ministry of defence, govt of india border roads ... · general condition of contracts,...

63
CA NO: CE(P) BCN/ / 2018-19 Ser Page No: 1 Tender No: CE (P) BCN/ 02/2018-19 ___________________________ (Signature of contractor with seal) Dir (Contracts) For Accepting Officer MINISTRY OF DEFENCE, GOVT OF INDIA BORDER ROADS ORGANISATION HEADQUARTERS CHIEF ENGINEER PROJECT BEACON NAME OF WORK: EXECUTION OF SURFACING WORKS TO CL-9 ROAD WITH INTER LOCKING CONCRETE BLOCK PAVEMENT FROM KM 26.25 TO KM 38.25 (NET LENGTH 12.00 KMS) (KM 0.00 RECKONED FROM PHARKIAN GALI SIDE) ON ROAD RAGINI USTAD PHARKIAN GALI UNDER 32 BRTF PROJECT BEACON IN J&K STATESrl No CONTENTS Srl PAGE (A) PART-I (UNPRICED /TECHNICAL BID) 1. Content Sheet 01 To 01 2. Tender Forwarding letter including eligibility criteria, list & format of qualification documents and instruction of tenders 02 To 15 3. Notice of tender 16 To 18 4. General condition of contracts, IAFW-2249(1989 Print including errata and amendments * 19 To 19 5. Special condition 20 To 38 6. Particular/technical Specifications including list of drawings 39 To 52 (B) PART-II (PRICED BID) 7. Total number of pages for ( Q- Bid), available separately including Schedule A notes, Schedule A,B,C&D and tender page 53 to 74 8 BOQ Excels Sheet 64 to 65 9 Others 66 to 67 (C) OTHER DOCUMENTS FORMING PART OF CONTRACT AGREEMENT 9. Amendment / errata to tender documents 10. Relevant correspondence 11 BOQ Comparative Chart 12. Acceptance letter 13 Total No of pages 14 Total Nos of Drawings Nil * Not attached. These documents can be seen in the office of HQ CE (P) BEACON during working hours.

Upload: others

Post on 26-Mar-2020

43 views

Category:

Documents


0 download

TRANSCRIPT

CA NO: CE(P) BCN/ / 2018-19 Ser Page No: 1 Tender No: CE (P) BCN/ 02/2018-19

___________________________ (Signature of contractor with seal) Dir (Contracts) For Accepting Officer

MINISTRY OF DEFENCE, GOVT OF INDIA

BORDER ROADS ORGANISATION

HEADQUARTERS CHIEF ENGINEER PROJECT BEACON

NAME OF WORK: “EXECUTION OF SURFACING WORKS TO CL-9 ROAD WITH INTER LOCKING CONCRETE BLOCK PAVEMENT FROM KM 26.25 TO KM 38.25 (NET LENGTH 12.00 KMS) (KM 0.00 RECKONED FROM PHARKIAN GALI SIDE) ON ROAD RAGINI – USTAD – PHARKIAN GALI UNDER 32 BRTF PROJECT BEACON IN J&K STATE”

Srl No CONTENTS Srl PAGE

(A) PART-I (UNPRICED /TECHNICAL BID)

1. Content Sheet 01 To 01

2. Tender Forwarding letter including eligibility

criteria, list & format of qualification documents and

instruction of tenders

02 To 15

3. Notice of tender 16 To 18

4. General condition of contracts, IAFW-2249(1989 Print including errata and amendments *

19 To 19

5. Special condition 20 To 38

6. Particular/technical Specifications including list of

drawings

39 To 52

(B) PART-II (PRICED BID)

7. Total number of pages for ( Q- Bid), available

separately including Schedule A notes, Schedule

A,B,C&D and tender page

53 to 74

8 BOQ Excels Sheet 64 to 65

9 Others 66 to 67

(C) OTHER DOCUMENTS FORMING PART OF CONTRACT AGREEMENT

9. Amendment / errata to tender documents

10. Relevant correspondence

11 BOQ Comparative Chart

12. Acceptance letter

13 Total No of pages

14 Total Nos of Drawings Nil

* Not attached. These documents can be seen in the office of HQ CE (P) BEACON during working hours.

CA NO: CE(P) BCN/ / 2018-19 Ser Page No: 2 Tender No: CE (P) BCN/ 02/2018-19

___________________________ (Signature of contractor with seal) Dir (Contracts) For Accepting Officer

FAX: No. 0194-2300137 Tele: 0194-2300237, 2300868

FAX: No. 0194-2300137 (Through Online) Tele: 0194-2300237, 2300868 Headquarters

Email: www.bro.nic.in, www.gref.nic.in Chief Engineer http://www.bro.nic.in Project Beacon C/o 56 APO 800388/ 08 /E8 21 May 2018 M/s ________________________________________________ ___________________________________________________ ___________________________________________________ NAME OF WORK : “EXECUTION OF SURFACING WORKS TO CL-9 ROAD WITH INTER LOCKING CONCRETE BLOCK PAVEMENT FROM KM 26.25 TO KM 38.25 (NET LENGTH 12.00 KMS) (KM 0.00 RECKONED FROM PHARKIAN GALI SIDE) ON ROAD RAGINI – USTAD – PHARKIAN GALI UNDER 32 BRTF PROJECT BEACON IN J&K STATE”

Dear Sir (s) 1. A set of tender documents containing ‘T’-Bid (Technical bid) and ‘Q’-Bid (Priced/ Qualifying Bid) for the above work is forwarded herewith. Please note that tender will be received through on line only by the Chief Engineer (P) Beacon, C/o 56 APO up to 1230 Hrs on 12 Jun 2018 and hard copies of mandatory requirements up to 1230 Hrs on 13 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 ‘Q’-Bid opening date 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) Beacon C/O 56 APO at the above mentioned date & time. However they can view online tender opening process at their premises. 3. Tender documents may be downloaded from Central Public Procurement Portal (CPPP) website https://eprocure.gov.in/eprocure/app. 4. Tendering procedure shall be single stage- two bid system and tender documents are prepared in two parts as under:- Part-I (Technical Bid- ‘T’ Bid) Part-II (Priced/Qualifying Bid – ‘Q’ Bid) 5 Part –I

Technical Bid- ‘T’ Bid 5.1 ‘T’ Bid shall comprise:

I. Eligibility / qualification documents II. Tender forwarding letters including eligibility criteria, list of qualification documents and

instructions to tenderers. III. Notice Inviting Tender

CA NO: CE(P) BCN/ / 2018-19 Ser Page No: 3 Tender No: CE (P) BCN/ 02/2018-19

___________________________ (Signature of contractor with seal) Dir (Contracts) For Accepting Officer

IV. Undertaking for General Condition of Contracts IAFW-2249 forming part of contract agreement

V. Special Condition of Contracts. VI. Particular/Technical specification including drawings if any

VII. Any other tender documents except Price bid VIII. Earnest money by unlisted contractors and enlisted contractors who have not

submitted standing security deposit.

5.2 Technical Evaluation Criteria

5.2.1 If contractor is not enlisted with BRO or enlisted with BRO but has not submitted standing security deposit, he should submit Earnest Money.

5.2.2 All the pages of ‘T’-Bid be duly signed by the bidder/authorized rep. The undertaking has been given in Appendix ‘C' of forwarding letter shall be uploaded on CPP portal during bidding by the bidders.

5.2.3 Eligibility Criteria. Tenderers shall meet the following eligibility criteria :-

5.2.3.1 Capabilities

(a) Working Capital :- The tenderer should have working capital and /or credit facilities more than 10%of the estimated cost of work i.e. Rs 284.76 Lac.

Copy of latest balance sheet/ income tax return for working capital and/or Banker’s certificate for credit facilities. If necessary Dept will make inquiries with the tenderer’s Banker.

(b) Immovable property :- The tenderer should have immovable property of residual market value (i.e. free from loan/mortgage) of at least 10% of estimated cost of work given in NIT i.e. Rs 284.76 Lac.

Note:- 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.

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 regd valuer :- (a) That the immovable property is free from mortgages, hypothecation or any other disputes and encumbrances and clearly belongs to the contractor.

Or That the immovable property is free from any dispute and encumbrance 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 for seeking enlistment of a sister concern in BRO. (c) That the said immovable property will not be sold, transferred, gifted or otherwise disposed off till satisfactory completion of the work.

Note : The above criteria is exempted for tenderers enlisted with BRO in eligible class &

above for works with estimated cost upto Rs 25 crores as given in NIT.

CA NO: CE(P) BCN/ / 2018-19 Ser Page No: 4 Tender No: CE (P) BCN/ 02/2018-19

___________________________ (Signature of contractor with seal) Dir (Contracts) For Accepting Officer

(c) Engineering Establishments Firm should have employed following Engineers on regular establishment.

Estimated cost of work Nos of Engineers

Above Rs 15 Crore (a) Three graduate Engineer from a Govt recognized institution with minimum experience of 5 years. or

(b) Three diploma Engineers from Govt recognized institution with minimum experience of 8 years.

5.2.3.2 Experience

S/No Experience Criteria Documents to be submitted by the tenderers to prove eligibility:-

1.

Tenderer should have successfully completed or substantially completed three similar works each costing not less than the amount equal to 40% of total estimated cost of work i.e. Rs 1139.03 Lac.

Or Two similar works each costing not less than the amount equal to 50% of total estimated cost of work ie Rs 1423.79 Lac.

Or One similar work costing not less than the amount equal to 80% of total estimated cost of work ie Rs 2278.06 Lac In last seven years including current financial year. These similar works should have been successfully completed or substantially completed. Note: - The work should have been executed for Govt / semi Govt / PSUs.

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 this work shall be submitted.

Similar works means execution of surfacing works (including non bituminous/bituminous layers) . 5.2.4.3 Available Bid Capacity (ABC) As per formula given here-in-below ABC should be more than estimated cost of work given in NIT i.e. Rs 2847.58 lakh.

Available Bid Capacity =2.5 X A X N –B

A- Maximum value of all works in any one year during the last 5 financial years (updated to the current price level with enhancement factors as given below)

CA NO: CE(P) BCN/ / 2018-19 Ser Page No: 5 Tender No: CE (P) BCN/ 02/2018-19

___________________________ (Signature of contractor with seal) Dir (Contracts) For Accepting Officer

Year Multiplying factor Last year 1.10 Second Last year 1.20 Third Last year 1.30 Fourth Last year 1.40 Fifth Last 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.

5.2.4.4 Vehicle, Equipments and Plants (VEP) Tenderer should own or have assured access (through hire/ lease/ purchase agreement / other commercial means) to the requisite Equipments, Plants and Vehicles in good working condition as given here under :-

(i) S/Crusher (Min 20-30 TPH) = 02 Nos

(ii) Vibro-Hydro Brick/Block Making Machine (Capacity 5000 Block/day) = 02 No

(iii) Tandem Vibratory Roller = 02 Nos (iv) Static Roller = 01 No (v) Tippers/ Dumpers = 10 Nos

(vi) Concrete Mixer = 02 Nos (vii) Water Truck = 02 Nos (viii) Front end loader = 01 No (ix) Electric Gen minimum 50 KVA = 01 No (x) Motor Grader = 01 No (xi) Surface vibrator = 02 Nos (xii) Needle Vibrator = 02 Nos 5.2.4.5 Past Performance and Other Requirements 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 is no serious defect observed in works which stand rectified (If yes he will submit details and reasons) c) There is no cancelled/ abandoned contract in which Govt unrealized recoveries exist (If yes he will submit details and reasons) d) Have not been blacklisted by any Govt Deptt (If yes he will submit details and reasons) e) There are no 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)

Notes :- (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). There is no limit of estimated cost for class ‘SS’ contractors. (as per NIT) (ii) Blank

CA NO: CE(P) BCN/ / 2018-19 Ser Page No: 6 Tender No: CE (P) BCN/ 02/2018-19

___________________________ (Signature of contractor with seal) Dir (Contracts) For Accepting Officer

(iii) The work may 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, weight age 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 at least 90% completed on the date of submission of Bid 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 0.10}

(vi) The tenderers shall indicate actual figures of completion cost of work and value of A without any enhancement as stated above. (vii) To determine the altitude of work, average of minimum and maximum altitudes of the work site shall be considered. (viii) 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. (ix) Relaxation may be given in any one criteria (except in criteria of experience and performance & others requirements) up to 25% extent i.e. ABC may be permitted up to 75% of estimated cost of works /VEP may be permitted up to 75% of total Nos of requisite VEP , however no relaxation shall be given in min requirement of Stone Crusher, Block Making Machine, and Tandem Vibratory Roller/ Working capital may be permitted up to 75% of requirements / Immovable property may be permitted up to 75% of requirements/engineering establishment may be permitted up to 75% of requirements. No relaxation shall be permitted in criteria of experience and performance & other requirements.

(x) BIDDER SHALL SUBMIT ALL REQUISITE DOCUMENTS AS PER TENDER DOCUMENT FOR QUALIFICATION IN ‘T’ Bid. DUE TO LIMITED WORKING SEASON, ACCEPTING OFFICER RESERVES THE RIGHT WHETHER TO CALL FOR DEFICIENT DOCUMENTS FROM PARTICIPATING BIDDERS OR NOT. ‘T’ BID OF TENDERER WITH INCOMPLETE DOCUMENTS SHALL SUMMARILY BE REJECTED. 5.2.4.6 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.50 crores. Number of partners in joint ventures shall not be more than three.

Criteria Method of evaluation

Experience All Partners of JV must satisfy collectively.

Available bid capacity Immovable property

Each partner 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.

Vehicle, Equipments and plants All Partners of JV must satisfy collectively.

Working capital

Engineering establishment for

CA NO: CE(P) BCN/ / 2018-19 Ser Page No: 7 Tender No: CE (P) BCN/ 02/2018-19

___________________________ (Signature of contractor with seal) Dir (Contracts) For Accepting Officer

execution contracts

Performance and other requirements:

All Partners of JV must satisfy individually

5.2.4.7 Disqualification

EVEN THOUGH THE TENDERER MEET THE ABOVE CRITERIA, THEY ARE LIABLE TO BE DISQUALIFIED AND EVEN BARRED FOR OTHER TENDERS FOR SIX MONTHS, IF DEEMED FIT, IF THEY HAVE MADE MISLEADING OR FALSE INFORMATION IN BIDDING DOCUMENTS SUBMITTED BY THEM. 5.2.5 List & Format of eligibility documents to be attached alongwith Part-I of tender documents 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 works shall be submitted. (ii) Available Bid Capacity:- FOR-A :- Balance Sheets /Certificates from chartered Accountant indicating annual turnover of works done in last 5 years.

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.

