48
CA NO CE (P) SPK/ /2018-19 Srl Page No. 01 Tender No. CE(P) SPK/08/2018-19 BORDER ROADS ORGANISATION HEADQUARTERS CHIEF ENGINEER PROJECT SAMPARK NAME OF WORK: RISK & COST CONTRACT FOR _PART-I :PROVIDING, LAYING AND COMPACTION OF WMM 100 MM & 75 MM THICK BETWEEN KM 0.00 TO KM 2.00, KM 2.65 TO KM 2.90, KM 4.00 TO KM 4.10 AND FROM KM 11.00 TO KM 20.00 (KM 18.045 ACTUAL LOCATION) ON ROAD KAPPAGALA-BATTAL AND PART-II : SUPPLY AND STACKING OF CRUSHER STONE CHIPS OF NOMINAL SIZE 22.40 MM, 11.20 MM, 6.70 MM AND FINE AGGREGATES FOR DBM 50 MM THICK & SDBC 25 MM THICK AT KM 35.00 HMP PLANT SITE ON JAMMU-AKHNOOR-TANDA-BAMLA ROAD FOR SURFACING WORKS BETWEEN KM 0.00 TO KM 2.00 AND KM 11.00 TO KM 20.00 UNDER 57 RCC/ 13 BRTF SECTOR IN J&K STATE IN PROJECT SAMPARK (3 rd Call) S/NO Contents Page No (A) PART-I (UNPRICED/TECHNICAL BID) 1 Content Sheet. 01 01 2 Tender forwarding letter including eligibility criteria, list and format of qualification documents and instruction to tenderers. 02 15 3 Notice inviting Tender. 16 22 4* General condition of contact based on IAFW–2249, 2010 print covering amendment nos.01to 16 and Addendas 1-4* 23 137 5* General condition of contact based on IAFW–1815 –Z, 2010 print covering amendment nos.01 to 34* 138 189 6 Special Conditions. 190 206 7 Particular/ technical specifications including list of drawing/ appendices and Undertaking 207 213 (B) PART-II (PRICED BID) 7 Item rate contract for works required I.A.F.W-1779-A including Schedule ‘A’ notes, Schedule A and Tender Page. 214 224 (C) OTHER DOCUMENTS FORMING PART OF CONTRACT AGREEMENT 8 Errata/Amendments to tender documents. 9 Relevant correspondence. 10 Acceptance letter. 11 Total No of Pages. 12 Total Nos of Drawings. Signature of the Contractor Dir (Contract) Dated: 2018 for Accepting Officer * Not attached, these documents can be seen in the Office of the Chief Engineer, Project Sampark, C/O 56 APO during working hours.

BORDER ROADS ORGANISATION HEADQUARTERS CHIEF …

  • Upload
    others

  • View
    1

  • Download
    0

Embed Size (px)

Citation preview

Page 1: BORDER ROADS ORGANISATION HEADQUARTERS CHIEF …

CA NO CE (P) SPK/ /2018-19 Srl Page No. 01 Tender No. CE(P) SPK/08/2018-19

BORDER ROADS ORGANISATION

HEADQUARTERS CHIEF ENGINEER PROJECT SAMPARK NAME OF WORK: RISK & COST CONTRACT FOR_PART-I :PROVIDING, LAYING AND COMPACTION OF WMM 100 MM & 75 MM THICK BETWEEN KM 0.00 TO KM 2.00, KM 2.65 TO KM 2.90, KM 4.00 TO KM 4.10 AND FROM KM 11.00 TO KM 20.00 (KM 18.045 ACTUAL LOCATION) ON ROAD KAPPAGALA-BATTAL AND PART-II : SUPPLY AND STACKING OF CRUSHER STONE CHIPS OF NOMINAL SIZE 22.40 MM, 11.20 MM, 6.70 MM AND FINE AGGREGATES FOR DBM 50 MM THICK & SDBC 25 MM THICK AT KM 35.00 HMP PLANT SITE ON JAMMU-AKHNOOR-TANDA-BAMLA ROAD FOR SURFACING WORKS BETWEEN KM 0.00 TO KM 2.00 AND KM 11.00 TO KM 20.00 UNDER 57 RCC/ 13 BRTF SECTOR IN J&K STATE IN PROJECT SAMPARK (3rd Call) S/NO Contents Page No

(A) PART-I (UNPRICED/TECHNICAL BID) 1 Content Sheet. 01 01

2 Tender forwarding letter including eligibility criteria, list and format of qualification documents and instruction to tenderers.

02 15

3 Notice inviting Tender. 16 22 4* General condition of contact based on IAFW–2249, 2010 print

covering amendment nos.01to 16 and Addendas 1-4* 23 137

5* General condition of contact based on IAFW–1815 –Z, 2010 print covering amendment nos.01 to 34*

138 189

6 Special Conditions. 190 206 7 Particular/ technical specifications including list of drawing/

appendices and Undertaking 207 213

(B) PART-II (PRICED BID) 7 Item rate contract for works required I.A.F.W-1779-A including

Schedule ‘A’ notes, Schedule A and Tender Page. 214 224

(C) OTHER DOCUMENTS FORMING PART OF CONTRACT AGREEMENT

8 Errata/Amendments to tender documents. 9 Relevant correspondence.

10 Acceptance letter. 11 Total No of Pages. 12 Total Nos of Drawings.

Signature of the Contractor Dir (Contract) Dated: 2018 for Accepting Officer * Not attached, these documents can be seen in the Office of the Chief Engineer, Project Sampark, C/O 56 APO during working hours.

Page 2: BORDER ROADS ORGANISATION HEADQUARTERS CHIEF …

CA NO CE (P) SPK/ /2018-19 Srl Page No. 02 Tender No. CE(P) SPK/08/2018-19

REGISTERED/ POST Tele :0191-2484882/2480445 HQ CE (P) Sampark FAX : 091-2480547 PIN-931712 e-mail:[email protected] C/O 56 APO Jun 2018 No.80313/R&C K-B/2017-18/ /E8

M/S……………………………..............

…………………………………...............

…………………………………...............

NAME OF WORK: RISK & COST CONTRACT FOR_PART-I :PROVIDING, LAYING AND COMPACTION OF WMM 100 MM & 75 MM THICK BETWEEN KM 0.00 TO KM 2.00, KM 2.65 TO KM 2.90, KM 4.00 TO KM 4.10 AND FROM KM 11.00 TO KM 20.00 (KM 18.045 ACTUAL LOCATION) ON ROAD KAPPAGALA-BATTAL AND PART-II : SUPPLY AND STACKING OF CRUSHER STONE CHIPS OF NOMINAL SIZE 22.40 MM, 11.20 MM, 6.70 MM AND FINE AGGREGATES FOR DBM 50 MM THICK & SDBC 25 MM THICK AT KM 35.00 HMP PLANT SITE ON JAMMU-AKHNOOR-TANDA-BAMLA ROAD FOR SURFACING WORKS BETWEEN KM 0.00 TO KM 2.00 AND KM 11.00 TO KM 20.00 UNDER 57 RCC/ 13 BRTF SECTOR IN J&K STATE IN PROJECT SAMPARK (3rd Call) Dear Sir (s),

1. A set of tender documents containing T-Bid (Technical Bid) and Q-Bid (Priced Bid) for the above work is forwarded herewith. Please note that tender will be received through on line only by the Chief Engineer (P) Sampark, C/o 56 APO upto 12.00 PM on 29 Jun 2018. T-Bid will be opened as per date/time as mentioned in the tender critical date sheet. After online opening of T-Bid the results of their qualification as well as Q-Bid opening will be intimated later. 2. Tenderers or their duly authorized representative who have submitted their tenders and who wish to be present at the time of opening of tenders may visit the office of Chief Engineer (P) Sampark, C/O 56 APO at the above mentioned time. However they can view online tender opening process at their premises. 3. Tender documents may also be downloaded from BRO website www.bro.gov.in (for reference only) and Central Public Procurement Portal (CPPP) website http://eprocure.gov.in/eprocure/app. Cost of tender is to be attached/submit with downloaded tender. If cost of tender is already submitted in the office of Accepting officer, it is not required to be attached again with downloaded tender, however photocopy/scan copy of Bank draft shall be attached/submit. If cost of tender is not attached/not already submitted in the office of Accepting officer, tender shall be rejected by the Accepting officer. 4. Tendering procedure shall be single stage two bid system and tender documents shall be prepared in two parts as under :- Part-I (‘Technical Bid’ – ‘T’ Bid) (Page No 01 to 213) Part-II (‘Price/commercial-‘Q’ Bid) (Page No 214 to 224) 5. Part-I (‘Technical Bid – ‘T’ Bid) Signature of contractor For Accepting Officer

Page 3: BORDER ROADS ORGANISATION HEADQUARTERS CHIEF …

CA NO CE (P) SPK/ /2018-19 Srl Page No. 03 Tender No. CE(P) SPK/08/2018-19 5.1 Part-I (‘Technical Bid’ –‘T’ Bid) shall comprise of the following.

(i) Eligibility/qualification documents. (ii) Tender forwarding letters including eligibility criteria, list of qualification

documents and instruction to tenderers. (iii) Notice inviting Tender (iv) Undertaking for General Conditions of contracts (IAFW-2249) forming part of

contract agreement (v) Special Conditions of Contract (vi) Particular/Technical specification including Drawings if any (vii) Any other tender documents except Price bid (viii) Cost of tender documents if not already submitted (ix) Earnest money by “un-enlisted contractors” and “enlisted contractors who

have not submitted standing security deposit” 5.2 Technical evaluation criteria

5.2.1 Bidder should have submitted cost of tender documents. 5.2.2 If contractor is not enlisted with BRO or enlisted with BRO has not submitted

standing security deposit, he should submitted earnest money. 5.2.3 All the pages of T-bid should have been duly signed by the bidder/authorized rep 5.2.4.ELIGIBILITY CRITERIA (A) Tenderers shall meet the following eligibility criteria. A. 1 Capabilities (this criteria is exempted for tenderer enlisted with BRO in eligible class &above for works with estimated cost up to Rs.25 crores as given in NIT)

(a)Working Capital:- The tenderer should have working capital and /or credit facilities more than 10%of the estimated cost of work as given in NIT for respective work. (b)Immovable Property:- The tenderer should possess immovable property of residual market value (i.e. free from loan /mortgage) more than 10% of the estimated cost of work as given in NIT for respective work. (c)Engineering Establishment for execution contract only: Firm should have employed following Engineers on regular establishment for execution contracts only (For supply of materials, hiring of eqpt/plants/veh and handling & conveyance contracts this condition does not apply) :- Estimated cost of work Nos. of Engineers Up to Rs. 01 Crore One Engineer (Graduate or Diploma) Between Rs. 01 Crores to 03 crores

Two Engineers (Graduate with minimum 2 years experience and /or diploma with 4 year experience)

Between Rs. 03 Crores to 06 crores

Three Engineers (Graduate with minimum 2 years experience and /or diploma with 4 year experience)

Between Rs. 06 Crores to 12 crores

Four Engineers (Graduate with minimum 2 years experience and /or diploma with 4 year experience)

Between Rs. 12 Crores to 18 crores

Five Engineers (Graduate with minimum 3 years experience and /or diploma with 6 year experience)

Between Rs. 18 Crores to 25 crores

Six Engineers (Graduate with minimum 3 years experience and /or diploma with 6 year experience)

Signature of contractor For Accepting Officer

Page 4: BORDER ROADS ORGANISATION HEADQUARTERS CHIEF …

CA NO CE (P) SPK/ /2018-19 Srl Page No. 04 Tender No. CE(P) SPK/08/2018-19

Between Rs. 25 Crores to 50 crores

Seven Engineers (Graduate with minimum 3 years experience and /or diploma with 6 year experience)

Between Rs. 50 Crores to 100 crores

Eight Engineers (Graduate with minimum 3 years experience and /or diploma with 6 year experience)

A. 2 Experience :- Tenderer should have successfully completed or substantially completed three

similar work costing not less than the amount equal to 40% of estimated cost of work or two similar works costing not less than the amount equal to 50% of estimated cost of work or one similar work costing not less than the amount equal to 80% of estimated cost of work in “last seven & current” financial years. These similar works should have been successfully completed or substantially completed ** at altitude 1000 m & above, if work is required to be executed at altitude 2100 m & above.

Similar Work for Surfacing work executed through mechanized method. Part-II Only : Supply and stacking of surfacing work material.

Note : FOR MSME: If the firm registered with MSME of State/ National level, They will eligible for their bid against experience of similar works for execution contract uptoRs 12 Crore and supply contract upto 3 crore. The following documents must be submitting along with the bid:- (i) Registration certificate at state/ National level. (ii) Certificate regarding capability of firm issued by concerned Dir of Industries. (iii) Certificate issued by Dir of Industries regarding assessment of financial capability calculated according to the rates of state PWD for the concerned works.

No relaxation will be given to MSME tenderer except experience criteria for works covered under MSME enlistment and other criteria will remain the same.

The work may have been preferably executed for Govt Organizations. In case the work has been executed as JV or Sub Contractor, then the appropriate Govt. authority for subletting the work and performance of client should be made mandatory for consideration.

A. 3. Available Bid Capacity (ABC) as per formula given here-in-after should be more than estimated cost of work given in NIT.

A.4 Vehicles, Equipments and Plants (VEP):- Tenderer should own or have assured access (through hire/lease/ purchase

agreement/other commercial means) to the requisite Equipment, Plants and Vehicles in good working condition as given here under:-(to be indicated by Accepting officer)*** :

(a) S/Crusher - 01 No (b) WMM Plant - 01 No (c) JCB/Loader - 01 No (d) Road Roller static - 02 No (e) Road Roller Vibr - 01 No (f) Paver finisher /Motor Grader - 01 No (g) Dumper/Tipper - 06 N0 For Part-II only :-

(a) S/Crusher - 01 No (b) Loader - 01 No (c) Dumper/Tipper - 06 No

Signature of contractor For Accepting Officer

Page 5: BORDER ROADS ORGANISATION HEADQUARTERS CHIEF …

CA NO CE (P) SPK/ /2018-19 Srl Page No. 05 Tender No. CE(P) SPK/08/2018-19

*** For hiring contracts: Requisite number of equipments/Plants/Vehicles required for hiring. For other work: essential major Equipments, Plants and Vehicles required for execution of work.

A. 5 Performance and other requirements : -

(a) There should not be poor /slow progress in running works due to defaults of the tenderer. (b) There should not be serious defects observed in works which stand uncertified by the tenderer. (c) There should not be any Cancelled/abandoned contracts in which Govt unrealized recoveries exist. (d) Tenderer should have not been blacklisted by any Govt. Dept. (e) There should not be any Govt dues outstanding against the Tenderer. (f) Tenderer should not be habitual i.e more than 3 unsuccessful arbitration/court cases during last 5 year in which his views/ claims substantially rejected.

