコ〇一LCOoL。 目 一
εO ¨ 一 口〓 ﹂o ∽つ〓 ^
o一 ∽o一
にL¨ ∽やE50ヒ 3の
oQ  ∽
∩“pΣ  ﹄ < 三0> 一っoぃ
∽一 o一コ︶o3﹄︸∽ ﹂0 や︵〇 一A 一一
0 ﹂0 一 ∽〓﹂  ^
oや一 ぅo  、
o>一 ∽o﹂一
0  つ0¨●E ●﹁
¨Q 。
。 一   ﹂O    go ちoLo 一
﹂o一0つ  ´¨ 0   一
だ′﹃
●〓ヽ ヽo﹂
口0日 Oo●一    ﹄ ●Oo“
o   ﹂¨
∽卜 z 口 Σ つ O O ● ● 一“ ↑ 0 く α 卜 Z 0 0 口 O Z < Z 口 ︻ Z “く 〓 の● く O “ コ く “ つ “ ● い のく “ 口 O Z く Σ “ O ﹄“ 口 ヽ ● Z く 卜 つ Lい つ O
“E2 ヒ 〓 ”0●O o〓﹂0≧ 〓 0﹂ョ∝ ︱ ﹂c〓﹄
m い0 “c●E E ﹂0>●0
  、.′  ヽ. ン 3 D ン ン ≫ コ ヽ
り ヽ
, , , , ,
α 6
Government of Bihar - Rural l/l/orks Department OUTPUT AND PERFORMANCE BASED RURAL ROADS
MAlNTENANCE CONTRACT BID DOCUMENTS

D3.3.2 Yariations and Gradual Compliance with Service Levels

ln order to respect the Contractor's initial mobilization period, compliance with any of the service level
criteria stated above for drainage shall not be expected during the period of initial rectification.

Other limitations to the compliance requirement are:

All drains must be cleaned and defect free immediately prior to the commencement ofthe wet seasons.

D3.3.3 Procedu res for lnspection

The cleanliness and condition ofdrainage structures (including open drains, causeways and all other types
ofdrainage devices) is part ofthe criteria for the "Durability ofthe Road". It is verified on a regular basis, 「
in particular before and during the rainy seasons. The drainage structures to be verified are determined by (1
the E/I. [nspection is done visually. r
The basic principle used to determine the cleanliness of drainage structures or devices is 'the percentage 鰺
of the theoretical cross-section of the structure or device which is unobstructed". This percentage is
specified in Table D3.3.1 above. For a one km road section, the cleanliness of drainage ditches must be G
verified at least on two subsections of 50 meters each.
O
For any one km section of the road, compliance with this criterion requires that (i) all drainage structures
are clean in the sense defined above; (ii) all structures and devices are structurally sound, based on the
O
judgrnent ofthe E/I. C
C3.4 Veqetation (Tahle C-r.4.1 - OM400) O
The tree planted in the initial rectification period should be maintained for five years for its healthy survival

and grouth. Hundred percent payment for dead trees if found during five years shall be deducted
The following notes requirements are to be read in conjunction with the Specifications as stated in Section 0
V part D and Table D3.4.1
0
Further to Table D3.4. l, the follorving requirements are to be addressed by the Contractor:
0
(D Natural grass
Vegetation grown for the purpose ofprotecting shoulders, slopes, and embankments from erosion,
0
and for aesthetic purposes. Natural Grass is considered that generally located along the roadway ●
edges.

Quality levels and tolerance criteria:
Sight distance is clear in intersections, passing zones, andcurves: Grass ●
height should not prevent adequate sight distance (stopping or passing) at intersections, passing
zones, and curves and must not obstruct the drainage.

(iD Trees and shrubs ●
Consists of trees, limbs, shrubs and creepers located within the right-of-way. Trees and shrubs ●
located in landscaped areas should be evaluated as landscaping.

Quality levels md tolerance criteria:
(a) Fallen trees ●
No tolerance. Any fallen tree on the road formation shall be removed immediately. ●
(b) Sight distance or sign obstructions: ●
No tolerance. Brush, as defined above, should not affect sight distance (stopping or
passing), at intersections, passing zones, and curves. In addition, brush should not →

Bidder
Section V: Technical Specifications Page:92 fl

Government of Bihar - Rural Works Department OUTPUT AND PERFORIMANCE BASED RURAL ROADS
多 ダ
MAINTENANCE CONTRACT BID DOCuMENTs

encroach onto any signs to the extent that visibility


or rcadability of the sign
"'. is" affected.
Sight distance or sign obstructions can be detected Ly
visual inrp""tion.'-
(c) Verticalcleararrce:
No tolerance A vertical clearance ofat least 5.0
m over roadway should be maintained at
alr times. A tree limbs, shrubs, and creepers shourd
be trimmed back to maintain this
clearance The measurement ofthe verticaf clearance
should be from the tlgrrJrt polnt or
elevation on the trafflc lanes or shoulders.
(d) No trees presenting a leaning hazzrd:
No tolerance' Trees or other vegetation that are leaning
and present a safety hazard should
not be locared within the right-of-way. In addition,
dead or dying vege,.ii'or',r,i, i,
located within a clear zonJor courd fa, on vehicies -n,*i'noi'L "irr,".
o. p"a".t.Ln, p."r"nr.
Leaning vegetation can be detected by visual inspection.
D3.4.1 Service Levels

This section specifies the Service Levels to be complied


with in the case ofvegetation grorving within the
road righlof-way: vegetation is to be controlled
to ttr" t -' '" una clearance, at the locations and with
the resffictions as set out in the table and diagram
U"to*, "-igtrt,
、 ノ    、
︰     ,     ヽ︰
´

ヽ,
″   ヽ‘     ヽプ
ヽJ ′     ヽ■′       ヽ■′     
ヽ■フ       ヽ・

      LJ′      ゝヨ       ヽ日′      ヽ■7       ︱
・ ヽ ′    ヽ ′

ヽフ ヽ
′  

d劇 /
νЫ ン
Section V: Technical Specilications
Page:93
f'-^-rri:r,o Etsdi_^6r rrr^_t,- h:-.:^:__

f   C
0 0 0 0 0 0 ● ● ● ● ● ● ● ・● ● ↓ ● 9
C C C O G O ヽ
Fヽ
﹄●●一一

ヾ 一 ¨0 ぃ O L ●。αの 一
゛C03●oL一 ゝ・E。一o●∽
C〓o●卜 ¨
●0一
∽一C O C口 0 > ● Q ﹄0 > 0     ● O C ● ﹄‘ 0 一
。 ﹄一。 ‘ ﹄   崎 E ぅ ● 〓 L ■●
一o 5            
iCO“●o﹂一

0﹂oメ﹂
。ヽつ口●﹄ 50〓∽﹂0
。つ一
LO﹂
E Oと   E ● 日 一三 日
o● 。日   一
¨● 一●´C 一● CL O一 〇〇0﹄一 ● 〓 ﹄
´
●一0       ︲口。一
一●。L一
〇く4      ﹄。。 ^

uW/」
O 〓 0   0 〓 ︶  ∽ 。 E O N   ﹄C O 一o   .∽ E 一
〓 2 ¨ 0こ ´ 屁 。2 ︶序¨
● 0´

■ 3 二一
´
00E●一∽一﹁    一〓¨ 一∽    CO “ 。o∽﹄。一
〓∽ つ口d ∽00﹄
二>′ ∽一5﹄
〓o一
つo●一0●。“ 。一一L一 3
〓゛一
ヾ一い
●●“●o﹂〓。。﹂
︲ 。¨CCつに¨C一
o〓0●﹂ 。一´O︶﹂ o‘ E 。こ りっ。o3
¨●〓一 。¨C●っ 。︼燿
一い い。 ﹂ ﹂0 “EE日 一お 0目●
0﹂
に 一●〓一 ∽0。﹂¨ 。 ∽つ●〓一
 ﹂  。●﹄ ﹂。 o。長●●‘﹄っ ﹂。
卜Z日︼蔵国0
″口円∽      っ●“
﹂●●06︻0●ぃ つ﹄“﹁口●一
︶0一
●●一
ぃ の∩ 0︼
´ヽい
﹄ヽ0のC●﹄ヒ。こ︻つ●● “︼
●●““一oL。ゝ”∽●F目・ ﹄●一¨ ︶●●>●0︺●H り0●い 0﹄“﹁目●一∽ ︻.
﹄〇︶●●︼ 一.
“﹄ョピ ー ﹂。〓︼
Lt “L。● OxLO≧″一 E﹄0 00
m ﹄。 一E●F一
“‘0¨
∽く“ 00Zて ﹂“OL“日L OZく いっLいっ0 ,
“ ↑0く“卜Z00 口OZくZロトZ︻く 一∽0くO“ コく“っ“ ︵口
2つり0● ●︼
∽卜Z口︼
, ,
Government of Bihar - Rural Works Department OUTPUTANDPERFORMANCEBASEDRIIIIII:IDS
MAINTENANCE CONTRACT BID DOCUMENTS

D3.4.2 Variations and Gradual Compliance with Service Levels

ln order to respect the Contractor's initial mobilization period, compliance with


Ievel criteria stated above for legetation shall not be expected until'initiut
any of the service
.""tir,"oltion f"ri"a i.-"n,
start date. Other limitations to the compliance requirement are:

(a) Use of Herbicides


Use of herbicides is not allowed.

(b) Tree removal


Removal or cutting of trees growing within the road right-of-way
shal onry be undertaken after
approval of the E/l and/or appropriate authority.

D3.4.3 Means used for Assessing Compliance with Service Levels


The height of vegetation, and its clearance above the road surface
and visibility of signs, is part of the
ヽ   ′    ヽ

criteria for the "Road User comfort". They wi be measured at road


sections ."t""t"a-uy tt uur"a
on their visual appearance. The height is measured by using a ruler; "'en
it is defined as the vlrtical
, ´    、

aistance

between the ground and the highest point of the u"g"tutioni.


Clearance is also measured with a ruler or
visibility from a distance of50m.assessed umo.*ui-d.iuing speed; it is
′       ;

defined as the distance betrveen


the lowest point of the tree (or other plant) above the road sirfice
or obstruction ofthe sign.
The average height of vegetation in a one km section wi be equal
to the average of fir,e values
measured in at sections serected by the
、,

Efl. The visibility is measured for any obstructlon of any sign.


    ヽ′   ヽ す    ヽ ノ    ヽ 7   ヽ ブ    ヽ ′    奎 ′    ヽ 口    ゝ ′

lor atlr otte km section ol'roaci. compliance rvilh rhis criterion requires
that the average vegetalron
height measured within the section of one km is belorv the maximum
value stated in the contract or
obstruction to any sign.
D3.5 Shoulders and Stopes(Table3.5.f _ OM200)

The. Contractor is responsible for the maintenance of all embankment and cut slopes
along the roads
sectiorrs included in the contract. In particular he is responsible
for ensuring
tt .tuiT.,'*lt1,ort
deformations and erosions. Nevertheress, the reconstruction and "y'u." to ."tuiring
major irip.or"-"nt,
structures and slope stabiliztion is excluded from the contractor'i
obligations, unless specified
elservhere in the Technical Specifications.
The follorving notes requirements are to be read in conjunction
with the Specifications as stated in
Section V part D and Table D3.5.1

Further to Table D3.5.1, the following requirements are to


be addressed by the contractor:
The shoulder is defined as the area from the edge of the paved
rane to the point to the verge or side
  ヽ r   L ′    ゝ ′   コ ′    ゝ ′    ゝ ′   ヽ ′

drain

(i) Unscaled ShOuldcr Rcpair(OM 201)

器:∬ど1肛 此鶯」 ]躍 洲鷺吉∬器 需 1:



1よ ::欝 1lSI島

舗¶
鸞鐵 舗割 ∬ lI響 il組 e品
棚 』 ∬留 1謂 ctti‰

Section V: Technical Specifications


ξ62
Government of Bihar - Rural Works Department OUTPUT AND PERFORMANCE BASED RURAL ROADS
MA:NTENANCE CONTRACT BID DOCUMENTS

Government of Bihar - Road Construction Department ONG TERⅣ 1 0UTPUT AND


PERFORMANCE BASED
ROAD SSETS
MAINTENANCE CONTRACT
BID DOCUMENTS

>70mm over a continuous significant distance greater then 100m, the Contractor is to
include resheet the shoulder in the Initial Rectification Works

Embankment and Batter Repairs (OM 202)



Repair of isolated embankment and batter damage, including at culvert sites and at 〔

C C 0 0 0 0 0 0 ・
other drainage structures, resulting from scouring, washouts, erosion, of volume
<10m3 at any one site, shall be carried out to reinstate the embankment or batter to its
original profile by means of constructing backfill with embankment quality material as
approved by the E/1.

0 0 0 0 0 ● ● ● ● ● ● 、
● 0 ● ●

Section V: Technical Specifications


Bidder
F]o^nrir'6 f'-6ina6r \v^if'" rri'':':^-
目o場 ¨>〓曰 ●〓 ﹄o> ^ ¨暉 0 0>〓 ヨo●メ
′ ﹄●0目¨ ロ
ト一 ¨o い o﹂ 0●0■”0■一
〇0﹂の 一
口0一
E〓●0卜 ¨
> C03●0∽

∽夕ooヽ
だ′N¨
Q¨

.¨
¨¨
一¨
喘〓
刈一 CO事000∽〓︼

NOい一︲
0∽3に一
目。﹁CO準一

〇OQ∽


“●∽一
一 ヽ′
∩“oで
´  ﹂ o﹂   ∽<
層 じ ξル
屋 塗当 一鰐覗鰤畦い艶梨雇部墨


∽卜⊃0 フ
亀く“ ゛〇一 マイ〇
∽︼ oO だ″
o一
“o∽ ︻
oO一∽ 喘
一 籠配麗¨
●o 一一oo﹂ ∽●︻

ネ麟

︶0●や ¨ ● 一
﹄3∽●0で4
・ ︻Cョ∽一ヽ′ 0一●3﹄
∩ば⊇Σ   ﹄oQ   のく
串∽鋼鉾 釧
っ ¨〓¨
奪 墨
〇〓 や
一¶
〓目¨¨

︺ 0一 C●Or ∽ ∽一
 o﹂o〓一
距ポ藝


配一
く ﹂m“ ︻
00 マ
イ〇
隕四Юいっ〇ェ∽    ∩0日くm∽Z⊃
●日 ¨
ト つOL¨
窮罵.
●げ●“
愛出出一


 ●
o日
●中
一¨
¨
一¨


●∽目 ● ﹄ 吻●g ゛目0日 ﹄︻ヨげ国 ”¨
﹄o〓﹄い︶目0﹁
゛目o>﹄●︶目H 一ヽ︼
目●¨ ﹄OoO︵︻00﹁ ︼
︼︻“﹁目●゛∽

や(参
り一目0日 〓目●0目虫] ﹃目” 一﹄O ョ●
﹁︼ 轟∽ ﹄0﹂ ∽o日〓﹄ 0∽口o﹂の0こ︻●目” ”¨
ヽ ﹄o一¨﹄い︶目●¨一●●>﹄o 目 ぃ
一 属 0 0
や ﹁ 一﹄”﹁目● ∽ ︼. め︹[0︼
い. ´”い

o一つけ一¨●て‘o〓0﹂ o一一C一ε≧′o〓∽ 0﹂“ ∽゛
●oFおこ一 コ0●﹄ ︻
o>0コ oO一ヽ‘ o∽ o〓ト
臓 0 o日 ●0〓E O∽ ﹁.
∽.∽∩


芝口Σ38 a
呂5ユ芝8 8そ畜芝︼く
Σ ∽
? o
“ a
瑾 掘 増 貿﹁8そ g一名﹄理く蔦とお 一製 tだ。
ヽ ン 一種﹄
浮 罵准 ギ 〓
理 o著 拒 o
, ,  3 ン . 地 ヽ
ξttο
ouTPUT AND PERFORMANCE BASED RURAL ROADS
Government of Bihar - Rural Works Oepartment MAINTENANCE CONTRACT BID DOCUMENTS

with Service Levels


D3.5.2 Variations and gradual compliance

︰ 一 I て ↑ C
[nordertorespecttheContractor'sinitialmobilizationperiod,compliancewithanyoftheservice
rectification periodin accordance with Structure
level criteria ro, .rop"-rtuuitif shall be initial
activities

D3.5.3 Procedures fOr lnspection

thc Follllal and infoll:lal inspections ThC CritCria


lc E/1 bascd On visual appearancc The E/1 sha‖
bC
lis not met,thC Onc‐ kilomctcr scCtion in whiCh thC

O C 0 0 0 0 0 0 ヽ0 0 0 ● ● ● ● 0 ● ● ● 。
D4Payme■ I ReductiollS

In accordancc with the rClevant clauses of thC GC,Payment Rcductions are applicd in casc Of non―
cOmplianccヽvith ScⅣ iCe Lcvcl requirements

SI「

靴3鯨 躊器胤嘱鳳 7il∬ ξ ふ‖
∬ 癬ま Ψ 暇謂 1鱒篤:'慨

∫塩Tr譜田
lcvcls


順llttjy撫 躙蕃聯靱 ∫ # L‖

∬せ !::籠llli準 ∫
]官 1ド 語
ulギ ι
::湾lilcF:│よ ;ililil:δ

lill:li:」 11:軍】け
;i[臆
lT鵠
器隠庶器躍:贈 雷蝋 乳i器 耐m“ “ ょ¨■ К e qtlallけ qtllred

W鴇鯖蛸譴 fttCお 鵬T嘱


濯搬寵
業撤li鮒垂
幣On thc quartcrlD7 installmcnt
flnal Rcsponsc Timc may be sublectto a deductiOn

Thc rcsults of cach forrllal inspection of dlC Servicc Lcvcls and othcr pelfo111lance criteria will bC
Ъ c Memorandum will state tllcけ pc and 10CatiOn
se non― complianccs alrcady shoWn in thC Standard
nOnthly statcmcnt For each individual casc of non―
l the Contractor must havc completcd thc neCCSSaγ
l器
necc“ 町 江 血e date ixcd byぬ e EA,or s00■ ■よ鋼 TI£ 留 苺lぶ i濯 乱 冠 蹟∫糧
indccd rcmedicd thc CauSC Of non― compliancc

sttc∝ Ю
∝ヽ
lf at thc datc indicatcd in thc MCmorandum,tllc Conunctor has not rCmcdicd tllc causc for non―
%ぬ CC° mm∝
:器肝凝 芯ど
殿T:ξ 帆∬
」 庶寛 精
棚寵鷺ll計」 :乱
● 0 ● ●

辮柵
鑽 榊 罫 期 榊 蠍 榊Л
口on― ・

Section V: Technical SpecifiGations Page:98 O


Bidder
tr'va.,,tiva tr'noinapr Wn'Lc fti-i"in'

Government of Bihar - Rural Works Department OUTPUT AND PERFORMANCE BASED RU√ 1:iii
MAINTENANCE CONTRACT BID DOCUMENTS

complianceお cOrrec日 .on the successive fourth quarter if the口 onく Omp」 ance is ■01
oorrected, it shall be deemed a breach Of COntnct under Cialtse 59.l of the Celleni
Conditiolls and the Contract sha‖ be temmillated.