(i) Performance and Other Requirements

Tenderer shall submit undertaking on affidavit that;

CA NO: CE(P) BCN/ / 2018-19 Ser Page No: 8 Tender No: CE (P) BCN/ 02/2018-19

___________________________ (Signature of contractor with seal) Dir (Contracts) For Accepting Officer

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 Govt unrealized recoveries exist (If yes he will submit details and reasons) d) He/They have not been blacklisted by any Govt Deptt (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 will submit details) (v) Tenderer shall submit information of all arbitration/court cases decided during last five years including current financial year and also presently in progress on affidavit 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. If necessary deptt 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 regd valuer :- (a) That the immovable property is free from mortgages, hypothecation or any other disputes and encumbrances and clearly belongs to the contractor.

Or That the immovable is free from any dispute 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 for seeking enlistment of a sister concern in BRO. (c) That the said immovable property will not be sold, transferred, gifted or otherwise disposed off till satisfactory completion of the work. (viii) Constitution of firm along with copy of partnership deed (in case of partnership firms) and memorandum of articles and association (in case of limited companies ) (ix) 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.

CA NO: CE(P) BCN/ / 2018-19 Ser Page No: 9 Tender No: CE (P) BCN/ 02/2018-19

___________________________ (Signature of contractor with seal) Dir (Contracts) For Accepting Officer

(x) Copies of PAN card of proprietor/partners/directors. (xi) Lowest bidder (if his offer is decided for acceptance) will be required to fill enlistment form for provisional enlistment. Notes:- (i) Documents as listed at Sl (vi) to (xi) above are exempted for tenderer enlisted in 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 (viii) to (xi) above are exempted for tenderer enlisted in BRO in any class. (iii) Affidavit shall be submitted on non judicial papers of appropriate value 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 including 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 /Qualifying-‘Q’ bid 6.1 Part–II (Price /Commercial bids-‘Q’ bid) shall comprise the followings (i) Schedule ‘A’ Notes (ii) Schedule ‘A’(Rates to be quoted online by bidder in BOQ Excel Sheet only ) (iii) Schedule ‘B’, ‘C’ & ‘D’.

(iv) All the pages of ‘Q’-Bid should have been duly signed by the bidder/authorized rep. (v) BOQ Excel Sheet

Note:- Hard copy of contract document comprising unfilled ‘Q’-bid will be submitted in the office of Chief Engineer Project Beacon. The undertaking has been given in Appendix ‘C' of forwarding letter shall be uploaded on CPP portal during bidding by the bidders.

6.2. ‘Q’-Bid Evaluation Commercial bids will be reviewed to ensure that the figures indicated therein are consistent with the details of the corresponding technical bids. Arithmetical corrections shall be made as per General Conditions of Contract 2249.

Commercial Bids of ‘Technically Responsive’ Bidders shall be evaluated on the followings :-

(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 66 of General Conditions of Contract have been accepted. (iii) Completion Period as indicated in Schedule ‘A’ Notes 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 L-1. L1 shall be arrived at by taking into account the rates quoted in BOQ Schedule ’A’ which shall be inclusive of all taxes and duties leviable .

CA NO: CE(P) BCN/ / 2018-19 Ser Page No: 10 Tender No: CE (P) BCN/ 02/2018-19

___________________________ (Signature of contractor with seal) Dir (Contracts) For Accepting Officer

6.4 Conditional bids shall be treated as being ‘Non Responsive’ – .NO ‘Conditional’ bid 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. All latest policies / circulars / of central government shall be applicable even if those are not mentioned anywhere in this document. 8. 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 https://eprocure.gov.in/eprocure/app’.

9. Tender shall be opened as per date/time as mentioned in the tender critical date sheet indicated in Para 1 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. BOQ excel sheet shall not be opened. Part I (Unpriced 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 BOQ excel sheet (however date of opening of BOQ shall not be earlier than 7 days from date of opening of of Part-I). Unqualified tenderer will also be informed through e-mail. BOQ excel sheet 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 Beacon, C/o 56 APO 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 figures only in the provided column in schedule ‘A’ given in Excel sheet.

12. If tenderers desire that any condition or stipulation given in the tender documents is to be modified or deleted, they may 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 web site. If deptt does not consider comments/suggestion suitable, corrigendum/amendments to tender documents shall not be issued/ uploaded on BRO web site. 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 which 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.

CA NO: CE(P) BCN/ / 2018-19 Ser Page No: 11 Tender No: CE (P) BCN/ 02/2018-19

___________________________ (Signature of contractor with seal) Dir (Contracts) For Accepting Officer

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) Blank. (b) Blank (c) Blank. (d) In case they are submitting a BLANK TENDER, word ‘BLANK’ must be prominently endorsed on the envelope and in schedule ‘A’ inside the tender documents and general summary duly signed by the tenderer. (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 person(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. (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 undertaking is to be signed and attached by tenderer as per format given at

Appendix ‘C’. 16. Tenderer who has downloaded the tender from the Central Public Procurement Portal (CPPP) website https://eprocure.gov.in/eprocure/app https://eprocure.gov.in/epublish/app shall not tamper/modify the tender form in any manner. In case if the same is found to be tampered/ modified in any manner, tender will be completely rejected and tenderer will be 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 documents means “enlisted contractor with BRO”) who have submitted standing security but same is required from contractors, who have not submitted standing security deposit.

(b) Un-enlisted contractors or enlisted contractors with BRO, who have not submitted standing security deposit will submit the tender accompanied with Earnest Money amounting to Rs 15,00,000/- (Rupees Fifteen Lakh only) in the form of Deposit at call Receipt/Term Deposit Receipt/Special Term Deposit Receipt issued in favour of Chief Engineer (P) Beacon C/o 56 APO by nationalized/scheduled Bank. Tender not accompanied with earnest money will not be considered 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 other tender and/or contract shall not be considered for adjustment as the earnest money against the 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.

CA NO: CE(P) BCN/ / 2018-19 Ser Page No: 12 Tender No: CE (P) BCN/ 02/2018-19

___________________________ (Signature of contractor with seal) Dir (Contracts) For Accepting Officer

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 of work and 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 or enlisted contractor who has not deposited the Standing Security 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. The security deposit amount will be communicated as per departmental norms but in no case the same shall be more than Rs 18,75,000.00 (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.

Table for Earnest Money

Srl Estimated cost of work Earnest Money (a) UP to Rs. 50.00 lacs 2% of the amount subject to a minimum of Rs.

5000/-

(b) Over Rs. 50.00 lacs & up to 100.00 lacs Rs 1,00,000/-+ 1.5% of amount exceeding Rs 50 Lac

(c) Over Rs. 100.00 lacs & up to 500.00 lacs Rs 1,75,000/-+ 1.0% of amount exceeding Rs 100 Lac

(d) Over Rs. 500.00 lacs & up to 1500.00 lacs Rs 5,75,000/-+ 0.5% of amount exceeding Rs 500 Lac

(e) Over Rs. 1500.00 lacs Rs 10,75,000/- + 0.5% of amount exceeding Rs 1500 Lac subject to max of Rs 15,00,000/-

20. 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 One hundred twenty (120) days from the date of opening of ‘Q’- Bid of the tender.(excluding the date of opening) 23. BLANK

CA NO: CE(P) BCN/ / 2018-19 Ser Page No: 13 Tender No: CE (P) BCN/ 02/2018-19

___________________________ (Signature of contractor with seal) Dir (Contracts) For Accepting Officer

24. On acceptance of tender, the name of authorized representative(s) of the contractors who would be responsible for taking instructions from Engineer- in – Charge or its authorized representatives shall be intimated by the contractor within 7 days of issue of Acceptance letters. 25 Revision/ Modification of quoted 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 his original offer.

(c) The tenderer shall not be permitted /modify /withdraw price bid unopened after closure of the time fixed for receipt of tender. 26. Revocation of Offer

In case the lowest tenderer revokes his offer or revises rates upwards (which will be treated as

revocation of offer), after opening of tender 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 Standard 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.

27. INTEGRITY PACT : (Applicable for tenders with estimated cost exceeding Rs 20 Crores) 27.1 Further signing of an ‘Integrity Pact’ would be signed between government department and the bidder for contracts exceeding Rs 20 Crores. The Integrity Pact is a binding agreement between the agency and bidders for specific contracts in which the agency promises that it will not accept bribes during the procurement process and bidders promise that they will not offer bribes. Under the IP, the bidders for specific services or contracts agree with the BRO to carry out the contract in a specified manner. The essential elements of the IP are as follows:-

(a) A pact (contract) between the BRO representing Government of India (Ministry of Defence) (the authority of the “principal”) and those companies submitting a tender for the specific activity (the “bidders”). (b) An undertaking by the principal that its officials will not demand or accept any bribes, gifts, etc., with appropriate disciplinary or criminal sanctions in case of violation.

(c) A statement by each bidder that it has not paid and will not pay, any bribes. d) An undertaking by each bidder that he shall not pay any amount as gifts, reward, fees,

commission or consideration to such person, party, firm or institution (including Agents and other as well as family members, etc., of officials), directly or indirectly, in connection with the contract in question. All payments made to the Agent 12 months prior to tender submission would be disclosed at the time of tender submission and thereafter an annual report of payments would be submitted during the procurement process or upon demand of the BRO/MOD.

CA NO: CE(P) BCN/ / 2018-19 Ser Page No: 14 Tender No: CE (P) BCN/ 02/2018-19

___________________________ (Signature of contractor with seal) Dir (Contracts) For Accepting Officer

(e) The explicit acceptance by each bidder4 that the no bribery commitment and the disclosure obligation as will as the attendant sanctions remain in force for the winning bidder until the contract has been fully executed.

(f) Undertakings on behalf of a bidding company will be made “in the name and on behalf of the company’s chief executive Officer”.

(g) The following set of sanctions shall be enforced for any violation by a bidder of its commitments or undertakings:

(i) Denial or loss of contract. (ii) Forfeiture of the IPBG and Guarantee for Performance-cum-Warranty Bond. (iii) Payment to the BRO of any such amount paid as gift, reward, fees or

consideration along with interest at the rate of 2% per annum above LIBOR rate. (iv) Refund of all sums already paid by the BRO along with interest at the rate of 2%

per annum above LIBOR rate. (v) Recovery of such amount, referred to in (iii) and (iv) above, from other contracts

of the Bidder with the Government of India. (vi) At the discretion of the BRO the Bidder shall be liable for action as per extant

policy on Putting on Hold, Suspension and Debarment of Entities. (h) Bidders are also advised to have a company code of conduct (clearly rejection the use

of bribes and other unethical behavior) and a compliance program for the implementation of the code of conduct throughout the company.

(j) The draft Pre-Contract Integrity Pact is attached as Exhibit-I to this tender. The vendors are required to sign them and submit separately along with the technical and commercial officers.

(k) Every Bidder while submitting techno commercial bid shall also deposit Rs 5.00 Lakh as IPBG through any of the instruments mentioned at Para 49 of Special Condition at Exhibit-I. This would be submitted offline at the Office of Chief Engineer Project Beacon, C/o 56 APO in a separate envelope clearly marked as IPBG along with technical and commercial proposals.

27.2 In respect of bids from DPSUs, while a DPSU is not required to sign an Integrity Pact with the Ministry of Defence, the concerned DPSU shall, however, enter in to a Pre-Contract Integrity Pact, on the same lines with their sub-vendors individually, in case the estimated value of each sub-contract(s) exceed Rs. 20 Crore and such subcontract(s) are required to be entered into by the DPSU with a view to enable DPSU to discharge the obligations arising out of their bid in question in response to this RFP.

28 AGENTS

The Bidder shall confirm that he has not engaged any person, party, firm or institution as an Agent including his Agents already intimated to BRO/MoD, to, influence, manipulate or in any way to recommend to any functionaries of the Govt of India, whether officially or unofficially, to the award of the contract to the Bidder, or to indulge in corrupt and unethical practices. The Bidder has neither pad, promised nor has the intention to pay to any person, party firm or institution in respect of any such intervention or manipulation. The Bidder agrees that if it is established at any time to the satisfaction of the BRO that the present declaration is in any way incorrect or if at a later stage it is discovered by the BRO that Bidder has engaged any such person, party or institution and paid, promised or has intention to pay any amount, gift, reward, fees, commission of consideration to such person, party, firm or institution, whether before or after the signing of this contract, the Bidder will be liable for any or all the following actions:-

(a) To pay to the BRO any such amount paid as gift reward, fees or consideration along with interest at the rate of 2% per annum above LIBOR rate

(b) The BRO will also have a right to put on hold or cancel the Contract either wholly or in part, without any entitlement or compensation to the Bidder who shall in such event be liable to refund all payments made by the BRO in terms of the Contract along with interest at the rate of 2% per annum above LIBOR rate.

CA NO: CE(P) BCN/ / 2018-19 Ser Page No: 15 Tender No: CE (P) BCN/ 02/2018-19

___________________________ (Signature of contractor with seal) Dir (Contracts) For Accepting Officer

(c) The BRO will also have the right to recover any such amount referred in (a) and (b) above from other contracts of the Bidder with the Government of India.

(d) At the discretion of the BRO, the Bidder shall be liable for action as per extant policy on Putting on Hold, Suspension and Debarment of Entities

29 In case it is found to the satisfaction of the BRO that the Bidder has engaged an Agent, or paid commission or influenced any person to obtain the contract as described in clause relating to Agents and clause relating to Penalty for Use of Undue Influence, the Bidder, on demand of t5he BRO shall provide necessary information/ inspection of the relevant financial documents / information, including a copy of the contract(s) and details of payment terms between the vendors and Agents engaged by him. 30. The following documents shall be submitted/shall be dropped in box kept at the office of Accepting Officer (Administrative section) Project Beacon before the date and time fixed for receipt of tender document and original instruments. Tender document and original instruments should be kept in an envelope and shall be properly sealed as per procedure. (a) Original bank instrument for EMD and Integrity Pact Bank Guarantee (IPBG) (b) Original affidavits required as per ‘T’ bid mentioned in tender documents. (c) Undertaking duly signed by Proprietor’s / authorized representative with their valid

power of attorney. (d) Appendix ‘C’ duly signed by Proprietor’s / authorized representative. 31. Scanned copy (visible / readable) of all the required documents for ‘T’ bid evaluation as mentioned in tender documents and scanned copy of tender documents duly signed with BOQ (in excel sheet) shall be accepted only online through CPP portal (visible copy). Tender is liable to rejected in case scanned copies / copies of documents not uploaded on the CPP portal.

CA NO: CE(P) BCN/ / 2018-19 Ser Page No: 16 Tender No: CE (P) BCN/ 02/2018-19

___________________________ (Signature of contractor with seal) Dir (Contracts) For Accepting Officer

E- Mail: Web site: www.bro.nic.in, www.gref.nic.in NOTICE INVITING TENDERS

(NATIONAL COMPETITIVE BIDDING) BORDER ROADS ORGANISATION

CHIEF ENGINEER PROJECT BEACON

1. Online bids are invited on single stage two bid system for “EXECUTION OF SURFACING WORKS TO CL-9 ROAD WITH INTER LOCKING CONCRETE BLOCK PAVEMENT FROM KM 26.25 TO KM 38.25 (NET LENGTH 12.00 KMS) (KM 0.00 RECKONED FROM PHARKIAN GALI SIDE) ON ROAD RAGINI – USTAD – PHARKIAN GALI UNDER 32 BRTF PROJECT BEACON IN J&K STATE".