Note for (A):- (i) Eligible class shall be class E for works with estimated cost up to Rs. 0.25 crore (as per NIT), class D for works with estimated cost between Rs. 0.25 crore to Rs. 0.50 crore (as per NIT), class C for works with estimated cost between Rs. 0.50 crore to Rs. 1.00 crore (as per NIT), class B for works with estimated cost between Rs, 1.00 crore to Rs.3.00 crore (as per NIT), class A for works with estimated cost between Rs.3.00 crore to Rs. 7.50 crore (as per NIT), class S for works with estimated cost between Rs.7.50 crore to Rs.15.00 crore (as per NIT) and class SS for works with estimated cost of No limit (as per NIT). If contract is to be accepted in parts, eligible class shall be as per estimated cost of part(s) in which tenderer has participated.

(ii) For hiring of veh/eqpt/plants and supply of materials, execution of main works for which hiring/supply is required, shall also be treated as similar works. If contract is to be accepted in parts, tenderer shall meet the eligibility criteria as per estimated cost of part(s) in which tenderer has participated. (iii) The work have been executed by the tenderer as prime contractor or as a member of joint venture or sub-contractor. In case project has been executed by a joint venture, weightage towards experience of the project would be given to each member in proportion to their participation in the joint venture. (iv) Substantially completed works means those works which are 90% completed on the date of submission (i.e. gross value of work done up to the last date of submission is 90% or more of the original contract price) and continuing satisfactorily. (v) Completion cost of works shall be brought to common base date of receipt of tender as per following formula. Completion cost X (1 + (Period in days from date of completion to date of receipt of tender/365 days ) X 0.1)). (vi) Available Bid Capacity (ABC) will be calculated as under :- Available Bid Capacity =2.5 X A X N –B A – Maximum value of all civil Engg works in any one year during the last 5 financial years (updated to the current price level with enhancement factors as given below) Signature of contractor For Accepting Officer

Page 6: BORDER ROADS ORGANISATION HEADQUARTERS CHIEF …

CA NO CE (P) SPK/ /2018-19 Srl Page No. 06 Tender No. CE(P) SPK/08/2018-19

Year Multiplying factor Last first year 1.10 Last second year 1.20 Last third year 1.30 Last fourth year 1.40 Last fifth year 1.50

N – Number of years prescribed for completion of work for which the current bid is invited. B – Value of the balance ongoing works to be executed in period N.

(vii) The tenderers shall indicate actual figures of completion cost of work and value of a without any enhancement as stated above.

(viii) To determine the altitude of work, average of maximum and minimum altitudes of the work site shall be considered.

(ix) No extension of time shall be given on account of delays in arranging/deploying and break down of requisite Equipments, Plants and Vehicles and also due to delays in obtaining clearance for installation of crushers, hot mix plant etc if work is awarded to tenderer.

(x) Immovable property shall be exclusively in the name of contractor/company and not in the name of family members/relatives/others. In case of Limited Companies, these should also be reflected in Balance Sheet.

(xi) Relaxation may be given in any one criteria (except in criteria’s of Experience and performance & other requirements) up to 25% extent i.e. ABC may be permitted up to 75% of estimated cost of work/VEP may be permitted up to 75% of total nos. of requisiteVEP/Working capital nay be permitted up to 75% of requirements/Immovable property may be permitted up to 75% of requirement/Engineering establishment may be permitted up to 75% of requirement. No relaxation shall be permitted in criteria’s of Experience and performance & other requirements.

(xii) The tenderer may be afforded on clarify or modify his qualification documents, if necessary, with respect to any rectifiable defect. The tenderer will respond in not more than 15 days of issue of the clarification letter, failing to which his tender is liable to be rejected.

(B) JOINT VENTURE (JV):- Joint ventures are permitted for Bridge works with estimated cost more than Rs. 10 crores and for other works with estimated cost more than Rs.25 crores. Number of partners in joint ventures shall not be more than three. Evaluation shall be done as under :- Criteria

Method of evaluation

Experience All partners of JV must satisfy collectively. Available bid capacity Immovable property

Each partners of JV should meet the criteria in proportion of shares of partners in JV. For example, if any partner has 40%share in JV, he should have available bid capacity more than 40% of estimated cost of work and minimum immovable property equal to 40% of 10% i.e.4% of estimated cost of work.

Vehicles, Equipments and Plants Working capital Engineering Establishment for execution contracts

All partners of JV must satisfy collectively.

Performance and other requirements All partners of JV must satisfy individually Signature of contractor For Accepting Officer

Page 7: BORDER ROADS ORGANISATION HEADQUARTERS CHIEF …

CA NO CE (P) SPK/ /2018-19 Srl Page No. 07 Tender No. CE(P) SPK/08/2018-19 Bid shall be signed so as to legally bind all partners of JV, jointly and severally, and shall be submitted with a copy of the joint venture agreement providing the ‘joint and several’ liability with respect to the contract. Relaxation as per note (A)(xi) as stated above shall not be permissible in case of JV. Qualification of a joint venture does not necessarily qualify any of its partners individually or as a partner in any other joint venture. In case of dissolution of a joint venture, each one of the constituent firms may qualify if they meet all the qualification requirements, subject to the written approval of the accepting officer. Payment shall be made either in the name of JV or in the name of lead partner only. (C) Disqualification :-

Even though the tenderer meet the above criteria, they are liable to be disqualified if they have made misleading or false information in bidding documents submitted. (D) Documents to be submitted by the tenderers to prove eligibility:- (i) List of works completed/substantially completed in the last seven and current financial years and ongoing works in the following format :-

(a) Name of work &CA No. (b) Brief scope of work (c) Name and address of employer/clients (d) Accepted contract amount (e) Date of commencement of work (f)Original date of completion (g) Extended date of completion (h) Actual date of completion/Present progress (j) Cost of completed work (k) Remarks explaining reasons of delay if any

Note:-Works proving eligibility criteria of experience shall be highlighted and performance certificate from client in respect of these work shall be submitted. (ii) Available Bid Capacity :-

FOR-A :- Balance Sheets /certificates from chartered Accountant indicating annual turnover of civil Engg works constructed in last 5 year. FOR-B :- Contractor shall submit details of ongoing works as per format stated here-in-before. Tenderer shall calculate ABC and submit details duly signed.

(iii) Equipments, Plants and Vehicles :-

(a) Tenderer shall indicate source of requisite Equipments, Plants and Vehicles in good working condition required for execution of work in

following format :-

(i) Item (ii) Year of manufacture (iii) Source from where to be arranged (owned/leased etc) (iv) Location presently deployed (v) Based on known commitments, whether will be available for use in the

proposed contract

(b) Copy of documentary support of ownership/assured to the satisfaction of the Accepting officer.

Signature of contractor For Accepting Officer

Page 8: BORDER ROADS ORGANISATION HEADQUARTERS CHIEF …

CA NO CE (P) SPK/ /2018-19 Srl Page No. 08 Tender No. CE(P) SPK/08/2018-19 (iv) Performance and other requirements :-

Tenderer shall submit undertaking that a) There is no poor/slow progress in running work. (If yes he will submit details and reasons of delay to check that these are not attributable to him or are beyond his control). b) There are no serious defect observed in works which stand uncertified(If yes he will submit details and reasons) c) There are no cancelled/abandoned contracts in which Govtunrealized recoveries exist (If yes he will submit details and reasons) d) He/They have not been blacklisted by any GovtDept (If yes he will submit details and reasons) e) There are no any Govt dues outstanding against the firm (If yes he will submit details and reasons) f) Proprietor/partners/directors of firm are not involved in antinational/social activities and have neither been convicted nor any proceeding are pending in court for such activities (If yes he submit details)

(v) Tenderer shall submit information of all arbitration/court cases decided during last five & current financial years and also presently in progress as per following format :-

(a) Name and address of employer (b) Cause of dispute (c) Amounts involved (d) Brief of court judgment/arbitration award (if published) otherwise present progress

(vi) Working capital :-

Copy of latest balance sheet/ income tax return for working capital and/or Banker’s

certificate for credit facilities needs to be attached. If necessary dept will make inquiries with the tenderer’s Banker. (vii) Immovable property :-

Tenderer shall submit affidavit for immovable property incorporating following

certificates in affidavit along- with valuation report from Registered (with any Govt body) valuer and registration certificate with any Govt body of regdvaluer :-

(a) That the immovable property is free from mortages, hypothecation or any other disputes and encumbrances and clearly belongs to the contractor.

Or That the immovable is free from any disputes and encumbrances and clearly

belongs to the contractor. The immovable property has been mortgaged /hypothecated for Rs…………………….. market value of immovable property as per valuation report given by Registered valuer is Rs……………………. Therefore Residual market value of property i.e. Rs……….. (market value minus mortgaged value) is free from any mortgage/hypothecation. (b) That the said immovable property has not been shown fo seeking enlistment of a sister concern in BRO.

Signature of contractor For Accepting Officer

Page 9: BORDER ROADS ORGANISATION HEADQUARTERS CHIEF …

CA NO CE (P) SPK/ /2018-19 Srl Page No. 09 Tender No. CE(P) SPK/08/2018-19

(c) That the said immovable property will not be sold, transferred, gifted or

Otherwise disposed off till satisfactory completion of the work.

(viii) Engineering Establishment for execution contract only :- Tenderer shall submit list of Engineers on his permanent establishment with

qualification & experience along with affidavits from requisite numbers of Engineers regarding employment with firm and copies of Degree/Diploma certificates and experience certificate.

(ix) Construction of firm along with copy of partnership deed (in case of partnership firms) and memorandum of articles and association (in case of limited companies ) (x) Copies of passport of proprietor /partners/directors (if available). If not submitted and Accepting officer has doubt in character and antecedents of proprietor/partners/directors he may get these verified from police authorities. (xi) Copies of PAN card of proprietor/partners/directors. (xii) Lowest bidder (if his offer is decided for acceptance) will be required to fill enlistment form for provisional enlistment. Notes for (D):- (i) Documents as listed at Sl (vi) to (viii) above are exempted for tenderers enlisted with BRO in eligible class &above for works with estimated cost up to Rs. 25 crores as given in NIT. (ii) Documents as listed at Sl (ix) to (xii) above are exempted for tenderers enlisted with BRO in any class. (iii) Affidavits shall be submitted on Non- judicial stamp papers of appropriate values duly attested by the Magistrate/Notary Public. (iv) Photocopies of documents shall be attested by Gazetted officer/public notary and also self attested. 5.3 The bidder should meet all the technical evaluation criteria indicated in the bid documents in order that the bid is considered to be technically responsive and the bidder qualifying to have its commercial Bid opened. 6. Part-II (Priced/commercial’- ‘Q’ Bid)

6.1 Part-II/(Price/commercial Bid’ –‘Q’ Bid) shall comprise of the following :- (i) Schedule –‘A’ Notes. (ii) Schedule ‘A’ (to be quoted by Bidder) (iii) Schedule ‘B’

(iv) Tender Page 6.2 Q bid evaluation Commercial bids will be reviewed to ensure that the figures indicated therein are consistent will the details of the corresponding technical bids- Arithmetical corrections shall be made as per General Condition of Contracts of IAFW- 2249 for Part-I & IAFW- 1815 (Z) for Part- II. Signature of contractor For Accepting Officer

Page 10: BORDER ROADS ORGANISATION HEADQUARTERS CHIEF …

CA NO CE (P) SPK/ /2018-19 Srl Page No. 10 Tender No. CE(P) SPK/08/2018-19 Commercial Bids of “Technically Responsive‟ Bidders shall be evaluated on the following:-

(i) Commercial Bids shall only be furnished in Schedule “A‟ forming part of the Tender documents. (ii) All payment Terms as forming part of Clause of General Condition of Contract have been accepted. (iii) Completion Period as indicated in Schedule “A‟ have been accepted. (iv) All General Conditions of Contract have been accepted. (v) All Special Conditions of Contract have been accepted.

6.3 Determination of L1 :L1 shall be arrived at by taking into account the rates quoted in Sch ‟A‟ which shall be inclusive of all taxes and duties leviable. 6.4 “Conditional bids‟ shall be treated as being “Non Responsive‟ – NO “Conditional‟ bids shall be accepted. 6.5 Negotiations, if any, shall be carried out ONLY with the Lowest evaluated responsive bidder in accordance with CVC guidelines on the subject. 7. BLANK 8.(a) Bids shall be submitted online only at CPPP website:https://eprocure.gov.in/eprocure/app. Manual bids shall not be accepted. Tenderer/Contractor are advised to follow the instructions provided in the ‘Instructions to the Contractors/Tenderer for the e-submission of the bids online through the Central Public Procurement Portal for e-Procurement at http://eprocure.gov.in/eprocure/app’. 8.(b) The hard copy of original instruments in respect of cost of tender document, earnest money, original copies of affidavits and credit facility certificate must be delivered to the Chief engineer Project Sampark, C/o 56 APO, PIN 931 712 on or before bid opening date/time as mentioned in critical date sheet in compact binded form. 9. Tender shall be opened as per date/time as mentioned in the tender critical date sheet indicated in Para I herein before in the presence of tenderers or their authorized representative whoever wish to be present. Part-I only shall be opened first on this day. Part-II (Price bid) shall not be opened Part-I (Un priced bid) will be opened and evaluated as per BRO technical evaluation criteria given in the tender documents. Qualified tenderer will accordingly be informed along with date & time of opening of their price bid(however date of opening of priced bid shall not be earlier than 7 days from date of opening of Part-I). Unqualified tenderer will also be informed through e-mail. Part-II shall be opened on the appointed date/time in the presence of such tenderer who choose to be present and the amounts quoted by the tenderers shall be read out by the opening officer(s) to the tenderers. However they can view online tender opening process at their premises. 10. The Chief Engineer Project Sampark will be Accepting Officer here-in-after referred to as such for the purpose of this contract. 11. Tenderers are requested to quote rates in figure only in the provided column in schedule ‘A’ given in Excel sheet. Signature of contractor For Accepting Officer

Page 11: BORDER ROADS ORGANISATION HEADQUARTERS CHIEF …

CA NO CE (P) SPK/ /2018-19 Srl Page No. 11 Tender No. CE(P) SPK/08/2018-19 12. If tenderers desire that any condition or stipulation given in the tender documents is to be modified or deleted, they submit their comments/suggestion well before last date of submission of tender for consideration by the Deptt for issue of corrigendum/amendments to tender documents. If deptt considers comments/suggestion suitable, corrigendum/amendments to tender documents shall be issued and also uploaded on BRO website. If deptt does not consider comments/suggestion suitable, corrigendum/amendments to tender documents shall not be issued/uploaded on BRO website/Central Public Procurement Portal (CPPP) website https://eprocure.gov.in/eprocure/app. and tenderers shall quote strictly complying with the various provisions given in the tender documents. Any tender who stipulates any alterations to any of the conditions/provisions laid down in tender documents (including corrigendum/amendments) or which proposes any other conditions of any description whatsoever is liable to be rejected. 13. The tenderers are advised to visit the work site to acquaint themselves of working and site conditions, before submitting their tender. The submission of tender by a person implies that he has read this tender forwarding letter, the conditions of contract and has made himself aware of the scope and specifications of the work to be done and of the conditions and other factors, site conditions, taxes & levies prevailing etc which may affect the quotation and execution of the work. 14. Tenderer must be very careful to deliver a bonafide tender, failing which the tenders are liable to be rejected. Tenderers are therefore, advised to ensure that their tender must satisfy each and every condition laid down in the tender documents. 15. Tenderers must ensure that their tender is unambiguous and is completed in all respects. Their particular attention is drawn to the following requirements, which must be complied with :-

a) Tender documents are to signed, dated and witnessed as provided for the purpose.

b) BLANK

c) BLANK

d) In case they are submitting a BLANK TENDER word “BLANK” must be prominently endorsed on the envelope and in Sch ‘A’ inside the tender documents and general summary signed by the tender.

e) If a tender is submitted on behalf of a firm, it may be signed either by all

partners or a person holding a valid power of attorney from all the partners constituting the firm. The person signing the tender on behalf of another or on behalf of a firm shall attach with tender a proper power of attorney duly executed in his favour by such other person or by all the partners stating specifically that he has authority to bind such other persons(s) or the firm as the case may be in all matters pertaining to the contract including the arbitration clause. The power of attorney shall be executed as indicated below :-

(i) In case of proprietorship concern if tender is signed by other than proprietor,

person signing tender documents should hold power of attorney from proprietor. Signature of contractor For Accepting Officer

Page 12: BORDER ROADS ORGANISATION HEADQUARTERS CHIEF …

CA NO CE (P) SPK/ /2018-19 Srl Page No. 12 Tender No. CE(P) SPK/08/2018-19

(ii) In case of partnership concern, power of attorney shall be executed by all partners.