Thc calculation Of the inidal amounts of pり mcnt rCduc■ ons,and thc fOll::ula for the[adJustmcnt
over time,is tO bc bascd On thc fo‖ Owing rulcs:

There arc threcけ pCS Of Paymcnt ReduciOns on Ordinav Maintenancc:

(り Paylllent Reductions for non‐ compliance with Road User Sewice COmfOrt Measures and
Durabiliけ (othCr than roughncss)For any road or road sccJOn as spccifled in ScciOn 11 0f this
documcnt(Bid Data Shccり ,thC E/1 may rcducc the quartcrly paymcnt by thc pcrccntagc of non―
complying ki10meters as dctcl‖ fncd by thc PrOJcct Manger cach quartcr Thc pり ment wi‖
thcrefOrc
be thc basic lump sum muLiplied by thc ratio oflengh of complying rOad to tllc tOtal length of thc
nc● vork as dctailed in the f01lo、 ving

(a) Fa‖ urc tO achicve Rcsponsc Timc or statcd quali″

Wherc the Contractor fails tO cOmplctc Ordinav Maintenance works tO thc lntervcntion
CriteHa wlhin the Rcsponsc Timc Or quali,specincd,thc E/1may dcduct monies from

鮒』 螺l[∬11撮榊棚器」Ъ
1場
:鳳 織器 ]∫
tion is shOwn in C5o)(c)bclow DcducJOns win
:

山Cd ThC

    、′   ヽ ′

器1lil:el∬ :1'∬ al)畔 認 :a:∬ :胸 ∬11席 :3:殿 鍵L:∬


'lll管
(b) Action by the E/1in the evcnt OfNon― Compliance in Standard JOb acJvities

Thc results of cach f011ilal inspcctiOn of thc site and Othcr pcrfollllanCC Criteria will be

∬麗t描 器∬ ∫

I壺翻‰lT沐 器″惚c咄 臨肥駆
:繁
II‖
part Of Maintcnancc COlllpliance Program Shcct
:

ffe糧
)

::師 i鯉

:楓 ξ
?t濯 裾忠:結 鳳糠鷺理:露I∬ ギ
羅 留
l器毬 :
)
A follow up sitc宙 sitshallbearrangcdilthCdati」
諄 y tllC E/11n order tO vcH取 tllat
the COntractor has remcdied the causc Of [】 l:よ
)
lf the COntra∝ Or has not rcmedicd dlc causc fOr nOn― cOmpliancc at tllc datc Of thc flnal
m J ttC“ 郎
m」 nけ Hm
)
馴lttl肌 黒 itⅧ:譜路rⅧよ “
)
=:棘
No dcductiOns will bc lcvicd On thc cOntractor for failurc tO ttlly mect the maintcnancc

)

当鑑潔潤
1:ili驚

)・
II響 !鯨
lf鶴

OViSlOnS
llilllll11甘ll驚 躍

(C) Method for Paymcnt DeductiOn


  ン

For.the purpose of establishing cause for a payment deduction for non-compliance,


each road is
  D

evaluated between kilometre stones. If kirometre stones have not been


erected, a datum is
established by the E/I from which even kilometre distances are measured.
The minimum for
non-compliance is one (r) kirometer measured. The minimum measurement
for non-compliance
is Onc(1)kilomctrc

Section V: Technical Specifications


Page:99
['.re..rtivc f'noincer [v^FL. niwi.inn
ダダθ
Government of Bihar - Rural Works Department OUTPUT AND PERFORMANCE BASED RURAL ROADS
MA:NTENANCE CONTRACT BID DOCUMENTS


︶          ●      ︰       r t
([〕

〔)


0
G
C・

0
0
0
0
0
PART 3 0
CONDIT10NS OF CONTRACT AND CONTRACT FORMS ●










ヽ /

Section v: Technical Specifi cations Pago1003


Government of Bihar - Rural Works Department
ξξ>
OUTPUT AND PERFORMANCE BASED RURAL ROADS
MAINTENANCE CONTRACT BID DOCuMENTS

SECT10N VI

GENERAL CONDITIONS(GC)

)

)


)

)・
)

)
)
)
)

SectiOn vi:General conditiOn(GC)


Page:101
玉ゞι
Rural Works Department
OUTPUT AND PERFORMANCE BASED RURAL ROAD
Government of Bihar - MAINTENANCE CONTRACT BID DOCUMENTS

Section ―VI
(い norni rondifinns rrl`1、


A. Contract and Interpretation
I .Definitions r‐

2. lnterpretation
3. Documents Forming the Contract (‐ :

O 舎 O O O O O ・
4. Language and Law
5. Notices
6. Settlement of DisPutes

B, Assignment of Responsibilities
7. ScoPe of Works and Services
8. Design ResPonsibilitY
9. CoPYright
10. Start Date and ComPletion
I l. Contractor's Responsibilities
12. Subcontracting
13. Assignment of Contract

0 0 0 0 0 ● ● ● ● ● ● .
t-1. E/l's ticsPonsib ilit ies
15. Confidential Information

C. Execution of Works and Services


16. Representatives
17. Work Program
I 8. Execution of Works
19- Staff and Labor
20. Test and InsPection
21. Initial Rectification including surface renelval Works
22. Minor ImProvement Works
23. Ordinary Maintenance Services
24. Performance Standards
25. Contractor's Self-Controt of Quality and Safety
26. Environmental and Safety Requirements
27. Work Orders for Emergency Works
28. Taking Over Procedures
29. EmergencY Works
30. Quality of materials usedby Contractor
31. Signalling and demarcation of work zones and bypasses
● ● ● ● ⇒

D. Allocation of Risks
32. E/I's Risks
33. Contractor's Risks
34. Loss ofor Damage to Property; Accident or Injury
to Workers; Indemnification
35. Insurance
36. Unforeseen Conditions
37. Change in Laws and Regulations

W/ げ

Section V: Technical Specifications Page:f0zo


ξξダ
ouTPuT AND PERFORMANCE BASED RURAL ROADS
Government of Bihar - Rural Works Department MAINTENANCE CONTRACT BID DOCUMENTS

38. Force Majeure

E. Guarantees and Liabilities


39. Completion Time Guarantee and Liability
40. Performance Guarantee and Liabiliry
4l - Defect LiabilitY
42. Limitation of LiabilitY
+i. I-iuUifiry for Damagesihrough Traffic Accidents and Trafftc lnterruptions

F. Payment
44. Contract Price
45. Advance Payment
46. Schedule of Prices
47. Measurement
48. Price Adjustments
49. Monthly Statements and Payments
50. Payments
51. Retention and Reductions.
52. Tares and Duties
53. Securities
54. Cenificate of ComPletiorr
55. Final Statement
56. Discharge
j7. .\s Built Dra-witrgs anrl liartuais

G Remedies

58. SusPension
59, Termination.

H. Provisional Sum
60. Provisional Sum
61. Use ofProvisional Sum for EmergencyWorks
リ 62. Use ofProvisional Sum for Contingencies


Change in Contract Elements
ヽ 63.Change in Assignments to Contractor
64.Extension Time for ComPletion
) 65.Release from Performance
66.lnspection and Audits
) 67.Comrpt and Fraudulant Practices

3`

  う

Section V: Technical Specifi cations


Government of Bihar - Rural Works Department OUTPUT AND PERFORMANCE BASED
3Sキ
RURAL ROADS
]I{AINTENANCE CONTMCT BID DOCUMENTS

A. CONTRACT AND INTERPRETATION


I.Derlnitions LI Boldface type is used to identifo defined
terms.
Schedule of prices means the priced and completed
Schedule of prices
forming part ofthe Contractor,s Bid.

The Certificate of Completiol is a document issued


by the E/l upon
completion of Initial Rectification Works including
surfaJe renewal, and
Works, or parts thereof, as applicabll, in accorOance
!1e1qencV with

● ● 0 0 0 0 0 0 0 0 0
GC 54.1

The Completion Date is the date of completion of


the Services and
Works as certified by the E/1, in accordance with Sub_Clause
10.2.
The Contract is the Contract between the E/l and the Contractor
to
perform the services to be provided by the Contractor,
and to execute,
complete, and maintain the Works. It consists of the documents
listed
in Clause 3 below.

The- Contractor is a person or corporate body who,s Bid to carry out


the Works and Services has been accepted by the E/1.

The Contractor's Bid is the completed bidding document submitted


by the Contractor to the E/I.

fhe C^rrutract Price is the price stated in the Letter of Accepta;rce aird


thereafter as adjusted in accordance with the provisions ofthe Contract.

Days are calendar days; months are calendar months.

0 0 ● ● ● ● ● ● ● ● ●ヽ● ●
A Defect is any part of the Works and Services not completed in
accordance with the Contract.

The Defects Liability Certificate is the certificate issued by E/l


upon
correction ofdefects by the Contractor.

The Defects Liability Period is the period specified in the Conrract


and is applicable for Surface renewal Works (integrated with Initial
rectification works), with exclusions identified in the pC, ifany.

Drawings include calculations and other information provided by the


Contractor for the execution of the Contract.

Emergency Works is a set of necessary and sufficient activities to


reinstate the Road and reconstruct its structure or right of way strip
damaged as a result of natural phenomena witlh imponderable
consequences, such as strong storms, flooding and earthquakes.
The
need.for execution of Emergency Works is jointly identifiej by the Efl
and the Contractor and for starting of execution ofEmergency Works the
E/I shall issue a Work Order.

The E/I is the party who employs the Contractor to carry out the Works
and Services. Executive Engineer ofthe conc€med Works

ゞ 酵 〆
Page:10輝 ラ
Bidder Section V: Technical Specifications
ξ

三二3
Government of Bihar - Rural Works Depaitment OUTPUT AND PERFORMANCE BASED RURAL ROADS
MAINTENANCE CONTRACT BID DOCUMENTS

Division is the Employer.

Equipment is the Contractor's machinery and vehicles brought


temporarily to the Site to construct the Works and to carry out the
Services.

Surface renewal Works (integrated with Initial rectification works)


are specific and clearly defined civil rvorks the Contractor is required
to carry out under the conditions of the Contract, as defined in the
Specifications. Surface renewal Works quantities were estimated by the
Contractor to achieve the performance standards defined by the Service
Levels and offered at a Lump-Sum price.

Initial Rectification Works consist of additional rectification works


required in the initial stage of the Contract to allow the Contractor to
bring the road up to the required Service Level Criteria.

The Intended Completion Date is the date on which it is intended that


the Contractor shall complete the Works and Services. The Intended
Completion Date is specified in the Particular Conditions (pC). The
Intended Completion Date may be revised only by the Engineer-in-
charge b.v issuing an extension oftime.

Materials are all supplies, including consumables, used by the


C!,rire:lor' fcr irrcorpolaiion in the Works and fur. provision of
、′     ヽ ′     、 ′

Services.

Engincer -in- charge is the Executive Engineer of the concemed


Works Division.

Road means the road or netrvork of roads for rvhich the Works and
Services are contracted under the Contract.

) The Road Management Office is the location indicated by the


Contractor from which the Road Manager operates, and where the
) Contractor shall receive noticeVcommunications/correspondences.

) The Road Manager is a person appointed by the Contractor who is in


charge of managing all activities of the Contractor under the Contract.
) He is also the Contractor's Representative for the purposes of this
contract,
)
Services means all interventions on the Road under the Contract and
)
all activities related to the management and evaluation of the Road
)
which shall be carried out by the Contractor in order to achieve and
keep the Road Performance Standards as defined by the Service
)、 Levels, and to receive full payment of the qiilirt6tly fee under the
contract
)
Service Levels are the minimum performance standards for the level of
) qualiry of conditions ofthe Road defined in the Specifications which the

Contractor shall comply with.


  D

じ ィ
Section V: Technical Specifications Page:104
OUTPUT AND PERFORMANCE BASED R:11[「 ,2,Is
Government of Bihar - Rural Works Department MAINTENANCE CONTRACT BID DOCUMENTS

Thc Site is thc arca dcflned as such in thc Particular Conditions OfContract
(PC)
Site lnvestigatioll RcPortS arc thosc that were included in thc bidding
documcnts and arc factual and interprctativc rcports about thc surface

and subsurface conditions at thc Sitc

Thc Start Date is the dae when thc Contractor has started the physical
execution ofthc Works and ScⅣ ices on thc Stc lt docs nOt nccessaHly 〈
coincidc、 vith any ofthe Sitc Posscssion Datcs

A Subcolltractor is a person or corporatc body、 vho has a contractual


C
agrccment wtth thc Contractor to carv out ccrain acJvLics rclated to Ci
thc scⅣ iccs to bc pro宙 ded undcr thc contract,which may includc work f:
on thc Sitc

Speciications means the Specincations of the Works and Scwiccs O


hchdcd h thc Conract and any modincatbn or add面 on madc or O
approvcd by thc E/1
A Varia● on k an hstruc■ on」 vcn by thC E/1whth varLs ic Works or o
SeⅣ lces
O
器淵訛
lLW篇 器tl鮮 lt認 呪 留』lin:∬輛冒乱
Ci∫
:」 ○
Works hchdhg surfacc rcncwJ Works,and Emcrgcncy Works

n薫
脂ま£ 鳳零 蝋 鷺濯鷲l服 1:n77111:が ,; ё
hcreunder
O
ほon21h hぃ ∝
2 1ttcrp“

ingぬ SC Gm∝Jn躯
PIural, malc also means fcr ltmel■ を vtttsrShe艦 ょ 6
臨 碁
C冨
漑縄 iボ 喘crttemaぷ ∬
r懇 anttu寧

provdc hstnlc■ ons chHヶ hg quc● cs abott hesc Gcncrd CondⅡ ons
0e
GC)


The documents forming the Contract shall be intcrprctcd in thc .
3. Documents
following order of priority:
Forming the
Contract
(l) Agreement, ●
31
(2) LetterofAcceptance,
(3) Contractor's Bid, ●
(4) Particular Conditions (PC), ●
(5) General Conditions (GC), ●
(6) Specifications,
(7) Drawings, O
(8) Schedule ofPrices, and ?
(9) Any other document listed in the PC as forming part ofthe rl

/2
(10) Any other document listed in forming a part of contract document -
o


Section V: Technical Specifi cations
Government of Bihar
ξノ

- Rural Works Department OUTPUT AND PERFORMANCE BASED RURAL ROADS
MAINTENANCE CONTRACT BID DOCuMENTS

4. Language and 4 1 Thc languagc Of the COntract and the la、


Law v gOvcming thc cOntract arc
stated in thc Pc

5. Notices 5 1 unless Otllcnvise statcd in the (

1飛 11壽::│』 よ
ll認 l糧 │

pa● y SCt Outin thc Pc,wlh the fc

5 1 l Any noticc scnt by fax Or E―


0 days a■ ∝dspttch by場 mail shali be cOnfl‖ lled within●
v0

courier,exccpt as Othcnvise ∬淵11h:蝋盟1° r spCdJ


2:ly』 ty現
'● 変 :淵よ 「モ 酬 鸞 認職凛iΨ 癬冗』
ヽ′´

dclivcrcd tcn(lo)days a■
  ヽD´

(
dispatch, it shali bc sufnc
  ヽ

containing such nOtice was


1一  ︰   、フ  1

convcyed tO thc postal a


transmissiOn by ai111lai1 0r special cOurier

5 1 3′ へn)nOtiCC dclivcrcd perscnaliン


しr scnt by fax O「

E― mail shallし c
dcemed tO have bccn dc‖ vcred On datc Ofits dispatch

i■ 4肌
ヽノ

融£
鑑rtti∬ 批crn::還 ,byL表 131ぉ1総 ∬

り   ヽ

thc Other paゥ in writing


り   ゝ ″  ヽ

52 N“ ∝ s血 訓 樋 d∝ mdゎ
instructiOns,Ordcrs and ccrtiflcatcs tc `
蹴 lcl■ d∬躍 社 t』 l"籠
53 ThcCOntractOrshallprOvideat itsOI:さ
ヨ   b ″  ・

pcl:llanently duHng thc duratiOn of r


:l[lil:∬ :I::Lttill:llll:

酬31httll∫ 器1肥 盤:I譜 跳轟息3mm and oJ


,, , , D D ン う , , ヽ

(a)bc● vecn the Road Managerand hお scniOr ield stat

(b)be“ cen thc E/1and thc Road Managct

(C) bc● vccn thc public tclcphOnc systcm and thc Road Managct

tl嶽乳請瑞ごmd m」 nd"占 “
鰍蟹 h“
. レ

ip」
"詭
54
ContractOr must cOmmunicatc tO
llding thc pOstal,fax alld E―
mail
this cOnttt is callcd thc ROad

酬r肥 1盤 ::犠][1肥 蝸鮮I:壌鮒硼机譜瑠 1 the Road


:『

Section V: Technical Specifications


Page:107
三ゞ0
Government of Bihar - Rural Works Department OUTPUT AND PERFORMANCE BASED RURAL ROAr
MA:NTENANCE CONTRACT BID DOCUMENTS

lf the Contractor fails to communicate the address of his Road


Management Office, and the E/t is otherwise unable to locate the Road
Manager, all notifications to the Contractor shall be valid if a copy is
sent to the Contractor's legal address.

6. Settlement of 6.t.1 If any dispute or difference of any kind what-so-ever shall arises in
Disputes connection with or arising out of this Contract or the execution of
Works or maintenance of the works there under, whether before its
commencement or during the progress of work or after the
termination, abandonment or breach of the Contract, it shall be ρ
referred to Empowered Standing Committee which will consist of:
I. One official member, Chairman of the Standing Empowered O
Committee, not below the rank of Additional Secretary to the State O
Govemment;
II. One official member in the rank of Engineering-in-Chief; and 傷
III. One official member in the rank of Chief Engineer as indicated in 0
particular conditions of contract.
in respect of every matter, so referred shall, subject to
Such decision 0
review as hereinafter provided, be final and binding upon the

contractor.
In case, the works is already in progress, the contractor shall proceed e
with the execution of the rvorks, including maintenance thereof,
pending receipts of the decision of the competent authority "within 45
0
days of arising the dispute or difference" as aforesaid with all the 0
diligence. 0
6.t.2The Contractor and the E/l rvill be entitled to present their case in 0
writing duly supported by documents. If so requested, the Standing ●
Empowered Committee "rvithin 90 days of decision of the competent
authority" may allow one opportunity to the Contractor and the EA for ●
oral arguments for a specified period. The Empowered Committee

shall give its decision within a period of90 (ninety days) from the date
of appeal, failing which the contractor can approach the appropriate ●
court for the resolution ofthe dispute.
6.1.3 The decision of the Standing Empowered Committee will be binding ●
on the E/I for payment of claims up to 5% (five percent) of the Initial ●
Contract Price. The Contractor can accept and receive payment after
signing as "in full and final seftlement of all claims". If he does not ●
accept the decision, he is not barred from approaching the courts.

Similarly, if the E/I does not accept the decision of the Standing
Empowered Committee above the limit of 5% (five percent) of the 0
Initial Contract Price, he will be free to approach the courts

Section V: Technical Specifications Page:1″


Bidder
Government o, Bihar - Rural Works Department OUTPUT AND PERFORMANCE BASED RURAL ROADS
c4‐ 7
MAINTENANCE CONTRACT BID DOCUMENTS

applicable under the law.


6 1.4 All disputes or differences arising out of this contract shall be settled/raised in/
rvithin jurisdiction of Hon'ble patna High Court and/or subordinate courts within
rhe
jurisdiction of Hon'ble Patna High Court only.
6.2 Arbitration
6.2.1 In view of the provision of the clause 6.1 on Dispute Redressal
System, it is the condition of the Contract that there will be no
arbitration for the settlement ofany dispute between the parties.

ASSIGNMENT OF RESPONSIBILITIES
7.1 Unless otherwise expressly limited in the Specifications, the
7. Scope of Works Contractor's obligations cover the Design, the carrying out of all
and Services Works and the performance of all Services required for keeping the
Road in accordance ivith the Service Levels defined in the
Specifications, while at the same time respecting the plans,
procedures, specifications, drau.ings, codes and any other documents
ヽ ´ 

as identified in the Specifications. Such specifications include, but


are not limited to, the provision of supervision and engineering
1     1ノ   ヽ り

services; the supply of labor, materials, equipment; Contractor,i


Equipment; construction utilities and supplies; temporary materials,


structures and facilities; transportation (including, without Iimitation,
unloading and hauling to. from and at the Site); and storage, except
for those supp!ies, rrcrlts arr.l serurccs that tvill be piovrdec! or
  ヽ

performed by the E/1, if any, as set forth in the corresponding


D︼

Specifications.
)
7.2 The Contractor shall, unless specifically excluded in the Contract,
) perform all such rvork, services and/or supply all such items and
materials not specificalll, rnentioned in the Contract but that can be
reasonably inferred from the Contract as being required for attaining
the Performance Standards (as specified in Clausi 24 of GC) as f,
) such work, services and/or items and materials were expressly
) mentioned in the Conlract
8. Design
Responsibility 8.1
) The Contractor shall be responsible for the design and programming
B. of the Works and Services, and for the accuracy and completeness oi
ヽ the information used for that design and programming in accordance
with the requirements established in the Specifications.
)

) 8.2 Specifications and Drawings

) 8.2.1 The Contractor shall execute the basic and detailed design and the engineering
work in compliance with the provisions of the contracGnd the Spec-ificationi,
)・ or where not so specified in accordance with good engineering practice.
>  

The contractor sharr be responsible for any discrepan-cies, enors or omissions


in
he specification drawings and other technical documents that it has prepared
whether

such specifications, drawings and other documents have been approvej


by EA or not
 D  D  

provided at such discrepancies, enors or omissions are not becauie


of inaccurate
information fumished in writing to the contractor by or on behalfofE/I

ス ′
  ク

暖 必 ギ Section Ч 酵 ノ
V: Technical Speci■ cations
∫″
Government of Bihar - Rural Works Department OUTPUT AND PERFORMANCE BASED RURAL ROADS
MAINTENANCE CONTRACT BID 00CUMENTS

´
i C C C O D e 0 0 o ・
o o o 0 0 ● ● ● ● ● ● ● ● ヽ● ● 尋 9 0 ●

ヾ y ぃヾざ レ
54‐ フ
Government of Bihar - Rural Worts Depadment OUTPUT AND PERFORMANCE BASED RURAL ROADS
MA:NTENANCE CONTRACT BID DOCUMENTS

8.2.2 he Contractor shall be entitled todisclaim responsibility For any


design, dat4 drawing, specification or other document. or anv
modification thereof, provided or designated by, or on behalf
o{ the E/1, by giving a notice ofsuch disclaimer to the E/t.
83 Codes and Standards

Wherever references are made in the Contract to codes and standards


in accordance with which the Contract shall be executed, the edition
or the revised version of such codes and standards current at the date
twenty-eight (28) days prior to date of bid submission shall apply
unless otherwise specified. During Contract execution, any ctrangei
in such codes and standards shall be applied after approval Ly the
E/l
and shall be rreated in accordance with GC Clause 6i.
84 Approval./Review of Technical Documents by E/l

8.4.1 For those Works specified in the pC, the Contractor shall
prepare (or cause its Subcontractors to prepare) and fumish
to
the E/lthe documents listed in the Speiifications (List of
Documents lor Approval or Review) lor its approval or revie*.