The title of above heading on CPPP site https://eprocure.gov.in/eprocure/app is “EXECUTION OF SURFACING WORKS TO CL-9 ROAD WITH INTER LOCKING CONCRETE BLOCK PAVEMENT FROM KM 26.25 TO KM 38.25 (NET LENGTH 12.00 KMS) (KM 0.00 RECKONED FROM PHARKIAN GALI SIDE) ON ROAD RAGINI – USTAD – PHARKIAN GALI UNDER 32 BRTF PROJECT BEACON IN J&K STATE".

2. Tenderer / Contractors 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 https://eprocure.gov.in/eprocure/app’ before proceeding ahead.

3. Tender documents may be downloaded from CPPP site https://eprocure.gov.in/eprocure/app as per the schedule as given in CRITICAL DATE SHEET as under.

CRITICAL DATE SHEET

S/ No Description Date

(a) NIT and Tender document publishing date on Central Public Procurement portal https://eprocure.gov.in/eprocure/app

21 May 2018 on or before 1700 Hrs

(b) Bid Document Download / Start Date 22 May 2018 (1000 Hrs)

(c) Clarification Start Date 23 May 2018 (1000 Hrs)

(d) Clarification End Date 26 May 2018 (1400 Hrs)

(e) Pre bid meeting 28 May 2018 (1000 Hrs)

(f) Bid Submission Start Date 28 May 2018 (1100Hrs)

(g) Bid Submission End Date (Online) 12 Jun 2018 (1200 Hrs)

(h) Bid Opening Date 13 Jun 2018 (1200 Hrs)

4. Bids shall be submitted online only at CPPP website: https://eprocure.gov.in/eprocure/app. Manual bids shall not be accepted and liable to be rejected.

5. The work is estimated to cost Rs 2847.58 Lac (Rupees Twenty Eight Crore Forty Seven Lakh and Fifty Eight Thousand only) approximately or as subsequently amended in tender documents or uploaded in CPPP software https://eprocure.gov.in/eprocure/app This estimate, however, is not a guarantee and is merely given as a rough guide and if works cost more or less, the tenderer shall have no claim on that account of what so ever nature.

6. The tender shall be based on drawing, specifications, General Conditions of Contracts IAFW-2249 and item rate contract form based on IAFW 2249 with schedule ‘A’ (list of works) to be priced by the tenderers.

CA NO: CE(P) BCN/ / 2018-19 Ser Page No: 17 Tender No: CE (P) BCN/ 02/2018-19

___________________________ (Signature of contractor with seal) Dir (Contracts) For Accepting Officer

7. Not more than one tender shall be submitted by one contactor or contractors having business relationship. Under no circumstance will father and 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 parities liable to rejection.

8. The work is to be completed as under :-

Phase – I (40%) works Phase – II (100%) works

: :

270 days from the date of placing work order (40% of Part A PMT works & Part B surf Works) 540 days from the date of placing work order (100% of Part A PMT works & Part B surf Works)

or as subsequently amended in tender documents or uploaded in CPPP wesite 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.

9. The Chief Engineer, Project Beacon, C/O 56 APO will be the Accepting Officer, here in after, referred to as such for the purpose of this contract.

10. Intending tenderers are advised to visit again CPPP software https://eprocure.gov.in/eprocure/app 3 days prior to date of submission of tender for any corrigendum / addendum/ amendment.

11. Earnest money is not required to be attached with tender by the enlisted contractor with BRO who have submitted standing security deposit but it is required from other contractors to be attached (Scanned copy) with tender documents for Rs 15,00,000/- (Rupees Fifteenn Lakh only) in the shape of call Receipt/Term Deposit Receipt/Special Term Deposit Receipt in favour of Chief Engineer Project Beacon, C/O 56 APO obtained from any Nationalized/ Scheduled Bank and having maturity/validity period 120 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.

12. Copies of drawings and other documents pertaining to the work (signed for the purpose of identification by the Accepting Officer or his accredited representative) and sample of materials and stores to be supplied by the contractor will be opened for inspection at the following locations:-

HQ Chief Engineer (P) Beacon, C/O 56 APO

13. Tenderers are advised to visit the work site by making prior appointment with Commander 32 BRTF, C/o 56 APO.

14. A tenderer shall be deemed to have full knowledge of all relevant documents, samples, site etc whether he had inspected them or not. 15. Any qualification documents/ tender which stipulates any alternative to any of the conditions laid down or which proposes any other conditions of any description whatsoever is liable to be rejected.

16. The Accepting Officer reserves his right to accept a tender submitted by a Public Undertaking, giving a 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 such tenderers whose tenders may be rejected on account of the said policy. 17. The submission of a tender by a tenderer implies that he had read this notice and conditions of contract and has made himself aware of the scope and specifications of the work to be done and of the conditions and rates at which stores, tools and plants etc will be issued to him, local conditions and other factors bearing on the execution of the work. 18. Blank. 19. The Hard Copy of original instruments in respect earnest money, original copy of affidavits, and credit facility certificate must be delivered to the Chief Engineer Project Beacon, C/o 56 APO, PIN 931706 on or before bid opening date/time as mentioned in critical date sheet. The Demand Draft attached/submitted for tender fee shall be non refundable.

CA NO: CE(P) BCN/ / 2018-19 Ser Page No: 18 Tender No: CE (P) BCN/ 02/2018-19

___________________________ (Signature of contractor with seal) Dir (Contracts) For Accepting Officer

20. The Accepting Officer does not bind himself to accept the lowest or any tender or to give any reasons for doing so.

21. For any further particulars, you may refer CPPP website https://eprocure.gov.in/eprocure/app.

22. 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 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.

23. Important- Above particulars may change due to Adm or any other reason and shall be available in CPPP website https://eprocure.gov.in/eprocure/app. Therefore bidders/ contractors are requested to visit CPPP website https://eprocure.gov.in/eprocure/app frequently and at least once again 3 days prior to bid submission date as per critical date sheet, for any changes in above particulars.

24. This notice of tender shall form part of the contract. Sd-/- Dir (Contracts) For Accepting officer

21 May 2018 800388/ 07/ E8 Headquarters Chief Engineer Project Beacon C/O 56 APO Distribution: - 1.HQ DGBR/ E8 section 2. HQ CE (P) Chetak, C/O 56 APO 21. HQ 32 BRTF C/O 56 APO 3. HQ CE (P) Sampark/O 56 APO 22. HQ 35 BRTF C/O 56 APO 4. HQ CE (P) Swastik, C/O 99 APO 23. HQ 760 BRTF C/O 56 APO 5. HQ CE (P) vartak, C/O 99 APO 24. AO (P) Beacon C/O 56 APO 6. HQ CE (P) Pushpak, C/O 99APO 25. AO 35 BRTF C/O 56 APO 7. HQ CE (P) Sewak, C/O 99APO 26. 52 RCC (GREF) C/O 56 APO 8. HQ CE (P) Dantak, C/O 99APO 27. 109 RCC (GREF) C/O 56 APO 9. HQ CE (P) Udayak, C/O 99 APO 28. 118 RCC (GREF) C/O 56 APO 10. HQ CE (P) Hirak, Hydrabad House 29 56 RCC (GREF) C/o 56 APO 11. HQ CE (P) Deepak, C/O 56 APO 30. 122 RCC (GREF) C/o 56 APO 12. SE, PWD, Srinagar, 31 53 RCC (GREF) C/o 56 APO 13. HQ CE(P) Shivalik, C/o 56 APO 32 109 RCC (GREF) C/o 56 APO 14. HQ CE(P) Arunank, C/o 99 APO 33. Chief Engineer, Srinagar Zone, BB Cantt 15. HQ CE(P) Himank, C/o 56 APO 34. Chamber of Kashmir , HMP Owners 16. HQ CE(P) Vijayak, C/o 56 APO Association Panthachowk, Near J&K Bank Ltd. 17.HQ CE(P) Setuk, C/o 99 APO Srinagar (J&K) 18. HQ CE(P) Rohtang, C/o 56 APO31. 35. Superintending Engineer, R&B (PWD), CE (P) 19. HQ Brahmank C/o 99 APO Srinagar 20. EDP cell of HQ CE(P) BCN for 36. Executive Engineer, R&B (PWD), Srinagar uploading on bro web site and 37. Chief Engineer, PMGSY, Kashmir CPP portal for e-publishing

CA NO: CE(P) BCN/ / 2018-19 Ser Page No: 19 Tender No: CE (P) BCN/ 02/2018-19

___________________________ (Signature of contractor with seal) Dir (Contracts) For Accepting Officer

CPP portal for e-publishing GENERAL CONDITIONS OF CONTRACT

IAFW-2249: Print 1989

NAME OF WORK: “EXECUTION OF SURFACING WORKS TO CL-9 ROAD WITH INTER LOCKING CONCRETE BLOCK PAVEMENT FROM KM 26.25 TO KM 38.25 (NET LENGTH 12.00 KMS) (KM 0.00 RECKONED FROM PHARKIAN GALI SIDE) ON ROAD RAGINI – USTAD – PHARKIAN GALI UNDER 32 BRTF PROJECT BEACON IN J&K STATE " 1. A copy of the GENERAL CONDITIONS OF CONTRACTS (IAFW-2249: Print 1989) with errata 1 to 20 and Amendments Nos. 1 to 16 thereto is in my. /our possession. I/we have read and understood the provisions contained in the aforesaid General Conditions of Contracts before submission of the tender and I/we agree that I/we shall abide by the terms and conditions thereof. 2. It is hereby further agreed and declared by me/us that the General Conditions of Contracts IAFW-2249 including condition 70 thereof pertaining to settlement of disputes by arbitration, (errata 1 to 20 and Amendments Nos. 1 to 16 thereto shall form part of these tender documents). 3. Wherever the phrases Commander Works Engineer (CWE) and Garrison Engineer (GE) have been used in the General Conditions of Contract (IAFW-2249 : Print 1989) the same are considered as Task Force Commander (TFC) and OC Contract respectively as applicable in Border Roads Organisation. Note: Copy of General conditions of contracts IAFW-2249 Print 1989 can be referred in any office of BRO.

CA NO: CE(P) BCN/ / 2018-19 Ser Page No: 20 Tender No: CE (P) BCN/ 02/2018-19

___________________________ (Signature of contractor with seal) Dir (Contracts) For Accepting Officer

SPECIAL CONDITIONS

1. GENERAL The following Special conditions shall be read in conjunction with the General Conditions of

Contract IAFW-2249 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, technical specifications and General Conditions of Contracts IAFW -2249. In case of any discrepancies in the various provisions of the contract, the following order of precedence shall be observed:-

a. Description in Schedule ‘A’ b. Particular/Technical specifications c. Ministry of Road Transport & Highways (MoRT&H) specifications for Road and Bridge

works (latest revision) published by Indian Roads Congress N. Delhi d. Drawing and sketches e. Special conditions f. General conditions of contracts

2. INSPECTION OF SITES The contractor is particularly advised to inspect the site (s) of work by making prior

appointment with the Commander 32 BRTF C/o 56 APO (Contact No. 01934-2300984) 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 plate form, 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 where 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 the land as may be required

by him/her for housing of staff and labour and for erection of store sheds, offices, go downs etc., required by him / her for this work. The contractor must ensure that the staff, labour, plant, equipments, machines, vehicles, stores etc., employed or collected in connection with the work are so located that there is no hindrance to free flow of traffic on the roads/highway. Suitable cautionary and warning signs boards and other measures are to be installed / provided by the contractor at his own cost for the safety of traffic

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. regarding the employment of labour, mode of payment of wages and cognate matters related to local conditions.

c. In case, local labourers are not available, the contractor may have to obtain written permit from the appropriate authority of State Govt. 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.

CA NO: CE(P) BCN/ / 2018-19 Ser Page No: 21 Tender No: CE (P) BCN/ 02/2018-19

___________________________ (Signature of contractor with seal) Dir (Contracts) For Accepting Officer

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

f. The contractor shall have registration with EPFO and ESIC. The ESI and EPF contributions on the part of employer in respect of this contract shall be paid by contractor. These contributions on the part of employer paid by the contractor shall reimbursed by the Commander Contract to the contractor on actual basis. The contractor shall register all the labourers employed by them with EPF office and obtain necessary Universal Account Numbers of each laboureres by linking with their Aadhar Card. It shall be the responsibility of the contractor to pay EPF contribution with concerned EPF office office as required under prevailing laws. The contractor shall bear all such cost and it would be deemed to be included in the contract price. Payment of contractor bill will only be released after ensuring the deposition of subscription towards EPF of labourers employed by the contractor.

5. ROYALTIES: 5.1 Reference condition 14 of General Conditions of contracts (IAFW-2249). No quarries on charge of department are available. The contractor shall make his own arrangements for obtaining/ quarrying sand/stone and obtaining other materials required for the work. Payment of royalties of such materials is to be borne by the contractor, and his quoted rate shall be deemed to include for the same. 5.2 The contractor shall make his own arrangement for procuring materials required under the contract and he shall ensure that the royalty for the material procured by him under this CA has been correctly paid to the concerned authority. Any claim of royalty by the concerned department on the material procured under this CA shall be settled with concern authority directly by the contractor. Further the contractor should ensure that the supply of material is not arranged illegally. An undertaking to this account will be given by contractor before payment of RAR / Final bill.

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 charges 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 instructions 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. 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 charge 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 instructions of the OC and/or taking the safety precautions directed by him.

7. MOVEMENT OF CONTRACTOR VEHICLES a. 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 vehicle 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.

CA NO: CE(P) BCN/ / 2018-19 Ser Page No: 22 Tender No: CE (P) BCN/ 02/2018-19

___________________________ (Signature of contractor with seal) Dir (Contracts) For Accepting Officer

b. 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 account will be entertained.

10. SECURITY RESTRICTIONS

a. 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.

b. 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 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.

c. Necessary assistance will be extended to the contractor by the department for providing passes/permits to the contractor, his representatives and workmen to enter the state.

11. FREE ACCESS TO SITES AND LOOKING AFTER OF WORKS

The contractor shall give all reasonable facilities to this department personnel for the inspection of the works being executed under this contract. He will also provide free access to the works if being executed by this department or other agencies and if such works are located near the sites covered under this contract. Responsibility of all the works covered in this contract will i.e. on the contractor and these works will be fully completed and accordingly handed over to this department.