(iii) In case of company, power of attorney shall be executed in accordance with

the constitution of company. (f) The under taking is to be signed and attached by tenderer as per format given at appendix “C”.

16. Tenderer who has downloaded the tender from the BRO website www.bro.gov.in and Central Public Procurement Portal (CPPP) website http://eprocure.gov.in/eprocure/ app,https://eprocure.gov.in/epublish/app shall not temper/modify the tender form in any manner. In case if the same is found to be tempered/modified in any manner, tender will be completely rejected and tenderer is liable to be banned from doing business with BRO. 17. Your attention is drawn to the Indian Official Secret Act-1923 (XIX of 1923) as amended up to date particularly Section 5 thereof. 18. Earnest Money

a) Earnest money is not required to be attached with tender by the enlisted contractor with BRO (term “enlisted contractor” used in tender document means “enlisted contractor with BRO”) who have submitted standing security but same is required from un enlisted contractor/enlisted contractors with BRO, who have not submitted standing security deposit.

b) Un-enlisted contractors with BRO/enlisted contractors with BRO, who have not submitted standing security deposit will submit the tender accompanied with earnest money amounting to Rs. 1,15,850/- (Rupees One lakh Fifteen Thousand Eight Hundred Fifty Only) for Part-I only &Rs. 15,060/- (Rupees Fifteen Thousand Sixty Only) for Part-II only in the form of Deposit at Call Receipt/Term Deposit Receipt/Special Term Deposit Receipt issued in favour of Chief Engineer (P) Sampark, C/O 56 APO by scheduled Bank. Tenders not accompanied with earnest money shall not consider for acceptance. The amount of this receipt should be basic amount and not their maturity value. Any deposit lying with the department in any form against any tender and/or contract shall not be considered for adjustment as the earnest money against this tender. Any tender not accompanied with the earnest money in the form as indicated here-in-before or accompanied with any letter / communication containing any request for adjustment of any other deposit as earnest money shall be treated as non bonafide tender.

c) Earnest money shall be returned to unsuccessful bidders (other than L-1) after opening of price bids and to successful (L-1) bidder after receipt of security deposit.

19. Security deposit

a) In case of a enlisted contractor, who has submitted the standing security deposit, but the tendered cost of the work exceeds the upper tendering limit of the contractor and the Accepting Officer decides to accept this tender, the contractor has to lodge additional security deposit (difference of security deposit of work and

Signature of contractor For Accepting Officer

Page 13: BORDER ROADS ORGANISATION HEADQUARTERS CHIEF …

CA NO CE (P) SPK/ /2018-19 Srl Page No. 13 Tender No. CE(P) SPK/08/2018-19

standing security deposit) as notified by the Accepting Officer in the prescribed form within 30 days of the receipt by him of notification of acceptance of the tender, failing which this sum shall be recovered from the first RAR payment and if the date of first RAR is prior to the period mentioned above, the same shall be recovered from such payment.

b) In case of un-enlisted contractor who has not deposited the standing deposit, and the Accepting Officer decides to accept his tender, then contractor has to lodge security deposit as notified by the Accepting officer in the prescribed form within 30 days of the receipt by him of notification of acceptance of the tender, failing which this sum shall be recovered from the first RAR payment, and if the date of first RAR is prior to the period mentioned above, the same shall be recovered from such payment but in no case the same shall be more than Rs 1875000/- (Rupees eighteen lakh seventy five thousand only). c) The contractor may at his discretion furnish in lieu of Additional Security Deposit or Security Deposit a Bank Guarantee Bond executed by any nationalized/Schedule Bank for the said amount. The form of Bank Guarantee Bond may be seen in any office of BRO.

20. The Accepting Officer reserves the right to accept the tender submitted by a Public Sector Undertaking, giving a price/purchase preference over other tender(s), which may be lower, as are admissible under the Govt Policy No claim for any compensation or otherwise shall be admissible from those, whose tenders may be rejected on account of the said Policy. 21. BLANK 22. The tender shall remain open for acceptance for a period of Sixty days (60 days) from the date of opening of Q-Bid of the tender (excluding the date of opening). 23. BLANK 24. On acceptance of tender, the name of authorized representative (s) of the contractor who would be responsible for taking instructions from Enineer-in-charge or its authorized representative shall be intimated by the contractor within 7 days of Accepting letters. 25 Revision/Modification of quoted price

(a) The tenderer shall quote his rates in figures only in the provided column in schedule A given in Excel sheet only. In case the tenderer has to revise/ modify the rates quoted in the schedule ‟A‟ before tender submission end date as mentioned in critical data sheet, resubmission bid shall be allowed.

(b) In case the tenderer has to revise /modify /withdraw his quoted rates / offer after it is submitted, he may do so on his on line before the latest date & time fixed for submission of tenders. Any revision/ modification in offer / withdrawal of offer in the form of an open letter shall not be taken into account, while considering in his originally quoted offer.

Signature of contractor For Accepting Officer

Page 14: BORDER ROADS ORGANISATION HEADQUARTERS CHIEF …

CA NO CE (P) SPK/ /2018-19 Srl Page No. 14 Tender No. CE(P) SPK/08/2018-19

(c) The tenderers shall not be permitted /modify /withdraw price bid unopened after closure of the time fixed for receipt of tender.

26. Revocation of offer :- In the event of lowest tenderer revokes his offer or revise his rates upward (which will be treated as revocation of offer), after opening of tenders and before expiry of original validity period stipulated in tender documents, the earnest money deposited by him shall be forfeited. In case of BRO enlisted contractors, the amount equal to the earnest money stipulated in the Notice of tender, shall be notified to the tenderer for depositing the amount through MRO, failing which the amount shall be recovered from any payment due to such Contractor or shall be adjusted from the Standing Security Deposit. In addition, L-1 tenderer revoking offer and his related firms shall not be issued the tender in second or subsequent calls of subject work.

Yours faithfully Dir (Contract)

Signature of contractor For Accepting Officer Dated………

Page 15: BORDER ROADS ORGANISATION HEADQUARTERS CHIEF …

CA NO CE (P) SPK/ /2018-19 Srl Page No. 15 Tender No. CE(P) SPK/08/2018-19

TENDER/CONDITION ACCEPTANCE LETTER

(To be given on company Letter Head)

Date: To,

The Chief Engineer HQ CE (P) Sampark C/o 56 APO

Sub: Acceptance of Terms & Conditions of Tender.

Tender Reference No: CE (P) SPK/08/2018-19

NAME OF WORK: RISK & COST CONTRACT FOR_PART-I :PROVIDING, LAYING AND COMPACTION OF WMM 100 MM & 75 MM THICK BETWEEN KM 0.00 TO KM 2.00, KM 2.65 TO KM 2.90, KM 4.00 TO KM 4.10 AND FROM KM 11.00 TO KM 20.00 (KM 18.045 ACTUAL LOCATION) ON ROAD KAPPAGALA-BATTAL AND PART-II : SUPPLY AND STACKING OF CRUSHER STONE CHIPS OF NOMINAL SIZE 22.40 MM, 11.20 MM, 6.70 MM AND FINE AGGREGATES FOR DBM 50 MM THICK & SDBC 25 MM THICK AT KM 35.00 HMP PLANT SITE ON JAMMU-AKHNOOR-TANDA-BAMLA ROAD FOR SURFACING WORKS BETWEEN KM 0.00 TO KM 2.00 AND KM 11.00 TO KM 20.00 UNDER 57 RCC/ 13 BRTF SECTOR IN J&K STATE IN PROJECT SAMPARK (3rd Call) Dear Sir, 1. I / We have downloaded / obtained the tender document(s) for the above mentioned ‘Tender/Work’ from the website(s) namely: __________________________________________________________________________________________________________________________________________ As per your advertisement, given in the above mentioned website(s). 2. I / We hereby certify that I / We have read entire terms and conditions of the tender documents from page No_____ to _____(including all documents like annexure(s), schedule(s), etc.), which form part of the contract agreement and I / We shall abide hereby the terms / conditions/ clauses contained therein. 3. The corrigendum(s) issued from time to time by your department/ organization too has also been taken into consideration, while submitting this acceptance letter. 4. I / We hereby unconditionally accept the tender conditions of above mentioned tender document(s) / corrigendum(s) in its totality/entirety. 5. In case any provision of this tender are found violated, your department / organization shall be at liberty to reject this tender/bid including the forfeiture of the full said earnest money deposit absolutely and we shall not have any claim/right against dept in satisfaction of this condition.

Yours Faithfully, (Signature of the Bidder, with official seal)

Page 16: BORDER ROADS ORGANISATION HEADQUARTERS CHIEF …

CA NO CE (P) SPK/ /2018-19 Srl Page No.16 Tender No. CE (P) SPK/08/ 2018-19

NOTICE INVITING TENDERS (NATIONAL COMPETITIVE BIDDING) BORDER ROAD ORGANISATIONS

CHIEF ENGINEER PROJECT SAMPARK RE-TENDER (3rd Call)

1. Online bids are invited on single stage two bid system for “RISK & COST CONTRACT FOR_PART-I :PROVIDING, LAYING AND COMPACTION OF WMM 100 MM & 75 MM THICK BETWEEN KM 0.00 TO KM 2.00, KM 2.65 TO KM 2.90, KM 4.00 TO KM 4.10 AND FROM KM 11.00 TO KM 20.00 (KM 18.045 ACTUAL LOCATION) ON ROAD KAPPAGALA-BATTAL AND PART-II : SUPPLY AND STACKING OF CRUSHER STONE CHIPS OF NOMINAL SIZE 22.40 MM, 11.20 MM, 6.70 MM AND FINE AGGREGATES FOR DBM 50 MM THICK & SDBC 25 MM THICK AT KM 35.00 HMP PLANT SITE ON JAMMU-AKHNOOR-TANDA-BAMLA ROAD FOR SURFACING WORKS BETWEEN KM 0.00 TO KM 2.00 AND KM 11.00 TO KM 20.00 UNDER 57 RCC/ 13 BRTF SECTOR IN J&K STATE IN PROJECT SAMPARK”

The title of above heading on CPPP site https://eprocure.gov.in/eprocure/app is “RISK & COST CONTRACT FOR_PART-I :PROVIDING, LAYING AND COMPACTION OF WMM 100 MM & 75 MM THICK BETWEEN KM 0.00 TO KM 2.00, KM 2.65 TO KM 2.90, KM 4.00 TO KM 4.10 AND FROM KM 11.00 TO KM 20.00 (KM 18.045 ACTUAL LOCATION) ON ROAD KAPPAGALA-BATTAL AND PART-II : SUPPLY AND STACKING OF CRUSHER STONE CHIPS OF NOMINAL SIZE 22.40 MM, 11.20 MM, 6.70 MM AND FINE AGGREGATES FOR DBM 50 MM THICK & SDBC 25 MM THICK AT KM 35.00 HMP PLANT SITE ON JAMMU-AKHNOOR-TANDA-BAMLA ROAD FOR SURFACING WORKS BETWEEN KM 0.00 TO KM 2.00 AND KM 11.00 TO KM 20.00 UNDER 57 RCC/ 13 BRTF SECTOR IN J&K STATE IN PROJECT SAMPARK” 2. Tender documents may be downloaded from BRO website www.bro.gov.in (for reference only) and CPPP site https://eprocure.gov.in/eprocure/app as per the schedule as given in CRITICAL DATE SHEET as under.

CRITICAL DATE SHEET

Publish date 04 Jun 2018 (02.00 PM) Onwards Bid document download/Sale start date

05 Jun 2018 (10.00 AM)

Clarification start date 05 Jun 2018 (10.00 AM) Clarification end date 06 Jun 2018 (02.00 PM) Pre bid meeting 07 Jun 2018 (10.00 AM) Bid submission start date 08 Jun 2018 (10.00 AM) Bid document download/ Sale end date

29 Jun 2018 (10.00 AM)

Bid submission end date 29 Jun 2018 (12.00 PM) Bid opening date 30 Jun 2018 (12.00 PM) Onwards

3. Bids shall be submitted online only at CPPP website: https://eprocure.gov.in/eprocure/app. Manual bids shall not be accepted. Tender/Contractor are advised to follow the instruction provided in the “Instruction to the contractors/Tenderer for the e-submission of the bids online through the Central Public Procurement Portal at https://eprocure.gov.in/eprocure/app”.

4. The work is estimated to cost Rs. 73.38 lakh (Rupees Seventy Three Lakh & Thirty Eight Thousand only) i.e Rs. 65.85 lakh for Part-I & Rs. 7.53 lakh for Part-II approximately or as subsequently amended in tender documents or uploaded in BRO web site www.bro.gov.in and CPPP website https://eprocure.gov.in/eprocure/app. This estimate, however is not a guarantee and is merely given as a rough guide only and if the work cost more or less, tenderer shall have no claim on that account of what so ever nature. Signature of Contractor For Accepting Officer

Page 17: BORDER ROADS ORGANISATION HEADQUARTERS CHIEF …

CA NO CE (P) SPK/ /2018-19 Srl Page No.17 Tender No. CE (P) SPK/08/ 2018-19 5. The tender shall be based on drawing, specifications, General Conditions of contracts IAFW- 2249 for Part-I & IAFW- 1815 (Z) for Part- II . 6. Not more than one tender shall be submitted by one contractor or contractors having business relationship. Under no circumstances will a father or his Son(s) or other close relations who have business relationship with one another (i.e. when one or more partner(s)/director(s) are common) be allowed to tender for the same contract as separate competitors. A breach of this condition will render the tenders of both parties liable to rejection.