Unless otherwise specified in the pC, the Contractor shall not


. be required to submit for the E/I,s approval the Design or
other
technical documents conceming the Ordinan. M-aint",,ance
ヽ、′¨

Services remunerated through quarterly lump- slm payments.


    ,′    、.

Any part of the Works covered by or related to the documents


to be approved by the E/I shall be executed only after the Efl,s
approval thereof.

´

GC Sub-Clauses 8.4.2 tkough g.4.7 shall apply only to those


,
documents requiring the E/I,s approval, tri not- to those
) fumished to the E/l for his information or review only.

) 8.4.2 Within fourteen (14) days after receipt by the E/l of any
document requiring the E/I,s approval in actordance with
GC
) Sub-Clause 8.4.1, the E/I shall either retum one copy thereofto
the Contractor with its approval endorsed thereon or shall
)
notifu the Contractor in writing of its disapproval thereof and
)
the reasons therefore and the modificaiions that the E/I
proposes.
)
Ifthe E/I fails to take such action within the said fourteen (14)
) days, then the said document shall be deemed to have
been
approved by the M.
)・

8.4.3 The Engineer shall not disapprove any document, except


on
) the grounds that the document does noico-ply *iih ,ome

)
I -..2 iL Q ,t

lpUr
1 Bidder Section v: Technical Specifications
s/l- page:110
夕牛ι
Rural Works Department OUTPUT AND PERFORMANCE BASED RURAL ROAび
Govemment of Bihar - IⅥ A:NTENANCE CONTRACT BID DOCUIⅥ ENTS

specified provision of the Contract or that it is contrary to


good engineering Practice.

8.4.4 If the E/t disapproves the document, the Contractor shall


modifo the document and resubmit it lor the E/['s approval in
,""o.Jun"" with GC Sub-Clause 8.4.2. If the E/l approves the
document subject to modification(s), the Contractor shall make

● C C O 0 0 0 0 0 0 ・0 0 0 0 ● ● ● ● ● ● ● 0
the required modification(s), whereupon the document shall be
deemed to have been aPProved.

8.4.5 If any dispute or difference occurs between the E/l and the
Contiactoi in connection with or arising out of the disapproval
by the E{ of any document and/or any modification(s) thereto
that cannot be settled between the parties within a reasonable
period, then such dispute or difference may be referred to the
-Empo*ered
Standing Committee for decision in accordance
with GC Sub-Clause
6.1 hereof. If such dispute or difference is referred to the
Empowered Standing Committee, the E/l shall give instructions
as to whether and if so, horv, performance of the Contract is to
proceed. The Contractor shall proceed with the. Contract in
accordance with the E/I's instructions, provided that if the
. Emporvered Standing Committee upholCs the Contrector's view
on ih" di.put" and ir *re Efl has not given notice under GC
Sub-Clausi 6.1.5 hereof, then the Contractor shall be
reimbursed by the E/l for any additional costs incurred by
reason of such instructions and shall be relieved of such
responsibility or liability in connection with the dispute and the
of the instructions as the Emporvered Standing
"*ecution
Commi$ee shall decide, and the Time lor Completion shall be
extended accordinglY.

8.4.6 The E/I's approval, witl or without modification of the


document furnished by the Contractor, shall not relieve the
Contractor of any responsibility or liability imposed upon it by
any provisions of the Contract except to the extent that any
.ut."qu"r,t failure results from modifications required by the
Bfi.

8.4.7 The Contractor shall not depart from any approved document
unless the Contractor has firit submitted to the E/l an amended
document and obtained the E/I's approval thereof, pursuant
to
the provisions of this GC Sub-Clause 8'4'

If the E/I requests any change in any already approved


●、● ● ●

document and/or in any document based thereon' the


provisions ofGC Clause 63.2 shall apply to such request'

Section V: Technical Specifications


Govemment of Bihar _ Rural Works
Oepartment
ダ ダ
OUTPUT AND PERFORMANCE BASED RURAL ROADS
MAINTENANcE CoNTRACT BID DOcuMENTs

9. Copyright

10. Start Date and


Completion
ヽ   一     、 ′
´    ヽ

11. Contractor's
Responsibilities

、,    ヽノ   ヽ ノ   >
ヽj
′ ヽ ´










ヽ 膚

一︱

Section V: Technical Specifications


Page:112
ク チ
ouTPUT AND PERFORMANCE BASED RURAL ROADS
Government of Bihar - Rural Works Department IMA:NTENANCE CONTRACT BID DOCUMENTS

n"T tl:^Ylt',"j:"" "'


expenses of whatever nature arising or resulting
,,"r't"*.bytheContractor-o.it.personnel,includinE.the
to GC Sub-
prejudice
SuU"onit*totJ una their personnel' but without
Clause l4 l hereof'

activi under the Contract may be subcontracted only


12.Subcontractingl2.lTheContractormaysubcontractactivitieslistedinthePC.Anyother
when

t ● ● 〓
'p,'"J"a-U,-ttt"E/lS'bto't""tinpshallnotaltertheContraclor's
th' f'o'n unv liabiritv or obligation
"bi;;;'"';;;";;;"
#;;;a;;i'";iandheshallberesponsiblelortheacts'defaulsand
'";;"tJ'
ncglects of any Subconlractor' his agents'
servants or workmen as
^
f"fi" lf tn"v were the acts' defaults or neglects of the Conh-actor'
"t servants or workmen'
his agents,

C C O O C G ・
13. Assignment of
Contract

0 欅 O e e o o ● ● ● ● ●
14.E/1's
Responsibilities
軽 鱗網蠍
ft戴1鐵11∫ 撤籠
Contract
SI囃

● .● ●

Section V: Technical SPecmcations


Bidder
Government of Bihar
g43
- Rural Works Department
OUTPUT AND PERFORMANCE BASED RURAL ROADS
MAINTENANcE CONTRACT BID DOCUMENTS

Thc[ソ I sha‖ be rcspOnsible fOr the cOntinucd Opcration Of the Road


a■ crCOmpietiOn,in accOrdancc with GC Sub_clausc 28,and shall be

spOnJЫ e tr銅 L“ ng tte ttrantce■ ⇒ぉ
く r ttc Road,h
accordancc with cc sub― clausc

憫 懺 屹
螂 牌
Guarantcc Tcsts,in accOrdancc、
15. Confidential
鸞 驚v 難 ]辟
Information 15 1 The E/1 and thc contractor shal
withOut thc wri■en cOnscnt Of th
14.5
third Paゥ any dOCumcnts,data。 1

靴1lξ 盤品驚ぶ

ヽ プ  ヽ

llatth:
, ´  ヽ ´  ヽ′    ヽ ´

ContractOr may mm、 ht。 ■


s su,cOntr¨ tOrKs)Such documcnts,dtta

盤lit:nt富総凛° rk瀾 ∬脂:鼎顧 蹴苫


q‖

鮒 吼よ ulalu‖ )∬
蹴辮 in患 謂蹄 1卜 7ビ ‖冒管 5
  ヽヨ   ヽ

=盤
152 Thc E/1 shan nOt use such dOcuments, data and Othcr inf0111lation
1′  ヽブ   ヽア   ヽ′  

i]illlill脊 [1lil争 卜 lrI18‖」


any purposc Othcr than thc dcsign,
#予

Fol:〔 latiOn
prOcurcment Of Plant and
1獣 llFl『l::
rcceived frOm thc E/1 fOr

Equipment,00niruc10n Or such予 Orks and seⅣ


iccs as arc requ■ cd
for the perfollllanCe ofthe COntract
ヽ′

15 3 Thc ObligatiOn Of a parサ undcr GC Sub_Clauscs 15 1 and 15 2 abo

ぷⅧ 淵器∬ま
L縄 1ょ 冊問

胤ギ:u♪ "加 lJ

l牌

O乳盟朧 鴫蹴

w辟
]TT織∬,1棚
 D  

or indircctly,frOm thc Othcr p:


)Othcrwise lawilly becOmcs availablc tO that parサ fbm a third


  D

pary that has no ObligatiOn ofcOnfldentiali燿


“ /

15 4 Thc abOvc pЮ 宙 JOns Ofぬ L GCょ ll魂


mOdiケ any undcrtaking Of cOllid lし


穂 ノ ギ tl∬ :fI脳
  D

Parties hcretO priOr tO thc date of the COntractin respect Ofthe WOrks
and Serviccs Or any partthercO■

15 5 Thc prOvisions Of this GC CIausc 15 shall surv市


c tel‖ 」nation,fOr whatcvcr


reason ofcOntract

Bidder Section V: Technical Specifi cations


Page:114
f峯 2
ouTPUT AND PERFORMANCE BASED RURAL ROAq「
Government of Bihar - Rural Works Department lMAlNTENANCE CONTRACT BID DOCUMENTS

C. EXECUTION OF WORKS AND


SERVICES

16. I Engineer-in-charge

c c c o e o o c o ・
16. Representatives
as.the E/l at all times
The Engineer-in-charge shall represent.and act
;;;i; A" period
' oflhe Contract' All notices' instructions' orders'
under the
certificates, approvals and all other communications
con*...t.utt.u"givenbytheEngineer-in-charge,exceptasherein
otherwise Provided.

16.2 Road Manager


then the
16.2.1 lf the Road Manager is not named in the Contract'
Manager before the Start
Contractor shall aipoint the Road
the person
Date and shall request the E/I in writing to
approve
to the-appointment
so appointed lftlle E/I makes no objection
rvithin fourteen (14) days, the Road Munug"t shall be deemed
to have been appto'ed' tf the E/I objects to the-appointment
the reason thL-ref'lre' iller.i the

0 0 0 0 ● ● ● ● ● ● ● ● ● ・●
riih:n lcurlectr (11;'Jiis giring
fourteen (14)
Contractor shall appoint i '"piut"t"nt within
provisions of this CC
days of such oU.j""iion, and the foregoing
Sub-Clause 16'2 1 shall apply thereto'
for-the Contractor at
16-2.2The Road Manager shall represent and act
give to the
all times duringihe period of the Contract and shall
and all
E/l all the Contractor's notices' advices' information
other communications under the Contract'
The Road Manager
of the works
shall be in charge of the day-to-day management
on behalf of the
and services to be provided under the contract
faculties to take
Contractor, and shall have legal and all other
of the contract'
all necessary decisions related to the execution

All notices, instructions, information and all


other
communications given
-given
by the E/l to the Contractor under the
Contract shall be ro the Road Manager or' in its absence'
its dePuty. except as herein otherwise provided'
of the Road
The Contractor shall not revoke the appointment
consen! which shall
Manager without the E/I's prior written
the
not be unreasonably withheid' If the E/l consents thereto'
Contractor shall appoint some other person^
as the Road

Manager, pursuant to the procedure set out in GC Sub-


Section V: Technical Specifi cations


Bidder
Government of Bihar _ Rural
Works Department
酔 ノ
OUTPUT AND PERFORMANCE BASED RURAL ROAD:
_」竺
AlNTENANCE CoNTRACT BID DOcuMENTs

Ciausc 16 2 1

1623尉 alTCt」
iiloj∬
lili:l落 eft::I誰
rCvokcd at any time ´

電 │

燒ilttt鳳 ∫
蟹肌Π
authOritics thcrcby dclc〔

盤 ξ
竃譜J″
tttlC:t:雪
by thc Road Manager
tttClplilttL紺 1lil」
16 2 4 From the start Datc unti
supervisc a‖ work anく
ContractOr and sha‖ bc
Working hOurs cxcept l
rcasOns cOnnectcd wiJ
Contract wllcnever the l
a suitablc pcrsOll sha‖ bc

16251` hc El lliay b) r10tic,


、,′     、 ノ     ヽ ジ

reprcscntativc Or persOn
executiOn Ofthc cOntract、

lllり bchavc inapprOpHatel


may cOmmi a sc五 〇us br
undcr the Spccincations l
うヨ  ヽ ′  ヽ ′  コ イ  ヨ

samc,whereupon the COnt


tllc sitc

16%I]詳 pTl鑑
∬ 轟

ContractOr sha‖ , whcrc
PIq]髄
rcplacement IStti:CIIIli:
17, Work program
″  3 ″  ヨ ″  ・

17 1 COntractOr's organizatiOn

繕[警飾掛聾就
D ″  ヽ 口  ヽ ′  ヽ ′  ゝ ′  ■

町躙 顎‖
皆 出 譜gttcb島 ]d mc cmtracЮ ぃ
I魔「
n輛 Jng Ofany rc宙 Jon Or aLniOn llall
Of
∬認 乳 1鶏跡 i肝 』 肝
17 2 Program ofPcrfOHllancc

灘静操鵠
itti瓢 場
i輛野翼融 1:鼎

Section V: Technical Specifications


Page:,
∫争 。

Government of Bihar - Rural Works Department "JIYJ+t?13[:'.xstI:"'3f 8",:uffi".+3*'

ふ∬
驚 朧鰤
ま薯 淵駆 器凛
謂鸞
軸囃聴
夢 喘醐
翼離
譜 i膿 tf¶

f r O C 0

h rcviS10nS tO the E/1

17 3 ProgreSS Rcport

0 e e 0 0 ・
in acCOrdance、 vith the SpeciflCatiOns

17 4 ProgeSS OfExecⅢ iOn

給襴 1瀞
the E/1 a rcViSCd Proglam,

o o o ● ● ● ● ●
ci「 コ
●instanCes,and Shali notiら

冨鮒品∫ 鷺λ ttslcttf
undcr 『
GC Sub― Clause 10 2,alll
Clause 64, or any extendC
Sub―
upOn bc● vecn thC E/1 and thc COntractor

175 VOrk Procedures


The COntract Shall bC CXCCutcd in acCOrdancc With thC COntraCt


Doculllents and tllC procedureS givcn in thC SpcCiflCatiOlls

Setting Out/SuPervisior/ Labor


18.Execution of for the true
The Contractor shall be responsible
● ● ● .
WorkS l8.l.l Bench Mark' in relation to tench
and proper setting-out of the Works
181 *id, ,!i",*"" tiars *a lines provided to it in witing by
or on behalf ofthe E/l'
execution of the Works'
It at any time during the progress of
● ●、● ● 等

or atignment of the
il;;;l ;ill ;p"ui in tti" p"o'ition' level
notiry the E/I of such
Works, the Conractor stratl'forthwith
rectifo such error to
error and, at its own expense' immediately
err-or-is based on
;i;;;;[ satisfaction of the Efl' [f such
behalfofthe E/I' the
i."..r"", a"o pt"vided in writing by or on by the E/l'
.-p""." thesame si'ali be bome
"i*irrying



PagJ・
Section V: TeGhnical Specifications
Bidder
Government of Bihar
- Rural Works Department
OUTPUT AND PERFORMANCE BASED籠
MAINTENANCE CONTRACT BID Dbこ 7.
こMillζ

1812 Cο ″′
″ ο′
α t supe″ おた
a‖ ncccssary supewisi
and thc Road Managel
providc ftl‖ _time super
y °nly tcchnical pcrsOnncl 、
vhO are
:Iil[∫ “IIfe』ltrll:1°
cd in thcir rcspcctivc callings and
supcr17isOw stafF whO arc cOmpctcnt tO adequatcly supcrvise
tllc wOrk at hand

18 2 COntractOr's Equipment

1821留
Ltlllli:l:皇 『T

tllc exccution Ofthc cor
thc samc frOm tlle sitc w

18 2 2 Unlcss Othen″ isc spccif(


the WOrks and scwiccs,
Sitc aII Equipment brOug
aW Sulplus materials rcll

182 3 Thc E/1 will, if requested, usc its best endcavOurs tO assist the

′ ―


織聰 響
懲鮎稚
exccutiOn ofthc contract
FaCt that is n0 10nger rcquircd fOr the

18 3 sic RcgulatiOns and safc″


,

) 鵬難 i欄樹 l雌 認瀑織 漑 TT蹄 紺


Iw麗1遮
eM¬ 颯 wh山 叩
) 路 淵 器 臨・
「 「
"J

)

)
珊 絲 職 部1饒践
職 愚響
18 4 Access tO sitc fOr Other COntractOrs

ヨ 博
41確
) £
出棚肌‖
the sitc
器。rttl″ :罵 T乱 :急 i諄
) 18 5 Sitc clcarancc
)
1851撫 ′
ご 17s豊 ‖
難鷺【:神 ぶ tざ T、 ご


〕 m"c tt
“ Ш ホ 鶏 躍 ¨rplus m面 11輩 蔚 lttcl°
)

Section V: Technical Specifications


Page:118
f3g
Rural works Department OUTPUT AND PERFORMANCE BASED RURAL ROAD・
Government of Bihar - MAINTENANCE CONTRACT BID DOCUMENTS

rubbish or temporary works from the Site, and remove any


Contractor's Equipment no longer required for execution of
the Contract.

18.5.2 Clearance of Site after Completion'. After Completion of all


parts of the Works and Services, the Contractor shall clear
away and remove all wreckage, rubbish and debris ofany kind
from the Site, and shall leave the Site and the Road clean and
safe.
fl
186 Watching and Lighting
(:
The Contractor shall provide and maintain at its own expense all
tighting, fencing, and watching when and where necessary for the 〔:

piope.-ex"crtion and the protection of the Works and Services, for


ihe'protection of his own installations and his equipment, for the
C
safety of the owners and occupiers of adjacent property and for the O
safety of the public.
e
187 Access to the Site
O
The Contractor shall allow the E/l and any person authorized by the
E/I access to the Site and to any place where rvork in connection with
C
the Contract is being carried out or is intended to be carried out' O
188 Management Meetings O
18.8.1 The Contractor shatl convene the management meeting and O
contractor shall attend a management meeting' The business
of a management meeting shall be to review the plans for O
remaining work and to deal rvith matters raised by either the

Contractor or the E/I.
0
18.8.2 The E/I shall record the business ofmanagement meetings and
provide copies of the record to those attending the meeting' ●
ih" ."tponiibility of the parties for actions to be taken shall be
decided by the E/l either during or after the management ●
meeting and stated in writing to all who attended the meeting'

19.Staff and Labor l9.l The Contractor shall employ the key personnel named in the ●
Contractor's Bid, to carry out the functions stated in the
Specifications or other personnel approved by the E/I' The E/I witl ●
*y proposed replacement of key personnet only if their
"ppror"
reLuant q"alincations and abilities are substantially equal to or better ●
than thosi ofthe personnel listed ln the Contractor's Bid'

19.2 Labor ●

● ● 尋

(a) The Contractor shall provlde and employ on the. Site for the
execution ofthe Works and Services such skilled, semi-skilled and

Section v: Technical Specifications


Bidder
Government of Bihar _ Rural
Works Department
OUTPUT AND PERFORMANcE BASED RURAL ROADS
>
IIAlttTENANcE CoNTRACT BID DOcuMENTs

籠 口 ∝ ∝ S Cncoumged bぃ e10calね
浩 蝋 bO血 江
躙 Iiき

(b)Unless othcrwise prOvided in


respOnsiblc fOr thc rccruitmcl

°
catcring Of a‖ labor, IOca1 0r
ofthc cOntract and for a‖ payl

揺懃職鮮1轟言
鴇鷲 :爾


器■:1lll:思 ∫

(C) Th,c。 1■ 12ctOr shall at a1l tirlDcs」
uring thc progrcss Oftllc cOntact
■ ■

〕 瀧諄 Luttt‰ 譜宙 ∝T乳 朧 S11瑠 L般 ‖


d譜
(OThiC° n::lllThilsEIl嘉 °

驚 hFC:鷺
:i」
at:Sil:器 nI鷺 ilぎ llalttin:│[Fil:
rcqulrcments establiShed in dle

激 ilil:I:11:n∫
)

,
)


選畔:爵∬
1椰 │」
uStoms and al1 10cal laws and
rCgulatiOns pcr腱 ining tO dle cmp10yment OflabOr
)
(h) HIV AIDS PrcvcniOn lf sO mdicatcd in ttc Pc,hc contractor shall
)

ltt■ 糀 鶏酬
ST辟
) ゝ檄 Ⅷ 喘
N哺鞠
mcな urcs as arc spccined h ttis(
)F







一︱

Section V: Technical Specifications


Page:120
∫3乙
ouTPUT AND PERFORMANCE BASED RURAL ENTS
ROADS
Govemment of Bihar - Rural Works Department MA:NTENANCE CONTRACT BID DOCUIⅥ

鯰鼈轟

↑ C C C C C 0 0 0 0 ・
f計 凛 絣 淵 鯉 r'MttDS
響 鼻 !哺 爵 曲 翼 』

mf難
蝉撫Ъ
吼 椰襲 縦
驚電
OnpЮ gm並 』
器 法 IttT:欝 │ゝ T〕 ]lttlvttDSJk宙
“ plans to Satis″
indicate whcn,how and at what cOSt the COlltractor
the rCquircmCnts Of this Sub― Clause and the relatCd SpcCiflcation
For each COmpOncnt, thC program Shall detal dlc rCSOurccs tO bC
atcd sub― cOntracting prOposCd The
′ision of a dctailcd COSt CStimate
L諸
習 arstt1

ls purpose
7露 :::籠
,

0 0 0 0 0 ● ● ● ● ● 0
19 3 Remova10fStar
rT‖ belだ

iよ 現lt驚貰 盤祥 Fl:逢「:鶴l[1:電∬ξ
Contractor Shall ensurc that the perSOn lcavcs tllC Site widlin seven
vith the tlyork in the Colltract
days and has nO furthCr connectiOn、