12. TAXES ETC

(a) (i) The contractor shall have mandatorily required registration under Section 24 of CGST for required category. (ii) The rates quoted by contractor shall be deemed to be inclusive of all taxes (including GST on material, GST on works contracts, turnover tax, Labour welfare cess / tax, ecological & environment cess etc), duties, royalties, Octoroi & other levies payable under the respective statues. No reimbursement / 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) here-in-below. (b) (i) The taxes which are levied by Government at certain percentage rates of Contract Sum/Amount shall be termed as “taxes directly related to Contract value such as 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 rate on last due date for receipt of tenders shall be refunded by the Contractor to the Govt/ deducted by the Government from any payments 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 for receipt of tenders shall be refunded by the

CA NO: CE(P) BCN/ / 2018-19 Ser Page No: 23 Tender No: CE (P) BCN/ 02/2018-19

___________________________ (Signature of contractor with seal) Dir (Contracts) For Accepting Officer

Contractor to the Govt/deducted by the Government from the payments due to the Contractor. (ii) The contractors shall within a reasonable time of his becoming aware of variation in percentage rates and/or imposition of any further “taxes directly related to Contract value” give written notice thereof to the OC stating that the same is given pursuant to this Special Condition, together with all information related thereto which he may be in a position to supply. The Contractors shall also submit the other documentary proof/information as the OC 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 the same by a duty authorized representative of Government and shall further at the request of the OC furnish, verified in such a manner as the OC may require, any documents so kept and such other information as the OC may require. (iv) Reimbursement for increase in percentage rates. Imposition of “taxes directly related to Contract value” shall be made only if Contractor necessarily and properly pays additional “taxes directly related to Contract value” to the Government, without getting the same adjusted against any other tax liability or without getting the same refunded from the concerned Government Authority and submits documentary proof for the same as the OC may require.”

13. Blank

14. SECURITY OF DOCUMENTS The contractor shall not communicate any classified information regarding

works/organization either to the 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 him whatsoever held with organization.

15. FOREGION EXCHANGE/IMPORT LICENCE No foreign exchange and/or Import license will be arranged by the Department in the

connection of work under this contract.

16. CONTRACTORS VEHICLES/PLANT AND EQUIPMENTS 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 following particulars:-

I. Particulars of plants/equipments 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 the condition, plant/equipment shall include vehicles, trucks and lorries but not the workmen's tools and/or any manually operated tools/equipments.

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 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

Addition since …………………

CA NO: CE(P) BCN/ / 2018-19 Ser Page No: 24 Tender No: CE (P) BCN/ 02/2018-19

___________________________ (Signature of contractor with seal) Dir (Contracts) For Accepting Officer

Reduction since………………. e. A complete return showing the up to-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. No tool, plant/equipment shall be removed off the site without written approval of the OC

Contract.

17. FIXING OF PERMANENT AND TEMPORARY BENCH MARKS: Pmt bench mark be fixed at any nearby safe location or considered from any existing permanent building. RL be transferred and TBM be fixed at an interval of approximate 200 mtr along the existing alignment at safe place. These temp BM should remain intact till completion of the work.

18. Total Station Eqpt: The total station eqpt with its accessories be provided by the contractor and will remain at site till completion of job.

19. Fossils:

19.1 All fossils, coins, articles of value or antiquity, and structures and other remains or items of geological or archaeological interest found on the Site shall be placed under the care and authority of the employer. The contractor shall take reasonable precautions to prevent Contractor’s Personnel or other persons from removing or damaging any of these findings. 19.2 The Contractor shall, upon discovery of any such findings, promptly give notice to the Engineer-in-Charge/OC Contract, who shall issue instructions for dealing with it. If the Contractor suffers delay and/or incurs Cost from complying with the instructions, the Contractor shall give a further notice to the Engineer-in--Charge/OC Contract describing in detail the delay sustained by him and cost measured by him for following the instructions of the Engineer-in Charge/OC Contract in dealing with the fossils along with all supporting documents/proof, within 7 days of the occurrence. The Contractor then be certified for the following:-

(a) An extension of time for any such delay, If completion is or will be delayed due to such act in following the instructions of the Engineer-in-Charge/OC Contract.

(b) Payment of any such Cost, which shall be included in the Contract Price. 19.3 After receiving this further notice, the Engineer-in-Charge/OC Contract shall examine the case with facts and figures and disagreements if any will be communicated to the contractor.

19.4 In case of any disputes, the matter shall be referred to the Accepting Officer whose decision shall be final and binding.

20. TIME AND PROGRESS CHART

(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. man power, plant & 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

CA NO: CE(P) BCN/ / 2018-19 Ser Page No: 25 Tender No: CE (P) BCN/ 02/2018-19

___________________________ (Signature of contractor with seal) Dir (Contracts) For Accepting Officer

updating of the net work undertaken by OC Contract. These 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 not agreeing to the revised 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. (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 work or other incentive methods contemplated by him in his work schedule even though the time schedule is approved by the department.

21. PERMIT FROM LOCAL AUTHORITIES FOR PLYING VEHICLES

Contractor shall make his own arrangements for obtaining necessary permit from local authorities for plying his vehicles for the work in accordance with the Rules and Regulations of the land.

22. ELECTRICITY AND WATER No electricity or water will be supplied by the Department. The Contractor shall make

his own arrangement for execution of 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, labour welfare cess, Royalty, stacking of materials, inter state 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 upto work site/dumping site 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 under J&K Arbitration and Reconciliation Act 1997 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,

CA NO: CE(P) BCN/ / 2018-19 Ser Page No: 26 Tender No: CE (P) BCN/ 02/2018-19

___________________________ (Signature of contractor with seal) Dir (Contracts) For Accepting Officer

may make a further references for setting aside or revision of the award to the Law Secretary, Department of Legal Affairs, Ministry of Law & Justice, Got of India. Upon such reference the dispute shall be decided by the Law Secretary or the Special 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 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 and as per the frequencies laid down in the “Particular Specification” of this contract Agreement and MoRT&H Specification for road and Bridge Works (latest revision) 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 the Cdr Task Force before making payment to the contractor.

(d) The measurements should also be signed by the contractor as token of 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 parties.

26. ACCEPTANCE OF WORK DONE

The Engineer-in-Charge/ OC contract shall exercise control over the quality of materials and work done by carrying out tests for the specified properties as per frequencies given in particular specifications and specifications of MORT&H (Ministry of Road Transports and Highways) for roads and bridge latest revision.

27. Blank 28. RECORD/CONSUMPTION OF MAJOR CONSTR STORES/MATERIALS: (a) (I) For the purpose of keeping a record of Major Constr Stores like Steel, cement, bitumen

and LDO consumed in works, the contractor shall maintain a pucca bound register in the form approved by the Engineer-In-Charge/OC Contract showing daily quantity used in works. The register shall be signed daily by the contractor’s representative and the Engineer-In-Charge/OC Contract in token of their verification of its correctness. The check will not, however, absolve the contractor of his responsibility to justify the consumption of bitumen and LDO at the time of finalization of his work.

(ii) The register shall be kept at site in the safe custody of the contractor during progress of the work and shall, on demand, be produced for verification of inspecting officers.

(b) (i) The quantity of materials such a paints, water proofing compound and the like, as

directed by the Engineer-in-Charge (the quantity of which cannot be checked after incorporation in the works), shall be recorded in measurement books and signed by the contractor and the Engineer-In-Charge as a check to ensure that the required quantity has been brought to site for incorporation in the work.

CA NO: CE(P) BCN/ / 2018-19 Ser Page No: 27 Tender No: CE (P) BCN/ 02/2018-19

___________________________ (Signature of contractor with seal) Dir (Contracts) For Accepting Officer

(ii) Materials brought to site shall be stored as directed by the Engineer-In-Charge in measurement book and shall be suitably marked for identification.

(iii) The contractor shall, on demand produce the OC original receipted vouchers in respect of the supplies. Vouchers so produced shall be verified and stamped by Engineer-in-Charge indicating contract number. The contractor shall ensure that the materials are brought to site in original sealed containers/packing, bearing manufacturer’s marking except in the case of the requirement of the materials being less than smallest packing.

(iv) Contractor shall produce original vouchers from the manufactures and/or their authorized agents for the full quantity of the following materials, as applicable as a prerequisite before submitting for payment for any advances on account of the work done and/or materials collected in accordance with condition 64 of general condition of contracts IAFW-2249.

a) Cement/Lime b) Steel Items c) Bitumen. d) Paint. e) LDO

29. 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 material if not properly safeguarded against loss/damage due to natural calamities/theft. No payment shall be made for any rejected material.

(b) Taxes (Income tax, service tax/sales tax/Vat 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 certificate shall be issued to the contractor.

(c) All payments will be made by e-payment/account payee cheque.

30. CO-OPERATION WITH OTHERS AGENCIES

The contractor shall permit free access and generally afford reasonable facilities to other agencies or departmentally workmen engaged by the Govt to carry out their part of the work, if any, under separate arrangements. 31. SUPPLY OF COLOUR RECORD PHOTOGRAPHS, ALBUMS AND VIDEO CDS : Contractor shall provide/supply of colour record photographs, Album and video CDs at various stages/facts of the work without any extra cost as per clause 125.1, 125.2 & 126.1 of MORT&H specifications.

32. FIELD LABORATORY :- “To maintain proper quality control at site, contractor shall establish adequately equipped field laboratory without any extra cost. The following minimum testing equipments shall be provided in field laboratory :-

(i) Cube / Compressive strength testing machine (ii) All apparatus as per MoRT&H fifth revision for cement / concrete tests.

CA NO: CE(P) BCN/ / 2018-19 Ser Page No: 28 Tender No: CE (P) BCN/ 02/2018-19

___________________________ (Signature of contractor with seal) Dir (Contracts) For Accepting Officer

33. TRAFFIC MOVEMENT: Contractor shall ensure that no hindrance to traffic movement shall occur during construction. However, if the traffic movement disrupts due to land slide or any other un-foreseen reason, than 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.

34. VENUE OF ARBITRATION: Place of arbitration hearing shall be such a place or places as may be fixed by the Arbitrator at his Sole discretion.

34.1 ARBITRATION (REFER CLASUE 70 OF CONDITION OF CONTRACT OF IAFW-2249.

34.2 All disputes or difference arising as aforementioned, other than those for which the decision of the Accepting Officer or any other person is by the contract expressed to be final and binding, shall be referred to sole arbitrator under condition No 70 of General condition of contract IAFW-2249 after written notice by either party of the contract to the other of them.

35. Defects liability period (refer condition 46 of IAFW-2249): Defects liability period shall be thirty six calendar months instead of twelve calendar months. 2.5% of the 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 refund to the contractor after the expiring of defects liability period provided 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 Beacon 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 the period and on a form as directed by the Chief Engineer Project Beacon. The Contractor shall further arrange to extend the period of Guarantee Bond(s) or Fixed Deposit Receipt(s) or shall furnish a fresh Guarantee Bond(s) or Fixed Deposit Receipt(s) of similar value so as to cover the period as stated above for its refund. Special security deposit shall be in addition to security deposit specified in condition 22 of IAFW-2249. 36 BLANK 37. CONTRACT LABOUR (R&A) ACT 1970 37.1. The contractor shall get himself registered with Astt Labour Commissioner, Jammu/ Srinagar as required under contract labour (Regulation and Abolition) Act, 1970. If he does not fall within the purview of said act, he shall obtain a no objection certificate from ALC Jammu 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. . 38. 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 damages, to the extent and in the manner herein after provided: -

CA NO: CE(P) BCN/ / 2018-19 Ser Page No: 29 Tender No: CE (P) BCN/ 02/2018-19

___________________________ (Signature of contractor with seal) Dir (Contracts) For Accepting Officer

(i) The loss suffered by him on account of any damage or destruction of his plant / equipment (as defined in condition 11 (b) above) or materials or any part or parts thereof. The amount of losses 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 caused to him or the workmen’s legal successor for loss of the workmen’s life.

(b) No requirement 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 re-imbursement shall be made nor shall any compensation be payable for any plant /Eqpts or materials not lying on the site of work at the time of enemy action.

DAMAGES AND LOSS (REFER CLASUE 48 of the General condition of the contract (IAFW-2249) 39. REGISTRATION FEE/ TRADE TAX/ INCOME TAX ETC. Tendered rates / amount shall also be deemed to include the payment of all taxes to be like 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 department (s). 40. ADJUSTMENT OF TAX CONSEQUENT UPON AMENDMENT TO CONSTITUTION : The tendered rate shall also be inclusive of all statute levies and State / Union territory / sale 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.

41. 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.

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

43. DEDUCTION TAX AT SOURCE 43.1 Income tax along with surcharge, service / work contract tax including labour welfare cess shall be deducted at source as applicable.

44. REGISTRATION Contractor is required to get his firm registered with Sales Tax Department and Asst Labour commissioner Srinagar/ Jammu 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.

45. Payment of Work 45.1 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. 45.2 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. 46. BLANK

CA NO: CE(P) BCN/ / 2018-19 Ser Page No: 30 Tender No: CE (P) BCN/ 02/2018-19

___________________________ (Signature of contractor with seal) Dir (Contracts) For Accepting Officer

47. LEGAL JURISDICTION Legal jurisdiction for this Contract Agreement shall be “Jammu & Kashmir High Court at Srinagar only” 48. ARBITRATION (REFER CLASUE 70 of the General condition of the contract (IAFW-2249) 48.1. All disputes or difference arising as aforementioned under condition No 70. of General condition of contract IAFW-2249 other than those for which the decision of the accepting officer or any other person is by the contract expressed to be final and binding shall, after written notice by either party of the contract to the other of them, be referred to sole arbitrator in accordance with the rules specified hereunder :- Rules for Arbitration

(a) Matter to be arbitrated shall be referred to the sole arbitration of an Engineer Officer to be appointed by Director General Border Roads, or in his absence the Officer officiating as the DGBR whose decision shall be finding and binding.

(b) The Venue of Arbitration be such a place or places as may be fixed by the arbitrator at his sole discretion.

(c) The Arbitration proceedings shall be governed by the J&K Arbitration and

Reconciliation Act 1997. (d) The arbitrators shall give reasons for the award in each and every case irrespective of the

value of claims or counter claims. (e) The award of the arbitrator shall be final and binding on both the parties. (f) The appropriate Court at Srinagar High Court (J&K) shall alone have jurisdiction to

decide any dispute arising out of or in respect of this contract. (g) The expenses incurred by each party in connection with preparation, presentation etc. of its proceedings as also fees and expenses paid to the arbitrator shall be borne by each party.

49. PRE-CONTRACT INTEGRITY PACT : Exhibit – I to Tender Document (Refers to Para 27.1 (k) of Eligibility and Evaluation criteria)

General 49.1. Whereas the PRESIDENT OF INDIA, represented by Chief Engineer Project Beacon of BRO under Ministry of Defence, Government of India, hereinafter refereed to as the BRO and the first party, proposes to CONTRACT FOR (Name of Work: ____________________ M/s ________________ represented by, ______________ Chief Executive Officer (Which term, unless expressly indicated by the contract shall be deemed to include its successors and its assignees), hereinafter referred to as the Bidder and the second party, is willing to bid for the subject work.

49.2. Whereas the Bidder is private company/public company/partnership/registered export agency, constituted in accordance with the relevant law in the matter and the BRO is a Govt Deptt under Ministry of the Government of India performing its functions on behalf of the President of India.