7. The work is to be completed within 331 days for Part-I & 270 days for Part- II or as subsequently amended in tender documents or uploaded in BRO web site www.bro.gov.in and CPPP website https://eprocure.gov.in/eprocure/app in accordance with the phasing, if any, indicated in the tender from the date of handing over the site, which will be generally within one month from the date of issue of acceptance letter. 8. The Chief Engineer Project Sampark, C/O 56 APO will be accepting Officer here in after referred to as such for the purpose of this contract. 9. Intending tenderer are advised to visit BRO website www.bro.gov.in and CPPP website https://eprocure.gov.in/eprocure/app three days prior to last date of submission of tender for any corrigendum/addendum/amendment. 10. Earnest money is not required to be attached with tender by the enlisted contractor with BRO who have submitted standing security deposite but it is required from other contractors to be attached with tender documents for Rs.1,15,850/- for Part-I & Rs. 15,060/- for Part-II in the shape of call deposit receipt in favour of Chief Engineer Project Sampark C/O 56 APO obtained from any Nationalized/schedule bank and having maturity/validity period 30 days more than validity period of his offer. Un enlisted contractor may note that they will be required to lodge security deposit of the work in the prescribed form on receipt in writing from the Accepting officer if their offer is accepted. 11. The tenderer are advised to visit the work site by making prior appointment with Commander 13 Task Force/ OC 57 RCC C/O 56 APO. 12. A tenderer shall be deemed to have full knowledge of all relevant documents, samples, site etc whether he has inspected them or not. 13. Any qualification documents/tender which stipulates any alteration to any of the conditions laid down or which proposes any other conditions of any description whatsoever, is liable to be rejected. 14. Accepting Officer reserves his right to accept a tender submitted by a Public Undertaking giving a Price preference over other tender (s) which may be lower, as are admissible under the Government Policy. No claim for any compensation or otherwise shall be admissible from such tenderer(s) whose tenders may be rejected on account of the said policy. Signature of Contractor For Accepting Officer

Page 18: BORDER ROADS ORGANISATION HEADQUARTERS CHIEF …

CA NO CE (P) SPK/ /2018-19 Srl Page No.18 Tender No. CE (P) SPK/08/ 2018-19 15. The submission of the tender by a tenderer implies that he had read this notice and conditions of contract and has made himself fully aware of the scope and specifications of the work to be done and of the conditions and rates at which stores, tools and plants etc will be issued to him and local conditions and other factors bearing on the execution of the work.

16. Applicant contractor must send/attach a demand draft Rs. 1000/- (Rupees one thousand only) in favour of Accepting Officer i.e CE (P) Sampark C/o 56 APO and payable at Jammu obtained from any Nationalized / scheduled Bank valid for Six months withtheir application/downloaded tenders as the cost of tender forms/documents. The all applicable Bank charges shall be borne by the applicant and he shall not have any claim what so ever on this account of Govt. In case of re-tendering, the firm which has submitted the DD in earlier calls will require to submit DD along with their tender /application in subsequent call also. Tender not accompanied with the cost of tender document is liable to be rejected. However, public sector under taking/Govt undertaking firms are exempted from the payment towards cost of tender documents.

17. The hard copy of original instruments in respect of cost of Tender document, Earnest money, original copy of affidavits and credit facility certificate must be delivered to the Chief Engineer Project Sampark, C/O 56 APO on or before bid opening date/ time as mentioned in critical date sheet. Tenderer shall likely to be liable for legal action for non- submission of original payment instrument like Demand Draft etc, against the submitted bid. The Demand Draft attached/submitted for tender fee shall be non refundable. 18. The Accepting Officer does not bind himself to accept the lowest or any tender or to give any reasons for not doing so. 19. For any further particulars, you may refer BRO web site http://www.bro.gov.in and CPPP website https://eprocure.gov.in/eprocure/app. 20. In the event of lowest tenderer revoking his offer or revising his rates upward (which will be treated as revocation of offer), after opening of tenders, the earnest money deposited by him shall be forfeited. In case of BRO enlisted contractors, the amount equal to the earnest money stipulated In the Notice of tender, shall be notified to the tenderer for depositing the amount through MRO, failing which the amount shall be recovered from payment due to such contractor or shall be adjusted from the Standing Security Deposit. In addition, such tenderer and his related firm shall not be issued the tender in second call or subsequent calls. 21. Important- Above particulars may change due to Adm or any other reasons and shall be available on BRO web site www.bro.gov.in and CPPP website https://eprocure.gov.in/eprocure/app Therefore, bidders/contractors are requested to visit BRO website www.bro.gov.in and CPPP website https://eprocure.gov.in/eprocure/app frequently and at least once again 3 days prior to be bid submission date as per critical date sheet, for any changes in above particulars. Signature of Contractor For Accepting Officer

Page 19: BORDER ROADS ORGANISATION HEADQUARTERS CHIEF …

CA NO CE (P) SPK/ /2018-19 Srl Page No.19 Tender No. CE (P) SPK/08/ 2018-19 23. This notice of tender shall form part of the contract.

(Signature of Contractor) S/d-xxx SW

For Chief Engineer 02 Jun 2018

80313/R&C K-B/2017-18/ 47 /E8 Headquarters Chief Engineer Project Sampark C/o 56 APO DISTRIBUTION FOR INFORMATION AND WIDE PUBLICITY 1.

HQ CE (P)......................... C/O 56 APO, 99 APO .......BRTF (GREF), C/O 56 APO

For info please along with a copy of NIT

2. All India Tenders Information Bureau, Post Box No. 25 (Post Office) Shastri Nagar ,Jaipur (Rajasthan)

For wide publicity at their end please.

3. Executive Engineer CPWD, Jammu -do- 4. Executive Engineer PWD, (R&B) Construction

Division Lok Nirman Bhawan, Rail Head Complex, Jammu.

-do-

5. Garrison Engineer MES, Kaluchak (Jammu) -do- 6. Supdt. Engineer Construction Division

Railway, Jammu -do-

7. Municipality, Jammu -do- 8. Cantonment Board, Jammu -do- 9. MES Builders association of India,

807, Sahyog, 58 Nehru Place, New Delhi -do-

10. Head Office, Builder Association of India, G-1/G-20 Commerce Centre, 7th floor, Dodajee road,Tardeo,Mumbai-400034

11. Internal / EDP Cell : Please paste the NIT on BRO Web site by mentioning last date of bid submission end as 29 Jun 2018.

Signature of contractor For Accepting Officer

Page 20: BORDER ROADS ORGANISATION HEADQUARTERS CHIEF …

CA NO CE (P) SPK/ /2018-19 Srl Page No.20 Tender No. CE (P) SPK/08/ 2018-19

Instructions for online Bid Submission

Instructions to the Bidders to submit the bids online thro’ the Central Public Procurement Portal for e- Procurement at https://eprocure.gov.in//eprocure/app 1. Possession of valid Digital Signature Certificate (DSC) and enrollment/registration of the contractors/ bidders on the e-procurement / e-tender portal is a prerequisite for e- tendering. 2. Bidders should do the enrollment in the e- procurement site using the “Click here to enroll” option available on the home page. Portal enrollment is generally free of charge. During enrollment/registration, the bidders should provide the correct/ true information including valid e-mail_id. All the correspondence shall be made directly with the contractors/bidders through e-mail_id provided. 3. Bidder need to login to the site thro’ their user ID/password chosen during enrollment/registration. 4. Then the Digital Signature Certificate (Class II or Class III certificates with signing key usage) issued by SIFY/TCS/nCode/eMudra or any Certifying Authority recognized by CCA India on E Token/Smart card, should be registered. 5. The DSC that is registered only should be used by the bidder and should ensure safety of the same. 6. Contractor/Bidder may go through the tenders published on the site and download the required tender documents/Schedules for the tenders he/she is interested. 7. After downloading/ getting the tender document/Schedules, the bidder should go thro’ them carefully and then submit the documents as asked, otherwise bid will be rejected. 8. If there are no clarifications, this may be obtained online thro’ the tender site, of thro’ the contact details. Bidder should take in to account the corrigendum published before submitting the bids online. 9. Bidder then logs in to the site through the secured log in by giving the user id/password chosen during enrollment/registration and then by giving the password of the e Token/Smart card to access DSC. 10. Bidder select the tender which he/she is interested in by using the search option & then moves it to the ‘my tender folder’. 11. From my tender folder, he/she selects the tender to view all the details indicated. 12. It is construed that the bidder has read all the terms and conditions before submitting their offer. Bidder should go through the tender schedules carefully and upload the documents as asked, otherwise the bid will be rejected. 13. Bidder, in advance should get ready the bid documents to be submitted as indicated in the tender document/schedule and generally, they can be in PDF/xls/rar/dwf formats. If there is more than one document, they can be clubbed together and can be provided in the Signature of Contractor For Accepting Officer

Page 21: BORDER ROADS ORGANISATION HEADQUARTERS CHIEF …

CA NO CE (P) SPK/ /2018-19 Srl Page No.21 Tender No. CE (P) SPK/08/ 2018-19 requested formats. Each document to be uploaded online for the tenders should be less than 2 MB. If any document is more than 2 MB, it can be reduced through zip/rar and the same can be uploaded, if permitted. Bidders bid documents may be scanned with 100 dpi with black and white option. However of the file size is less than 1 MB the transaction uploading time will be very fast. 14. If there are any clarifications, this may be obtained through the site, on during the pre-bid meeting if any. Bidder should take in to account the corrigendum published from time to time before submitting the online bids. 15. The Bidders can update well in advance, the documents such as certificates, annual report details etc, under my Space option and these can be selected as per tender requirements and then send along with bid documents during bid submission. This will be facilitate the bid submission process faster by reducing upload time of bids. 16. Bidder should submit the tender Fee/EMD as specified in the tender. The original should be posted/couriered/given in person to the Tender Inviting Authority, within the bid submission due date & time for the tender. Scanned copy of the instruments should be uploaded as part of the offer. 17. While submitting the bids online, the bidders read the terms & conditions and accepts the same to proceeds further to submit the bid packets. 18. The bidder has to select the payment option as offline to pay the tender Fee/EMD as applicable and enter details of the instruments. 19. The details of the DD/any other accepted instrument, physically sent, should tally with the details available in the scanned copy and the data entered during bid submission time. Otherwise submitted bid will not be acceptable. 20. The bidder has to digitally sign and upload the required bid documents one by one as indicated. Bidders to note that the very act of using DSC for downloading the bids and uploading their offers shall be deemed to be a confirmation that they have read all sections and page of the bid document including General condition of contract without any exception and have understood the entire document and are clear about the requirements of the tender requirements. 21. The bidder has upload the relevant files required as indicated in the cover content. In case of any irrelevant files, the bid will be rejected. 22. If the priced bid format is provided in a spread sheet file like BOQ _xxxxx.xls, the rates offered should be entered in the allotted space only and uploaded after filling the relevant columns. The priced bid /BOQ template must not be modified/replaced by other bidder, else the bid submitted is liable to be rejected for this tender. 23. The bidder are requested to submit the bids through online e- tendering system to the Tender Inviting Authority (TIA) well before the bid submission end date & time (as per Server System Clock). The TIA will not be held responsible for any sort of delay of the difficulties faced during the submission of bids online by the bidders at the eleventh hour. Signature of Contractor For Accepting Officer

Page 22: BORDER ROADS ORGANISATION HEADQUARTERS CHIEF …

CA NO CE (P) SPK/ /2018-19 Srl Page No.22 Tender No. CE (P) SPK/08/ 2018-19 24. After the bid submission (ie after clicking “Freeze Bid Submission” in the portal), the acknowledgement number, given by the system should be printed by the bidder and kept as a record of evidence for online submission of bid for the particular tender and will also act as an entry pass to participate in the bid opening date.

25. The time settings fixed in the server side & displayed at the top of the tender site, will be valid for all actions of requesting, bid submission, bid opening etc., in the e- tender system. The bidder should follow this time during bid submission. 26. All the date being entered by the bidders would be encrypted using PKI encryption techniques to ensure the secrecy of the data. The data entered will not viewable by unauthorized persons during bid submission & not be viewable by any one until the time of bid opening. 27. Any bid document that is uploaded to the server is subjected to symmetric encryption using a system generated symmetric key. Further this key is subjected to asymmetric encryption using buyers/bid openers public keys. Overall, the uploaded tender document becomes readable only after the tender opening by the authorized bid openers. 28. The confidentiality of the bid is maintained since the secured Socket Layer 128 bit encryption technology is used. Data storage encryption of sensitive fields is done. 29. The bidder should logout of the tendering system using the normal logout option available at the top right hand corner and not by selecting the (X) exit option in the browser. 30. For any queries regarding e-tendering process, the bidders are requested to contact as provided in the tender document. Parallely for any further queries, the bidders are asked to contact over phone: 1-800-233-7315 or send a mail over to –[email protected].

Signature of Contractor For Accepting Officer

Page 23: BORDER ROADS ORGANISATION HEADQUARTERS CHIEF …

CA NO CE (P) SPK/ /2018-19 Srl Page No. 23 to137 Tender No. CE(P) SPK/08/2018-19

GENERAL CONDITIONS OF CONTRACT IAFW-2249 OF 2010 PRINT (FOR PART-I ONLY)

NAME OF WORK: RISK & COST CONTRACT FOR_PART-I :PROVIDING, LAYING AND COMPACTION OF WMM 100 MM & 75 MM THICK BETWEEN KM 0.00 TO KM 2.00, KM 2.65 TO KM 2.90, KM 4.00 TO KM 4.10 AND FROM KM 11.00 TO KM 20.00 (KM 18.045 ACTUAL LOCATION) ON ROAD KAPPAGALA-BATTAL AND PART-II : SUPPLY AND STACKING OF CRUSHER STONE CHIPS OF NOMINAL SIZE 22.40 MM, 11.20 MM, 6.70 MM AND FINE AGGREGATES FOR DBM 50 MM THICK & SDBC 25 MM THICK AT KM 35.00 HMP PLANT SITE ON JAMMU-AKHNOOR-TANDA-BAMLA ROAD FOR SURFACING WORKS BETWEEN KM 0.00 TO KM 2.00 AND KM 11.00 TO KM 20.00 UNDER 57 RCC/ 13 BRTF SECTOR IN J&K STATE IN PROJECT SAMPARK (3rd Call) 1. A copy of the General Conditions of Contractsbased on IAFW-22490f 2010 print incorporated with amendments No 01 to 16 and details Supplementary Conditions (Addendas 1-4)is in my./our possession. 2. I/We have read and understood the provisions contained in the aforesaid General conditions of contracts before submission to this tender and I/We agree that I/We shall abide by the terms and conditions thereof, as modified if any elsewhere in these tender documents. 3. It is hereby further agreed and declared by me/us, that the General Conditions based on IAFW 2249 of2010 print including conditions 70 thereto pertaining to settlement of dispute by arbitration condition 115 pages covering amendments 01 to 16 and details Supplementary Conditions (Addendas 1-4) form part of these tender documents. 4. Wherever the phrases Commander works Engineer (CWE) and Garrison Engineer (GE) have been used in the General Conditions of contract IAFW-2249.The same are considered as Task Force Commander (TFC) and OC Contract respectively as applicable to the Border Roads Organization. Signature of Contractor

Dir (Contract) Dated 2018 For Accepting Officer Note: Copy of General conditions of contracts IAFW-2249of 2010 print can be referred in any office of BRO.