19 4 Work at Niま tand On HOldays



vhen thc
19 4 1 UnlcSS Otherwisc provided in tlle COntraCt if and

l″ R41:電 」
}:11配 ll離
:∫ 1器 :rttlttlll『 i[需ゞCttFWS¶ 計 収蹴 :∬
such con"mヽ ncCdC3F朧


20.Test and vithhold SuCh COnSCnt

IIIspectioll

順∬精1
]躙飾器盟面f驚轍

● ●ヽ● ●

202 1■ eE/1 thCir designatCd reprCSentativcs Shall bc Cntltlcd tO attCnd tllC


aforcsald tcst alld/or inspcctiOn

p柵 C Of thc COntractOr whenevcr


Ъ よ
20 3 Forte■ S tO be carricd ollt On the inhat市

輌掛

鮒 ittI曇 I認 ime thereofto the Dtt ThC

Page:12?
SectiOn V:TeChnical SpeCiflCationS
Bidder
Government of Bihar _ Rural Works Department 邸 ゞ
OUTPUT AND PERFORMANCE BASED RURAL ROADS
MAINTENANcE CONTRACT BID DOcuMENTS

ContractOr sha‖ prOvidc the E/i witll a signcd rcport Of the rcsults Of
any such tcst and/Or inspcction

20 4 1fthc E/1 fai!s tO attcnd a sch(


agrced bc● vecn thc partics that
ContractOr may prOcced with tl

隠出席::S mdmり「Ou
205 ne m mり に∝ 山c con篇 q面
m惚
ど:認 器、 地s肥:rt。 招̀ %臆 絆ぶi絆 鳳
fぶ
:itよ lcri卜 11絆 l計 :i:
thc wOrks and/Or the cOntr


精犠‖
!硫 [::鶴

20 6 1f lnitial Rcctincation wOrks including surfacc renel■


a1 0r

F腑肝
卵 犠出∫
憮為暢黒
:驚ど轟
1盛

:
III鯨 FliWi[il夢 i鰭
譜惚鷺臨l』 猟雷」
点蹴::

騰lll糧 ri江 ¨
´

サ 208夏
lnSpCCt10n… cF淋
ぬ∝
面m Ja∝
品 耐
n∝ cα
"md70r
〕 attendancc by thc E/1,nor the iss
GC sub_clausc 20 4, shali rele2
》 椰 Ⅷ
respOnsiblitics under thc cOntracI
)
20 9 No part Or fOundatiOns shali bc cOvcrcd up On tlle site withOut thc
) r inspCcJOn rcquircd undcr tllc
Fd/°
)


)

,
聞輔 l囃踏
雌i審判鴇却
搾聾薔存 l比 3織 艘指
)・

)
expcnscs OfuncOvering,makingopclぼ
) lllilIRま ,lll:七 [:を ,thC

Bidder SectiOn V:TechnicaI Speci■ catiOns


Page:122
∫3タ
ouTPUT AND PERFORMANCE BASED RURAL ROADS
Govemment of Bihar - Rural Works Department
IⅥ AINTENANCE CONTRACT BID DOCUMENTS

COmpletloihilillill[lil[[│[jlli::iIIi:li裁
ililll[jil
any Of its obligations undCr thc COntract

21.Initial
Rectirlcation
including

C C O 0 0 0 0 0 0 ・
surface rellewal
VVorkS

thc Contractor at a Lump― Sum price


22. Minor
Improvement
Works

included in the Schedule OfPrices

e e・0 0 ● ● ● ● ● ● ● ●
23.Ordina町
Maintenallce
Services

24. Performance
Standards

SpcciflCations

25.Contractor'S
Self‐ COntrO1 0f
● ヽ● ● ↓

Qualiけ and
SaFe"
251

│││′



/

Page:lρ
Section V: Technical Specifications
Bldder
ξB3
Government of Bihar - Rural Works Department OUTPUT AND PERFORMANCE BASED RURAL ROADS
MAlNTENANCE CoNTRACT BID DOcuM ENTS

along the roads under cOntract

25 2 Unless specincd Odlcnvise in dlc Pc,dlc cOntractOr sha‖


establish,
within his Own OrganizatiOnal structurc,a spcciflc Unit staffcd wih

黎難
朧 蠅 繁
胤縄硼 欝
翻柵 f麗 if∫
inf0111:ation necded in Ordcr t(
野載 ま
聾善iボ

腱篭漁ms普 躍uF艦 撹l,° SecdhbOmdOn M山 :」
e vI,

25 3 Thc cOntractOr's SeliCOntrOI Unit mcntioncd in cc sub_clause


25 2 shall repo■ thc lcvc1 0f cOmpliance、
vith thc rcquircd seⅣ icc
Lcvcls in the standard f0111lat prescnted in thc specincations

26. Environmental
and Safety ぶpEWttllcttk∫:器 壺
胤£ln撫 :Lfξi;摺:f鍔
Requirements defects thercin:

(a) │lli:lF蜃
ヽ´

lliltltダ ifllttlSLFEll:Pifξ :]1:it


1榊

・ ′    ,

avoidanccOfdangertOsuchpclξ ∫
Iど State appropriate tO the
(b) provide and maintain at
´

ヽvaming signs and watcl


required by sub_clausc l
const■ utcd authOriり

, fOr
SiIIilξ
nvcnlence Of his wOrkcrs and
:。 lilllitii:11::tand C°
O珈
) lers;alld

姫鮒M、 報帯詰

)
27. Work Orders
J椰
) for Emergency 27 1 EIncrgency WOrks shaⅡ be cxccutcd by thc cOntractor on thc basis Of
Works Wo■ Ordcrsヽ sucdけ tllC E/1
3
261
272 W∝ k ordm ttali bc issucd in wHt
)
the WOrk Order wasも sued and the
WOtt oder shali bc mmsmlted b

蹴常精酬昧u mc叫
)・

  う

ν31』
器T踏認 盤認

l農

dle date Of issung ttc lvtt Ordr


  う

Mallagcr'sO切 ∝ぉ n,tllc E/1 shall ca


  D

Section V: Technical Specifications


Paget124
弊 鎮
Rural Works Department
ouTPUT AND PERFORMANCE BASED RURAL ROApミ
Government of Bihar - MAINTENANCE CONTRACT BID DOCUMENTS

thcヽ Vork Orderin writing

mメ dd md M“ 面 ∝
昴 :rttyttll∫ 濯f盤
vholc of thC VVOrks and ScwicCs have bcen subStantialy
VhCn the 、

28 1 ヽ
28. Taking Over
&朧 Sね

〓〓 ■ C
Procedures

ξ ‖
:露 :[llCl:造 ll:::‖ IIIicfilawrittcnundcltaking toflnishヽ
vOrk during thc Dcfccts Liability
vitll

due cxpcdition any Outstanding ヽ

眠譜T蹴 吼1犠 棚淵
職 学脚 蝶富礎 ccs Thc E/1 shall,Within● vcll● ―
Onc

O C O O O C O O ヽ
01)dり
糀施ittilξ 鷺:脂 :fWii‖ 1:
S Ofthc daに of dd市
Contractor a Taking-Ovcr Ccrti
VVorks and ScⅣ iccs werc substantially completcd in aCCOrdancc with
thc Contract, Or givc inStructions in 、
be C° mメ bd WIh and』 山
vriting to thC ContractOr
ew∝k
品よ織1:‖ l″thc Contractor bcforc tllC iSsuc of such
ytt「 譴
Ccrtiflcate ThC E/1 shall also noti″ the COntractor of any dcfects in

端鼻鷺rttftti諸 糧淵鑑 酬::■肥品


雲盟:鳳 yt:∬Ttte」 鼻 Ps ttSsli選 1資 翼hi湯 』:

rcmcdying any dcfects so notiflcd

2&2鉗 面 ゝ h mda“ c‖ 山
ど∬鴛51S:I』 ∴ sl∫ 1電 遣

h■

0 0 0
28 1, tlle COntractor lllay rcqu
Over Certiflcate in respect o■

(a) any Section in respect of which a separate Time


Completion is provided in the contract,

(b) any substantial part of the Works and Services


which has been
boih completed io the satisfaction of the E/I and' otherwise than 0
the E/I' or
a, p.ovla"d for in the Contract, occupied or used by 0
has elected to
0
(c) any part ofthe Works and Services which the E/I
prior occupation ●
o""rpy o. use prior to completion (where such
not been agreed
or use'is not provided for in the Contract or has
by the Contractor as a temporary measure)'

29.Emergency
Works 2g.lTheneedforexecutionofEmergencyWorksisjointlyidentifiedbyof ●
the E/I and the Contractor aJ thl starting of the execution
;;";;;y Works shall always require a Work order issued bv the ●
Ell. ●
-- The execution ofEmergency Works shall be requested by the
--29.2 as a result of natural ●
Cont.ucto. based on lo,*-t ot dornug"t occurred
ealfquakes) with
fh"no."nu (such as strong stormi, the floodine..o.1.
possibility of damages or ●
imponderable or on
ior'.", o""u*i.g, or'the safety of individuals' works' sewices or
"on."qu"n.ti,

U"i"i'"t risk as resuli of the natural phenomena' In order
"qrft""t ●

Page:125
Section V: Technical Specifications
Bidder
Government of Bihar _ Rural
Works Department ≦
13ノ
型 A器器 肥:器ぼ8::ば 跳::鳳 TADS

Tettcl ttp∬ l∫ ‖留鷺


WI潔 蠅l籠 枇:胤器
窮 :

鸞舗 躙 Ctor
拠WI:鞘 l聯

鮒∬胤鶉 鍵鷲籠
l難 撒
emcrgcncy,nOI,thc Contrac

work dOne and thc rcasons thcrc
donc by thc E/1 is wOrk that the

btttliξ
籠lCfttlttill:ittTttlCilSt盤
監 │:l:]lT電
』::鼻 t″
bc recOvered by the


30. Quality of E/1 1edial wOrk sha‖
materials used

蝋 椰]職榊義耶榊 選
by Contractor

景讐
,

ir

9
侃 鵠 1翌 飛電鷺吼 n鑑 几∬樹
〕 ITζ l「 1∬ lg cntiticd tO highcr prices Or
rcmuncrations

Ю
2‖ attila:占
糧鷺
詰:蹴 思 腱罵e縦 智 躍
J

)

matcrial uscd was authOrized by thc E/1

)
31. Signaling and
) demarcation of
work zones and 31 1 TO cnsure tllc mt″ 。f rOad users,including nOn_mOtttzed rOad
〕 bypasses uscrs and pedcstians, tlle COniactor is rcsponsiblc tO install and

)
躍鴇∬署 l淵 譜 lttlttJⅧ 滉 鶴躊 鵠 」

k

,
■2r“ ぴMぃ mdttu臨
execlltl¨



intcrfcrc with traf「
lc, the cOntr 精 糊ξ
measures nccessa[y tO limit such i 雌蹴
Or any dangcr tO tllc wOrkcrs Or
°
)

, 謂嵐」sttLJItt悲 需
during thc exccution of、 vOrks and s
)

Bidder SectiOn V:TechnicaI Speci■ catiOns


Page:126
f3つ
BASED RURAL ROAD'
OTITPUT AND PERFORMANCE
Government of Bihar - Rural Works Department "ii;.;r,;i;il-cE coNrnocr BtD DocuMENrs

inStallationS
nOn,thC E/1 of any such temporaヮ

引 3 1f tllC exCC面 ¨ ぴ
W∝ 魅 帥 dⅧ
盤 ふ 蹂 胸 1器 Lttl基
ncccsSa曜 /tO tCmporarily cloSC a

l肝 」 ∬l:g3パ lC ttt::1昇 瀧
翼撃]]乱 Tthc ad::」 脂」 │

‘     t
the same conditiOns as stated in(

引4蔦 ∝ 面md mC 10Cal tttC


btt a品
:肌 乳1鷲 ed out by him “

F ヽ   ‘︱、

∫器富ギ VhiCh may causc any ヽ


認鱚 調器嘲黎「
朧 謄鉤
bcfore thc beginning of Such

C C O O C O ヽ
ConttЮ tOr,thc DI Shall assiゞ the Cont‐ Ctor in the coordination wlh
tllc lclcal authodtics and thc loCal police

321
l辮鶉


]∬ 熙1鳥 驚
則場
32.E/1's Risks
D.

jes(Whether war bc dcclarcd or not),inVasion,act

C e・s e e ● ● ● ● ● ● ● 0 ・● ●
(a) War,hOsti‖
of forcign enemieS:

or usurped powCr,
(b) rCbCniOn,rcvolution,insurrcctiOn,militaり
Or civil war:

° 難♂翼蹴
基 1鮮陣W撫
鮮∬
Om黒
絆 篭 ‖ ltwS:∴ ∬ Ⅷ :l:Ic輩 警 品 電
prOvided for in thc COntract:

0葛e艦 I° l。 講庶r鶴 留 糧 。
認:"httCtc器
cxpected to takc prcCautiOns

〆 ]
Pagei127
Section V: Technical Specifi cations
Bidder
Government of Bihar _ Rural Works
Department

33. Contractor's 33.1 The E/l camies the risks rvhich


Risks this Contract states are E/l,s
the remaining risks are the Contractor,s risks, and
risks.
34. Loss ofor 34. I Subject to GC Sub_Clause,:laJ,
rle Conrractor shall indemnifo and
Damage to hold harmless the E/l anrl its employees
Properfy; any and all suits,
,na off,""i. f-i
rna uguinrt
Accident or
actions or uarirl.totir" pr*"""jingr,
demands, losses, damases.
Inj u ry to costs, and expenses o?'*iiri
"'""""' r"u". "luirr,
nurrr",
expenses' ir';"l'l'tr'
Workers;
Indemnification
JillI?il#?:',H; :l' ;
" "r
o.. ; ni,.v
con nection * i tn tn"
"*".,i;
ooJ,ff 1y:" j:"f ?, fl.:[yrrlJ:':, ;i
Contractor or its subconrraoorr,
o, ,i"i. or agents,
except any injury, death or propedy "rpr;";::;';il:.,
aurug" [f.li" n"glig"n""
of the E/1, its contractors, "u^J ",,
"rptoy""., "d;;:;";';;;;;,
鉾21群
:磁:r瀧 猟冊 電

If thc cOntractOr fails tO notif


a■ er receip1 0f silch n01icc
ヽ、J ´

proccedings Or ciaim, tllen thc


  ヽ

:ts own behalf uniess thc cOn


1ノ     1

t`ζ
HII計 :サ :ξ I:37:::電 ll:竃 :
ヽ ノ    ヽ

留盲
糖[i榊尊f曇椰
■ ノ     ヽ コ ″    ヽ ア    

l碁 l襲l鍮 事II
ヽラ     ● 7     h 口     ヽ口

器棚 1躍 温 臨認ぽ 樹ど謡:出 品£覇 轟


・    ヽ

34 4 Tllc paty cntitlcd tO thc bcncflt Of an indcmnity undcr this oc clausc

‰鷹
﹁′     ヽ

献 櫨
疑 蛹削琳鯨藍野 」常朧
ゝ′     ヨ′     ヽヨ

35. Insurance 1監

3■
Я:官肥:ふ li∬1::1ぷ綸 乱
″ cM
meS° f・
ti″ 税
姉Ы血ed h ttC
レ    ヽ

h鼻 趾tttl躙 誡1精 “
鳳mil露
ヽ′

Bidder Section V: Technical Specifications


Page:128
f>θ
ouTPuT AND PCRFORMANCE BASED RURAL ROAD'
Government of Bihar - Rural Works Department MAINTENANCE CONTRACT BID DOCUMENTS

and Materials;
a) loss of or damage to the Works' Plant

b) loss ofor damage to Equipmentl


Plant' Materials' and
c) loss damage to prope(y (except the Works'
ofor
Contract: ano
Equipment) in connection with the

争 ↑ 0 0 0 0 0 0 0 ヽ0 0 0 0
d) Personal injury or death'

35.2 Insurance policies and certificates


for insurance shalt be delivered by
theContractortotheE'ngineerfortheEngineer'sapprovalbeforethe
provide_ for compensation to be
Start Date. All such inri.un"" shall
or damage incurred'
payable in lndian Rupees to rectiry the ioss

cost shall also provide' in the


joint names of the
35.3(a) The Contractor at his
the date of completion to
E/I and the Contractor, 'n"t'n"" "o'"t ftot
the amounts.and deductibles stated
the end of defect liability feriod' in
are due to the Contractor's
in the PC for the followilf events which
risks:

(a)Personal injury or death'


for insurance shall be delivered
35.3 (b) Insurance policies and certificates
the Engineer's approval before the
by the Contractor to tt'e F-ngineer for
insurance shall provide lbr
completion date/ start a"[ eff such
Rupees'
compensation to be payable in Indian
shall not be made without the
35.4 Alterations to the terms of insurance
aPProval of the Engineer'
ofthe insurance policies'
36. Unforeseen 35.5 Both parties shall comply rvith any conditions

0 ● ● ● ● ● ● ︵
the Contractor shall encounter
Conditions 36.1 If, during the execution of the Contract'
(other than climatic conditions) or
on the Site any physical conditions
been reasonably foreseen
artificial obstruction' tt'ui could noi have un experienced
prior to the aut" of iL Contract Agreement !{
of the data relating to
contractor on the basis oi t"utonubl" examination
providedty the E/I)' and on the
the Road (inctuding *yittu u'a tests
obtained from a visual inspection
basis of information tnit it could have
to it relating to the Road, and if
of the Site or othe, a"t .""Jirv *"ilable
the Contractor a"t"t"'i'"t *i it will
in consequence of such conditions
expense or require additional
or obstructions incur additional cost and
it' outig"tiont under the Contract that would not had
have
;i.;;;;"* obstructions
been required if t'"r' pivti""f tonditions or artificial
-contractor
shall promptly, and before
● ● ● ● ⇒

not been "n"oun "r"d"',h" and Equipment or


p".f"*-i"g additional work or using additional Plant of
Lont fquipment, notiry the EA in writing
""toi,
obstructions on the Site that
(a) the physical conditions or artificial
not hav" been reasonably foreseen;
"or,id
Equipment and/or
(b) the additional work and/or Plant and
09

Section V: Technical Speciflcations


Bidder
Sovernment of Bihar _ Rural
3 2)
Works Department

lyttNl肥 :獄 躙 :::ば 跳 :」 鵬 TADS

:欄鷺押:器 路置麗 i」 Tl:見 肌棚 鼎liょ :


(C)thc cxtent Of ttc andc● a“ d delり
;

(d) thc additiOnal cOst and cxpcnse that thc contractOr is likcly tO
inctlr

362伊
鷺 li∫ 壕
1翻 電 鷺:ili:S:
鍵 幌∬」鵞讐湾冊:
諄 1譜

J 37. Change in 珈

Laws and
Regulations 締 質憮廓 》

浄 38.Force
Maieure
, 363
)

°
)
肌鯖:I鷲も ュ 」鞣 1淵 ∬
,‰
r be

° =ミ =l騒 1鷲

Ittc繹 評品d前 ∝
)・

)
鰍出t:獄躍:1'M,1∬
)

Bidder Section V: Technical Specifications


Page:130
ゆ 色
ouTPUT AND PERFORMANCE BASED RURAL ROAD
Government of Bihar - Rural Works Department ヽlAINTENANCE CONTRACT BID DOCUMENTS

°
櫛楡翻 詢蠍 は T職

,1 ●
:
Iocal statc or national gOVCmmCnt authOri″

° 諜
r等
糀 ボ器Ftn悧°

c c c o
:品
撫ぷ群 職蠍
首 ver supply,cplll‖ 遇 :‖ ‖
indSIl顧
:,q]響 ]」
r

restrictiOn Of poヽ

°鮒蹴l曝胤∬
'∫
馴Rど ¶鷺粘肌,%illtt■
Othcr inclcmcnt wCathcr COndition,nuclcar and prcsSurc waVCS Or
siCal diSaゞ e■
othcr natura1 0r pⅢ ソ

dS∝ 酬面 Whe"∽ ¨
° :l朧轟s器 鷺1朧,clvcs
d by 0

Forcc MJCurc
0

2構 0
鰍紺1難鮮
and thc CircumstanCes thercof
1 0
0

Occurcncc Of Such CVent

3撫 p撫驚
C∫ htt hi酬

]盤 0
挽苺 1種 l鰭 0
TtFalli常 !lfユ札
:I』
hcIIIlliiて
1:冊 1]ξ lfcl瞑 ピillll::
1『 0
with GC ClauSe 64 0
3&4翫
淵 e° lttFl:驚 機ど ●

艦Ⅷ ,11℃ m∬ :│ぶ

thc Colltract undcr GC Sub― Clause 38 6

38 5 No delay Or non― perfo.11lancc by ctther patt hCrcto Callscd"thC ●


OccurrcnccOfallycVCntOfForccMttcureShall

(→ COnSitute a dcfault Or brcach OfthC COntract ●
ional COSt Or expCnsc
(b)g市 C HSC to ally claim fOr damagcs or add■

∝ casioncd thcreby;
perfomancC iS CauSCd by the 0
● ´● ● 争 ●

if and tO tllc cxtCnt that such dclay Or non―


clccurrcncc Ofan cvCnt ofForce MaCurc
t is subStantially prevented,hindered
f mOre tlnan siXげ (60)dり S Or an

it" C"",.""i,,r," parties will


:肥 椰ギ出暴出
attempt to devilop a mutually satisfactory
,

Page:131^
Section V: Technical Specifications
Itirld● ■
Government of Bihar _ Rural Works
多 ダ
Department OUTPUT AND PERFORMANCE BASED RURAL ROADS
MAINTENANCE CoNTRACT BID DOCuMENTS

織L[梶 l榊部鶉 si請 ]肥il


3&711蹴
i首
Sub― Ciauscs
:]:::棚 :1:鳳 :11ょ
59 1 2 and 59 1 3
出nl∫ ∫
油i讐 T翠 :吉 1誌ど
珈 NoM山 stalldhg GC h卜 α
any obligatiOn Ofthc E/1 tO rnakl
駆 肌 ケb
よ 翼 Yξ 鵬 出 :r蹴 ‖
GUARANTEES AND LIABILITIES
39.COmpletiOn 39 1 The cOntractOr guarantccs that
Tillle and the COnlpletiOn Of lnitial I
Guaralltee etl寵
and Liabili″ 籠)attPr‖ :た li∫ :1
SpcciflcatiOns, pursuant tO G
Cxtcnded tinlc to which tllc c
Ciausc 64 hercOf

mdOl falk b attn』


"2 rttc c¨
contractually agrecd time schedu
:驚 醍f寵 縄棚,cI肝ょ

contractor shali receive rcduced payments fOr ordinary Maintenance
Scrviccs,Ior such dcfault and not as a pcllaiら
, in accOrdancc with the
J SpecifcatiOns

39 3 1f the cOntractOr fails tO attain the COmpletiOn Of lnitial Rectincation


including surface renewal ヽ
vOrks
for cOnlpletiOn is spccifed in
contractually rcquircd time schcd
E/1 1iquidated damages fOr sucl
) accordance with tllc Pc and tllc sI


dated damages indicated in GC 39 2


)

) [1離
jlhit蠍

11
,

締 ll愕翻 椰 lW鮮鷲
佃継脳崎灘螂離 s織″
) 40.PerfO..1.ance

)
Cuarantee
and Liabi■ け :織 1臨 l鷺
duHng thc Pcrf0111lancc Tcsts Or
iS
),
椰 cⅧ熟 驚
E.