CA NO: CE(P) BCN/ / 2018-19 Ser Page No: 31 Tender No: CE (P) BCN/ 02/2018-19

___________________________ (Signature of contractor with seal) Dir (Contracts) For Accepting Officer

Objectives

49.3.1 Now therefore, the BRO and the Bidder agree to enter into this pre-contract agreement, hereinafter referred to as Integrity Pact, to avoid all forms of corruption by following a system that is fair, transparent and free from any influence / unprejudiced dealings prior to, during and subsequent to the currency of the contract to be entered into with a view to:-

49.3.2 Enabling the BRO to obtain the desired Bid at a competitive price in conformity with the defined specifications by avoiding the high cost and the distortionary impact of corruption of public procurement

49.3.3 Enabling Bidders to abstain from bribing or any corrupt practice in order to secure the contract by providing assurance to them that their competitors will also refrain from bribing and other corrupt practices and the BRO will commit to prevent corruption, in any from, by their officials by following transparent procedures.

Commitments of BRO

49.4. The BRO commits itself to the following :- 49.4.1. The BRO undertakes that, no official of the BRO, connected directly or indirectly with the contract will demand, take a promise for or accept, directly or through intermediaries, any bribe, consideration, gift, reward, favour of any materials or immaterial benefit or any other advantage from the Bidder, either for themselves or for any person, organization or thir party related to the contract in exchange for an advantage in the bidding process, bid evaluation, contracting or complementation process related to the Contract. 49.4.2. The BRO will, during the pre-contract stage, treat all bidders alike and will provide to all bidders the same information and will not provide any such information to any particular Bidder which could afford an advantage to that particular Bidder in comparison to other Bidders. 49.4.3. All the officials of the BRO will report to the appropriate Government office any attempted or completed breaches of the above commitment as well as any substantial suspicion of such a breach.

49.5. In case of any such preceding misconduct on the part of such official(s) is reported by the Bidder to the BRO with full and verifiable facts and the same is prima facie found to be correct by the BRO, necessary disciplinary proceedings, or any other action as deemed fit, including criminal proceedings may be initiated by the BRO and such a person shall be debarred from further dealings related to the contract process. In such a case would not be stalled.

Commitments of Bidders

49.6. The bidder commits himself to take all measures necessary to prevent corrupt practices, unfair means and illegal activities during any stage of his bid or during any

CA NO: CE(P) BCN/ / 2018-19 Ser Page No: 32 Tender No: CE (P) BCN/ 02/2018-19

___________________________ (Signature of contractor with seal) Dir (Contracts) For Accepting Officer

pre-contract of post-contract stage in order to secure the contract or in furtherance to secure it and in particular commits himself to the following :- 49.6.1 The bidder will not offer, directly or through intermediaries, any bribe gift, consideration, reward, favour, any material or immaterial benefit or other advantage, commission, fees, brokerage or inducement to any official of the BRO connected directly or indirectly with the bidding process, or to any person, organization or third party related to the contract in exchange for any advantage in the bidding, evaluation, contracting and implementation of the contract. 49.6.2 The bidder further undertakes that he has not given offered or promised to give directly or indirectly any bribe, gift, consideration, reward, favour, any material or immaterial benefit or other advantage, commission, fees, brokerage or inducement to any official of the BRO or otherwise in obtaining or execution of the Contract or any other Contract with the Government for showing or forbearing to show favour or disfavor to any person in relation to the Contract or any other Contract with the Government. 49.6.3 The bidder will not collude with other parties interested in the contract to impair the transparency, fairness and progress of the bidding process, bid evaluation, contracting and implementation of the contract. 49.6.4 The Bidder will not accept any advantage in exchange for any corrupt practice, unfair means and illegal activities. 49.6.5 The Bidder further confirms an declares to the BRO the Bidder has not engaged any individual or firm or company whether Indian or foreign to intercede, facilitate or in any way to recommend to the BRO or any of its functionaries, whether officially or unofficially to the award of the contract to the Bidder, nor has any amount been paid promised or intended to be paid to any such individual, firm or company or Agent in respect of any such intercession, facilitation or recommendation. 49.6.6 The bidder would not enter into conditional contract with any Agents, brokers or any other intermediaries wherein payment is made or penalty is levied, directly or indirectly, on success or failure of the award of the contract. The bidder while presenting the bid, shall disclose any payments he has made during the 12 months prior to tender family members, Agents brokers or any other intermediaries in connection with the contract and the details of such services agreed upon for such payments made or has the intention to pay any amount, gift reward, fees, commission or consideration to such person, party, firm or institution as an annual report during the procurement process. 49.6.7 The Bidder shall not use improperly, for purpose of competition or personal gain or pass on to others any information provided by the BRO as part of the business relationship regarding plans, technical proposals and business details, including information contaminated in any electronic data carrier. The Bidder also undertakes to exercise due and adequate care lest any such information is divulged. 49.6.8 The Bidder commits to refrain from giving any complaint directly or through any other manner without supporting it with full and verifiable facts. Complaint will be

CA NO: CE(P) BCN/ / 2018-19 Ser Page No: 33 Tender No: CE (P) BCN/ 02/2018-19

___________________________ (Signature of contractor with seal) Dir (Contracts) For Accepting Officer

processed as per Guidelines for Handling of Complaints in vogue. In case the complaint is found to be vexations, frivolous or malicious in nature, it would be construed as a violation of Integrity Pact. 49.6.9 The Bidder shall not instigate or cause to instigate any third person to commit any other actions mentioned above.

49.7. Previous Transgression

49.7.1 The bidder declares that no previous transgression occurred in the last three years immediately before signing of this Integrity Pact, with any country in respect of any corrupt practices envisaged hereunder or with any Public Sector Enterprises in India or any government Department in India. 49.7.2 If the bidder makes incorrect statement on this subject, Bidder can be disqualified from the tender process or the contract an if any already awarded, can be terminated for such reason.

49.8. Integrity Pact Bank Guarantee (IPBG)

49.8.1 Every bidder, while submitting commercial bid, shall submit an Integrity Pact Bank Guarantee for an amount of Rs 5.00 Lakh (Rupees Five Lakh only) in favour of the BRO in Indian Rupee only. (i) Guarantee will be from an Indian Public Sector Bank promising payment of the guaranteed sum to Chief Engineer, Project Beacon, C/o 56 APO of the Ministry of Defence, Government of India, represented on behalf of the President of the India, on demand within three working days without any demur whatsoever and without seeking any reasons whatsoever. The demand for payment by the BRO shall be treated as conclusive proof for payment. A model bank guarantee format is enclosed as Exhibit-II at srl page No.37 of tender documents. *At present the amount of Integrity Pact Bank Guarantee is Rs. 5 Lakh in cases where the cost as estimated by the BRO is above Rs. 20 Crore and below Rs. 100 Crore, Rs. 1 Crore above Rs. 100 Crore and up to Rs. 300 Crore and Rs. 5 Crore above Rs. 300 Crore and up to Rs. 5000 Crore and Rs 10 Crore if above Rs. 5000 Cr. 49.8.2 The Integrity Pact Bank Guarantee (IPBG) shall be valid upto Three years from the date of submission. However, Bidders will be required to extend the Integrity Pact Bank Guarantee as and when required by the BRO. In the case of the successful bidder, validity of the Integrity Pact Bank Guarantee will be extended upto the satisfactory completion of the Contract. In case a vendor unilaterally decided to withdraw from the procurement scheme or has been declared non-compliant and if he whishes to withdraw his IPBG, he may do so provided he gives an undertaking that he has no complaints and will not make any complaints in the case Integrity Pact Bank Guarantee shall be returned promptly in case of unsuccessful bidders. 49.8.3 In the case of successful bidder, provisions of Sanctions for Violation shall be applicable for forfeiture of Performance Bond in case of a decision by the BRO to forfeit the same without assigning any reason for imposing sanction for violation of this pact.

CA NO: CE(P) BCN/ / 2018-19 Ser Page No: 34 Tender No: CE (P) BCN/ 02/2018-19

___________________________ (Signature of contractor with seal) Dir (Contracts) For Accepting Officer

49.8.4 No interest shall be payable by the BRO to the Bidder(s) on IPBG for the period of its currency.

49.9. Company Code of Conduct

49.9.1 Bidders are also advised to have a company code of conduct (clearly rejecting the use of bribes and other unethical behavior) and a compliance program for the implementation of the code of conduct throughout the company.

49.10. Sanctions for Violation

49.10.1 Any breach of the aforesaid provisions by the Bidder or any one employed by him or acting on his behalf (whether with or without the knowledge of the Bidder) or the commission of any offence by the Bidder or any one employed by him or acting on his behalf, as defined in Chapter IX of the Indian Penal Code, 1860 or the Prevention of Corruption Act 1988 or any other act enacted for the Prevention of corruption shall entitle the BRO to take all or any one of the following actions, wherever required:

(i) To immediately call off the pre-contract negotiations without assigning any reason or giving any compensation to the Bidder. However, the proceedings with the other Bidder(s) would continue. (ii) The IPBG/Performance-cum-Warranty Bond shall stand forfeited either fully or partially, as decided by the BRO and the BRO shall not be required to assign any reason therefore. (iii) To immediately cancel the contract, if already signed, without any compensation to the Bidder. (iv) To recover all sums already paid by the BRO, in case of an India Bidder with interest thereon at 2% higher than the prevailing Base Rate of SBI and in case of a Bidder form a country other than India with interest thereon at 2% higher than LIBOR. If any outstanding payment is due to the Bidder form the BRO in connection with any other contract for any other defence stores, such outstanding payment could also be utilized to recover the aforesaid sum and interest. (v) To encash the advance bank guarantee and Performance-cum-Warranty Bond if furnished by the Bidder, in order to recover the payments, already made by the BRO, along with interest.

(vi) To cancel all or any other Contracts with the Bidder. (vii) To put on Hold or Suspend or Debar the bidder as per the extant policy.

(viii) To recover all sums paid in violation of this pact by Bidder(s) to any Agent or broker with a view to securing the contract. (ix) If the Bidder or any employee of the Bidder or any person acting on behalf of the Bidder, either directly or indirectly, is closely related to any of the officers of the BRO, or alternatively, if any close relative of an officer of the BRO has financial interest/stake in the Bidder’s firm, the same shall be disclosed by the Bidder at the time of filing of tender. Any failure to disclose the interest involved shall entitle the BRO to debar the Bidder from the bid process or rescind the contract without payment of any compensation to the Bidder. The term ‘close relative’ for this purpose would mean spouse whether residing with

CA NO: CE(P) BCN/ / 2018-19 Ser Page No: 35 Tender No: CE (P) BCN/ 02/2018-19

___________________________ (Signature of contractor with seal) Dir (Contracts) For Accepting Officer

the Government servant or not, but not include a spouse separated from the Government servant by a decree or order of a competent court; son or daughter or step son or step daughter and wholly dependent upon Government servant, but does not include a child or step child who is no longer in any way dependent upon the Government servant or of whose custody the Government servant has been deprived of by or under any law; any other person related whether by blood or marriage to the Government servant or to the Government servant’s wife or husband and wholly dependent upon Government servant. (x) The Bidder shall not lend to or borrow nay money form or enter in to any monetary dealings or transactions, directly or indirectly, with nay employee of the BRO and if he does so, the BRO shall be entitled forthwith to rescind the contract and all other contracts with the Bidder. The Bidder shall be liable to pay compensation for any loss or damage to the BRO resulting from such rescission and the BRO shall be entitled to deduct the amount so payable from the money(s) due to the Bidder. (xi) In cases where irrevocable Letters of Credit have been received in respect of any contract signed by the BRO with the Bidder, the same shall not be opened.

49.10.2 The decision of the BRO to the effect that a breach of the provisions of this Integrity Pact has been committed by the Bidder shall be final and binding on the Bidder, however, the Bidder can approach the Independent Monitor(s) appointed for the purposes of this Pact.

49.11 Fall Clause

49.11.1 The Bidder undertakes that he has not provided the similar items/service at a price lower than that offered in the present bid in respect of any other Ministry/Department of the Government of India and if it is found at any stage that the similar item/ service was provided by the Bidder to any other Ministry/ Department of the Government of India at a lower price, then that very price, with due allowance for elapsed time, will be applicable to the present case and the difference in the cost would be refunded by the Bidder to the BRO even if the contract has already been concluded. 49.11.2 The Bidder shall strive to accord the most favoured customer treatment to the BRO in respect of all matters pertaining to the present case.

49.12. Independent Monitors

49.12.1 The BRO has appointed Independent Monitors for this pact in consultation with the Central Vigilance Commission (Name and Address of the Monitors as amended from time to time, can be referred to on the MoD website at www.mod.nic.in). Following are the independent monitors for this work:-

Sl No Name of IM E-mail ID

1 Shri Kumar Pande, IAS (Retd) [email protected] Mobile No:- 9810132693

2 Shri Anjan Kumar Banerjee, IA&AS (Retd) [email protected] Mobile No:- 8853381627

CA NO: CE(P) BCN/ / 2018-19 Ser Page No: 36 Tender No: CE (P) BCN/ 02/2018-19

___________________________ (Signature of contractor with seal) Dir (Contracts) For Accepting Officer

49.12.2 After the Integrity Pact is singed, the BRO shall provide a copy thereof, along with a brief background of the case to the Independent Monitors, if required by them. 49.12.3 The Bidder(s) if they deem it necessary may furnish any information as relevant to their bid to the Independent Monitors. 49.12.4 If any complaint with regard to violation of the IP is received by the BRO in a Contract the BRO shall refer the complaint to the Independent Monitors for their comments/enquiry. 49.12.5 If the Independent Monitors need to peruse the relevant records of the BRO in connection with the complaint sent to them by the BRO, the BRO shall make arrangement for such perusal of records by the Independent Monitors. 49.12.6 The report of enquiry, if any made by the Independent Monitors shall be submitted to the Director General Border Roads, BRO MoD, Govt. of India for a final and appropriate decision in the matter keeping in view the provision of this Pact.