Page 24: BORDER ROADS ORGANISATION HEADQUARTERS CHIEF …

CA NO CE (P) SPK/ /2018-19 Srl Page No. 138 to 189 Tender No. CE(P) SPK/08/2018-19

GENERAL CONDITIONS OF CONTRACT IAFW-1815(Z) OF 2010 PRINT (FOR PART-II ONLY)

NAME OF WORK: RISK & COST CONTRACT FOR_PART-I :PROVIDING, LAYING AND COMPACTION OF WMM 100 MM & 75 MM THICK BETWEEN KM 0.00 TO KM 2.00, KM 2.65 TO KM 2.90, KM 4.00 TO KM 4.10 AND FROM KM 11.00 TO KM 20.00 (KM 18.045 ACTUAL LOCATION) ON ROAD KAPPAGALA-BATTAL AND PART-II : SUPPLY AND STACKING OF CRUSHER STONE CHIPS OF NOMINAL SIZE 22.40 MM, 11.20 MM, 6.70 MM AND FINE AGGREGATES FOR DBM 50 MM THICK & SDBC 25 MM THICK AT KM 35.00 HMP PLANT SITE ON JAMMU-AKHNOOR-TANDA-BAMLA ROAD FOR SURFACING WORKS BETWEEN KM 0.00 TO KM 2.00 AND KM 11.00 TO KM 20.00 UNDER 57 RCC/ 13 BRTF SECTOR IN J&K STATE IN PROJECT SAMPARK (3rd Call) 1. A copy of the General Conditions of Contracts based on IAFW-1815-Z0f 2010 print incorporated with amendments No 01 to 34 is in my./our possession. 2. I/We have read and understood the provisions contained in the aforesaid General conditions of contracts before submission to this tender and I/We agree that I/We shall abide by the terms and conditions thereof, as modified if any elsewhere in these tender documents. 3. It is hereby further agreed and declared by me/us, that the General Conditions based on IAFW 1815-Z of2010 print including conditions 37 thereto pertaining to settlement of dispute by arbitration condition 52 pages covering amendments 01 to 34 form part of these tender documents. 4. Wherever the phrases Commander works Engineer (CWE) and Garrison Engineer (GE) have been used in the General Conditions of contract IAFW-1815-Z.The same are considered as Task Force Commander (TFC) and OC Contract respectively as applicable to the Border Roads Organization. Signature of Contractor

Dir (Contract) Dated 2018 For Accepting Officer Note: Copy of General conditions of contracts IAFW-1815-Zof 2010 print can be referred in any office of BRO.

Page 25: BORDER ROADS ORGANISATION HEADQUARTERS CHIEF …

CA NO CE (P) SPK/ /2018-19 Srl Page No. 190 Tender No. CE(P) SPK/08/2018-19

SPECIAL CONDITIONS NAME OF WORK: RISK & COST CONTRACT FOR_PART-I :PROVIDING, LAYING AND COMPACTION OF WMM 100 MM & 75 MM THICK BETWEEN KM 0.00 TO KM 2.00, KM 2.65 TO KM 2.90, KM 4.00 TO KM 4.10 AND FROM KM 11.00 TO KM 20.00 (KM 18.045 ACTUAL LOCATION) ON ROAD KAPPAGALA-BATTAL AND PART-II : SUPPLY AND STACKING OF CRUSHER STONE CHIPS OF NOMINAL SIZE 22.40 MM, 11.20 MM, 6.70 MM AND FINE AGGREGATES FOR DBM 50 MM THICK & SDBC 25 MM THICK AT KM 35.00 HMP PLANT SITE ON JAMMU-AKHNOOR-TANDA-BAMLA ROAD FOR SURFACING WORKS BETWEEN KM 0.00 TO KM 2.00 AND KM 11.00 TO KM 20.00 UNDER 57 RCC/ 13 BRTF SECTOR IN J&K STATE IN PROJECT SAMPARK 1. GENERAL

The following Special Conditions shall be read in conjunction with the General Conditions of contracts IAFW- 2249 for Part-I & IAFW- 1815 (Z) for Part- II only and whereas variation exists the special conditions shall take precedence over the aforesaid General Conditions.

The special conditions given in succeeding paragraphs shall be read in conjunction with Schedule ‘A’, particular specifications and General Conditions of contracts IAFW-2249& 1815(Z). In case of any discrepancies in the various provisions of the contract, the following order of precedence shall be observed:-

(a) Description given in Schedule ‘A’ (b) Particular/Technical Specifications (c) Ministry of Road Transport & Highway (MORT&H) specifications for Road and

bridge works (5th revision) published by Indian Roads Congress New Delhi. (d) Drawing and sketches (e) Special Condition (f) General Condition of Contract

. 2. INSPECTION OF SITES The Contractor is particularly advised to inspect the site(s) of work by making prior appointment with the Chief Engineer (P) Samaprk, C/O 56 APO/Commander 13 BRTF, C/O 56 APO so as to acquaint himself with regard to the nature and conditions of site, nature and means of local communication, working hours, conditions of access and all other cognate matters concerning the execution and completion of the work. Any paths, tracks, approaches etc, required for the movement of plants, equipments, machines and vehicles etc to the work site and platform, bund etc required for the execution of work will be the responsibility of the contractor and rates quoted must include these aspects also where required. The tenderer shall be deemed to have inspected the site and made himself familiar with various factors which may affect his quotation whether he actually inspects the site or not. No extra charges consequent on misunderstanding or otherwise will be allowed.

3. LAND FOR OFFICES ETC The contractor shall have to make his/her own arrangements for land as may be

required by him/her for housing of staff and labour and for erection of stores sheds, office, godowns etc required by him/her for the work. The Contractor must ensure that the staff, labour, plants, equipments, Machines, vehicles & stores etc. employed or collected in connection with the work are so located that there is no hindrance to the free flow of the traffic on the roads/ highway. Suitable warning & sign boards and other measures are to be installed/provided by the contractor at his own cost, for safety of the traffic. Signature of contractor For Accepting Officer

Page 26: BORDER ROADS ORGANISATION HEADQUARTERS CHIEF …

CA NO CE (P) SPK/ /2018-19 Srl Page No. 191 Tender No. CE(P) SPK/08/2018-19 4. MINIMUM FARE WAGES PAYABLE TO LABOURERS

(a) The contractor shall pay wages not less than the fair wage fixed from time to time by the State Govt. or minimum wages fixed under the Minimum Wages Act by Central Govt. whichever is higher. He shall have no claim whatsoever, if on account of any local regulations or otherwise he is required to pay wages in excess of the wages so fixed.

(b) The contractor shall observe the Laws/Rules Regulations of Govt. of Jammu & Kashmir State regarding the employment of labour, mode of payment of wages and cognate matters relating to the local conditions.

c) In case local labourers are not available, the contractor may have to obtain written permit from appropriate authority of Govt of Jammu & Kashmir State to import labour from outside the State.

(d) The contractor shall ensure compliance to all the labour wages laws and benefit rules for the labour employed by him.

(e) The Contractor shall maintain muster roll of labourer engaged in the work along with wages being paid to the labourer (trade wise). The muster roll shall be available at the site for inspection by Engineer-in-charge or any authorized Govt officials.

5. ROYALTIES

(a) Reference condition 14 of General Conditions of Contracts (IAFW 2249) for Part-I only& 11 of IAFW 1815(Z) for Part-II only. No quarries on charge of department are available. The contractor shall make his own arrangements for obtaining / quarrying sand / stone & obtaining other materials required for the work. Payment of Royalties of such materials is to be borne by the contractor, and his quoted rates shall be deemed to include for the same.

(b) If contractor himself is primary licence holder of quarry / mines then he shall submit the royalty payment certificate as per specimen given here under, since he himself pays the royalty to concerned state deptt. In addition to royalty payment certificate he shall also submit the Vehicle wise challan for transit of materials. These documents shall be sent to mining deptt for information and verification at their end.

ROYALTY PAYMENT CERTIFICATE

It is certified that I/We, M/s. __________ (Primary License Holder as well as

Contractor) having a license No. __________ issued by Forest/Mining Dept, Govt. of _____________ have supplied the following materials against CA No.CE (P) SPK/_____/2017-18 during the period from ___________ to _____________.

S/NO Material Quantity supplied

(i) ……… ……… ………………… ………………… (ii) ……… ……… ………………… …………………

It is further certified that royalty etc for above quantity of materials, at applicable rates have been paid by us to the concerned department of the Govt of _______________.A copy of no demand certificate/Challan/Permit/Affidavit duly

Signature of contractor For Accepting Officer

Page 27: BORDER ROADS ORGANISATION HEADQUARTERS CHIEF …

CA NO CE (P) SPK/ /2018-19 Srl Page No. 192 Tender No. CE(P) SPK/08/2018-19

verified by the concerned depttetc is attached herewith.

(M/s._______________)

(Primary Licence Holder)

(c) If contractor is purchasing material from primary license holders / secondary sources then royalty payment certificate shall not be insisted upon the contractor, since he does not pay royalty directly to the state deptt. In such cases following documents shall be obtained.

(i) Purchase voucher (original purchase vouchers shall be defaced by the Engineer-in-Charge/OC under his dated signature stating “verified against CA No. _______, so as to avoid these being used again. CTC of Defaced purchase voucher shall be kept on record.)

(ii) Vehicle wise challan for transit of materials.

The above documents shall be sent to mining deptt for information / verification at their end.

(d) Since as per Condition 10 (a) of IAFW-2249 (For Part-I) &Condition 8 (a) IAFW-1815(Z) (For Part-II), the contractor has to indemnify Govt for payment of any royalty and he is primarily responsible for paying the royalty to concerned deptt therefore if any demand of royalty is received from concerned deptt at any tme after verification of above documents, the contractor shall pay the same to concerned state dept. Undertaking to this effect shall be given by the contractor before receiving any payment.

(e) Receipt of confirmation of verification of documents sent to mining deptt shall not be mandatory before making payment to the contractor, unless there are statutory order /instructions in any state that verification of payment of royalty is mandatory.

(f) Dispatch details of all intimations / documents sent to concerned State Govt Authorities shall be properly kept in records and should be readily available with the respective units of BRO.

6. BLASTING ROCKS

(a) The contractor shall be responsible for the safe custody and storage of blasting materials in accordance with the rules on the subject. Written authority of the OC shall be obtained before any blasting operations are commenced. (b) The contractor shall ensure that the charges in blasting are not excessive and that the charged bore holes are properly protected before firing and that proper precautions are taken for the safety of men and property. (c) Blasting should be generally avoided. In case it is unavoidable less charge controlled blasting may be resorted with the prior permission of the Engineer-In-Charge. The contractor shall be bound to abide by the instruction of the OC regarding the necessity of blasting and the type, number size and pattern of holes to be drilled and also the type , amount and method of firing of explosive to be used.

Signature of contractor For Accepting Officer

Page 28: BORDER ROADS ORGANISATION HEADQUARTERS CHIEF …

CA NO CE (P) SPK/ /2018-19 Srl Page No. 193 Tender No. CE(P) SPK/08/2018-19

The OC shall reserve the right to restrict the number of charge to be fired at a time so that the hillside is not adversely affected. The contractor shall fire the charges only at such time as approved by the OC and shall have no claim, whatsoever, on account of any delay and extra cost due to carrying out the instruction of the OC and/or taking the safety precautions directed by him.

7. MOVEMENT OF CONTRACTOR VEHICLES

7.1 Minimum classification of existing bridges on the roads are Class 18R bridges, contractor should not bring any heavier vehicle/plant/equipment as such vehicle/ plant/equipment shall not be allowed on the bridges. The contractor’s vehicles may be required to ply in convoys as per directions given by the concerned Civil/ Military authorities. No extra payment/time will be admissible on this account. 7.2 In case the condition of these bridges warrant further downward load classification due to any unforeseen circumstances, the same will be done by the OC Contract whose decision shall be final and binding. In case of any such eventuality, the contractor may have to unload his heavy load carried at locations, indicated to suit the load classification indicated by the OC Contract. Any such heavy load carriage thus necessitated across such indicated bridge (s) shall have to be done by the contractor without any additional payment and no claim whatsoever on this accounts will be entertained.

8. SECURITY RESTRICTIONS

8.1 Contractor attention is invited to condition No. 25 of IAFW-2249 (For Part-I) &condition No. 18 of IAFW-1815 (Z). Contractor shall employ only Indian National after verifying their antecedents and loyalty. The contractor shall on demand by the Engineer-in-Charge/OC Contract, submit list of his agents, employees and work people concerned and shall satisfy the Engineer-in-Charge/OC Contract as to the bonafide credential of such people. 8.2 The contractor and his workmen shall observe all the rules promulgated by the authority controlling the area in which work is to be carried out e.g. prohibition of smoking, lighting, fire precautions, search of persons on entry and exit, keeping to specified routes and restricted hours of work etc. Through search of all persons and transport may be conducted by the departmental authorities at the site of works at any time and any number of times for security reasons, necessary permits are to be obtained from Civil authorities by the contractor, for himself, his staff and labour. Nothing shall be paid extra on this account. 8.3 Necessary assistance will be extended to the contractor by the department for providing passes /permits to the contractor, his representative and workmen to enter the state.

9. FREE ACCESS TO SITES AND LOOKING AFTER OF WORKS

The contractor shall give all responsible facilities to this department personnel for the inspection of the works being executed under this contract. He shall also provide free access to the woks if being executed by this department or other agencies and if such Signature of contractor For Accepting Officer

Page 29: BORDER ROADS ORGANISATION HEADQUARTERS CHIEF …

CA NO CE (P) SPK/ /2018-19 Srl Page No. 194 Tender No. CE(P) SPK/08/2018-19 works are located near the sites covered under this contract. Responsibility of all the works covered in this contract will lie on the contractor and these works are fully completed and accordingly handed over to this department. 10. TAXES ETC The tendered amount shall inter-alia be deemed to be inclusive of all taxes, viz Work Contract Tax, terminal taxes, toll taxes, Royalty, octroi, sale tax/VAT, Service Tax, labour welfare cess or any other taxes and the like levies payable under the respective existing States etc. No claim on account of any taxes will be payable to contractor whatsoever except as provided in sub para 11 (b) here-in-after. 11.RE-IMBURSEMENT/REFUND ON VARIATION IN “TAXES DIRECTLY RELATED TO CONTRACT VALUE

(a) The rates quoted by the contractor shall be deemed to be inclusive of all taxes (including sales tax/VAT/GST on material, Sales Tax/VAT/GST on work contracts, Turnover Tax, Service Tax, Labour Welfare Cess/Tax etc), duties, Royalties, Octroi & other levies payable under the respective statues. No re-imbursement/refund for variation in rates of taxes, duties, royalties, Octroi & other levies, and/or imposition/abolition of any new/existing taxes, duties, Royalties, octroi& other levies shall be made except as provided in sub Para (b) herein below. (b) (i) The taxes which are levied by Govt at certain percentage rates of contract

Sum/Amount shall be termed as “taxes directly related to contract value” such as Sales Tax/VAT/GST on works contracts, Turnover Tax, Labour Welfare Cess/tax and like but excluding Income Tax. The tendered rates shall be deemed to be inclusive of all “taxes directly related to contract value” with existing percentage rates as prevailing on last due date for receipt of tenders. Any increase in percentage rates of “taxes directly related to contract value” with reference to prevailing rates on last due date for receipt of tenders shall be reimbursed to the contractor and any decrease in percentage rates of “taxes directly related to contract value “with reference to prevailing rates on last due date for receipt of tenders shall be refunded by the contractor to the Govt. from any payment due to the contractor. Similarly imposition of any new “taxes directly related to contract value” after the last due date for receipt of tenders shall be reimbursed to the contractor and abolition of any “taxes directly related to contract value prevailing on last due date of receipt of tenders shall be refunded by the contractor to the Govt/ deducted by the Govt from any payments due to the contractor.