2鴫 お む
猟榊駐 ittl顧 郡
)

r“ ms mbuttЫ c b tte服
訛£ 山
躙 艦:∬
:温 」
Perfonllance Standards spccifled in e
)

ヽ ′     ヽ■′ 一  1 ′     ヽ

Section V: Technical Specifications


Page:132
ダ24
Government of Bihar - Rural Works Department OUTPUT AND PERFORMANCE BASED RURAL ROAr
MAINTENANCE CONTRACT BID DOCUMENTS

are not met either in whole or in pa(, the Contractor shall at its cost
and expense make such changes, modifications and/or additions to the
Road or any part thereof as may be necessary to meet at least the
minimum level of such Standards. The Contractor shall notiry the E/l
upon completion of the necessary changes, modifications and/or
additions, and shall request the E/l to repeat the Test or Inspection until
the minimum level of the Standards has been met. lf the Contractor

fヽ f   F .
eventually fails to meet the minimum level of Performance Standard, the
E/l may consider termination ofthe Contract, pursuant to GC Clause 59.

40.3 If, for reasons attributable to the Contractor, the Performance Standards
relating to Initial Rectification including surface renewal specified in
the corresponding Specifications are not attained either in whole or in
part, the Contractor shall, at the Contractor's choice, either

O O C G C C e
(a) make such changes, modifications and/or additions to the Works
and Services or any part thereof that are necessary to attain the
Performance Standards at its cost and expense, and shall request the
E/I to repeat the Test, or

(b) pay liquidated damages to the E/l in respect of the Works and
Services which fail to meet the Performance Standards in accordance
with the provisions in the corresponding Specifications.

10.4 Thc payment of Iiquidated damages under GC Sub-Clause 40 3, up to


the limitation of liability specified in the PC, shall completely satisfy
the Contractor's guarantees under GC Sub-Clause 40.1, and the
Contractor shall have no fi:rther liability whatsoever to the E/I in respect
thereof. Upon the payment of such liquidated damages by the
0

Contractor, the E/l shall issue the Certificate of Completion for the 0

o e e ● ● ● ● ● ● ● ・● ● ↓
Works or any part thereof in respect of which the liquidated damages
have been so paid.
41.1)efect
Liabiliサ 4l.l The Contractor warrants that the Works and Services or any part
thereof shatl be free from defects in the design, engineering, materials
and workmanship ofthe Works and Services executed.

41.2 The Defect Liability Period shall be five years from the completion of
initial rectification including surface renewal.

If during the Defect Liability Period any defect should be found in the
design, engineering, materials and workmanship of the Works and
Services executed by the Contractor, the Contractor shall promptly, in
consultation and agreement with the E/I regarding appropriate
remedying of the defects, and at its cos! repair, replace or otherwise
make good (as the Contrdctor shall, at its discretion, determine) such
defect as well as any damage to the Road caused by such defect. The
Contractor shall not be responsible for the repair, replacement or
making good of any defect of any damage to the Road arising out ofor
resulting from improper operation or maintenance of the Road by the E/l
after taking over.
´


Section V: Technical Specifi cations Page:133、
Govemment of Bihar _ Rural
Works Department
523
OUTPUTANDPERFORMAL:::ゞ
MA:NTEttANCE CoNTR
跳 :UttkTADS

Thc cOntractOr's ObligatiOns undcr this GC Clausc 41 shali nOt apply tO


)any wOょ s or mtteHJs ttth[lila nonnJ‖

°
Defcct Liabiliけ Pc」 Od stat shOrtcr than山 c

割批亜服:輔ittI紺 ぱ

(C)[││:]lilII1lllξ
rt∬


l,解 £
:Ikll:::[『
lf∫ 襦
:追luli』 [∫ 1ざ 8

46 Thc И轟
訓aお d tte cOm●
鸞手
鶴ぷ
蝋1群
41iblC thC C°
ntractOr tO perfOrrTlξ t鑓 ::深 :篤黒忠
[311
4(1輩
tTw電 肥y電°
1『 鷺
h:a樹
けlrttF乳 :」
11


灘蒔織鉄射峰
、ジ   ヽ ′   ヽ

4フ

椰悌
1職 敬さ


:囀
:既 ∬

  D   D

:ギ ri」 盤酬ts。



  謗

42.Limita■ On Of

Liabiliサ

413

42 1 Exccpt in cascs OfcHrninai negligcncc Or wilfむ


l misconduct

(al thc COntractOr shali not be‖


腱群:断lne轟胤罵

  う

prOvidcd that this cxclusiOn sh


  >

ContractOr tO pay liqtlidated damagcs to thc E/1 and


(b)tllc aggrcgatc habi‖


け Oftllc ContractOr tO the Dl,whcthcr

Section V: Technical Specifications


Paqe:134
s22
° 1

Goyernment of Bihar - Rural Works Department Wi溜 皿置器悧1[1朧 跳 [:i粽 Tハ

iSC, sha‖ nOt CXCeCd the limit


under thC COntract, in tort or OthCn″
spccifled in thC PC

r loSSCS Or damarS Of any kind


43. LiabilitY for 43 1 ThC ContractOr cannot bC hCld hab"f°

柵 撚 T樹誹麟 灘 蕪T塾
Damages

1 ● ‘・O C
through
TraIIic
Accidents and rcpair in a timcly manncr, Crimina
TraIIic ncgligcncc OfthC COntraCtOr
InterruPtions
43 2 Undcr nO Circumstances Call the C(

冊 11群 酬sTtl電 流
鵠ユ1獣 :肌 s:瞬 器 撃itteま c“

C 0 0 0 0 ・
F.PAYMENT
44.Contract Of COntract
44 1 ThC COntract Pricc Shall be aS SpcciflCd in thc Fo111・
PHce Agrcementto be paid in the Currcncics indicated in tlle PC


2 UlttT‖
乳:FT驚 :吉騨 it蝋 葛:潔 ふξ
ttl留

0 0 0 0 ● ● ● ● ●
Om:電 r,H舅 針 『職‖:1蹴:sT稲 観』
F::脱 :よ
¶ ::‖

PC:

(b) :ξ
I:rdil[[In)「 き ltCnancC ServiCes, a flrrln lump Sum tO bC paid

44 3 The ContractOr shall bC decmed tO haVC SatisflCd itSClf as tO thC

躍篭T監 濯常馴i∬ 需
瀾 TЪ 鷲::肥 :Wi:‰ 黒 :ll


the COntract
45. Advance

‖鯖}il
∬11脚ri椰 ∫
Payment

輔ボ paymcnt:

J hC∞ nm pH∝ ∝
acceptablc tO the Elll in amountS Cqual tO tlle adVan∝
● ● ● ● ・● ● ↓

∼Y:1:認Ъ ∝

・ hdng
騨 鳥乱λ
ギ ntenancc
b請
熙騨蠍鳳∬ │

nalneOfthCjointventllre

//
くゞ漁ぎ

Section V: Technical Specifications


p:AH^‐
Government of Bihar
- Rural Works Department
°
Ⅷ:*砕 :ヽ 1(:]=』 署ぼ:早 :ぉ :ι :u詈 lAD

45 2 Thc contractOr is tO usc J


Equipmcnt, p!ant and Mobili2
eXccution Of the ヽvorks Th(
3dVanCC paymcnt has becn u`
4,3冊 鵠∬
∬明脚吼

謂棚ふ鶴 譜凛亀1
r轟
』∫ 繹 繁
46.Schedule Of
P」 ces

46 1 Thc schedulc Of Prices sha‖
,

`
which include the prOvisiOn O

淑蹴な
な舞 i誕 :禅 僻:昇:ξ
sum and unit pHce fOr lnitial l
Works,and fOr provisiOnal suln f
46 2 0rdinaryヽ 4aintcnance scrvices l
and w‖ l bc remuneratcd″ hi

:器 it留 Ⅷl等
d』

甥揚趙
‐ ScⅣ iccs are thOse statcd in the S(

[
´

智論 、
1::寵 鷺基
翼器翼柵 牝摺
環‖嘗量
l

mm叫 新

■ ノ     ヽ︱ ノ     ■ ′      

椰 ぷ1樋 肺躍
The prices sha‖ be thOse statcd in

低 4搬

叩 rodtlCt甜 認 鷲
‖1:捕 胤
聟 響 :酔 訛 ょ
ヽヨ    ヽ′´

46 5 Each Emcrgcncy WOrk ordcr issued by tlle E/1 wiH bc pursuanttO GC

)∫
Ittlil‖ lrill淵 ∬ 電 乱 精 纂 稗 部
     ヽヨ ′    ﹂ヨ レ     ヽこ

input based methOd and『


i甑 譜出ξ
On tllc currcnt soR ratc just bcfOrc the撃
cxecutiOn ofwclrk
″     ヽ﹁ ′

46 6 Thc schedulc Of Priccs is uscd tO calculatc dle COniact Price The

裾器亀lL:醐器Ll犠耀TCC SeⅣ ぉ es hHJ陽 面


ic証 。 n
山c cOntract∝ ヽ馴d■ e PЮ 宙
s肌 鵬

PH∝
#‖織守1』 踏認
お an esimtte fOr usc wllcn authOHzcdけ

tlle E/1 fOr Emergcncy


Works and cOntingcncics

47. Measurement 47.1 Ordinary


Maintenance Services will not be measured in volumc;
wiil be affected by

*::"::_l:"tryment "".pi;r";. witll thc



manCC Sandards pu、 uam o“ ご
疏う4も品I絆


Bidder Section V: Technical Specifications


Page:136
ゞ》0
ouTPUT AND PERFORMANCE BASED RURAL ENTS
ROAD
Government of Bihar - Rural Works Department IⅥ AINTENANCE CONTRACT BID DOCUIⅥ

Maintenance Services shall be billed


in fixed quarterly amounts as per
Maintenance
it i"rr"arr" of prices Lump-Sum amount for ordinary made with
"
Services, beginning f-rn tt.'" Start Date' Payments
will.be
as defined in
if the Performance Standards are not achieved'
-ip."in*ti-s.
Reductions
The Reductions for non-compliance with the

︱ ■ C C O O C 0 0 0 0 ´0 0 0 0
ii" for the period
;;;;;"; Standards will be applied on a dailv basis
Performance Standards' in
under which the Road does not achieve tne
in the Specifications'
accordunce *ith the methodology specified
including surface renewal Works.will be measured
lnitial Rectification
._on.r,.basisindicatedinthe"PC,basedonthequant.rtyofactualwork
47.2
Contractor
;;;;t ;t defined in the Specificationl. colclude!.by.the
in the Schedule
,"irppt*"a by the E/l The prices shall be those stated
ofPrices.
basis indicated in
47.3 Minor Improvement Works wilt be measured on the
the pC and in a"co.dance with the unit of measurement
used for
pr"ar" ,"" price included in the Schedute of Prices The prices shall
Le those stated in the Schedule of Prices'
be billed in
4?.4 Emergency Works will not be measured and shall
*lo.iun"" with the Schedule of payments agreed for each specific
Emergency Work as approved by the EA'
48.PHce
Adiustments justed for increase or decrease in rates
- Contract payments shall be a the
48.1
principles attd procedures a;ld as per
and p.i."s i,, u..or,la',g3 lfirh
formula given in the Particular Conditions'

48.2 To the extent that full compensation for any rise or


fall in costs to the
of this or other clauses in
Contractor is not covered by the provisions
the Contract, the rates und pti""i included in the Contract shall
be

deemedtoincludeamountstocoverthecontingencyofsuchotherrise
49. MonthlY and falI in costs.

● ● ● ● ● ● ● ヽ
Statements in the format
and PaYments 49.1 The Contractor shall submit to the E/I monthly statements
indicated in the Specifications, of the estimated value
of Ordinary
including surface renewal
Maintenance Services, Initiat Rectification
Works,
4g.2TheEAshallchecktheContractor'smonthlystatementandcertiry
within fourteen ( 14) days the amount to be paid to the Contractor'

'- -
4g.3ThevalueofServicesexecutedshallbecertifiedbytheE/Itakinginto
,"""r.i,ft" qua{terli amount included in the Schedule of Prices for
OrOinary Maintenance Services and the achievement ofthe
Performance
Standards for the Ordinary Maintenance Services adjusted
for ary
payment reductions in accordance with GC Sub-Clause 47
1'
● ● ● ● ↓

4g.4ThevalueofWorksexecutedshallbecertifiedbytheE/Itakingintoin
and the prices
account the value of the quantities of products executed
the Schedule ofPrices.
certificate or
49.5 The Efl may exclude any item certified in a pr:ltoy:
reduce the proportion of any item previously certltled
In any

Section V: Technical Specifications


Bidder
Government of Bihar _ Rural
Works Department
∫│ヮ
OUTPUT AND PERFORMA世
MAlNIENANCE CoNT時 :::1∫ へDS
:Ъ :」 Ci長 器

celtincatc in thc light Of latcr infOHilatiOn


50. Payments S0.l

椰∬意峰鎧爾
1鶴
標Ψ:ぱ Hl:I:∬ 蹴lll出
502

503
儡 甘織 酬 s嘗 靱 里 ‖
二 盤胤∝
拙 精ご‖

1榊ギ■∬
tri量
芯 l幣
5I. Retention and
Reductions
ittl倅卓
imf鰭
llTttell∫ 離需 古竃
:1輩
,
ヽ´
′一   .,

'3m∬ 轟
´  ヽ

瑠轟i:il:譜 織織rl::]]蛇 i『
ヽ,

IhP:』 lttyOrmay

ヽf

う ´

a 諄



  D

Section V: Technical Specifications


Page:138
ダg
CEBASED RUML Ю AⅨ
°
Rural Works Department ittlill理 罵 ぜ へcT BID DOCUMENTS _
Government of Bihar - 晰


i∬n紺訛J桜
52. Taxes and
Duties

朧喘駄 淵輩:1lFT:需 ξ


located

"1胤 [L鷺喘 酬欝釧鸞:鮮掲撚


c c o o o 舎 o o ヽ
恥拙じ 11:寓 織Iumttowめ に mt
i鰤 よ e対

::Irξ よ
]:F11: 富
i:IiFl』 l∬
asscsSed on thC COntractOr,〔
conncct10n ヽvith pcrFollllanCC O
Of the COntraCt PriCC Shall bC IF

0 0 0 0 ● ●
::譜 轟 蹴品恭鼻‖GC Chu"37h∝
雷 :l主
CO■

53. Securities 53.1 Issuance of Securities


securities specified below in favour
of
The Contractor shall provide the
manner and form specified
il;;-;;;nt'
the E/I at thetimes,
"'d';;
below.
53.2 Advance PaYment Security
53.2.1The Contractor shatl' within
nventy-eight (28) days of the . . .
notificationof"ontto"'award'proviiea.securityinanamount
in.accordance with the
equal to the
"d'";;;y*""1'calculatedAgreement'
cJnesponaing fC to the Contract
tt'oti l" i' tft" t"tt in the bidding
● ● ● ●ャ● ● 静

53.2.2The -provided
'""utity
documentso,in-ott,",fo.,nu"""ptubl"totheE/I.Theamount
proportion to the value of the
of the security ttt"if"i'*"a.""a in
Worksands"*i""'"**,i"abyandpaidtothe.Contractorfrom
null and void when
become
time to time, ",i".,.Lally
""0 'r."ri payment has been recovered by
the full amount o; ir," "a'""""
the EA' The thull be retumed to the Contractor
immediatelY
'"*Jty
after its exPiration'
53.3 Performance SecuritY
(21) days of the
53.3.1 The Contractor shall' within twenty-one
notification"r"*"""."*u.a,p.uia.asecurityforthe-due
specified in the PC'
performun"e of th"e;;;;" in the amount

Page:1353
Section V: Technical Specifications
Bidder
Government of Bihar _
Rural Works Department
° ゞ/>
Ⅷ〔X砕 :暇 選:留 騨ば
:::ば 路::鳳 TADs
5332ェ
1品 :薔 :13∫ :::uttcl』
anothcr fOrm acccptabl(
糧 :lサ 品)i[ξじ
二l精 :81lil
IT署

PttiΨ
54. Certilicate of ttulziЧ
Completion

55. Final
Statement

56. Discharge
ヽ 一ノ     ヽ ′    
ヽ フ     ヽフ
    ヽ′     ﹂′   螢

57.As Built 57■


Drawings alld
ll註 躍 ::酬 蹴£ l簿謡 llttЪ Treqttd,■
c colltra∝ Or sh訓
Ⅳralluals

57.2 If the Contractor does


nc
au,". ou,"Jin ii. oC;itl,t-l,q', the Drawings and/or manuats by the
J´

*; ;d;il il fi ;ll Jii,.L"T ;"1ffi1,.;H.ffif,::lll*,*


   ヽ ″     ゝ ′     ゝ′    

G.REMEDIES
58. Suspension 5g.l *"
ヽ′

T,ffl^fill",..:"t'r,l-Tlf,: ry Cgntrlctor, to suspend perrormance or


tte outigarion oi"w;;;;;To*'n" contract' Suci: notice shall specifi
d"t. otil;';;.;"r:,il'HT::-ce is to be suspended' rh. eff.ctru'.
h..., p"; : ;;;;n;;';#,'i.
r
th ererore' rhe contractor ha r
Tn::s s r

Section V: Technical Specifi


cations
Page:140
ξlと
° T洗Nlill
Government of Bihar - Rural Wolks Department ¶i‖

l』 u』 :
:'Iitil電 :::l:『 intlitttt∫

[││11構 nilIIdW:報 lc E/1

︰ t C
l盟 訊
鎖常引‖
“ ““
bn∝ r」 n by ttC E鮮

1ttV誦 胤∬鷺 ,fault Or brcach Of thC COr

撚淋 11椰轟獄群登鷺°


t O O 0 0 0 0 0 ヽ
n of mぬ
の鈎
d夕

凛乳器

"種 S° f"『

bl脳
1∫ :農
6劉 ,α d面 瑶 ぬC pcrfOf謂
lC"SmⅢ
謡 lc雪 軍 鴛 :

ler
Od,山 C COn■ P'may'by a tt■
lf dle mね nsto dO SO Wihm such pC●
nOticc tO tllc E/1,eled tO trCat tllC SuSpcnsiOn as tennination Oftllc COntract
undcr GC Su口 31ause 59 1

582 1f

(a) 1::E/1 hilill any Sum duc


ts failcd tO underthe
approve any

COrsup F∬∫EI織│:権

0 0 0 0 ● ●
iwOに
Contract,Or(
ContractOr m` that rcquircs payment
d in GC Sub― Of
Clause
such Sulll,Wl lla“
・ £器ξ :∬ 猛鷲
‖ittl階 章11緊 貯1:Ⅷ ::糧
::お l蝉
the caSe may be lfthC E/1 failS tO pay such Sum tOgetllerヽ
Vltll Such

i■

T[I尋 ∬ 器■訛 1翼 I端器lirT職


「rcmcdy the brCach or●k StCps to n
fourtecn(14)d賀 /Sa■ Cr rCCCipt of the COntractor'S notiCC;Or


S謝
° ∵ 棚淵

鞣榊 韓 彗i彗聾聾 ● ● ●
ツ蝉
讐∬i謙
俳麟饉
il樋 域
鷲ま ド
. .