49.13. Examination of Books of Accounts In case of any allegation of violation of any provisions of this Integrity Pact or payment of commission, the BRO or its agencies shall be entitled to examine the Books of Accounts of the Bidder and the Bidder shall provide necessary information of the relevant financial documents in English and shall extend all possible help for the purpose of such examination. 49.14. Law and Place of Jurisdiction This Pact is subject to Indian Law. The place of performance and jurisdiction is the seat of the HQ DGBR i.e New Delhi. 49.15. Other Legal Action The actions stipulated in this Integrity Pact are without prejudice to any other legal action that may follow in accordance with the provisions of the extant law in force relating to any civil or criminal proceedings. 49.16. Validity 49.16.1 The validity of this Integrity Pact shall be from date of its signing and extend up to 3 years or the complete execution of the contract to the satisfaction of both the BRO and the Bidder, whichever is later. 49.17. The parties hereby sigh this Integrity Pact at _______________ on _________ Buyer BIDDER ______________ _______________________ MINISTRY OF DEFENCE CHIEF EXECUTIVE OFFICE GOVERNMENT OF INDIA Witness Witness 1. __________________ 1. ___________________ 2. ___________________ 2. ___________________

CA NO: CE(P) BCN/ / 2018-19 Ser Page No: 37 Tender No: CE (P) BCN/ 02/2018-19

___________________________ (Signature of contractor with seal) Dir (Contracts) For Accepting Officer

Exhibit –II to Tender Document (Refers to Para 49.8.1 at page No.33 of tender documents)

FORMAT OF INTEGRITY PACT BANK GUARANTEE (IPBG)

In consideration of President of India (hereinafter called the Government) represented by Chief Engineer, Project Beacon, C/o 56 APO BRO Ministry of Defence, on the first part and M/s __________ of _____________________ (Hereinafter referred to as Bidder) on the Second part, having agreed to accept a sum of Rs. _____ (Rupees _______) in the form of Bank Guarantee towards Integrity Pact for the Request for Proposal for (name of Work……) we (Name of the Bank), (hereinafter referred to as the Bank), do hereby undertake to any to the Government on demand within 3 (three) working days without any demur and without seeking any reasons whatsoever, an amount not exceeding Rupees _________ (Rs ______) and the guarantee will remain valid upto Three years from the date of submission i.e. _______ (date). The Integrity Pact bank Guarantee shall be extended from time to time as required by the BRO. We undertake not to revoke this guarantee during this period except with the previous consent of the Government in writing and we further agree that our liability under the Guarantee shall not be discharged by any variation in the term of the commercial offer. No interest shall be payable by the Government to the Bidder(s) on the Guarantee for the period of its currency. Dated this _____________________________ day of 20___. For the Bank of ______ (Agent/manager)

CA NO: CE(P) BCN/ / 2018-19 Ser Page No: 38 Tender No: CE (P) BCN/ 02/2018-19

___________________________ (Signature of contractor with seal) Dir (Contracts) For Accepting Officer

Annexure-1 to special conditions

FORMAT FOR BANK GURANTEE FOR ADVANCE PAYMENT

NA

CA NO: CE(P) BCN/ / 2018-19 Ser Page No: 39 Tender No: CE (P) BCN/ 02/2018-19

___________________________ (Signature of contractor with seal) Dir (Contracts) For Accepting Officer

PARTICULAR SPECIFICATIONS

NAME OF WORK: “EXECUTION OF SURFACING WORKS TO CL-9 ROAD WITH INTER LOCKING CONCRETE BLOCK PAVEMENT FROM KM 26.25 TO KM 38.25 (NET LENGTH 12.00 KMS) (KM 0.00 RECKONED FROM PHARKIAN GALI SIDE) ON ROAD RAGINI – USTAD – PHARKIAN GALI UNDER 32 BRTF PROJECT BEACON IN J&K STATE” 1. QUALITY CONTROL

The contractor shall ensure the strict quality control through various tests in respect of all items of works as per the laid down frequency in tender documents at his own cost from the western field lab (GREF) Udhampur/Field lab at 32 BRTF/from any central/ state Govt laboratory at his own cost within the quoted rates.

2.0 CRUSHER RUN MACADAM BASE COURSE 75 MM THICK (COMPACTED)

SCOPE

2.1 The work shall consist of furnishing, placing and compacting crushed stone aggregate sub base and base course constructed in accordance with the requirements set forth in these specifications and in conformity with the lines, grades, thickness and cross-sections shown on the drawings or as directed by the Engineer-In-Charge.

2.2 Materials

The material to be used for the work shall be crushed rock. If crushed gravel/shingle is used, not less than 90 per cent by weight of the gravel/shingle pieces retained on 4.75 mm sieve shall have at least two fractured faces. It shall be free from any organic matter and other deleterious substances and shall be of such nature that it can be compacted readily under watering and rolling to form a firm, stable base. The aggregates shall conform to the grading and quantity requirements given in Tables 400-14 and 400-15.

TABLE 400-14 : AGGREGATE GRADING REQUIREMENTS

Sieve Size Percent passing by weight

53 mm max. size 37.5 mm max. size

63.00 mm 100

45.00 mm 87-100 100

22.40 mm 50-85 90-100

5.60 mm 25-45 35-55

710 micron 10-25 10-30

90 micron 2-5 2-5

Table 400 -15 : PHYSICAL REQUIREMENTS OF COARSE AGGREGATES FOR CRUSHED SUB-

BASE/BASE COURSES

S/No Test Test Method Requirements

1. Los angles Abrasion value Or Aggregate Impact value

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

40 per cent (Max) 30 percent (Max)

2. Combined Flakiness and Elongation indices (Total)

IS: 2386 (Part-I) 35 percent (Max)* *

3. * Water absorption IS: 2386 (Part-3) 2 percent (Max)

4. Liquid limit of material passing 425 IS: 2720 (Part-5) 25 (Max)

CA NO: CE(P) BCN/ / 2018-19 Ser Page No: 40 Tender No: CE (P) BCN/ 02/2018-19

___________________________ (Signature of contractor with seal) Dir (Contracts) For Accepting Officer

micron

5. Plasticity Index of material passing 425 micron

IS: 2720 (Part-5) 6 (Max)

* If the water absorption is more than 2 percent, soundness test shall be carried out as per IS:2386 (Part-5) ** 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 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 total non-flaky particles. The value of flakiness index and elongation index so found are added up. 2.3 Construction Operations 2.3.1 Preparation of sub-grade : The surface of the sub grade shall be prepared in accordance with Clause 404.3.1 of MORT&H specification fo Road & Bridges works (5th revision, 2013). Any ruts, deformations or soft yielding places which occur in the sub-base or sub-grade shall be corrected and compacted to the required density before the aggregate base course is placed thereon. 2.3.2 Spreading, Watering, Mixing and Compaction : 2.3.2.1. The aggregate shall be uniformly deposited on the approved subgrade by means of hauling vehicle with or without spreading devices. Aggregate will be distributed over the surface to the depth specified on the drawing or as directed by the Engineer-In-Charge. 2.3.2.2. After the base course material has been deposited, it shall be thoroughly blade-mixed to full depth of the layer by alternately blading the entire layer to the center and back to the edges of the road. It shall then be spread and finished to the required cross-section by means of a motor grader. 2.3.2.3. Water shall be applied prior to and during all blading and processing operations to moisten the material sufficient to prevent segregation of the fine and coarse particles. Water shall be applied in sufficient amounts during construction to assist in compaction. 2.3.2.4. Compaction shall commence immediately after the spreading operation. 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, compaction shall be done with the help of vibratory roller of minimum static weight of 80 to 100 KN or equivalent capacity. The speed of the roller shall not exceed 5 Km/h. Each layer of material shall be compacted to not less than 98 percent of the maximum density as determined by IS:2720 (Part-8). 2.4. Opening to Traffic: No vehicular traffic shall be allowed on the finished crushed sub base/base surface. Construction equipment may be allowed with the approval of the Engineer-In-Charge. 2.5. Surface Finish and Quality Control of Work

The surface finish of construction shall conform to the requirements of Clause 902.

Control on the quality of materials and works shall be exercised by the Engineer in Charge / OC contract in accordance with Section 900.

2.6. Arrangement for Traffic

During the period of construction, arrangement of traffic shall be done as per Clause 112 of MORT&H specification for roads and bridge work fifth revision.

CA NO: CE(P) BCN/ / 2018-19 Ser Page No: 41 Tender No: CE (P) BCN/ 02/2018-19

___________________________ (Signature of contractor with seal) Dir (Contracts) For Accepting Officer

2.7. Measurement for Payment: Crusher Run Macadam base shall be measured as finished work in position in cubic meters. 2.8. Rates

The Contract unit rate for Crushed Run Macadam base shall be payment in full for carrying out the required operations including full compensation for all components as in Clause 401.7 (i) to (v).

3. GRANULAR SUB BASE 150 MM THICK (COMPACTED)

SCOPE

3.1 This work shall consist of laying and compacting well-graded material on prepared subgrade in accordance with the requirements of these specifications. The material shall be laid in one or more layers as sub-base or lower sub-base and upper sub-base (termed as sub-base hereinafter) as necessary according to lines, grades and cross-sections shown on the drawing or as directed by the OC Contract/Engineer-In-Charge.

3.2 Materials

3.2.1. The material to be used for the work shall be natural sand, crushed gravel, crushed stone, crushed slag, or combination thereof depending upon the grading required. Use of materials like brick metal, Kankar and crushed concrete shall be permitted in the lower sub-base. The material shall be free from organic or other deleterious constituents and shall conform to the gradings given in Table 400-1 and physical requirement given in Table 400-2. Gradings III and IV shall preferably be used in lower sub-base. Gradings V and VI shall be used as a sub-base-cum-drainage layer. The grading to be adopted for a project shall be as specified in the Contract. Where the sub-base is laid in two layers as upper sub-base and lower sub-base, the thickness of each layer shall not be less than 150 mm. 3.2.2. If the water absorption of the aggregates determined as per IS:2386 (Part 3) is greater than 2 percent, the aggregates shall be tested for Wet Aggregate Impact Value (AIV) (IS:5640). Soft aggregates like Kankar, brick ballast and laterite shall also be tested for Wet AIV (IS:5640).

TABLE 400-1 : GRADING FOR GRANULAR SUB-BASE MATERIALS

Sieve Size Percent by weight passing the is sieve

Grading I Grading II Grading III Grading IV Grading V Grading VI

75 mm 100 - - - 100 -

53 mm 80-100 100 100 100 80-100 100

26.5 mm 55-90 70-100 55-75 50-80 55-90 75-100

9.5 mm 35-65 50-80 - - 35-65 55-75

4.75 mm 25-55 40-65 10-30 15-35 25-50 30-55

2.36 mm 20-40 30-50 - - 10-20 10-25

850 micron - - - - 2-10- -

425 micron 10-15 10-15 - - 0-5 0-8

75 micron <5 <5 <5 <5 - 0-3

Table 400 -2 : PHYSICAL REQUIREMENTS OF MATERIALS FOR GRANULAR SUB BASE

S/No Test Test Method Requirements

1. Aggregate Impact value (AIV) IS: 2386 (Part-4) or IS:5640

40 per cent (Max)

2. Liquid limit IS: 2720 (Part-5) 25 (Max)

3. Plasticity Index IS: 2720 (Part-5) 6 (Max)

4. CBR at 98% dry density (at IS:2720-Part 8)

IS: 2720 (Part-5) 30 (Min) unless otherwise specified in the Contract

CA NO: CE(P) BCN/ / 2018-19 Ser Page No: 42 Tender No: CE (P) BCN/ 02/2018-19

___________________________ (Signature of contractor with seal) Dir (Contracts) For Accepting Officer

3.3 Construction Operations 3.3.1 Preparation of sub-grade : Immediately prior to the laying of sub-base, the subgrade already finished to Clause 301 or 305 as applicable shall be prepared by removing all vegetation and other extraneous matter, lightly sprinkled with water, if necessary and rolled with two passes of 80-100 kN smooth wheeled roller. 3.3.2 Spreading and Compacting : 3.3.2.1. The sub-base material of the grading specified in the Contract and water shall be mixed mechanically by a suitable mixer equipped with provision for controlled addition of water and mechanical mixing. So as to ensure homogenous and uniform mix. The required water content shall be determined in accordance with IS:2720 (Part 8). The mix shall be spread on the prepared subgrade with the help of a motor grader of adequate capacity, its blade having hydraulic controls suitable for initial adjustment and for maintaining the required slope and grade during the operation, or other means as approved by the OC Contract/Engineer—In-Charge. 3.3.2.2. Moisture content of the mix shall be checked in accordance with IS:2720 (Part 2) and suitably adjusted so that, at the time of compaction, it is from 1 to 2 percent below the optimum moisture content.. 3.3.2.3. Immediately after spreading the mix, rolling shall be done by an approved roller. If the thickness of the compacted layer does not exceed 100 mm, a smooth wheeled 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 a vibratory roller of minimum 80 to 100 kN static weight capable of achieving the required compaction. Rolling shall commence at the lower edge and proceed towards the upper edge longitudinally for portions having unidirectional crossfall or on super-elevation. For carriageway having crossfall on both sides, rolling shall commence at the edges and progress towards the crown. 3.3.2.4. Each pass of the roller shall uniformly overlap not less than one-third of the track made in the preceding pass. During rolling, the grade and crossfall (camber) shall be checked and any high spots or depressions which become apparent, corrected by removing or adding fresh material. The speed of the roller shall not exceed 5 K per hour. 3.3.2.5. Rolling shall be continued till the density achieved is at least 98 percent of the maximum dry density for the material determined as per IS:2720 (Part 8). The surface of any layer of material on completion of compaction shall be well closed, free from movement under compaction equipment and from compaction planes, ridges, cracks or loose material. All loose, segregated or otherwise defective areas shall be made good to the full thickness of layer and re-compacted. 3.4. Surface Finish and Quality Control of Work

The surface finish of construction shall conform to the requirements of Clause 902. Control on the quality of materials and works shall be exercised by the Engineer in Charge / OC contract in accordance with Section 900.

3.5. Arrangement for Traffic

During the period of construction, arrangement of traffic shall be provided and maintained in accordance with Clause 112.

3.6. Measurement for Payment: Granular sub-base shall be measured as finished work in position in cubic metres,.

CA NO: CE(P) BCN/ / 2018-19 Ser Page No: 43 Tender No: CE (P) BCN/ 02/2018-19

___________________________ (Signature of contractor with seal) Dir (Contracts) For Accepting Officer

The protection of edges of granular sub-base extended over the full formation as shown in the drawing shall be considered incidental to the work of providing granular sub-base and as such no extra payment shall be made for the same. 3.7. Rates

The Contract unit rate for Crushed Run Macadam base shall be payment in full for carrying out the required operations including full compensation for:

(i) Making arrangements for traffic to Clause 112 except for initial treatment to verges, shoulders and construction of diversions; (ii) Supplying all materials to be incorporated in the work including all royalties, fee, rents where applicable with all leads and lifts; (iii) All labour, tools, equipment and incidentals to complete the work to the specifications; (iv) Carrying out the work in part widths of road where directed; and (v) Carrying out the required tests for quality control.

SAND BLENKETING 30 MM THICK

4.1 Scope

4.1.1. The work shall consist of the application of a single layer sand bedding in 30 mm thick over CSB layer. The grading of the sand layer shall be as in Table 400-16.