(ii) The contractor shall, within a reasonable time of his becoming aware of

variation in percentage rates and/or imposition of any “taxes” directly related to contract value” give written notice thereof to the OC Contract stating thatthe same is given pursuant to this special condition, together with all information relating thereto which he may be in a position to supply. The contractors shall submit the other documentary proof/information as the OC Contract may require.

(iii) The contractor shall, for the purpose of this condition keep such books of

account and other documents as are necessary and shall allow inspection of

Signature of contractor For Accepting Officer

Page 30: BORDER ROADS ORGANISATION HEADQUARTERS CHIEF …

CA NO CE (P) SPK/ /2018-19 Srl Page No. 195 Tender No. CE(P) SPK/08/2018-19

the same by a duly authorized representative of Govt and shall further, at the request of the OC Contract furnish, verified in such a manner as the OC Contract may require, any documents so kept and such other information as the OC Contract may require.

(iv) Reimbursement for increase in percentage rates/imposition of “taxes directly

related to contract value” shall be made only if the contractor necessarily & properly pays additional “taxes directly related to contract value” to the Govt without getting the same adjusted, against any other tax liability or without getting the same refunded from the concerned Govt. Authority and submit documentary proof for the same as the OC Contract may require.

12. SECURITY OF DOCUMENTS The contractor shall not communicate any classified information regarding works/organization either to sub-contractor or others without prior approval of the Engineer-In-Charge. Any violation on this aspect will forfeit the right of the contractor to claim any amount due to the contractor whatsoever held with organization. 13. FOREIGN EXCHANGE/IMPORT LICENSE No foreign exchange and /or import license will be arranged by the Department in connection with the work under this contract. 14. CONTRACTOR’S VEHICLES/PLANT AND EQUIPMENT AT SITE

(a) The contractor shall furnish to the Engineer-in-Charge a distribution return of his plant/equipment on the site of works, stating the following particulars: -

(i) Particulars of Plant/equipment i.e. Make, Machine No, Model No, if any,

Registration No, if any, capacity, year of manufacture, year and place of purchase etc.

(ii) Total quantity on site of work. (iii) Location indicating quantity at the site of work.

(b) For the purpose of this condition, plant/equipment shall include vehicles, trucks and lorries but not the workmen’s tools and/or any manually operated tools/equipment. (c) The Engineer-in-Charge shall record the particulars supplied by the contractor as aforesaid, in the works diary and send a return to OC Contract for record in his office. (d) The first return shall be submitted immediately after any plant or equipment is brought to the site. Thereafter every week changes in the return shall be furnished in the following form: -

S/ No

Particulars of plant/ equipment

Total No at site of work

Location Remarks

Signature of contractor For Accepting Officer

Page 31: BORDER ROADS ORGANISATION HEADQUARTERS CHIEF …

CA NO CE (P) SPK/ /2018-19 Srl Page No. 196 Tender No. CE(P) SPK/08/2018-19

Addition since…………… Reduction since………… (e) A complete return showing the upto-date position of plant/equipment at site

shall be submitted on 15th of every month till the works are completed and the site cleared.

(f) The contractor’s attention is invited to condition 34 of General Conditions of Contracts IAFW-2249 according to which no tool, plant/equipment shall be removed off the site without written approval of the OC Contract.

15. BLANK 16. BLANK 17. BLANK 18. BLANK 19. BLANK 20. TIME AND PROGRESS CHART (FOR PART-I)

(a) The time and progress chart to be prepared as per General Conditions of Contracts shall consist of detailed network analysis and a time schedule. The critical path network will be drawn jointly by the OC Contract and the contractor soon after acceptance of the tender. The time scheduling of the activities including a net work for all preliminary arrangements for mobilization of resources e.g. manpower, plants & machinery will be done by the contractor, so as to complete the work within the stipulated time. (b) On completion of the time schedule a firm calendar date schedule will be prepared and submitted by the contractor to OC Contract who will approve it after due scrutiny. The schedule will be submitted in quadruplicate within six weeks from the date of handing over the site. (c) During the currency of the work the contractor is expected to adhere to the time schedule and this adherence will be a part of the contractor’s performance under the contract. During the execution of the work the contractor is expected to participate in the review and updating of the net work undertaken by OC Contract. Theses reviews may be undertaken at the discretion of the OC Contract either as periodic appraisal measures or when the quantum of work ordered on the contractor is substantially changed through deviation orders or amendments. Any revision of the schedule as a result of the review will be submitted by the contractor to the OC Contract within a week who will approve it after due scrutiny. The Contractor will adhere to the revised schedule thereafter. In case of the contractor’s not agreeing to the revise schedule the same will be referred to the Accepting Officer whose decision will be final, conclusive and binding. OC’s approval to the revised schedule resulting in a completion date beyond the stipulated date(s) of completion shall not automatically amount to grant of extension of time. Extension of time shall be considered and decided by the appropriate authority mentioned in condition 11 of General Conditions of Contracts and separately regulated.

Signature of contractor For Accepting Officer

Page 32: BORDER ROADS ORGANISATION HEADQUARTERS CHIEF …

CA NO CE (P) SPK/ /2018-19 Srl Page No. 197 Tender No. CE(P) SPK/08/2018-19

(d) The contractor is expected to mobilize and employ sufficient resources to achieve detailed time schedule within the broad frame work of the accepted methods of working and safety.

(e) No additional payments will be made to the contractor for any multiple shift of work or other incentive methods contemplated by him in his work schedule even through the time schedule is approved by the department.

21. PERMIT FROM LOCAL AUTHORITY FOR PLYING VEHICLES Contractor shall make his own arrangements for obtaining necessary permit from local authority for plying his vehicles for the work in accordance with the Rules and Regulations of the land. 22. ELECTRICITY & WATER SUPPLY No electricity or water will be supplied by the Department. The Contractor shall make his own arrangement for execution of the work. 23. RATE QUOTED

(a) Unit rates shall be deemed to include the provisions for all materials, stores, labour, process, operations and requirements detailed in particular specifications irrespective of whether these appear as specific items or not in the Schedule ‘A’. (b) Unit rates quoted shall also deemed to include all charges/expenses on account of all Veh/Eqpts required for completing the work as specified in Schedule “A”, Sales Tax, Service Tax, Work Contract Tax, Octroi, 1% labour welfare cess, Royalty, Stacking of materials, interstate barrier charges or any other charges which are required for completion of work as per Schedule “A”/ Work Order. (c) The rate quoted shall also include transportation of materials required for completing the work including loading/unloading charges.

24. APPOINTMENT OF ARBITRATOR IN CASE OF CONTRACT AGREEMENTS TO BE EXECUTED BETWEEN BRO AND GOVT OF INDIA UNDERTAKINGS/ENTERPRISES In the event of any dispute or difference between the parties hereto, such dispute of difference shall be resolved amicably by mutual consultation or through the good offices of empowered agencies of the Government. In the event of any such dispute or differences relating to the interpretation and application of the provisions of contracts where such resolution is not possible then the unresolved dispute or differences shall be referred by either party to the Arbitration of one of the Arbitrators in the department of Public Enterprises to be nominated by the Secretary to the Government of India In charge of the Bureau of Public Enterprises, and in such case the Arbitration and Conciliation Act shall not be applicable to the arbitration under this clause. The award of the Arbitrator shall be binding upon both the parties in the dispute. Provided, however, any party, aggrieved by such award, may make a further reference for setting aside or revision of the award to the Law Secretary, Department of Legal Affairs, Ministry of Law & Justice, Govt. of India. Upon such reference the dispute shall be decided by the Law Secretary or the Special Signature of contractor For Accepting Officer

Page 33: BORDER ROADS ORGANISATION HEADQUARTERS CHIEF …

CA NO CE (P) SPK/ /2018-19 Srl Page No. 198 Tender No. CE(P) SPK/08/2018-19 Secretary/Additional Secretary when so authorized by the Law Secretary, whose decision shall bind the parties finally and conclusively. The parties to the dispute will share equally the cost of arbitration as intimated by the Arbitrator. 25. MEASUREMENTS(Para f,g,h applicable for Part II ) Measurements pertaining to the work completed under this contract will be recorded and signed in the measurement book (IAFW-2261) by the Junior Engineer after taking into account that the required laboratory tests have been done as per the limits stipulated, as per the frequencies laid down in the “Particular Specifications” of this contract agreement and MORT&H Specification for Road and Bridge Works (5threvision) and connected documents thereof and test results are found satisfactory and proper records are maintained.

(a) The measurement recorded by the Junior Engineer shall be 100% checked and signed by the Engineer-in-charge. (b) 25% test check will be carried out by OC Contract on each day of measurement by the Engineer-in-Charge. (c) 5% test check will be carried out by Cdr Task Force before making payments to the contractor. (d) The measurements should also be signed by the contractor as token of the acceptance of the measurement. (e) In case of discrepancies in arriving out work done details, the decision of the Accepting Officer will be final and binding for both the parties.

(f) All measurements for materials should be properly recorded in the measurement book as and when materials brought, stacked and measured at site. No payment on account shall be made to the contractor for materials which are not stacked and not measured at site as specified and not recorded in the measurement book. Immediately after measurement the stacks shall be marked by white wash or other means as directed by Engineer-In-Charge. (g) The coarse and fine aggregates, metal supplied at site of work shall be paid for in cubic meters. The actual volume of the aggregates to be paid for shall be computed after deducting the specified percentage as given below from the volume computed by stacked measurement.

S/No. Standard size of Percentage reduction in volume

aggregates computed by stack measurements to arrive at the volume to be paid for ___________________________________________________________________

1. Stone metal 10% 2. Stone Chips & Sand 5% __________________________________________________________________

(h) All measurements for materials should be properly recorded in the measurement book as and when materials brought, stacked and measured at site. No payment on account shall be made to the contractor for materials which are not stacked and not measured at site as specified and not recorded in the measurement book. Immediately after measurement the stacks shall be marked by white wash or other means as directed by Engineer-In-Charge.

Signature of contractor For Accepting Officer

Page 34: BORDER ROADS ORGANISATION HEADQUARTERS CHIEF …

CA NO CE (P) SPK/ /2018-19 Srl Page No.199 Tender No. CE(P) SPK/08/2018-19 26. ACCEPTANCE OF WORK DONE The Engineer-In-Charge shall exercise control over the quality of materials and work done. Carrying out tests for the specified properties as per frequencies given in clause 903 of MORT&H (Ministry of Road Transports and Highways) specification for roads and bridge shall be responsibility of contractor. 27. The work (Part II) shall be completed as per given below delivery schedule. Failure to supply of material as per delivery schedule shall attract non revocable penalty every time contractor fails to supply the material. Period at the end of

Minimum supply Qty during period Non revocable penalty in case of failure in percentage of full contract value (limited to maximum 10 percent)

Fine Aggregates

Chips 22.40 mm

Chips 11.20 mm

Chips 6.70 mm

30 days 122 91 76 75 ½ percent 60 days 243 181 152 151 Additional ½ percent 90 days 365 272 228 226 Additional ½ percent 120 days 486 362 304 301 Additional ½ percent 150 days 608 453 380 377 Additional ½ percent 180 days 730 543 455 452 Additional ½ percent 210 days 851 634 531 528 Additional ½ percent 240 days 973 725 607 603 Additional ½ percent 270 days 1105.39 823.36 690.01 685.08 Additional ½ percent

28. BLANK

29. BLANK 30. PAYMENT Payment to the parties will be made in INR in the following manner:-

(a) No advance payment will be made to the contractor against any materials if not properly safeguarded against loss/damage due to natural calamities/theft. (b) No payment shall be made for any rejected work. (c) Taxes (Income tax, service tax/sales tax/VAT/GST on works contracts, labour cess, etc) shall be deducted at source from the payment due to contractors as per prevailing laws/statutory orders and TDS certificates shall be issued to the contractor. The contractor may ascertain full details in this respect from the concerned Department(s).

(d) All payments will be made by e-payment/account payee Cheque.

31. CO-OPERATION WITH OTHER AGENCIES The contractor shall permit free access and generally afford reasonable facilities to other agencies or departmental workmen engaged by the Govt to carry out their part of the work if any under separate arrangements. Signature of contractor For Accepting Officer

Page 35: BORDER ROADS ORGANISATION HEADQUARTERS CHIEF …

CA NO CE (P) SPK/ /2018-19 Srl Page No. 200 Tender No. CE(P) SPK/08/2018-19 32. SUPPLY OF COLOUR RECORD PHOTOGRAPHS, ALBUMS AND VIDEO CD’s (FOR PART-I ONLY)

Contractor shall provide/ supply of color record photographs, Album and video CD’s at various stages/facts of the work without any extra cost as per clause 125.1, 125.2 & 126.1 of MORT&H specification. 33. FIELD LABORATORY(FOR PART-1) : To maintain proper quality control at site, contractor shall establish adequately equipped field laboratory without any extra cost as directed by EIC/OC contract. Incase of any dispute, decision of accepting officer shall be final and binding. 34. TRAFFIC MOVEMENT (FOR PART-I ONLY): Contractor shall ensure that no hindrances to Traffic movement shall occur during construction. However, if the traffic movement disrupt due to land slide or any other unforeseen reasons, then Contractor shall make all efforts to restore traffic movement within time as directed by the Cdr. If contractor is unable or unwilling to restore traffic movement, Engineer-in-charge may take action as per condition 8 of IAFW-2249. Contractor shall immediately intimate regarding closure of the road to Engineer-in-charge and local administrative authorities. 35. Venue of Arbitration: Place of arbitration hearing shall be at New Delhi. 35.1 ARBITRATION (REFER CLAUSE 70 OF CONDITION OF CONTRACT OF IAFW-2249) FOR Part-I & (REFER CLAUSE 37 OF CONDITION OF CONTRACT OF IAFW-1815 Z) FOR Part-II. 35.2 All dispute or difference arising as aforementioned, other than those for which the decision of the Accepting Officer or any other person in by the contract expressed to be final and binding shall be referred to sole arbitration under condition No 70 of General Condition of Contract IAFW-2249 for Part-I & condition No 37 of General Condition of Contract IAFW-1815Z for Part-II only after written notice by either partly of the contract to the other of them.