器譜 柵 等∬ ぶ 譜l』C盟
猟Pa∬観縄 l∫
Or rcduce the ratc Of progrcss


● .● ●

3聯 、‖
曇 率
嚇liⅧT:慰E粗馨 d‖ m叫 い
α螂 ,狐 d my md訓 魅鰍 l柵 :t留:%│に
“ aS a rcSult Of Such“SuspenS10n Ori
ContractOr

cations
Section V: Technical Specifi
p:H‖
・ ■
, Govemment of
Bihar _ Rural Works Department ゞl`∼
OUTPUT AND PERFoRMAと
ADS
__里 AINTENANCE CoNT時
E::1∫ :ι ::胎 klξ

ぬИЮttcconm∝ ∝hd出 。
c
nbttel:罵
糧1::wa∝ 』
tト
篇穏消Hll胤 艦T配 ‖ 魔sTi駄 ふ
58 4 During thc pcriOd of suspcnsiOn,thc cOntractor sha‖
me劉 Πmy nOt rcmOve frOm
、Eq面 pmmt
“ 鵠肌 鳳驚翼
withOut thc priOr
ittfny COttm∝
59. Termination
"・ ¶::品粗 肥 晴庶謂 m r tte CmttcO「 ∽ ぃ
“ a

59 1 2 Fundamcntal brcachcs of cOn●


nct sha‖ include,but sha‖
hmitcd t。 ,tllc f。 110wing: nOt bc

°
鞣ぶΨ霊樅:■ 開羅aF牌 翼 電工
authorized by the Enginecr; 肥 群

(b) thc cOntractOrぉ declarcd as bankrupt Or gocs intO liquidatiOn Othcr
than fOr apprOvcd rcconstructiOn or amalgamation;

°
鵬騰籍 寵n牌 ■胤∬精‖
∫棚 離鰈
within a reasOnablc pe」
Od oftimc dctcrlllincd b
無ょl
(d) thc cOntractOr dOcs nOt maintain a Sccuriヶ
,Which is rcquired:
(e)∬
ヽコ″´

∬ ::t:iI眠 脱
  ヽ

ii!IillI鰐 [∫│∫lil°
:訛 『
鍵:鳳 懸sl』 霊

´    ・
︱タ

(O thc cOntractor fails tO prOvidc insurance cover as rcquired under clause


35;

ノ (D if tlne contractoL in the judgemcnt of thc E/1,has cngagcd in lle

織 辮 椰 肥端 榔 鼈
)

飾¨帆 勒 訃 鷺蠅 邸認
臨Tly洲『
)

)
淵Ψ胤 I盤
)
鞘 諦 昴J 鰤 棚 鶏 嶋 t祠 Ⅲ


tlle bcncflts Offrcc an 鵬 И
) 滋 捕 甲 “

I島椰 榔灘 離熙
鮮 織批
)

)ヽ
鮨聾
o rtte conmcbr h脱

as spccined in tllc Pc
精鞣1:潔 稀llllTpmm∝ pcrsOnnd
  D

G) any other fllndamcntal brcaches as specincd in thc Pc



Bidder
Page:143
\l+
- Rural Works Department ''lIlYJ+t'^,1 3t1"i$tl3? Bf ffi"-is*
Government of Bihar
","3U

for convenience'
shalI stop work
59.1.4. If the Contract is terminated' the Contractor the Site as soon
" ' t;r.ii;;"t;, .urt" tr,,t Site safe and secure' and leave
as reasonablY Possible'

59.2 PaYment uPon Termination


; ; ;, ; ;; .;"if, ,'.'+:TqJi1l,"'J,""""' i
!,.i "tiliil,Ti',i* ffi?,H, S,i"fi ordered
"
less' liquidated
lor value ol the work i""t' "J'vr**ials of the e:
damages, if
any, less pny*"'ts received up to the date
"dt'"n"" tftt percentage to- a9911 to the value of C
issue of the certificate urri i"tt

o e o o o e ・o o o
PC' If the total amount
,f," *"rfnot completed' as indicaied in the
due to the Contractor' the
due to the E/I exceeds uny puy"nt
difference shall be t"tou"'"i from
the security deposit' and
it will
security' lf uny u*ount is still left un-recovered
;;;;;". to the contractor from any State
be recovered from any Oues payabt"
puUfi" Sector works executed by the
Govt. works including itut"
contractor'
lf the Contract is terminated at
the E/l's convenrence' the Engineer
59.2.2
value of the work done' the reasonable
shall issue a certificate fbr the
of removal of
Equipment' repatriation of the Contractor's
cost of
personnel employed solely on the
Works' and the Contractor's costs
and less advance payments received
protecting and securing the Works
less other recoveries due in
terms of
up to the date of the ""ttifitut"'
tlre Contract, and less taxes due
to be deducted at source as per

● ● ●
aPPlicable law'

PROVISIONAL SUM
a sum included in the Contract
for use when
60.1 "Provisional Sum" means
60, Provisional ;";;;;;g;t"v Works and for contingencies'
authorized bv the E/I
. .
Sum ot in part'or not at all' on the
which sum rnoy b" "til'in't'r'oi"
shuil be entitled to only such
instructions of the E/l' iil""C"to'"t"t
o. contingercies to which such
amounts in respect of ;;;;rh-.oppty with
t"t't"'^'il"'gn'Jt''"f f determine in accordance
● ● ● ●
Provisional s'*t
this Clause'
of which in the opinion of the Contractor
61. Use 61.1 After detecting a situation
P rovisional jusifies the execution l;;;;;;;'v works or :q"Ti'" as defined in
Sum for GC Clause zs, the conira;ot tf;"ii
*s'it a Technical.Report to the E/las
work shall be executed
EnergencY characterizing tr," .it .ii"r. rl" "r".g"n"y
c'*i" sbn jys iefore execution of

Works per specification -


'rti'i*it "rare not included in the contract'
´● ●

H. the work if the rates or any item


Wol{s req:i1e activity not
61.2 lf the execution of the Emergencyp't"'" the Contractor Ty use the price
oriced in the Schedule of 'will
Bid in order to form the unit
[:"rkd";;';;;;"a t" C'"*"i'i' ofthe
prices ofthe it"ilJ tJi" i'"rua"a in the Price Quotation
'^
'npa""a ⇒

Section V: Technical Specifi


cations
Government of Bihar _
Rural Works Depadment

all in accordance with asreed merhodorogy for


il;ffi1"Jilt..
u'' yJ|J,,:1.,,.".T-"JH::,:,, ror. Emergency works inc ud in g a price
I
& 612 the E/I i..r" t wo.k-o.d., i,
accordance with GC srnul,l 'uy
},;*
Sum.
#**i ;: *ili : r,,_",=fi ;T:,[:,:t
red rby the amounts included
:::'i;:xx
in the provisional
62. Use of
62.1 The use of the provisional
Provisional
under the control and ,",1,'^-T
t cover for Contingencies will be done
Sum for ,rrrattve of the E/l in accordance
Contingencies of *,",io*N with the
"oraition,

I. CHANGE IN CONTRACT
63. Change in ELEMENTS
Assignments 63.1 Introducing a Change
to Contractor
u' inrhe PC'the E/l shall
" o.ooo.",'I:':X''":l:o have the right to
req,uire' that the he
contraqor r.r* ,i"il'i]t[ ordei the
contract ro *uL" unll^lo^-'lte
du.l]c the performance of the
rl-change' modification'
to, in or from the addition or deletion
.u,.r,:,.,,,s.,;;"r,..T,f^.:{"J::::.,JT,"#:ff
ヽプ

f::fl1.1ffi
i,,f
t constitute
*TJ
,1"'o lf . 1..1 'q'l;- ";';';;'';f,
acc ou nr borh,n",,l,,1,,iJ',,o"Jl,ll:i y,i'li,,,",i.o\rfilJ

#"h: change :i{


"',il#:, e of-';;;;;;;;'
TL^'i["'::l']*' the works and Services

■ ´    ヽIF   

specified in the Cont# i,


63.1.2 If so indicated in the pC^,
the Conrracror may from
time
ヽ ´    ゝ ′    ヽ ″    

;r"&',1;:':f,liffF^::::'r'r''-c"o,"i pio'i'Jie to rhe Err

,t**hl
0,-e"
*;[Y+, 4Ffi:,:'::H:?:il ";ffi i:if
or ion approve reiect anv
p.po.""i'o;'1,i" iJL"ljscrer
ヽ ′     ヽ′     ヽ ″    

63.1.3 Norwithstandrngf!"r..:Oj?y:
63.1.1 and 63.1.2, no
change
p..ro*un"" "itr' default
Iy
of the Contractor in tie
lf
uDr,Cations. under rhe
Contracr shall be
d""."d ro_i";.C;_ "1",,"'
aalusrmenr;i;":;,1i"":1t-such change shall not result in anv
t'*
or the Time for compretion.
ヽフ

63.1.4 The procedure oo


no*"t *i'l
and execute changes

specified io cc sru-c,t-L-plo"-:1 is
  >

llpreror.ms-are;;;,ffi
section in the bidding
,Xlr.fl.r,:ri:J,,"1,Xflffi,j,#
documents.
  >

63 2 challgcs Originating frOm E/1

63 2 1 1ftlle E/1 prOposes a change pursuant tO GC sub_ciause


Section V: Technical Specifications
Page:r45

∫ノ 2´

ouTPUT AND PERFORMANCE BASED RURAL ROAD′


GoVemment of Bihar― Rural WOrks Department lAINTENANCE CONTRACT BID DOCUMENTS

send to the Contractor a "Request


for Change
63.1.1, it shalt
p."r"*f.- fumish to the
requiring the Contractor to prepare and
;i:j;;';";;.';; re"asonablv practicabie' a "change Proposal"'

rvhich shall include the following:

︲ ↑ cヽr c O
(a) brief description of the Change
(b) effect on the Time for Completion
(c) estimated cost ofthe Change

(d) effect on Functional Guarantees (if any)


(e) effect on any other provisions ofthe Contract
the
-
63.2.2Priot
"-'- to preparing and submitting the "Change Proposal"'
iuU-it to the E/I an "Estimate for Change
Con,.u",o, sf,att

e 0 0 o e e o o o ● ●
and
;;;p;.;ii'which shall be an estimate ofthe cost of preparing
submitting the Change ProPosal'
for Change Proposal'
Upon receipt of the Contractor's Estimate
rhe E/l shalldo one ofthe following:
accept the Contractor's estimate with
instructions to the
(a) of the Change
Contractor to proceed with the preparation
ProPosa[,
ior
ah\
!'L' ad|ise the (lontractor cf an1 pafi of ils Estim3te
and request the
Ci r"g" ptclp"tul that is unacceptable
Contractor to review its estimate'
not intend to proceed
(c) advise the Contractor that the E/l does
* ith the Change'
under GC Sub-
61 ?'l I Inon receiot of the E/l's instruction to proceed
"'" ;ffi;";r'i) Gj, tn" contractor shall' with
proper expedition'
nroceed with the preparation of theChange Proposal' in
i".ordanc" s ith CC Sub-Clause 63'2 1 '

● ● ● ● ● 。
practicable' be
63.2.4 The pricing of any Change shall' as far as
calculatedinaccordancewitlitheratesandpricesinc]udedin
theContract.lfsuchratesandpricesareinequitable'theparties
thereto shall agree on specific rates
for the valuation of the
Change.
of the Change Proposal it
63.2.5
-'" If before or during the preparation
'aggregate
"- effect- of. compliance
t""o*", apparent tf,at the Ota"tt that have already
ii"t"*i ft' -a *itf' all other Citungt 63'
under this-GC Clause
● ● ● ● 講 ●

become binding upon the ContractJr


Price as originally
woutd be to increase ot d""t"^" the Contr*act
set forth in the Contract Agreement
by more than fifteen percent
(15%o)- the Contractor ma! giut a written notice of
objection
Il
lilt": ;;.t-; ilitt'i"ginl change Proposal
the Efl
as aforesaid'
shall withdraw
the E^ accepts the Contritor's objection'
notif, the Contractor in writing
ii" p.opor"i Change and shatl
thereof.

9
Page:141_
Section V: Technical Specifications
Bidder
Government of Bihar_Rural wOrks Department 「17

1■ 器 Nl避 :恐 踪ぜ :::ば 路 ::鳳 TADs

The Contract,
to so object shall neither
to object ," 1l:. tl}*
subsequent requested
affect irs right
Y. affect cha
its td;;;;'iltt;t'"J".tT;:;
orders hereir
1or
rr"1,'''j*ll:"it-"9.lection,
"king in
decrease ,n
rhe percentage increase
or
that anv change not
uv,t.cont.uiiol:#::::,:i:* obiected ro
u''''u".n,Yjil..ffil, of change proposar, the
.,r,g. E/r and the
contained. tu,lll'- I1'"' -.agree
(t4)
upon ull
days after such ,er;;;";;';"
.nur1".. ,g,"r";,
E/t shall, ir itt_11-tolrt".n
cont u"to.*iii'lHfi#&":*' with the changl, ;'.,"" ri-,"

rc:iI ffl,f
Contractor can expect iii.rjii ::H:J.J,hl Tff ".,", when,he
a decision.

If the E/t decid


reason,. it -nr,,"*ii1,t',,1j"fi., ror wharever
noti$ the Contr ;T[jt:r.[1nge ( 4) davs'
accordinglv.'r;l;;
;; :1"""n
1

contracto-n",?"Tl entitled"
reasonabry,r"rl-T, io ;",-,ilil""11:'Tiff":*:
.-o*a, offi [,?r,n li.,l (q,E\('ecq ,,,^"J .r tr," cnu,s"
the contractor in it" r,".;-"-l^",11, :l""Hf rne amount given by
accordance *,* :t'*"1[;T,3;r?;*' n"*'"i"'o'ii*ll li

63.2.7 It the EI and the Contracror cannol


reach aqreerr
lor rhe change.- an equirable

other "o;r.i."r",.i",.,1t""1:f"tri::
ri""iiri.J"i, rh. chung.
"n#
i,#i5i:"i;.iranv nevertheless

lu' by issue
proceed with ,n.' (hange instruct the contractor ?o
(hange order.', of a ''Pending Agreement

refing Asreement change order,


33#"J,::,:iJr,1
mmediately proceed the
with effecting the

changes covered
j]^^]^"1 order' The parties shall
aftempt to ,"u"n dgreement
, *,L"urt".
on the outstanding issues

cr,"ri" rr.p.."i. under the


If the parties canl


agreement within sixtv
from the 0"," (60) days

"r,rl?j^1T:,!
tt"n tt" ,,uttJ. ,11" be refenedf'tnletnaing Agreement cirre" o.d;.]
Committee in
to the Emoowered Standing

u""o'ul
rdance wirh the provisions of GC
6.1. Sub-Clause

63.3 Changes Originating from Contractor


6J.3.1 If the Conhactor


- or Change pursuant to GC

ol. ,.-2.- ,r," c"r[o-fo... ." sub_clause


shall submit to the E/l
"Application ao.,f.'ol a writtei

3r,;.ffi :s:Tr:;xTnJ;[l"#,;,.ill,:",ff Ifi",,T;T


Section V: Technical Specifications


Pagei147
ゞ│10
AD=
° 営 :llぱ 跳ltl鵠 lξ
Government of Bihar - Rural Wolks Department ¶i器 遣:[l留淋ぶ
parties
for Change^ Propolal' the
Upon receipt of the Application
follow th" p';JJ';';;iri""a i" 6c sub'-Clauses 63 2 6
shall not to n'"""4-Jll
63'27 'n"**Ji' tht'ia
t-f*'Ell
afi "hoot"
to recover the costs of prepanng
Contractor trt"rr noi'ilt'tniitred

︲ ● C
int a'ppii""ti"' r"r Change Proposal'

t" extended if the

64.ExtensiOn 64.1 rhe Time(s) for completion


specified ,tn"
i*i"ata '.l:nit]^o^"-
in the performan": t'
Time for contractor is delayed o' :f-::'
ofthe followtng:
"t
IUffg*.* '"a"' Contract'by reason ofany
the
Conlpletion

O C 0 0 0 0 0 0 ・
in GC Clause 63'
in the Works and Services as provided
(a) any Change
Majeure as provided in
Gt Clause 38 and
t"'
{b) anv occurrence of Force J6'
as provided in GC Clause
;;i;;;;t"nditions
0 0

any suSpcnsiOn ordCr giVCn by dle E/1 undcr GC ClauSC 58,

●,直 σ
∝any減 市
any changcs in lawS and reglllatiOns as prOVidCd in GC ClauSC 37, or
by tte颯
(e)
器ξrtittl悧 l鳳精c懲 !器 ployCd by the E/1, Or

∬」I踏 11需 ∬
d as
bySttl翻
‖ ∬ ttTl』:富 忠:ユ ホ
識l鷺 Ъ

0 0 0 0 0 ●
C
. .
from
643鵬 :1113ご 滉
常隆1乱籍
鼠非 俺」器:盤r織Ⅷ:hセ ●
65. Release
Performance
. . .


VOl
rccciving L and for any


● ´● ● ⇒ 事 一

66. InsPections commitmcntヽ Vas made

I構雖
and Audits

情離撤

]棚

:糊

赫 鱗 ILi」 ords ttd■ cdけ
, 1_ ^ _■、´0
audtts :4′

Page:'148-,
Section v: Technical Specifications
Bidder
'Government
of Bihar _ Rural Works
Department
pヮ
ゞ:ι ::晟 亀
klPADS
appdntedけ the E/1 r requred"thc E/1 Th
drawn to sub― clausc 67 1[cOrrupt or Fral

岬 WI轟 肝轟濡 tぎ 滅
constitutc a prohibitcd ract tenllinatiOn(as weII
as tO a dctcnninatiOn 01 .。
curement Guidclines)
67. corrupt or
67 'l 恥 M“ に面 ¨ 鵬 輸 ¨ h発
Fraudulent
Practices
仔讐椰∵
繊 鮮富 翌 il脚

棚認 朧ど蹴 :路 8嵐 慶
;1計 器
d CXpCl hW‰
1″

t"
i,n'.ll,Ti "#l'r"Jfir'J|; :ontractor
coercive'
be determined
to have engaged
arrrg ii" '.rt"ll'stve' or obstructive p.i.,j""
",.*rri,
removedinaccordancewit,lT,#!.fi.rln", that employee shail be

67.3 For the purposes ofthis


Sub-Clause:

(i) "corrupt practice,, is the


offering, giving. receiving
or soliciting,
nil;-";F;;i;?;;]"J:i"i'p.op"i1


ii) "fraudulerrt praetice..


ヽブ

i!: j:ll
";::lliJ:[';ililll;ffi ;
    , ン

," i,."p..."n,uliJn
; JJ
attempts to mislead, a^ party
to T iJi:'$.
;T,,J":::
oitain , nr"r"l"i,i. ott ":

or to avoid an obligation; ben"fit


".

( iii) "q.J1rt't. practice"


arrangement berlveen
コ ´  ヽ ′   ヽヨ

parties designed ,o ,"- I two or more


i, n *"". l,"pl"i"; il: inc r ud ;n g io
"".]ff I "[[:[:: ;H:."
(iv) "coercive practice,, is
harming'
or threatening to
   ≧ フ   ﹂    

impair or ham, direcri,i:p,1tjing -or


anv party or the property
tr," p".ty to irouJr." i'.I-111'olt""tl''
mproperly the actions
of
ofa pargr;
(v) "obstructive practice,, is

・フ   ト

(va) d^eliberatery destroying.


farsifuing, artering or concearine
evtdence material to thi of
lnvestigation or making

statements to investigalofl lilse


  ヽF   彗

T:H,;l'"#kHi
.'*l*'-"",,",l *ti:?:r ii,ri:threatening,
.. i"ti-iJ;ins';; ;ff i:"'--11d:r harassing

prevent it from disclosins


knowtedge oi";fi#';i"to ils

to the investigation ot io,


pursuing the investig"tion;
lln'
  う

(vb) acts intended to materiall,


Bank,s inspecrio, the exercise of rhe


-, ,i,jif,o."