IS Sieve Size Percent passing

9.52 mm 100

4.75 mm 95-100

2.36 mm 80-100

1.18 mm 50-95

600 micron 25-60

300 micron 10-30

150 micron 0-15

75 micron 0-10

4.1.2. The bedding sand slightly moist, the moisture content being about 4 percent. The bedding sand shall be compacted by vibratory plate compactor. 5. PROVIDING AND FIXING OF PCC BLOCKS (SIZE 225MM X 112MM X 200MM – ILCB IN M-50 GRADE CONCRETE 5.1. The work shall consist of casting of paving blocks of size 225mm x 112mm x 200 mm in M-50 grade of plain cement concrete in accordance with the requirements of these Specifications and in conformity with the shape, size and cross sections shown on the drawings. The work shall include furnishing of all plant and equipment, materials and labour and performing all operations in connection with the work, whether specifically mentioned herein or not and as approved by the OC Contract. 5.2. SHAPE & SIZE 5.2.1 The PCC paving blocks shall be of size 225mm x 112mm x 200 mm cast in M-50 grade plain cement concrete and will have shape as shown in Fig 10.10 at page No. 138 of IRC:SP:48-1998 - Hill Road Manual published by Indian Roads Congress, New Delhi. The figure is attached as Annexure – I to the tender documents. The paving blocks shall be self-locking on laying.

CA NO: CE(P) BCN/ / 2018-19 Ser Page No: 44 Tender No: CE (P) BCN/ 02/2018-19

___________________________ (Signature of contractor with seal) Dir (Contracts) For Accepting Officer

5.2.2 Materials obtained from the quarries for making PCC block shall be of best quality as specified. Material contained below specification is not to be used and shall be rejected. 5.2.3. All the materials testing will be done in 32 BRTF field laboratory / Western Field Laboratory (GREF) C/O 56 APO/any Govt laboratory as per the laid frequency of testing given for each type of materials in succeeding Para’s at the cost of contractor within quoted rates. 5.2.4. The engineer-in-charge shall be entitled to have tests carried out as specified in the Contract for PCC block supplied by the Contractors other than those for which, as stated above, satisfactory proof has already been furnished, at the cost of the Contractor and the contractor shall provide at his expense all facilities which the Engineer-in-charge may required for the purpose. If no tests are specified in the contract, and such tests are required by the Engineer-in-charge, the contractor shall provide all facilities required for the purpose and the charges for these tests shall be borne by the contractor only if the tests disclose that the said materials are not in accordance with the provision of the contract. Sample of PCC block tested by Field Laboratory and approved by OC Contract shall be kept in concerned Pl HQ/RCC HQ for inspection of Accepting Officer/Officer so detailed. 5.2.5 If any material, not covered in these specifications is required to be used in the work, it shall confirm to relevant Indian standards, if there are any, or to the requirements specified by the Engineer. 5.3. MATERIALS

5.3.1. SOURCE OF MATERIALS The Contractor shall indicate to the OC Contract the source of all materials to be used in the

concrete work with relevant test data sufficiently in advance, and the approval of the OC Contract for the same shall be obtained before the scheduled commencement of the work. If the Contractor later proposes to obtain materials from a different source, he shall notify the OC Contract for his approval, before such materials are to be used with relevant test data. 5.4 AGGREGATES 5.4.1. GENERAL

All coarse and fine aggregates shall conform to IS:383 and shall be tested to conform to IS: 2386 Parts I to VII. The limits of deleterious materials shall not exceed the requirements set out in IS : 383. The aggregates shall be free from dirt, flint, chalcedony or other silica in a form that can react with the Alkalies in the cement. In addition, the total chlorides content expressed as chloride ion content shall not exceed 0.06 percent by weight and the total sulphate content expressed as Sulphuric anhydride (SO3) shall not exceed 0.25 percent by weight. 5.5. COARSE AGGREGATES

5.5.1. Durability:- The coarse aggregate shall consist of clean, hard, strong, dense, non-porous and durable pieces of crushed stone or crushed gravel and shall be devoid of pieces of disintegrated stone, soft, flaky, elongated, very angular or splintery pieces. The nominal maximum size of aggregate shall not exceed 20mm. continuously graded or gap graded aggregates may be used, depending on the grading of the fine aggregate. The Aggregate abrasion value (Los Angeles Abrasion Test) shall not exceeded 35 percent and Aggregate Impact Value shall not be more than 30 percent. The maximum value for flakiness index for coarse aggregate shall not exceed 35 per cent. No aggregate which has water absorption more than 2 percent shall be used in the concrete mix. The aggregates shall be tested for soundness in accordance with IS: 2386 (Part-5). After 5 cycles of testing, the loss shall not be more than 12 percent if sodium sulphate solution is used or 18 percent if magnesium sulphate

CA NO: CE(P) BCN/ / 2018-19 Ser Page No: 45 Tender No: CE (P) BCN/ 02/2018-19

___________________________ (Signature of contractor with seal) Dir (Contracts) For Accepting Officer

solution is used. Dumping and stacking of aggregates shall be done in an approved manner. In case the Engineer-in-charge considers that the aggregates are not free from dirt, the same may be washed and drained for at least 72 hours before batching as directed by him. 5.6. FINE AGGREGATES 5.6.1. The fine aggregate shall consist of hard, strong, durable clean particle natural sand, crushed stone sand or a combination of the two and shall conform to IS: 383. Fine aggregate shall be free from soft or flaky particles, clay, shale, loam, cemented particles, mica and organic and other foreign matter. The fine aggregates shall have sand equivalent value of not less than 50 when tested in accordance with requirement of IS: 2720 (Part 37) The fine aggregate shall not contain deleterious substances in such quantities as to reduce the strength and durability of concrete. 5.6.2. The fineness modulus of fine aggregate shall neither be less than 2.0 nor more than 3.5. 5.7. GENERAL GRADING OF AGGREGATES

Grading of aggregates shall be such as to produce a dense concrete of the specified strength, which can be worked readily into position without segregation and without the use of excessive water content.

5.8. CEMENT

Any of the following types of cement capable of achieving the design strength may be used with prior approval of the OC Contract:

(i) Ordinary Portland cement, 43 Grade, IS: 8112.

(ii) Ordinary Portland Cement, 53 Grade, IS : 12269

Guidance may be taken from IS: SP: 23 - Handbook for Concrete Mixes for ascertaining the minimum 7 days strength of cement required to match with design concrete strength.

5.9. WATER

Water used for mixing and curing of concrete shall be clean and free from injurious amount of oil, salt, acid, vegetable matter or other foreign matter. or other substances harmful to the finished concrete. It shall meet the requirements stipulated in IS: 456 reproduced below.

5.9.1. In case of doubt regarding development of strength, the suitability of water for making concrete shall be ascertained by the compressive strength and initial setting time tests specified in 3.4.2 and 3.4.4.

5.9.2. The sample of water taken for testing shall represent the water proposed to be used for concreting, due account being paid to seasonal variation. The sample shall not receive any treatment before testing other than that envisaged in the regular supply of water proposed for use in concrete. The sample shall be stored in a clean container previously rinsed out with similar water.

5.9.3. Average 28 days compressive strength of at least three 150 mm concrete cubes prepared with water proposed to be used shall not be less than 90 percent of the average of strength of three similar concrete cubes prepared with distilled water. The cubes shall be prepared, cured and tested in accordance with the requirements of IS: 456.

5.9.4. The initial setting time of test block made with the appropriate cement and the water proposed to be used shall not be less than 30 minutes and shall not be more than 30 minutes from the initial setting time of control test block prepared with the same cement and distilled water. The test blocks shall be prepared and tested in accordance with the requirements of IS: 4031 (Part 5).

5.9.5. The pH value of water shall not be less than 6. Potable water is generally considered satisfactory for mixing concrete. As a guide the following concentrations represent the maximum permissible values:

CA NO: CE(P) BCN/ / 2018-19 Ser Page No: 46 Tender No: CE (P) BCN/ 02/2018-19

___________________________ (Signature of contractor with seal) Dir (Contracts) For Accepting Officer

(a) To neutralize 100-ml sample of water, using phenolphthalein as an indicator, it should not require more than 5 ml of 0.02 normal NaOH. The details of test are given in 8.1 of IS: 3025 (Part 22).

(b) To neutralize 100-ml sample of water, using mixed indicator, it should not require more than 25ml of 0.02 normal H2SO4. The details of test shall be as given in clause 8 of IS: 3025 (Part 23).

(c) Permissible limits fort solids shall be as given in following Table:

Tested as per Permissible limit max

Organic IS: 3025 (Pt 18) 200 mg/lit. Inorganic IS: 3025 (Pt 18) 3000 mg/lit. Sulphate (as SO3) IS: 3025 (Pt 28) 400 mg/lit. Chlorides (as Cl) IS: 3025 (Pt 32) 2000 mg/lit. Suspended matter IS:3025 (Pt.17 2000 mg/lit.

5.9.6. Mixing or curing of concrete with sea water is not permitted because of presence of harmful salts in sea water.

5.9.7. Water found satisfactory for mixing is also suitable for curing concrete. However, water used for curing should not produce any objectionable stain or unsightly deposit on the concrete surface. The presence of tannic acid or iron compounds is objectionable.

5.10. ADMIXTURES

Admixtures conforming to IS: 6925 and IS: 9103 shall be permitted to improve workability of the concrete and/or extension of setting time, on satisfactory evidence that they will not have any adverse effect on the properties of concrete with respect to strength, volume change and durability. The particulars of admixture and the quantity to be used must be furnished to the OC Contract in advance to obtain his approval before use. Satisfactory performance of the admixtures should be proved on the laboratory concrete trial mixes. If air-entraining admixture is used, the total quantity of air in air-entrained concrete as a percentage of the volume of the mix shall be 5 + 1.5 percent for 25 mm nominal size aggregate.

5.11. DESIGN OF CONCRETE MIX

5.11.1. GENERAL

5.11.1.1 The mix design shall be got done by the Contractor at his own cost from an Engineering College or from a reputed laboratory approved by the OC Contract. Contractor shall carry out laboratory trials of design mixes with the materials from the approved sources. Trial mixes shall be made in presence of the Engineer-in-Charge or his representative and the design mix shall be subject to the approval of the OC Contract. They shall be repeated if necessary until the proportions that will produce a concrete which complies in all respects with this Specification, and conforms to the requirement of the design/drawings are determined.

5.11.1.2 The proportions determined as a result of the laboratory trial mixes and the materials shall not be varied in any way except with the written approval of the OC Contract.

5.11.1.3 Any change in the source of materials or mix proportions proposed by the Contractor during the course of work shall be assessed by making trial mixes in laboratory. Approval by the Engineer-in-charge for minor adjustments like compensation for moisture content in aggregates or minor fluctuations in the grading of aggregate may be given.

5.11.1.4. Maximum cement content shall not exceed 450 Kg per cum of concrete.

5.11.1.5. All other requirements of concrete and its ingredients will be as per IS:456-2000.

CA NO: CE(P) BCN/ / 2018-19 Ser Page No: 47 Tender No: CE (P) BCN/ 02/2018-19

___________________________ (Signature of contractor with seal) Dir (Contracts) For Accepting Officer

5.12. CONCRETE GRADE

The grade of concrete for casting of PCC blocks shall be M-50, where 50 is characteristic compressive strength of the concrete in MPa at 28 days.

5.13. PROPORTIONING OF CONCRETE

The mix design shall be based on laboratory trial mixes using the approved materials and methods as per IS: 456 (Plain and Reinforcement concrete) and IS:10262 (Recommended Guidelines for Mix Design) or on the basis of any other rational method agreed to by the OC Contract. Guidance in this regard can also be obtained from IS: SP:23 Handbook on Concrete Mixes. The quantity of concrete used for blocks is subjected to approval by OC Contract. 5.14.. REQUIREMENT FOR DESIGN MIXES

5.14.1..TARGET MEAN STRENGTH

The target mean strength of specimen shall exceed the specified characteristic strength by at least the current margin:

(a) The target mean strength of concrete mix should be equivalent to the characteristics strength plus 1.65 times the standard deviation.

5.14.2. Assumed Standard Deviation: - Where sufficient test results for a particular grade of concrete are not available, the value of standard deviation given in table 8 of IS 456: 2000 may be assumed for design of mix in the first instance.

Table 8 : Assumed Standard Deviation

Grade of Concrete Assumed Standard Deviation N/mm2

M10 M15

3.5

M20 M25

4.0

M30 M35 M40 M45 M50

5.0

5.15. PRODUCTION OF CONCRETE

5.15.1. BATCHING AND MIXING

a) The quantities of cement, fine aggregate and the various sizes of coarse aggregate shall be measured by weight, unless otherwise authorised by the Engineer-in-charge.

b) A separate weighing machine shall be provided for weighing the cement. Different types

of cement shall not be mixed.

c) The quantity of water shall be measured. Any admixture to be added shall be measured and, if solid, shall be measured by weight.

d) The batch weight of aggregate shall be adjusted to allow for moisture content typical of the aggregate being used.

e) All measuring equipment shall be maintained in a clean and serviceable condition. Its accuracy shall be checked over the range in use when set up at each site, and maintained thereafter.

CA NO: CE(P) BCN/ / 2018-19 Ser Page No: 48 Tender No: CE (P) BCN/ 02/2018-19

___________________________ (Signature of contractor with seal) Dir (Contracts) For Accepting Officer

f) The accuracy of equipment shall fall within the following limits:

Measurement of Cement +3 percent of the quantity of cement in each batch Measurement of Water +3 percent of the quantity of Water in each batch Measurement of Aggregate +3 percent of the quantity of aggregate in each batch

Measurement of Admixture +3 percent of the quantity of admixture in each batch

g) All concrete shall be machine-mixed. Hand mixing shall not be permitted. Mixing shall be continued till materials are uniformly distributed and a uniform color of entire mass is obtained, and each individual particle of the coarse aggregate shows coating of mortar containing its proportionate amount of cement. In no case, mixing shall be less than 2 minutes.

h) Concrete mixers that have been out of use for more than 30 minutes shall be thoroughly cleaned before any fresh concrete is mixed. Unless otherwise agreed the first batch of concrete through the mixer shall then contain only two-thirds of the normal quantity of coarse aggregate. Mixing plant shall be thoroughly cleaned before changing from one type of cement to another.

5.16. CONTROL OF STRENGTH OF DESIGNED MIXES

5.16.1. ADJUSTMENT TO MIX PROPORTIONS

Adjustment to mix proportions may be made in order to minimize the variability of strength subject to approval of Engineer-in-charge and to maintain the target mean strength subject to approval of Engineer-in-charge. Such adjustments shall not be taken to imply any change in the current margin.

5.16.2. CHANGE OF CURRENT MARGIN

When required by the engineer-in-charge, the current margin shall be recalculated in accordance with Clause 4.4.1. The recalculated value shall be adopted as directed by the engineer-in-charge, and it shall become the current margin of concrete produced subsequently.

5.17. SAMPLING AND TESTING OF CONCRETE

5.17.1. GENERAL

Samples from fresh concrete shall be taken as per IS: 1199 and cubes shall be made, cured and tested at 28 days in accordance with IS: 456.

5.17.2. SAMPLING PROCEDURE

A random sampling procedure shall be adopted to ensure that each concrete batch shall have a reasonable chance of being tested, that is, the sampling should be spread over the entire period of concreting and cover all mixing units. The point and time of sampling shall be at delivery into the moulds, unless otherwise agreed to.