36. DEFECT LIABILITY PERIOD (REFER CONDITION 46 OF IAFW-2249) FOR PART-I ONLY :Defects liability period shall be Twelve calendar months. 2.5% of value of work executed shall be retained from each bill of advances on account and final bill as special security deposit for defects liability period and shall be refunded to contractor after the expiration of defects liability period provided always that the contractor shall first have been paid the final bill and have rendered a No-demand certificate (IAFA-451). Provided further, the contractor may be paid special security deposit on his furnishing Guarantee Bond(s) or Fixed Deposit Receipt(s) from a scheduled bank in favor of Chief Engineer, Project Sampark for the amount of the special security deposit which should otherwise be recoverable from him under the contract. The Guarantee Bond(s) or Fixed Deposit Receipt(s) shall be executed for a period and on a form as directed by the Accepting Officer. The contractor shall further arrange to extend the period of Guarantee Bond(s) or Fixed Deposit Receipt(s) of similar value so as to cover the period as stated above for its refund.

37 BLANK Signature of contractor For Accepting Officer

Page 36: BORDER ROADS ORGANISATION HEADQUARTERS CHIEF …

CA NO CE (P) SPK/ /2018-19 Srl Page No. 201 Tender No. CE(P) SPK/08/2018-19 38. CONTRACT LABOUR (R&A) ACT 1970 38.1 The contractor shall get himself registered with Astt Labour Commissioner of relevant place as required under contract labour (Regulation and Abolition) Act, 1970. If he does not fall within the purview of said act, he shall be obtain a no objection certificate from concerned ALC to above effect. A copy of the certificate of Registration or the no objection certificate (as the case may be) shall be submitted by him to the Accepting Officer within 15 days of the award of the work.In event of his non-compliance, the contractor shall be liable for punitive action under CL (R&A) Act 1970. 39. LOSS OR DAMAGE ON ACCOUNT OF ENEMY ACTION

(a) If as a result of enemy action, the contractor suffers any loss or damage, the Government shall reimburse to the contractor such loss or damage, to the extent and in the manner hereinafter provided:-

(i) The loss suffered by him on account of any damage or destruction of his plant/equipment (as defined in condition 14 (b) above) or materials or any part of parts thereof. The amount of loss assessed by the Accepting Officer of the contract on this account shall be final and binding. (ii) Compensation paid by him under any law for the time being in force to any workmen employed by him for any injury cause to him or the workmen’s legal successors for loss of the workmen’s life. (b) No reimbursement shall be made nor shall any compensation be payable under the above provisions unless the contractor had taken Air Defence precautions ordered in writing by OC concerned or in the absence of such orders, reasonable precautions. No reimbursement shall be made nor shall any compensation by payable for any plant/equipment or materials not lying on the site of work at the time of enemy action.

40. REGISTRATION FEE/TRADE TAX/INCOME TAX ETC Tendered rates/ amount shall also be deemed to include the payments of all taxes to be registration fee. Trade Tax, Income –tax and other taxes /levies to be paid to the Govt. of Jammu & Kashmir or Central Govt. already in force and as may be modified from time to time. The contractor may ascertain full details on this respect from the concerned departments (s). 41. ADJUSTMENT OF TAX CONSEQUENT UPON AMENDMENT TO CONSTITUTION The tendered rate shall also be inclusive of all statute levies and State/Union territory/shall tax on works contract payable under the respective statutes pursuant to the constitution stipulated by the tenderers regarding sales tax on works contracts will not be considered and such tender will be liable for rejection.

42. ESCALATION

No claim of reimbursement in increase of labour wages, cost of POL and materials is admissible under this contract including extended period if any. Signature of contractor For Accepting Officer

Page 37: BORDER ROADS ORGANISATION HEADQUARTERS CHIEF …

CA NO CE (P) SPK/ /2018-19 Srl Page No. 202 Tender No. CE(P) SPK/08/2018-19

43. INCOME TAX

Income tax along with education cess and service /works contract tax including labour welfare cess will be deducted at source as applicable.

44. DEDUCTION TAX AT SOURCE

Income tax along with surcharge, service/work contract tax including 1% labour welfare cess shall be deducted at source as applicable.

45. REGISTRATION

Contractor is required to get his firm registered with concerned Sales Tax Department and Asst Labour Commissioner under contract labour (R&A) Act and Building and other construction workers Act 1996. A copy of valid registration certificate issued will be submitted to Commander Contract while processing RARs/Bills.

46. PAYMENT OF WORK

46.1 The payment will be released through E-payment mode, for which the contractor is required to submit the NEFT/RTGS Mandate Form (enclosed at Appx ‘B’) duly filled in the specified details. Otherwise it will be released through A/C Payee Cheque.

46.2 In case where the payment is released through cheque it will be sent by post to the contractor for which the postage charges will be deducted from the net amount due to the contractor.

47. LEGAL JURISDICTION

Legal jurisdiction for this Contract Agreements shall be “J&K High Court, Jammu only”.

48. ATTENDANCE ON DEPARTMENTAL WORKMAN AND OTHER AGENCIES. The contractor shall permit free access and generally afford all facilities and usual conveniences to other Agencies and or Departmental workmen to carry out works, if any under separate arrangements. The contractor shall not be allowed any extra payment on this account. 49. COLLECTION AND STACKING (FOR PART-II ONLY)

(a) The materials shall be stacked properly on even/level ground and clear of the road way/work site at various places/site of work and in a manner and dimensions as directed by Engineer-In-Charge.

(b) Contractor shall ensure that his trucks/lorries do not drop materials on road/work site. (c) Materials shall not be stacked in locations liable to inundation or flood. (d) The dimension of the stacks and its locations shall be as approved by the Engineer-In-Charge.

Signature of contractor For Accepting Officer

Page 38: BORDER ROADS ORGANISATION HEADQUARTERS CHIEF …

CA NO CE (P) SPK/ /2018-19 Srl Page No. 203 Tender No. CE(P) SPK/08/2018-19 50. ACCEPTANCE OF MATERIAL (a) The Engineer-In-Charge shall exercise control over the quality of the materials

so as to ascertain their conformity with the specification mentioned in the particular specification at the cost of the contractor. Testing of stone boulders, coarse and fine aggregate shall be as per following frequencies and shall be responsibility of contractor.

(i) Stone Chips, sand: One test per 100 cum of the material.

The frequency of testing on materials shall be as per discretion of the Eng-In-Charge and OC Contract if the material obtained from one quarry location. In case the contractor obtains material from more than one quarry location, he shall be required to get the testing of aggregate from each quarry separately to the satisfaction of Engr-In-Charge and OC Contract. The materials not conforming to the specifications/requirement given in the particular specification shall not be brought to the work site.

(b) In case the materials brought by the contractor found inferior and does not confirm to the particular specifications of CA, the material will be rejected. The rejected materials shall be removed from the site by the contractor at his cost immediately. No payment/ compensation shall be made on this account.

(c) If testing is done in Departmental laboratories i.e. QCC HQ 13BRTF, testing charges will be charged from the contractor and if the testing is done other than departmental laboratories due to any reason what so ever, the testing charges shall be borne by the contractor and nothing extra shall be admissible on this account.

51. CONTRACTOR’S REPRESENTATIVES AND WORKMEN Refer Condition 26 of IAFW-2249 (For Part-I )& Condition 18 of IAFW-1815 (Z) (For Part-II). The contractor may employ any Indian Nationals as his representatives, servants and workmen and after verifying their antecedents and loyalty before employing them for the works. He shall ensure that no person of doubtful antecedents and nationality is, in any way associated with work.

Signature of Contractor Dir (Contract) Dated: 2018 For Accepting Officer

Page 39: BORDER ROADS ORGANISATION HEADQUARTERS CHIEF …

SAMPLE

CA NO CE (P) SPK/ /2018-19 Srl Page No. 204 Tender No. CE(P) SPK/08/2018-19

Annexure-1 to Special Condition

FORMAT FOR BANK GUARANTEE FOR ADVANCE PAYMENT From: Bank_______________________________ To The President of India Sir, 1. With reference to contract agreement No________________________concluded between the President of India, hereinafter referred at as “The Government” and M/S ___________________________________hereinafter referred to as the “The Contractor” for ____________________________as detailed in the above contract agreement hereinafter referred to as “the said contract” and in consideration of the Government having agreed to make an advance payment in accordance with the terms of the said contract to the said contractor, we the _______________________________bank, hereinafter call “the bank” hereby irrevocably undertake and guarantee to you that if the said contractor would fail to provide works in accordance with the terms & conditions of the said conditions of the said contract for any reason whatsoever or fail to perform the said contract in any respect or should whole or part of the said on account payments to any time become repayable to you for any reason whatsoever, we shall, on demand and without demur pay to you all and any sum up to a maximum of Rs. ____________(Rupees__________________________only) paid as advance to the said contractor in accordance with the provisions contained in clause____________________________of the said contract. 2. We further agree that the Government shall be the sole judge as to whether the contractor has failed to provide works in accordance with the terms and conditions of the said contract or has failed to perform the said contract in any respect or the whole or part of the advance payment made to contractor has become repayable to the Government and to the extent and monetary consequences thereof by the Government. 3. We further hereby undertake to pay the amount due and payable under this Guarantee without any demur merely on a demand from the Government stating the amount claimed. Any such demand made on the bank shall be conclusive and binding upon us as regards the amounts due and payable by us under the guarantee and without demur. However, our liability under this Guarantee shall be restricted to an amount not exceeding Rs.__________________(Rupees________________________________only) 4. We further agree that the Guarantee herein contained shall remain in full force and effect for a period up to ____________________(03 months + due date of recovery of advance) unless the Government in his sole discretion discharges the Guarantee earlier. 5. We further agree that any change in the constitution of the bank or the constitution of the contractor shall not discharge our liability hereunder. 6. We further agree that the Government shall have that fullest liability without affecting in any way our obligations hereunder with or without our consent or knowledge to vary any of the terms and conditions of the said contract or to extend the time of development/delivery from time to time or to postpone for any time or from time to time any Signature of contractor For Accepting Officer

Page 40: BORDER ROADS ORGANISATION HEADQUARTERS CHIEF …

SAMPLE

CA NO CE (P) SPK/ /2018-19 Srl Page No. 205 Tender No. CE(P) SPK/08/2018-19 of the powers exercisable by the Government against the contractor and either to forebear or enforce any of the terms and conditions relating to the said contract and we shall not be relieved from our liability by reason of any such variation or any indulgence or for bearance shown or any act or omission on the Government or by any such matter or thing whatsoever which under the law relating to sureties would but for this provision have the effect of so relieving us. 7. We lastly undertake not to revoke the Guarantee during the currency of the above said contract except with the prior consent of the Government in writing.

Yours faithfully

For _____________________Bank (Authorized Attorney)

Place_________________________ Date _________________________ Seal of Bank Signature of contractor For Accepting Officer

Page 41: BORDER ROADS ORGANISATION HEADQUARTERS CHIEF …

SAMPLE

CA NO CE (P) SPK/ /2018-19 Srl Page No. 206 Tender No. CE(P) SPK/08/2018-19

Appendix “B‟ (Ref para-46 of Special Condition of tender)

NEFT/RTGS MANDATE FORM

(1) Name of firm/contractor as

per account in the Bank

(2) Beneficiary’s Account Number (As appearing on the Cheque Book)

(3) Name of Bank where a/c is held

(4) Name of Branch

(5) Address of Branch

(6) Telephone No of Branch

(7) IFSC Code of Branch

(8) 9-Digit MICR Code Number of the Bank & Branch

(9) E-Mail ID of Contractor

Note Please attach a blank cancelled cheque for verification of the above

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

Dated : Signature of the contractor (Seal)

CERTIFICATE BY BANK

Certified that the particulars furnished above are correct as per our records. Seal of Bank Signature of the branch manager of the Bank Dated:- Signature of contractor For Accepting Officer

Page 42: BORDER ROADS ORGANISATION HEADQUARTERS CHIEF …

CA NO CE (P) SPK/ /2018-19 Srl Page No. 207 Tender No. CE(P) SPK/08/2018-19

PARTICULAR SPECIFICATIONS (FOR PART-I ONLY)

NAME OF WORK: RISK & COST CONTRACT FOR_PART-I :PROVIDING, LAYING AND COMPACTION OF WMM 100 MM & 75 MM THICK BETWEEN KM 0.00 TO KM 2.00, KM 2.65 TO KM 2.90, KM 4.00 TO KM 4.10 AND FROM KM 11.00 TO KM 20.00 (KM 18.045 ACTUAL LOCATION) ON ROAD KAPPAGALA-BATTAL AND PART-II : SUPPLY AND STACKING OF CRUSHER STONE CHIPS OF NOMINAL SIZE 22.40 MM, 11.20 MM, 6.70 MM AND FINE AGGREGATES FOR DBM 50 MM THICK & SDBC 25 MM THICK AT KM 35.00 HMP PLANT SITE ON JAMMU-AKHNOOR-TANDA-BAMLA ROAD FOR SURFACING WORKS BETWEEN KM 0.00 TO KM 2.00 AND KM 11.00 TO KM 20.00 UNDER 57 RCC/ 13 BRTF SECTOR IN J&K STATE IN PROJECT SAMPARK (3rd Call) 1. GENERAL:- The specification contained in Ministry of Road, Transport & Highways book namely SPECIFICATIONS FOR ROAD AND BRIDGE WORK (fifth revision) published by the Indian road congress during year 2013 (here in after referred to as MORT&H specification) under clause 406dealing with Wet Mix Macadam shall be generally followed as indicated hereinafter.

1.1. WET MIX MACADAM 1.1.1 SCOPE: - This work shall consist laying and compacting (all through mechanized means as approved by Engineer in charge) clean, graded aggregate and granular material, premixed with water to a dense mass on a prepared sub base or existing pavement as the case may be in accordance with the requirements of these specifications the material shall be laid in one layer to lines, grade and cross sections as directed by the Engineer-In -Charge.