Crause 66 ii,;;;#;"#11,01'3f.t' o'"'o.o ror under

Page:148
pF
°UTPttt‖ D(llNCEBASEDRURALROADS
- Rural Works Department
Goyemment of Bihar

一I I ↑ c o o o
Φ o 0 0 0 ・
SECT10N VII

PARTICULAR CONDITIONStPC)

e e e e ● ● ● ●
● ● ● 0 ● .● ● ↓

SectiOn Vil:PARTiCULAR CONDIT10NS(PC)


Bidder
Government。「 Bihar_Rural wOrks Department 30)
°
Ⅷ胤 Nl肥 :器器 論跳::鳳 恥

蓮i聯混
Iミ虫 響淵踏Ⅷ肌詐電 謂ぽ

Reference
T‖ :l譜 品な澱
to
G_C clauses

The name ofthe E/l

よSD宙 J¨
2拙
難 壽‖ l郡 彊畷 1忠翼11概 枇
● ●
●`● =し
uiα し OnCit10n

lifi:きrtthCrdocumentfbrmingpartofthcagrccmcnl t will bc placed be10w serial


ヽ ′       ヽ′

躙漏 憎
欄 湯翼器ざ 1認 1珈 器獅
    
ヽ,・

甜 :

Tllc addrcss ofthc E/1 isi

蒻 ■_.■ lifllTPr愚

協 術γttfTιl… ………


r_ 1__.1 ^
π
ttcざ ら ′`of dircct10n Of Engincer―

Is del∝ d_
封l
a;;;iljd::"ents: as detaired in cr,*; ;i;1i'[it+:"".1,3;
醜害棚識誤
ncs
需:鷹
0・ S Of° dha7 Main“ llallce mrtt sh』
be as per
ぉ 竃 。fagreement
=蔦 “
SCⅣ に
:≡ 垂西百扇面高マ

Page:1S0
∫らも
°舅 、
ミ[lM [:WttltittTAB
Government of Bihar - Rural works Department Ⅷ

Technical Speci{ications
Parts C & D of the
。量 │::彗


︲ ●
il:Ipぶ じ
獣浙 in d11押 s h brce m"
tOrヽVhO are

O C 0 0 0
10wing activitieS:

OM works'
25% of whole work etcePt
肺 6dび

。 。 0 0 、

The contracror 'I -l
the 5er,i." level Criteria.


works are needed to meet
J vII¶ PsX3

・e e ●
shtt bC dOno The h面:hngwork_rOad safCW
11::I:1:‖ a革 i肯 ど ,1撃│ヽ liJi‖、

器鷲:阻 慶∫I漁 :憂 判

巧ζ画
lgttIJ」
ntract dOCumcnt
誕 :i:tii:罵
lltrol Uni


お ζ
・離諧tartDttC ● ● ● ●
_For WhOle ol w υlヽ 。‐´ ^^・

● Mi撼 ゞOne l(Cnd ol


bc10W thC lntCWCn


cOmplcthg all ln

renCWal WOrk tO
Crk洒 a・
. . .
´

3


Page:151°
CONDITIONS (PC)
Section Vll: PARnCULAR
Bidder
Government of Bihar _
Rural Works Department

]:II冊 習
‖lilll留罵
¥A,:f:1∫ :ι ::ル
tk:PADS


綺 蠍躙‰
瀧略i


ヽ ・
熱 :lii[liliitlifiギ │:sl∬
t黒
∬臭


1」 ic11。 :1:lri晋 :::ii:T

面 高 疏 価 高
儡 ‖珊 :♂ 面E扇 山e ttol.lllg currcnd“
r

44.2(り


44.2(り


Th^_,i_‐ ■■1 _

認精』
棚 緊嶽 鳳拙 Thmp
Add in L厖
欅墨
l or nOt undcr takcn tO t

電 薦EttI:五 ::;:i語

iこ

Page:r52
ゞDケ
°舅 、
ミ [:∬ 器 t隠 躍
ll呪淋 】


… よ

悧朧醐1棟#漱
Vas rcCe


advanCe payment、
l紺
:躙 警
量麟 = (:
ncc paymcnt bCing rCCOVC
(l
[o'ntn fro* the start date'
G
O
0
0

0


0 ・

0 ´0
0







● ● ・● ●



D
Page:153尋
GONDITIONS (PG)
Section Vll: PARTIGULAR
Bidder
Govemment of Bihar _
Rural Works Department
° ,3
Ⅷf冊き
、1肥 :麗 脚ぜ:旱 :ば 跳:uttkTADS
R"nou" Giiti JiJ
R"*ore GcliiiiJij


‖鳥 i

Remove GC Claus-e iE
Tllerctenttll::IIJRecuncaionhdudngsurfaccrcn品

GC chuscs s1 2 and 51 3 arc subsitlltcd by tlle f。



J、 xed a■ ve 0

‖。wing

tincate of cOmplctiOn fOr II

:riod
GC Clause 51.3 may
be deleted.


ぶtttM西 出nI喘 111翠 cflξ 聴。 °
、′

識I乳 鵠』
鶏 TI蹴 er
      ヽ︱
′         

IfthccOntractorincursa131=11‖

ξ payment for oM
as applicable undcr clause l

:It:ll::「 :::」[1署 :nS:「


(025%Or morc ofthc possible quartcrly Lump sum payment fOr
(→ att tllrce consccutive mOntlls,Or

Od ofthe cOntract Or

/Lump Sum paymcnt fOr ally One month

l据轄
螂 蹴艦

ThcamollllilleAdvanccpaン
Tncnt sccuHt/Sha‖ bc thc valuc Ofthc advancc
paymcnt amount

uu+ as'submit-

ワら
葛赫

Page:154
92
Rural WOrks Department
°
‖ギぜ
IPI【 Nl【 [lllll」 ]illilifi」 せ

営 ::::: I甘
GoVernment of Bihar―

ねC輛 血К剣,市 e
m∝ 、
洲 鴇Wh“
讐瀾 焉 電 “
鳳濡
Contra曽 :br"1:lLiY ::l::l!:l
こi:Isc D4 ofthCTechniCal
鰤 me

E/l's additional cost for 〔・

(′

h ttc COlltract豊 墜
0
in the COlltraCt:No O

0

reimbursement of all costs t:I"lT.tJ i]│:li


in" u,,,ouni given bv^the G
i'i"l'.r'"*.i.",i
chan ge Proposal l'"]d:l -':l;;;:'ir.o"rr''rru.;ned
in its Estimate. tor L nanBs r uPvJ-' "--'---
I
in accordance with GC e
Contractor
ζ
lrdlusc63 22"お dCttCd 「
『 O
:ギ I『 1吉 ::讐 │:::を :fi:卜:lillilTi「 ,「 ,「 :ili「
ContractOr Shali
Shall Suoml1
Submit 10
tO
軍 1]:iidCd in tllicC° lIT[ :‖
:

the cvcnt Or CircumStanCe e


Time for COnlpに 60n,t9[
O
螺淋 e淵 。
f∬ : 0
獣獄 認響 」X』 霊




i鸞鷺撫 鷺
o sllCh eXtCnSlOn

恥 ●











Page:1553
Section Vil:PARTICULAR CONDIT10NS(PC)
Bidder
Sovernment of Bihar - Rural Works Department OUTPUT AND PERFORMANCE BASED RURttЛ :ヌ Js
MAINTENANCE CONTRACT BID DOCUMENTS
`【

SECT10N VIⅡ
AIlnex to Particular Collditions― Colltract Forms

INDEX
、      ヽ
       ヽ 一

Annex A: Letter of Acceptance


︰     ■∫
´

Allnex B:
    、      一  ・

Agreement Form

Anllex C: Performance Bank Guarantee


   ′     ヽ

Annex D: Bank Guarantee for Advance Payment


︰′       ノ    

・ 





、 
, ´    ヽ





﹁ フ     ヽ ′     ヽ フ     ー     ヽ フ     ヽワ     ー     ぃ 7     ゝ′     、7     1 7     ヽ ●    ■ ′     ヽ′

































一  



 、

ゆ嚇 //
け 2-‐ ヽ
Section Vlll: Contract Forms Page:156
Government of Bihar - Rural Works Department OUTPUT AND PERFORMANCE BASED RURAL ROADSr

MA:NTENANCE CONTRACT BID DOCUM ENTS

ANNEX― A
If・ fff・ r nF Arrf・ nin n rf・

(lctterhcad papcr Ofthe E4)

and

′ ´
address of the Contractor]

l C C 0 0 0 舎 0 0 0 ・
Dcar Siく s),

This is tO noJ″ you that your Bid datcd for execution ofthe
name of
the cOntract and idcnti■ cadon numbcr,as given in thc instructiOns tO Biddcrsl fOr the cOntract Pricc Of Rupccs

(--) in
words and figures], as corrected and modified in accordance with the Instructions to Biddersr[amount
is herebv
accepted by our Agency.

We note that as per bid, you do not intend to subcontract any component of work.
[OR]
We note that as per bid, you propose to employ M/s. ................. as sub-contractor fbr
executing

[Delete whichever is not applicableJ

You are hereby requested to furnish Performance Security including an additional security for
unbalanced bid irr tcrms of ITB clause27..l, lbr an a,rrount bt Rs.- rvilhin 2 i days in accordance witlr

e O o o o ● ● ● ● ● ● ● ● ′● ● 0 ●
the Conditions of Contract using for that purpose form in Section VIII annex D and sign the contract, f-ailing
which action as stated in Para34.2 of ITB will betaken.

Yours faithfully,

Authorized Signature
Name and Title of Signatory
Name of Agency

I Delete "corrected and" or "and modified" if only one ofthese actions applies. Delete "as corrected and modified
in accordance with the Instructions to Bidders" ifcorrections or modifications have not been effected.

Section Vlll: Contract Forms Page■ 57・


Bidder


3overnment of Bihar - Rural Works Department OUTPUT AND PERFORMANCE BASED RURAL R解
MAINTENANCE CONTRACT BID DOCUMENTS

ANNEX- B
AGREEMENT FOR]VI
ThisAgreementmadethe...........................dayof...................

Efl") of the one parl, and ... .. .. .. .

fName & address ofContractor] ...................... ...... ("The


Contractor") ofthe other part.
Whereas the E/l is desirous that the Contractor execute Output and performance based Rural Road contract for
the maintenance of Roads............ ..................... (hereinafer
called "The Works") and the E/I has accepted the Bid by the Contractor for the execution of such Works and the
remedying of any defects therein, at a contract price of Rs. . . . .. . . .

51 No Package Number Road Name Length (Km)


︱       ヽ リ レ    ーノ       1/     ヽ二 ″    ヽ

NOW THIS AGREEMENT WITNESSETH and the Parties hereto agree as follows:

l. In this Agreement, u,ords and expression shall have the same meanings as are respectively assigned to
them in the General condition lrereafter referred to, and they shall be deemed to form and be read and
construed as part ofthis Agreement.

2. ln consideration of the payments to be made by the Efl to the Contractor as hereinafter mentioned, the
■′     ヽ

Contractor hereby covenants with the E/I to execute and complete the Works and remedy any defects
therein in conformity in all aspects with the provisions ofthecontract.

    1 ′     ヽ′     ● ア     ヽ

3. The E/I hereby covenants to pay the Contractor in consideration of the execution and completion of the
Works and the remedying the defects wherein the contract price or such other sum as may become
payable under the provisions ofthe contract at the times and in the manner prescribed by the conhact.

4. The following documents shall be deemed to form and be read and construed as part of this
Agreemen! viz:
i) Letter ofAcceptance

    ●′

iD Contractor's Bid
iii) Section VI - General Conditions,
P, iv) Section VII - Particular Conditions
p V) Section V - Technical Specifications (General and Supplementary Technical
Specifications)
vi) Appendix A - Drawings




vii) Section IV - Works Schedule





vili) Quality Plan for Output and Performance


T Specifications

Section Vlll: Contract Forms Page:158


Govemment of Bihar
ノマ′
OUTPUT AND PERFORMANCE BASED RURAL ROADS(
- Rural Works Department
MA:NTENANCE CONTRACT BID DOCUMENTS
I   いν
X Appendices to the Contract
Addenda issued during bid period

ギ ↑ヽC 0 0 0 G 辱 C O ^
0 0 0 0 0 ● ● ● 0 ● ● ● ● ・● ● 0 ●

y


Section Vlll: Contract Forms Page:159
Bidder
4イ ン
;overnment of Bihar - Rural Works Department OUTPUT AND PERFORMANCE BASED RURAL ROADS
MAINTENANCE CONTRACT BID DOCUMENTS

xi) Any other relevant documents listed in the Particular Conditions together rvith anypost bid
correspondence.

In witness whereof the parties thereto have caused this Agreement to be executed the day and year first before
- written.
The Common Seal of............
t *u, h"r" unto affixed in the presence of:

Signed, sealed and delivered by the said

in the presence of:

Binding Signature of E/l

Binding Signature of Contractor

) 、

Section Vlll: contract Forms Pade:160


Government of Bihar OUTPUT AND PERFORMANCE BASED RURAL ROADS`
%
イラ
- Rural llllorks Department
●■■■■■●■■■■■■●■●■■■■■■■●●●●●●●■●■■■■■■■■■■■■■■■■■■■■■■■■■■●●●●■■■■■■■■●●●■■■■■●●●●●●●●●■●■●■■■■■
MAINTENANCE CONTRACT 31D DOCUMENTS
●●■■■●口●●●●●●●●●●■■■■■■■●●●●●●●■●●●●●●●■■■■■■■■●●●●●●●●●●●●●●●●●●●●●●●●●●
"● 7

PERFORMANCE BANK GUARANTEE(UNCONDIT10NAL)


ANNEX‐ C

To: nane of E/Il


[“dr′ ss グ
'7

1 ■ ∈ c o o e o
WHEREAS fnanre and adilress of ContractorJ (hereinafter called "the
Contractor") has undertaken, in pursuance of Contract No. dated_to execute
[name of Contract and brief description of Worksl (hereinafter called ,'the
Contracf');

AND WHEREAS it has been stipulated by you in the said Contract that the Contractor shall furnish you
with a Bank Guarantee by a recognized bank for the sum specified therein as security for compliance with his
obligations in accordance with the Contract;

AND WHEREAS we have agreed to give the Contractor such a Bank Guarantee;

NOW THEREFOM we hereby afllrm that we are the Cuarantor and responsible ro you, on behalfofthe
Contractor, up to a total of_ _- ___Jomount of guaranteeJt
ル Wο ″句 ,such sum bdng payabL h thcけ peS and propo■ bns ofcurrcndes h whた h thc COlltract PHceヽ pγ aЫ e,0

0 0 ヽ
sum or sums within the limits of [omount of guaranlee/l as aforesaid without your
Needing to prove or to show grounds or reasons for your demand for the sum specified therein.

0 0 0 0 0 ● ● ● ・
We hereby rvaive the necessity' of your demanding the said debt from the Contractor before presenting us
lvith the demand.

We further agree that no change or addition to or other modification ofthe terms of the Contract or ofthe
Works to be perfonned there under or of any of the Contract documents ryhich may be made between you and the
Contractor shall in any way release us from any tiability under this guarantee, and we hereby waive notice of any
such change, addition or modification.

This guarantee shall be valid until 28 days from the date ofexpiry ofthe Defects Liability period.

Signature and seal ofthe guarantor


Name ofBank
Address
0 0 0 0 ● ・● ● ↓ ● 一

Date

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

Section VIll: Contract Forms Page:161


Sovernment of Bihar - Rural Works Department OUTPUT AND PERFORMANCE BASED RURAL ROADS
ィa「
MAINTENANCE CONTRACT BID DOCUMENTS

BANK GUARANTEE FOR ADVANCE PAYMENT(UNCONDIT10NAL)


ANNEX D

. To: name of E/IJ


―――――――――――――――――――――――」翻α
r′ssグ ル
7
name of Contractl

Gentlemen:

In accordance with the provisions ofthe General conditions, Sub-clause 5l.l (,'Advance payment,') ofthe
.
above-mentioned Contract,
[name and address if Contractor]
(hereinafter called "the Contractor") shall deposit with name of E/IJ a bank
guarantcc tO guarantcc his propcr and faithful perf01lilancc under thc said Clause ofthc COntract in an
amount of_ *_= ____1'a mount of guaranteeJt [in wordd .

We, the /6ank or financial instilutionJ, as instructed by the Contractor, agree


unconditionally and irrevocably to guarantee as primary obligator and not as Surety merely, the paymeni to

ffi 3{"!,!J,Jl,f;",XJ:',ff
[amount of guarantee]l
tr.,lJ:l:::ffi '*'""i'h'orobjectionon
'in
v,ordsl.

We further agree that no change or addition to or other modification of the terms of the Contract or of
Works to be perfonned tltere under or ofany of the Contract documents $1lich may be made betu,een
[name of E/IJ and the Contractor, shall in any rvay release us from any liability under
this guarantee, and we hereby waive notice ofany such change, addition ormodification.

This guarantee shall remain valid and in full effect from the date of the advance payment under the
Contract until name of E/Il receives full repayment of the same amount from
the Contractor.

Yours truly,

Signature and seal:


Name of Bank/Financial Institution:
Address:
Date:
,

a) An amount shall be inserted by the bank representing the amount of the Advance Payment, and
)
denominated in Indian Rupees.

, .
Note: All italicized text (including footnotes) for use in preparing lhis
)
is lorm and shall be deteted from lhe
final product.
)

Section Vlll: Contract Forms Page:162


留 ′
Rural Works Department OUTPUT AND PERFORMANCE BASED RURAL ROAD
Government of Bihar - MAINTENANCE CONTRACT BID DOCUMENTS

f こ C こ C C C O C O ^
APPENDICES

0 Appendix A - Drawings
0 Appendix B - Asset Inventory Information
● Appendix C - Forms of Contract
0 Appendix D - Terms of Reference for Video
graphic Survey

0 9 e e ● o ● ● ● ● ● ● ● ・● ● 争 ●

Page:163.
473
OUTPUT AND PERFORMANCE BASED RURAL ROADS
, Government of Bihar - Rural Works Department
MAINTENANCE CONTRACT BID DOCUMENTS

APPENDIX A

INnEX MAP

)。

: かゞ ツ ル し ば
)
Appendix Page:164

Bidder
Government of Bihar
4夕 多
- Rural Works Department OUTPUT AND PERFORMANCE BASED RURAL ROAD、
MAINTENANCE CONTRACT BID DOCUMENTS _

rl     ′■
(1
〔 :

C
NAヽ 4E OF THE PROJECT:Output and Performallce Based Rural Roads Maintenance C
Contract(OPRMC)

APPENDIX B_ASSET INヽ 電 NTORY INFORMAT10N

CULVERT INVENTORY DETAILS FOR OPRIIC


O
Structure idcntl),Localon of structurc,T)′ pc cf slructure,DinensiOns,COmnicnts ●

O
9

O
e


0







/ 3
酵 レ ●

Bidder Appendix Page:16p


49′
' Government of Bihar - Rural Works Department OUTPUT AND PERFORMANCE BASED RURAL ROADS
MAINTENANCE CONTRACT B:D DOCUM ENTS

APPENDIX C - F'ORMS OF' CONTRACT

The Contractor is required under the terms of this Contract to establish a Quality Plan, part of which
advises the E/l of inspections, programming and compliance reporting. The following fonns are
samples of details required in the operations ofa Performance Based Maintenance Contract. These
sample forms are available to the Contractor and shall be used as part of his reporting requirement
unless an altemative form is approved by the E/1. Over the term of the Contract, the Contractor shall
improve and further enhance these forms and shall incorporate any changes to these forms as
directed by the Ei I.

Form No. OMOl -Ordinary Maintenance Inspection Report


To undertake monthly inspections of the roads under this contract and report all defects outside
lntervention Criteria to the E/I. by the 3'd working day of each month
Form No. OMO1Q -Summary of three months falling in the quarter ordinary maintenance inspection
report - To undertake monthly inspections of the roads under this contract and report all defects outside
Intervention Criteria to the Efl By 3'o working day of each quarter start month.

Form No. OM02 - Monthly Works Program


The Contractor is required to complete a Monthly Works Program of maintenance activities to be
underraken during thefollorving month and submiito the E/I. This schedule is be delivered by the 5th
rvorking day of each month and shall include all activities outside Intervention Criteria and approved
Emergency Works Items.

Forin lio OM0i - lrlonthly Prugress Report


│ ‐

The Contractor is required to submit the Eil , details of the quantitv of work completed and an
estimate of the costs to achieve compliance. This information is used in assessing the viability of
future rvorks, work method efficiencies and base information for the state-rvide Road Maintenance
Management System (RMMS).

By the 30'r' of each month the Contractor shall provide to the Efl full details of all repairs undertaken in each
,
kilometre indicating the amount of rvork completed for each Item and the total cost of works for each
kilometre, as required under Clause A13.1 ofthe Technical Specification.


Form No. OM03Q -Summary of three months falling in the quarter ordinary maintenance Monthly

- lt is summary of monthly progress report.
Progress Report
) Form No OM04A - Maintenance Program Compliance Sheet

,
Compliance against the Program shall be assessed for each month by Efl and shall be submitted by the
5'h working day of next month. The form shall highlight the extent of works as scheduled in the
) Program for the month and the extent ofthe actual works completed.

Form No OM04B - Management Programme Compliance Sheet


)

Details of all compliances against the management requirements of the contract shall be detailed in
い OM04B and submitted along with Maintenance Program Compliance sheet.
)ぅ Form No OM05 - Non-Conformance Report

)
Details of all non-conformances in respect to the Quality PIan and the Contract requirements shall be
detailed in the Form OM05. A copy of the completed form shall be submifted to the E/l within 7 days
)‐ ofregistering the non-conformances. This form should be used in a constructively so as to continually
improve the Contractor's management systems and processes.