1.1.2. MATERIALS:- 1.1.3 AGGREGATES: 1.1.3.1PHYSICAL REQUIREMENTS: Coarse aggregate shall be crushed stone. If crushed gravel/shingle is used, not less than 90% by weight of the gravel/shingle pieces retained on 4.75 mm sieve shall have at least two fractured faces The aggregate shall conform to the physical requirement set forth in table below:-

Physical requirements of coarse aggregate for wet mix macadam

S/No Test Test method Requirement

1. Los Angeles Abrasion value Or Aggregate impact value

IS:2386 (Part -4) IS:2386 (Part -4) or IS:5640

40% (Max) 30% (Max)

2. Combined Flakiness and Elongation Index (Total)

IS:2386 (Part -I) 30% (Max)*

* To determine the combined portion, the flaky stone from the representative sample should first be separated out. Flakiness index is weight of flaky stone metal divided by weight of stone sample. Only the elongated particles be separated out from the remaining (non flaky) stone metal. Elongation index is weight of elongated particles divided by the total non flaky particles. The value of the flakiness index and elongation index so found are added up. If the water absorption value of the coarse aggregate is greater than 2 per cent, the soundness test shall be carried out on the material delivered to site as per IS: 2386(Part-5). Signature of contractor For Accepting Officer

Page 43: BORDER ROADS ORGANISATION HEADQUARTERS CHIEF …

CA NO CE (P) SPK/ /2018-19 Srl Page No. 208 Tender No. CE(P) SPK/08/2018-19 1.1.3.2 GRADING REQUIREMENTS: The aggregates shall conform to the grading given in table here under.

GRADING REQUIREMENTS OF AGGREGATES FOR WET MIX MACADAM

IS Sieve Designation Per cent by weight passing the IS sieve 53.00 mm 100 45.00 mm 95-100 26.50 mm - 22.40 mm 60-80 11.20 mm 40-60 4.75 mm 25-40 2.36 mm 15-30 600.00 micron 8-22 75.00micron 0-5

Materials finer than 425 micron shall have Plasticity Index (PI) not exceeding 6.

The final gradation as approved by Engineer-in charge within these limits shall be well graded from coarse to fine and shall not vary from the low limit on one sieve to the high limit on the adjacent sieve or vice versa. 1.1.4 CONSTRUCTION OPERATION: 1.1.4.1 Preparation of Base:- Clause 404.3.1 shall apply. 1.1.4.2. PROVISION OF LATERAL CONFINEMENT OF AGGREGATES: While constructing wet mix macadam, arrangement shall be made for the lateral confinement of wet mix. This shall be done by laying materials in adjoining shoulders along with that of wet mix macadam layer and following the sequence of operations described in Clause 407.4.1 of MORT&H specification. 1.1.4.3. PREPARATION OF MIX: Wet Mix Macadam shall be prepared in an approved mixing plant of suitable capacity having provision for controlled addition of water and forced/positive mixing arrangement like pug mill or pan type mixer of concrete batching plant. The plant shall have following features:-

i) For feeding aggregates – three/ four bin feeders with variable speed motor. ii) Vibrating screen for removal of oversize aggregates. iii) Conveyor belt. iv) Controlled system for additional water. v) Forced/positive mixing arrangement like pug mill or pan type mixer. vi) Centralized control panel for sequential operation of various devices and

precise process control. vii) Safety devices.

Optimum moisture for mixing shall be determined in accordance with IS: 2720 (Part-8) after replacing the aggregate fraction retained on 22.4 mm sieve with material of 4.75 mm to 22.4 mm size. While adding water, due allowance should be made for evaporation losses. However, at the time of compaction, water in the wet mix should not vary from the optimum value by more than agreed limit as directed by Engineer in Charge. The mixed material should be uniformly wet and no segregation should be permitted. Signature of contractor For Accepting Officer

Page 44: BORDER ROADS ORGANISATION HEADQUARTERS CHIEF …

CA NO CE (P) SPK/ /2018-19 Srl Page No. 209 Tender No. CE(P) SPK/08/2018-19 1.1.4.4 SPREADING OF MIX: Immediately after mixing aggregates shall be spread uniformly and evenly upon the prepared sub grade/sub-base/base in required quantities. In no case should these be dumped in heaps directly on the area where these are to be laid nor shall their halting over a partly completed stretch be permitted. The mix may be spread either by a paver finisher’s or motor grader. For portions where mechanical means cannot be used, manual means as approved by the Engineer shall be used. The motor grader shall be capable of spreading the material uniformly all over the surface. Its blade shall have hydraulic control suitable for initial adjustments and maintaining the same so as to achieve the specified slope and grade. The paver’s finisher shall be self-propelled, having the following features:-

(i) Loading hoppers and suitable distribution system, so as to provide a smooth uninterrupted material flow for different layer of thickness from the tipper to the screed.

(ii) Hydraulically operated telescopic screed for paving width up to 8.5 m and fixed screed beyond this. The screed shall have tamping and vibrating arrangement for initial compaction of layer.

(iii) Automatic leveling control system with electronic sensing device to maintain mat thickness and cross slope of mat during laying procedure.

The surface of the aggregate shall be carefully checked with templates and all high or low spots remedied by removing or adding aggregate as may be required. The layer may be tested by depth blocks during construction. No segregation of larger and fine particles should be allowed. The aggregates as spread should be of uniform gradation with no pockets of fine materials. 1.1.4.5. COMPACTION: After the mix has been laid to the required thickness, grade and cross fall/camber the same shall be uniformly compacted, to the full depth with suitable roller. If the thickness of single compacted layer does not exceed 100 mm, a smooth wheel roller of 80 to 100 KN weight may be used. For a compacted single layer upto 200 mm, the compaction shall be done with the help of vibratory road roller of minimum static weight of 80 to 100 KN or equivalent capacity roller. The speed of the roller shall not exceed 5 Km/h. In portions having unidirectional cross fall/super elevation, rolling shall commence from the lower edge and progress parallel to the centre line of the road, uniformly over-lapping each preceding track by at least one third width until the entire surface has been rolled. Alternate trips of the roller shall be terminated in stops at least 1 m away from any preceding stop. In portions in camber, rolling should begin at the edge with the roller running forward and backward until the edges have been firmly compacted. The roller shall then progress gradually towards the centre parallel to the centre line of the road uniformly overlapping each of the preceding track by at least one –third width until the entire surface has been rolled.

Any displacement occurring as a result of reversing of the direction of a roller or from any other cause shall be corrected at once as specified and/or removed and made good.

Along forms, kerbs walls or other places not accessible places to the roller, the mixture shall be thoroughly compacted with mechanical tampers or a plate compactor. Skin patching of an area without scarifying the surface to permit proper bonding of the added material shall not be permitted. Signature of contractor For Accepting Officer

Page 45: BORDER ROADS ORGANISATION HEADQUARTERS CHIEF …

CA NO CE (P) SPK/ /2018-19 Srl Page No. 210 Tender No. CE(P) SPK/08/2018-19 Rolling should not be done when the sub grade is soft or yielding or when it causes a wave-like motion in the sub base/base course or sub grade. If irregularities develop during rolling which exceed 12 mm when tested with a 3 meter straight edge, the surface should be loosened and premixed material added or removed as required before rolling again so as to achieve a uniform surface conforming to the desired grade and cross fall. In no case should the use of unmixed material be permitted to make up the depressions.

Rolling shall be continued till the required density achieved is at least 98 percent of

the maximum dry density for the material as determined by the method outlined in IS: 2720 (Part-8).

After completion, the surface of any finished layer shall be well closed, free from movement under compaction equipment or any compaction planes, ridges, cracks and loose material. All loose, segregated or otherwise defective areas shall be made good to the full thickness of the layer and re-compacted. 1.1.4.6. SETTING AND DRYING: After final compaction of wet mix macadam course, the road shall be allowed to dry for 24 hours. 1.1.5. OPENING TO TRAFFIC: Preferably no vehicular traffic of any kind should be allowed on the finished wet mix macadam surface till it has dried and the wearing course laid. 1.1.6. SURFACE FINISH AND QUALITY CONTROL OF WORK 1.1.6.1. SURFACE EVENNESS: The surface finish of construction shall conform to the requirements of Clause 902 of MORT&H specification. 1.1.6.2. QUALITY CONTROL: Control on the quality of materials and works shall be exercised by the Engineer-in-Charge in accordance Section 900 of MORT&H specification. 1.1.7. RECTIFICATION OF SURFACE IRREGULARITY Where the surface irregularity of the wet mix macadam course exceeds the permissible tolerances or where the course is otherwise defective due to sub base material getting mixed with the aggregates, the full thickness of the layer shall be scarified over the affected area, reshaped with added premixed material as applicable and re-compacted in accordance with Clause 406.3 of MORT&H specification. The area treated in the aforesaid manner shall not be less than 5 m long and 2 m wide. In no case the depressions shall be filled up with unmixed and ungraded materials or fines. 1.1.8 ARRANGEMENT FOR TRAFFIC:-During the period of construction, arrangement of traffic shall be done as per Clause 112 of MORT&H specification. 1.1.9. MEASUREMENTS FOR PAYMENT:- Wet mix macadam shall be measured as finished work in position in cubic meters. 1.1.10. RATES: - The contract unit rate for wet mix macadam shall be payment in full for carrying out the required operations including full compensation for all components listed in clause 401.7 of MORT&H specification. Signature of contractor For Accepting Officer

Page 46: BORDER ROADS ORGANISATION HEADQUARTERS CHIEF …

CA NO CE (P) SPK/ /2018-19 Srl Page No. 211 Tender No. CE(P) SPK/08/2018-19

PARTICULAR SPECIFICATIONS (FOR PART-II ONLY) NAME OF WORK: RISK & COST CONTRACT FOR_PART-I :PROVIDING, LAYING AND COMPACTION OF WMM 100 MM & 75 MM THICK BETWEEN KM 0.00 TO KM 2.00, KM 2.65 TO KM 2.90, KM 4.00 TO KM 4.10 AND FROM KM 11.00 TO KM 20.00 (KM 18.045 ACTUAL LOCATION) ON ROAD KAPPAGALA-BATTAL AND PART-II : SUPPLY AND STACKING OF CRUSHER STONE CHIPS OF NOMINAL SIZE 22.40 MM, 11.20 MM, 6.70 MM AND FINE AGGREGATES FOR DBM 50 MM THICK & SDBC 25 MM THICK AT KM 35.00 HMP PLANT SITE ON JAMMU-AKHNOOR-TANDA-BAMLA ROAD FOR SURFACING WORKS BETWEEN KM 0.00 TO KM 2.00 AND KM 11.00 TO KM 20.00 UNDER 57 RCC/ 13 BRTF SECTOR IN J&K STATE IN PROJECT SAMPARK (3rd Call)

1. The work under this contract will be carried out in accordance with schedule “A” and the Particular Specification referred to herein and Ministry of Road, Transport & Highways book namely SPECIFICATIONS FOR ROAD AND BRIDGE WORK (fifth revision) published by the Indian road congress during year 2013. 2. Stone Chips:- The aggregates shall consist of crushed rock. They shall be clean, hard durable, of cubical shape, free from dust and soft or friable matter, organic or other deleterious substances. The size of metal, chips and sand shall be such that the grading requirement set forth in the individual specification clauses for the pavement courses, for which supply is intended, are satisfied.

PHYSICAL REQUIREMENT

Property Test Specification

Method of Test

Cleanliness (dust) Grain size analysis1 Max 5% passing 0.075 mm sieve

IS:2386 Part I

Particle shape Combined Flakiness and Elongation Indices*

Max 30% IS:2386 Part I

Strength Lost Angeles Abrasion Value or Aggregate Impact Value

Max 35% Max 40%(For WMM Work) Max 27% Max 30%(For WMM Work)

IS:2386 Part IV

Durability Soundness either : Sodium Sulphate or Magnesium Sulphate

Max 12% Max 18%

IS:2386 Part V

Water Absorption Water absorption Max 2% IS:2386 Part III Stripping Coating and

Stripping of Bitumen Aggregate Mix

Minimum retained coating 95%

IS:6241

Water Sensitivity ** Retained Tensile Strength**

Min 80%

AASHTO 283

* To determine this combined proportion, the flaky stone from a representative sample should first be separated out. Flakiness index is weight of flaky stone metal divided by Signature of contractor For Accepting Officer

Page 47: BORDER ROADS ORGANISATION HEADQUARTERS CHIEF …

CA NO CE (P) SPK/ /2018-19 Srl Page No. 212 Tender No. CE(P) SPK/08/2018-19 weight of stone sample. Only the elongated particle be separated out from the remaining (non flaky) stone metal. Elongation index is weight of elongated particles divided by the total non flaky particles. The value of flakiness index and elongation index so found are added up. ** If the minimum retained tensile test strength falls below 80%, use of anti-stripping agent is recommended to meet the requirement.

SIZE REQUIREMENT FOR STONE AGGREGATES

S.No

Nominal size of aggregates Designation of sieve through which the Aggregates shall

wholly pass

Designation of the sieve on which the Aggregates shall be

wholly retained 1) 22.40 mm 26.50 mm 13.20 mm 2) 11.20 mm 13.20 mm 6.70 mm 3) 6.70 mm 11.20 mm 2.80 mm

3. FINE AGGREGATES/SAND:-Fine aggregates/Sand shall consist of crushed or naturally occurring mineral material, or a combination of the two, passing the 2.36 mm sieve and retained on the 75 micron sieve. They shall be clean, hard, durable, dry and free from dust, and soft or friable matter, organic or other deleterious matter. The fine aggregate shall have a sand equivalent value of not less than 50 when tested in accordance with the requirement of IS:2720 (Part 37). The plasticity index of the fraction pasting the 0.425 mm sieve shall not exceed 4 when tested in accordance with IS:2720 (Part 5) for material to be used for bituminous work and shall not exceed 6 for material to be used for WMM work. Signature of contractor For Accepting Officer

Page 48: BORDER ROADS ORGANISATION HEADQUARTERS CHIEF …

CA NO CE (P) SPK/ /2018-19 Srl Page No. 213 Tender No. CE(P) SPK/08/2018-19

Appendix ‘C’ (Ref para-15 (f) of forwarding letter)

UNDERTAKING BY AUTHORISED SIGNATORY

I, the under signed do hereby undertake that our firm M/s ___________ _________ __________ agree to abide by Terms and conditions of Tender No. CE (P) SPK/27/2017-18 for “NAME OF WORK: RISK & COST CONTRACT FOR_PART-I :PROVIDING, LAYING AND COMPACTION OF WMM 100 MM & 75 MM THICK BETWEEN KM 0.00 TO KM 2.00, KM 2.65 TO KM 2.90, KM 4.00 TO KM 4.10 AND FROM KM 11.00 TO KM 20.00 (KM 18.045 ACTUAL LOCATION) ON ROAD KAPPAGALA-BATTAL AND PART-II : SUPPLY AND STACKING OF CRUSHER STONE CHIPS OF NOMINAL SIZE 22.40 MM, 11.20 MM, 6.70 MM AND FINE AGGREGATES FOR DBM 50 MM THICK & SDBC 25 MM THICK AT KM 35.00 HMP PLANT SITE ON JAMMU-AKHNOOR-TANDA-BAMLA ROAD FOR SURFACING WORKS BETWEEN KM 0.00 TO KM 2.00 AND KM 11.00 TO KM 20.00 UNDER 57 RCC/ 13 BRTF SECTOR IN J&K STATE IN PROJECT SAMPARK (3rd Call)” from page No._______to __________ is advertised the CPPP site http://eprocure.gov.in/eprocure/app and it shall be binding on us and may be accepted at any time before the expiration of that tender condition.

______________________________________ (Signed by an Authorized Officer of the Firm)

_____________________ Title of Officer

_____________________ Name of Firm

____________ Date