Form No OM06 -Condition Survey - Field data Collection Sheet



The Contractor shall record road and asset condition survey information using Form OM06. This shall
include the initial condition survey per Clause A13.2.1 ofthe Technical Specification.

Appendix Page:166
Biddel:jゝ
Government of Bihar - Rural Works Department
イマb
OUTPUT AND PERFORMANCE BASED RURAL ROAD.
MAINTENANCE CONTRACT BID DOCUMENTS

kilometre.
Form No. OM07 - Initial Rectification Service Level Compliance Sheet.
Compliance against the Program shall be assessed for each month and shall be submitted
on the due
date ofthe Program. The form sharr highlight the extent ofactuar works completed.

il 争 c o o o o O o e O ヽ
O p C e e e ● ● ● ● ● o O ・● ● 3 ●

Appendix J
Page:167
目●一僣 >〓Q ∽〓 ﹄●>P ^
﹄0●E一∝ロ ロ o>● ョo●Xロ

′ ∞
  ¨
′︶ぃ
0●L

︵ ′ . OCOLOく
X一
OL一0目日● 〓夕 〓 0に0 目 ¨ ● ●﹄¨ョ 0●L ﹄o●´ o ● 目
〓 ﹂ ︺︻ つ
一目0日〓二”●0︹︻
 o〓﹄o卜を 中
●﹄目“
︻o︺
〓〇
い∝ 〇 餞国α ZO ︼卜0いL∽Z︼い︺Z くZロトZ ︼
く 〓 >“ くZ出∩“〇 L● 〓 ¨“ 一の こ 〓 2 日 目﹄0 p υ

∽↑ z 口 Σ つ O O ● ● ︼● 卜 0 く “ 卜 Z O O い O Z く Z ロ ト Z く
︼ ∽● く 0 “ ´ く “ つ “ ● 口 ∽ く ● ● O Z く Σ “ O ﹄ 〓 “Ё ●●﹄t ●0 ●O o〓﹂o 静 ″ 一”﹂ョ ∝ ︱ ﹂0 〓 一∞ 0 C ● F﹄ε﹂
日﹄ ● Z く 卜 つ ﹄卜 つ い 一 0>● 0



b   レ   い    ン   


)

)
)

i ↑ c c o e c e o o o e o 惨 ● o ● ● ● ● ● ● 0 ● 0 0 0 0 0 0
O 卜 ︶¨0 一 OL

                                                        ﹄。。 ﹁一“
X一O E 00 ﹂ ど、

しM
∽。一
゛¨>一
一o●﹄
0一六︺

′ L/
〓 ●Oo︼ 〓L ﹁口● 〓 o>一
30 [o∞Σ q

きッ だ
日コ ¨‘一
●●o一
〇 t O>一 0 一o∞Σ O

日コ o¨﹄
o>弓 oEE ∩ o8距 ョ∽ あ いΣ O
選>
︼ロ ピ﹁ 響一
〓縄 . 暉時弱躙調
3¨
一 一
下¨o●3 fO


● 2 E 0
︺ 〓 ● 0 o ﹂ 0 0 ﹂ ョ I L ● 0 L 聖
● 〓 ≧ 〓 ピ 〓 一 m い ︺ E C ﹂ 0 > ●

﹄0﹁ ﹁¨“
0ゅ”L
r卜 一¨ つ嘔0﹂0く
X一

“一 〓一てF 一〓﹄“﹄¨●一o■﹄ 0●●︻


■﹄●﹄0﹄ り︼ oロロ︻︲¨
0一●Z

:E:
ヒ=L
く の∩tO“ コく“つ“ ●口∽く“ 口OZくΣ “〇﹄“口ヽ ︹´く いつ﹂↑プ
● いしく“卜ZQσ ●OZくZ口いZ︼
∽↑z口 つOO● ●︻
ユノ  D   ン   シ   ト   レ 〓 虐 セ
E e 盤 お 摯 ■お ヒ ヾ 偏 f沖 ち F oE 主 9 0
, 、 ′                           ヽ ﹁‘       、 ′ 一      ,;

↑ C・C 争 O C 0 0 0 0 ・
0 0 0 0 0 ● ● ● ● ● ● ● 0・● ● ● ● 0 ︵
≦ ヨ 3 ユユ〓                                                                   ﹄.﹁〓 “
イ仏
∽卜 z 口 〓 つ 0 0 ● ● 一“ い 0 く “ 卜 Z 0 0 日 O Z く Z ロ ト Z 中く ∽ く
● 〇 “ コ く “ つ “ ● 口 ∽く “ 口 O Z く Σ “ O ﹄“ 曰 ﹄ ● Z く い つ L ↑ つ
ヒ〓 “L00 o〓﹄o2″ ¨
“●●´ ●﹄ョピ ー ﹂“〓一
m ﹄0 一●OF﹄E﹂0>0


∽o一
︶一>¨
一0● ﹄o〓菫〇︶

/
■ c。o“ 〓﹂ Oc● 〓 o>一
30 [ こ
〇めヽ″〃
¨C一
C“。一
0 〓 。>一
●0 ゛〇いで
ZO



日ロ 0¨b >弔 ∽EE ∩ Ooこ 彗 ∽ 一〇mヽ
ど〇
●ou一〓 ´ ﹄0目■目 ”口” L●¨ ●E
ョ●  ¨●︻
“Fo>︻ o●︻  ●¨“目︻
つ目︻ “﹄︵︻  〇〇〇  ︼呂O


∽o一
一一>一
一o●﹄
o一菫の︶
●Z ﹄場 。o“ ゛●o日 〓●●0 日 国 ﹃ONマ
イ○
日コ b 、 夕 ¨蠣 コ 。工 ︵8
●       ●
∽卜 Z 日 〓 つ O O ● ● ︻“ 卜 い く “ 卜 Z O じ 口 O Z く Z 口 ■ Z ︼く ∽︹ く O “ ´ く “ つ “ ︹ 口 ∽く “ 口 O Z く ︼′“ 〇 ﹄ “ 日 ヽ ● 4 く い つ ﹄ ﹄ p
  ヽ 、′    ■ ,     
    ヽ

    ヽ    ヽ、′     ヽ
︱ノ    ヽ
1ノ    ヽコン    ヽ
1ノ    ヽア     i′    1 〓 PT〓 風 09 む 要 運 F市 ” “ ゛ 輛 E沖 ち Lも Eた 0 つ
ヽ  ´ ´ , , ,
一1 1 t o c o o 俸 0 0 0 0 ヽ
● 0 0 0 0 ● ● ● ● ● ● む ●。● ● ● ● 9 ︵
0●OL
寸卜 ︶¨


1:
〓 “L00 o〓﹂0コ′ ¨
“EO●﹄ 0﹂ョ∝ ︱ ﹄“〓︼
m い0 “coE E﹂0 ハ

0●”L
崎ト ロ¨ 怪 OcO﹂﹂く
●      ″
“ 卜Oく“卜ZCO 口OZくZいいZ”
∽卜Z口ヽ﹂D00● ●︼ a“O﹄〓口﹄ ●なく いつヽけ
く ∽●くO“ コく“つ“ 0口∽く“ 日OZく︼
〓 震 セ E o9 里 お B 壼 E I ﹂ E い ち 澤 〓 E 一
9 6
,   卜

  ′  一 ´  ■            、 っ    、り   ヽ
      ヽ
ヽ , ´  、 ノ   ヽ

↓ ′  ■   ヽ ′    ︱

、  ● ● C C O e 0 0 0 0 o 9 0 0 e ● ● ● ● ● ● ● ● 0 ● ρ許
¨
一卜▼0ぃ﹂一
﹂   . ヽ ● 0 ︵
. X ¨0 ● 0 ﹂ 0 く
`

=〇

L
0

0





N
oo凛 ﹄5∽︶o驚¨2 ¨¨o﹂o ′ oコ→ ︶
﹁o●∽一
●﹂︻ 3“o“
oo工 ′﹂O CO“●一

O=
L

0"





︼● ■一目●目“0〓゛﹄0︺﹁●¨
﹄0﹄
●一
                  “
●0一︼0日 ●シ︻﹁c●∝ 日HH口    6 Z ﹁●o“

8 〓0 日L●し 卜ぼ 〇 ﹄国“ ∽∽国“ 〇 〇 ∝﹄ ンコ国 いZO 〓 一目 oF ● ﹄“ ﹄ o● 〓 型 〓 ● >´ ︼●﹄自 己 ︻﹄” 轟 一“ ﹂0 一目 0日 ︻目LO>● 0
∽↑ Z い 〓 つ O O ● 0 ︼“ 卜 0 く “ 卜 Z 0 9 口 O Z く Z
口 ↑ Z ︼く ∽ ∩ く O 〓 コ く “ つ “ ● 0 ∽く “ 0 0 Z く 〓 “ O ﹄
“ 口ヽ ︹ Z く ﹄ つヽい つ
だ 0﹂00 o〓﹄oコン 一
一CO口﹄ “﹂ョ“ ︰ ﹂●〓一
m い0 一c●E c﹂0>ら
﹄●0 ﹁︼“
0ゅOL
トト ゛¨ 怪 ﹁cO﹂﹂く
7‐/


0●


・ Cl
0

=0
0


0

O日
=E
L
『日






¨

"
0




=0>


L
0

m

/



一              
“ ↑﹂く“↑20け 00ZくZ口↑Z︼
∽卜Z口Σ つO00 ●︼ く ∽︹く〇“ 口く“つ“ ︹口∽く“ 口OZくΣ “〇﹄“[﹄ ︹Zく ↑つ﹄いし
〓 ● L〓 二 op し 一
﹄ 0 ■ ●E E5 0
o口 罵﹄ 曖 ゛ 傷 E p 一
, ,
4.
   
   
  ヽ
● C C F O G O C O Ob ● e O ● ● ● ● ● ● ● も ●ヽ● ● ● ● ● ″
0ぃOL
∞卜 ︶¨
                                                                                            ﹄o﹁● 一
X 一O C OL O イ﹁ “
“暉¨︼
0■ョ゛ ∽



︻、
つ●

00

﹂﹂

イ 
 一
¨

¨6 2 一S ●o∽2 鮮 髭 つoN¨
﹄o● コく
ヽo3● 〓 oO︶、つ Ooお 02 ﹂ 8 8 ¨9 ヽ
∽卜 z 口 E D O O ● ● ︼“ 卜 0 く “ ↑ Z 0 0 0 0 Z く Z
● 卜 Z ︼く ∽● く O “ コ く “ つ “ ︵ 口 ∽く “ 日 O Z く Σ “
O ﹄“ 口 ﹄ ● Z く ↑ D ﹄い つ
L t “L O● o〓﹄o 2 ″ ¨0﹂ヨ ピ ー ﹂”
“● 0 一 〓 一m い0 一c oF﹄E﹄0 >0

嘔一
〓0 。。〓OOO
●﹄ ●﹄0︵
0︶

o罵﹁ 罵¨o
口∽︶。 ぁ¨●﹂
o協●コ→︶
0●●∽ち、お。こぉ ﹂oce罵■¨。こ
●0ヽ﹁﹄目∽ ●o︻
“●∽ 〇〇︼︼と︹︶
●︼蔵 ゛●Oc目0>”﹂︻︼
0●口“●0一目︼
●﹄一●¨
目●目“。〓一L 
︺● 〓一 ﹄o﹄

                  ︻
0一 ﹂0日 “″一●●●“
●。L 6 z ﹁8 “ ∂ 8 〓 o 日 Ь し
卜“ 〇 ﹄国“ ∽∽口ぼ 〇 〇“ “ ンロ“ 国卜“く つO LO >“ く 3とつ∽ 一●o●お﹄●﹄0∩ ´ m ﹄o 一目●E 目﹄。 o0
夕L“﹄●∝ ﹄”“¨
壺■●ヽ


”    ´
 マ
∽↑Z口 一つO00 ︵︼ く ∽●く〇“ 口く“つ“ ●口∽く“ 口OZくΣ “〇﹄“口ヽ ︹4て
“ いぃく“いZOけ 口OZくZ口FZ︼ p ち 〓ち E E ●>0
笙 巴 09 聖 お 津 扁お ヒ lヽt 〓一
り   ヽア  ー   ,   , 〓 艦 ﹄
>  、

F C C r O C C O 學 0 ・
惨 参 蟻 e e e ● ● ● ● ● ⊃ ●ヽ● ● e ● Э A

0
yど
〓0¨∽一>〓日 一メLo>P r o●目¨
¨目 日 ●>● ヨoOx


L
0

0




=O
N
”E O EL〓 ”L ● ︹¨●〓﹄0 p 一0﹂ョ ″一1 ﹂“ 〓 一
“ い0 “● ● E E﹄● >0

イタフ

︶∞ ▼¨0 ぃ O L
さ O c 00 ﹂ く
E O﹂一∽ 0目● ¨ 員 一︻
一 濠 δ 一0 〓 ヽ 〓 o> 一30
∽0¨﹄0ヽ
〆0●“∽口一
●■一一oo一︼
﹂5∽

:
め̈ L





F

2=●


0


¨




0
m

L



=●




0

"L


∽卜Z口〓 つOO● ●︻
“ 卜0く“卜Z00 00ZくZロトZ︼

く ∽●く〇“ コく“つ“ ︹口∽く“ 口OZく〓 “〇﹄““L ●Z′守いつヽい0 一


  t           一      ヽ      ヽ
      ヽ ,                    ヽ      ・      

        1      ヽ ′     ︲ ●   ヽ
  ヽ 1 ノ     ヽ↓ ´    ヽ ノ     ヽ フ 温●
﹂涯〓 星ぎ ¨

芭基〓

1 を握︰
〓 ﹂y﹄
∫〓 ¨ f´‘
ヽ¨ と 望f 84 C 0 0 0 0 0 0 9 0 0 0 0 ● ● ● ● ●
i¨ ・ ● 0こ● ●



4)こ

0
^
0ぃ0﹂
N∞ ▼¨


b
OEO﹂0く
X一



●C¨一
O﹂3一 ∽
.﹁



口、o

つO>

﹂﹂ 
0ヽ
イ 


思とぉ
89
お,
9遍

I:

∽ N
.
0

C
∽卜 Z 口 〓 D O O ● ● 一“ ■ 0 く “ 卜 Z
O υ o O Z く Z 曰 ↑ Z ︻く ∽● く 0 “ コ く
“ つ “ ● 0 のく “ 口 O Z く 一“ O ﹄ “ 口 ヽ ● Z く い つ ヽ い つ
, “εO●﹄だ 0﹂●0 0〓﹂oコン 一
C﹄ヨ″一︱ ﹂“〓一
m い0 “EoE﹄●LO 0

﹄9o日¨”ロロ 0>〓 ョ●●メロ
●●一の一>〓い ●〓 ﹄●2′ .
4階

o。●L
一∞ ︶¨

1自
●.


●.




0
0
0


0
0
t

魚さ ヾ

H呵﹁H川判制釧=ЧHH﹃ 劇制川H副司剣4HЛ利訓川劃コ月﹁引州制川剤渕﹁川d引引翻﹁﹃田﹁嗣﹁引﹂Zく ・ “ 〇 ﹄“ 曰﹂ ∩4で いつ“
け 昌雇 90
“巨
∽↑Z口〓 つ00 ● ● ︼ ・ぃ く“ いZQ ︺ 口o zく zいいZ︼く のいく〇 “ コく“ っ″ ハ 〓 豊 信 麗 ●e 星 3 3 〓 F T を 二p ち だ

 ,
       ヽ      ・ ,

ヽり︼    ヽ ,メ     ヽ、 ′      ヽ■ザ´      、 夕       、, ′      ゝ,        
、7


f ︰ o
ゼ 彗 曾 cこ o o o o o o ● ● 0
ヽ 0 0 ● ● ● ● ● ● ● ● ● ●

″″  
︶ ● ● ● 0 ︵
寸∞ ︶3 o。﹂
0●●0﹂く
X一 L●﹁﹁一

●目¨一
0﹂ョ“ ∽


〓o02 ﹄ o ヽ日く
o〓や

0“


O
0


2
t

0
E

E

Q
0
0

0
0

じ ィ
襲y


=0
Q
0

0
「0

0

0
0
0

いいい ﹂ トoO
C・αEO

α
幅ドは時略
ⅨⅣ﹄
はにビ 〓 ︶︶
∽ ●o

│=

2


〓´




0

E
0

/″
“〇卜00ヽ∽Z 一
“〇卜0く“卜Z0 0

ヾヾ
Σ O配﹄      ∩く〇“
o罵 ∩
除時に旧pに﹄旧隠艦旧に旧巨旧膜侶
に疇瞬旧Ю“﹄ 卜Z国〓国oくZく〓 O Z 卜0<配卜Z0 0
∽↑ Z 口 〓 ⊃ O O ● ● ︼“ 卜
0 く〓 ↑ Z 0 0 口 O Z く Z ロ ト
・ Z ︼く ∽ ● く O “ コ く ﹂ ﹁ ﹁ ﹁ 引 引 引 引 引 詞 制 判 引 コ コ 嗣 副 引 醐 酬 引 劇 馴 制 ﹁ 日 コ 引 円 コ
一COF﹄
t ●L00 o〓﹂oコ″ 一
0﹂ヨ“ ︱ ﹄●〓一
m ﹄0 “●●●﹄c﹂0 ^

L' I rL' l AL\U rEl(rut(ytAl\LD ITASLU t(!t({L
Government of Bihar - Rural works oepartment RoADS AINTENANCE CONTRACT Brn
ヽ.′      ´

ヽ ︲      ヽ´


)、

︵一
  ン
   >


)

)
Appendix
Page:185
u ttl NW… υ NIANtL● A工 儒

ROADS A:NTENANCE CONTRACT BID


Government of Bihar - Rural works Department DOCUMENTS

Form OM06

t・ 一 l ● C C C o o o o o O ヽ
Condition Survey― Field Data Collection Sheet… …Of

to… …………………………

e O O e e ● ● ● ● ● ● ● ●﹀● ● ⇒

Signature of Contractor :
Signature of M:

Page:186e
4″

﹄●●■ “
●00L
卜∞ r¨ 怪 一cO﹂﹂く

罵督
l冒
S[
B8
目曾
:言
亘:
¨罵ュ


遥E慧
電 88



面 ち
S

罵:0
0

ヨi
O

炒MO/人
.





=●









υ

0
0

ま基 とZ





Z
0
一︱  ¨

鴻 E痛aβ 達 朱 L 錨 ﹄
“ 。
垢 勇‘涯﹄

ヽ 一  
  、
消ギ
∽卜´5 Σ ﹁フ0● D︻
∞ 一っくに ,ZO, 日0フ. く っ●くぅ〓 ´てノ つ“ nい∽ヽa ヨつ菫くヽ1´Э﹄ヽコヽ ﹁´く ■、4■ ′  ヽ ´  ヽヨ  彗″  ヽ
くZ口“Z︼ フ
, , ,
一  ︲ 1 、
■ ■ ● G o o o o o o o 0 0 じ O e ●
● ● ● ● ● ● ● り0 ● ● ● ● o ︵
●00L
∞∞ ︶¨
OCO﹂0く
X一

ゞN/
め﹄ z ヨ Σ つ 0 0 ● ● 中“ い 0 く 〓
■ Z 0 0 日 υ Z く Z O ︻ Z ︼く の 0 く 0 〓 コ く 〓 つ “
0 日 ∽く “ 口 0 と く 〓 “ 0 ﹂ ぼ 日 ヽ ● Z く し つ ヽ い つ こ〓 ●L00 ●〓﹄o2″一
“●●´ “﹄ョ“ ︱ ﹂0〓一
m い0 “E●F一
c﹂0 00


イ行
UTPUT AND PERFORMANCE BASED RURAL
/ernment of Bihar - Rural Works Department ROADS AINTENANCE CONTRACT BID
DOCUMENTS

APPENDIX D― TERMS OF REFERENCE FOR V■ DEOGRAPⅡ IC sURVEY

Thc cOntractOr sha‖ alsO be rcquircd tO take a vidcO recOrd Of a‖


roads undcr this cOntract、 vithin the
nrst 15daysfrOm start datc Thc vidcO sha‖ be takcn during day‖ ght hOurs 、 ャith thc Digital VidcO
Camcra mOuntcd in thc frOnt posit10n with the camcra aligned、 vith the ccntrc of thc rOad Video

f:1ll潔 槻児鴇穐誕
fl認 犠『‖:l鵠 常l誌 鼎S:‖ii増 11∬ 露ti器 ∬器

nm"働 cymり ぬ 面
c mmel肥
rcqu橘 at sp∝
such important fcaturcs likc Junc■ Ons,culvcrt stru
Sttlyttll∬
:∬ f顧 蠅」
製』∬鼎l電 ¶塩J
悧ど瀧鮮∬
li:器」 認郡::J鵬 尉S事 :£ 111∬協TFmi
21 days aftcrthc noticc tO cOmmcnce

ヽ _ヽ
, 、
ヽヽ

                                            、


(絡 ,
(
●‐
J・

ク肩hっ f″ β げ

L*rl*a< qr*q t (動 獅 評 ―

競 奮鴨
w-aq sia+ar-2 ― '

im?q ql'frua ,″ ″
″口'■ ′昴 F● 打`

)
(″ ″メ

喩 机″
)

,

Appendix Page:189

Das könnte Ihnen auch gefallen