5.17.3. FREQUENCY OF SAMPLING

The minimum frequency of sampling of concrete shall be one sample (03 Nos PCC blocks) for every 500 blocks or part thereof. At least one sample shall be taken from each shift of work.

5.18. ACCEPTANCE CRITERIA

5.18.1. COMPRESSIVE STRENGTH: to be worked out as per IS 456: 2000.

The concrete shall be deemed to comply with the strength requirements when both the following condition are met:

CA NO: CE(P) BCN/ / 2018-19 Ser Page No: 49 Tender No: CE (P) BCN/ 02/2018-19

___________________________ (Signature of contractor with seal) Dir (Contracts) For Accepting Officer

(a) The mean strength determined from any group of four consecutive test results complies with the appropriate limits in Col 2 of Table 11 given below:-.

(b) Any individual test result complies with the appropriate limits in col 3 of table 11 given below:- Table 11: Characteristic Compressive Strength Compliance Requirements

Specified Grade Mean the Group of 4 Non-Overlapping Consecutive Test result in N/mm2

Individual Test Result N/mm2

M15 ➢ fck +0.825 x established standard deviation (rounded off to nearest

0.5 N/mm2 Or

fck +3 N/mm2, whichever is greater

➢ fck-3

N/mm2

M20 or above ➢ fck +0.825 x established standard deviation (rounded off to nearest

0.5 N/mm2 Or

fck +4 N/mm2, whichever is greater

➢ fck-4

N/mm2

5.19. PRODUCTION OF PCC BLOCKS 5.19.1. The Contractor shall have casting yard of sufficient area for casting of paving blocks through machines, curing and storage of blocks. The concrete shall be produced in batching and mixing plant to ensure strict control on quantity of various ingredients of concrete so as to produce concrete of desired quality. The machine used for casting of paving blocks shall be of appropriate capacity and shall have capability to impart full compaction to the blocks while casting. The shape and size of the paving blocks shall be as given at Clause 5.2.1 of these specifications. The Contractor shall use casting machine(s) of such capacity as to complete the work within the stipulated time frame. The machine shall be capable of producing blocks of given size, shape, finish and strength. The temperature of wet concrete shall neither be less than 5 degree Celsius nor more than 40 degree Celsius. 5.19.2. The infra-structural facilities of the Contractor with regard to production of concrete, casting of PCC blocks, measures of quality assurance, curing, facilities for testing of PCC blocks, concrete cube specimens and ingredients of concrete etc shall be inspected and approved by Commander 32 BRTF for their suitability for the subject work. 5.20. COMPACTION

Concrete in PCC block moulds shall be thoroughly compacted during casting by suitable

compactors/vibrators integrated with the casting machine to achieve designed level of compaction. The blocks should neither be over compacted resulting in segregation nor under compacted to result in honey combed and weak blocks. 5.21. CURING AND PROTECTION OF BLOCKS 5.21.1. Curing and protection of PCC blocks shall start immediately after casting to protect it from permanent drying out particularly by solar radiation and wind, high internal thermal gradation, leaching out by rain or flowing water, rapid cooling during first few days after casting, low temperature or frost and vibration and impact. OPC of grades 43 and 53 generate heat of hydration at very high rate.

CA NO: CE(P) BCN/ / 2018-19 Ser Page No: 50 Tender No: CE (P) BCN/ 02/2018-19

___________________________ (Signature of contractor with seal) Dir (Contracts) For Accepting Officer

Therefore, proper curing of PCC blocks is of paramount importance for achieving the designed strength. Steam curing may be done for 24 hrs in initial stage to gain early strength.

5.21.2 WATER CURING

The concrete blocks shall be kept wet constantly for 24 hours in moulds/sheds and thereafter,

will be cured for 28 days by keeping them submerged in a tank filled with water. The temperature of water shall not be less than 4 degree Celsius. Water for curing shall as specified under Clause 3.7.

5.21.3. STEAM CURING When steam curing is adopted, it shall be ensured that it is done in a suitable enclosure to contain the live steam in order to minimize moisture and heat losses. The initial application of the steam shall be after about four hours of casting of PCC blocks to allow initial set of the concrete to take place.

Where retarders are used, the waiting period before application of the steam shall be increased

to about six hours. The steam shall be kept at 100 per cent relative humidity to prevent loss of moisture and to

provide excess moisture for proper hydration of cement. The application of steam shall not be directly on the concrete and the ambient temperature shall increase at a rate not exceeding 5 degree Celsius per hour until a maximum temperature of 60 degree Celsius to 70 degree Celsius is reached. The maximum temperature shall be maintained until the concrete has reached the desired strength.

When steam curing is discontinued, the ambient temperature shall not drop at a rate exceeding

5 degree Celsius per hour until a temperature of about 10 degree Celsius above temperature of the air to which the concrete will be exposed, has been reached. The concrete shall not be exposed to temperature below freezing for at least six days after curing.

5.22. SUPPLY OF ILCB AT SITE

5.22.1. Initially, the Contractor shall supply sample PCC blocks 100 in number conforming to these specifications for approval by the OC Contract. On approval of samples, the Contractor shall commence the laying of ILC blocks for pavement work between KM 21.750 to Km 26.250 on road Ragini-Ustad-Pharkian Gali. Additional blocks required for prototype tests, as specified elsewhere in these documents. The rate quoted by the Contractor shall be deemed to inclusive of this.

5.23. QUALITY CONTROL

5.23.1. The Contractor shall establish a laboratory at the casting site, at his own cost, equipped with facilities for conducting following tests:

a) Gradation, Water absorption, Aggregate Impact value and deleterious constituents tests on Coarse Aggregates.

b) Gradation, Water absorption and deleterious constituents test on Fine Aggregates.

c) Initial and Final setting time tests of Cement.

d) Workability – slump test on fresh Concrete and compressive strength test of concrete cubes & paving PCC blocks.

5.23.2. The chemical tests on water shall be got done by the Contractor at his own cost, if facilities not available with him, from a reputed Laboratory approved by the OC Contract.

CA NO: CE(P) BCN/ / 2018-19 Ser Page No: 51 Tender No: CE (P) BCN/ 02/2018-19

___________________________ (Signature of contractor with seal) Dir (Contracts) For Accepting Officer

PARTICULAR SPECIFICATIONS (CONTD…….) 5.23.3. The various tests and their minimum frequencies shall be as under:

S. No.

Item Name of Test Specification Minimum Frequency of Test

1. Cement Physical & Chemical Tests

IS: 8112 IS: 12269

One for each source of supply and occasionally, when called for in case of long/improper storage

2. Coarse and Fine aggregates

Gradation IS: 2386 (Pt-1) One test for every day’s work for each fraction of Coarse agg & Fine agg.

Deleterious constituents

IS: 2386 (Pt.-2) -do-

Water absorption IS: 2386 (Pt.-3) Regularly as required subject to a minimum of one test a day for Coarse aggregate and two tests a day for Coarse Aggregate.

3. Coarse Aggregate

Los Angeles abrasion value or Aggregate Impact Value

IS: 2386 (Pt.-4) One test for each source of supply and subsequently, weekly basis

Soundness IS: 2386 (Pt.-4) Before approving the aggregate and fortnightly basis

4. Water Chemical tests IS:456-2000 Once for approval of source of supply, subsequently only in case of doubt.

5. Concrete Compressive strength of concrete

IS: 456-2000 At frequencies given under clause 9.5

5.23.4. The Engineer-in-Charge/OC Contract may direct additional testing as required. 5.23.5. In the absence of clear indications about method/frequency for any items, the instruction of Engineer-In-Charge shall be followed. 5.23.6. For testing of samples of aggregates, concrete mix, paving PCC blocks etc., samples in required quantity shall be provided by the Contractor at his own cost and under his own arrangements. 5.23.5. Besides tests on concrete cubes for compressive strength, the PCC blocks shall be tested at 28 days age to confirm that the blocks have actually attained the designed compressive strength. For this purpose, the Contractor shall provide additional one sample of PCC blocks (03 Nos PCC blocks) for every 500 or part thereof blocks required. The minimum compressive strength the PCC blocks achieved, when tests conducted on prototypes, shall not be less than 50 MPa. 5.24. METHOD OF LAYING OF ILC BLOCK IN PAVEMENT 5.24.1 The precast concrete blocks and interlocking concrete block pavement shall be laid on a bedding of sand of thickness specified in the drawing. The grading of the sand layer shall be in given Table-16 as per Clause 4.1.1 above. 5.24.2. The joints shall be filled with sand passing a 2.35 mm size with the grading as in Table 400-17.

CA NO: CE(P) BCN/ / 2018-19 Ser Page No: 52 Tender No: CE (P) BCN/ 02/2018-19

___________________________ (Signature of contractor with seal) Dir (Contracts) For Accepting Officer

TABLE 400-17

IS Sieve Size Percent passing

2.36 mm 100

1.18 mm 90-100

600 micron 60-90

300 micron 30-60

150 micron 15-30

75 micron 0-10

5.24.3 The bedding sand slightly moist, the moisture content being about 4 percent. The bedding sand shall be compacted by vibratory plate compactor. 5.24.4. The block shall be laid to the levels indicated on the drawing and to the pattern directed by OC Contract/Engineer-In-Charge. 5.25. Measurement for payment The interlocking concrete block pavement shall be measured in “Square Meter” in specified thickness mentioned in drawing. 5.26. Rate

The Contract unit rate for interlocking concrete block for pavement work shall be payment in full for furnishing all labour, materials, tools equipment, including all incidental costs necessary for carrying out the work at the site conforming to these Specifications complete as per the approved drawing (s) or as directed by the Engineer and all other incidental costs necessary to complete the work to these specifications. 6.0 FORMWORK : Form work shall be executed as per section 1500 of MoRT&H (5th Revision) or as directed by the OC Contract/Engineer-In-Charge. Form work shall be measured in “Square Meter”.

7.0 PLANE CEMENT CONCRETE 1:4:8/1:2:4 : Plane cement concrete shall be executed as per MoRT&H (5th Revision) specifications/IRC’s/IS codes as applicable or as directed by OC Contract/Engineer-In-Charge. PCC work shall be measured in “Cubic Meter”.

8.0 EARTH FILLING IN SHOULDERS : Earth filling in shoulders shall be executed as per section 408 of MoRT&H (5th Revision) or as directed by the OC Contract/Engineer-In-Charge. Earth work in shoulders shall be measured in “Cubic Meter”.

CA NO: CE(P) BCN/ / 2018-19 Ser Page No: 53 Tender No: CE (P) BCN/ 02/2018-19

___________________________ (Signature of contractor with seal) Dir (Contracts) For Accepting Officer

BORDER ROADS ORGANISATION

Ministry of Road Defence, Govt of India

HEADQUARTERS CHIEF ENGINEER PROJECT BEACON

NAME OF WORK: “EXECUTION OF SURFACING WORKS TO CL-9 ROAD WITH INTER LOCKING CONCRETE BLOCK PAVEMENT FROM KM 26.25 TO KM 38.25 (NET LENGTH 12.00 KMS) (KM 0.00 RECKONED FROM PHARKIAN GALI SIDE) ON ROAD RAGINI – USTAD – PHARKIAN GALI UNDER 32 BRTF PROJECT BEACON IN J&K STATE.”

Part - II (PRICE BID)

The following shall form part of this contract agreement: - Document annexed hereto

S/No Particulars Page No

1 Contents 53

2. Schedule ‘A’ (Notes)

54 to 55

3. Schedule ‘A’ 56 to 57

4. Schedule ‘B, C & D, BOQ, drawing and X Sec of pavement.

58 to 67

Total - Nos

(Pages--

CA NO: CE(P) BCN/ / 2018-19 Ser Page No: 54 Tender No: CE (P) BCN/ 02/2018-19

___________________________ (Signature of contractor with seal) Dir (Contracts) For Accepting Officer

SCHEDULE 'A' (NOTES) (LIST OF WORKS AND PRICES)

NAME OF WORK: “EXECUTION OF SURFACING WORKS TO CL-9 ROAD WITH INTER LOCKING CONCRETE BLOCK PAVEMENT FROM KM 26.25 TO KM 38.25 (NET LENGTH 12.00 KMS) (KM 0.00 RECKONED FROM PHARKIAN GALI SIDE) ON ROAD RAGINI – USTAD – PHARKIAN GALI UNDER 32 BRTF PROJECT BEACON IN J&K STATE.” 1. Quantity shown in Schedule A is approximate and is inserted as guide only. These shall, however not be varied beyond the limits laid down in conditions 7 of IAFW-2249 General conditions of contract and special conditions of the contract. 2. The rates and amount in schedule ‘A’ are to be filled in by the tenderer. Tenderers are requested to quote rates in figures only in the provided column in schedule A given in Excel sheet. 3. Period of completion :- The entire works of Schedule “A” under this contract shall be completed within 630 days (Phase-I (40% of work) in 270 days & Phase-II (100% of work) in 540 days) from the date of commencement work as per work order No.1 which will be generally within one month of the date of issue of acceptance letter. 4. Any drawings mentioned in the tender documents/particular specifications but it is inadvertently not included in the list of drawings, shall also be deemed to from part of the contract and Tenderer may see such drawings/details in the office of Accepting Officer/concerned OC Contracts and shall be supplied by Deptt. 5. The layout of work as indicated in site plan /layout plan is tentative and may be varied where necessary at the discretion of the OC Contract. The contractor shall not be entitled for any claim on account of any claim on account of any such variation. 6. The rates to be quoted by the tender in this schedule “A” shall be deemed to include for the provision of all labour and materials, loading and unloading of materials and transportation if required, tools, plant, equipment and tackle, process operations and specific requirements details in this schedule in the particular specification and elsewhere in this tender documents and for the full, entire and final completion of the work in accordance with the provisions of these tender documents. 7. The rates quoted by the contractor shall be deemed to be inclusive of all taxes (including Sales Tax/VAT on materials, Sale Tax/VAT on Works Contracts, Turnover Tax, Service Tax, Labour Welfare Cess/Tax etc), duties, Royalties, Octroi, State Entry Tax & other levies payable under the respective statutes. No re-imbursement/refund for variation in rates of taxes, duties, royalties, Octroi, State Entry & other levies, and or imposition/abolition of any new/existing taxes , duties, royalties, octroi, State entry Tax & other levies shall be made except as provided in Special Conditions. 8. The rates to be quoted by the tenderer in respect of these work shall be deemed to include for all minor details of construction which are obviously and fairly intended and which may not have been specifically mentioned in the tender documents but which are essential for satisfactory execution and completion work. In case of difference of opinion between the OC Contract and the Contractor as to what constitutes a minor detail of construction, the decision of Accepting Officer shall be final and binding. 9. Rates to be quoted by the contractors shall be deemed to include to all items of work as described, specified in particular specification and on drawing.

CA NO: CE(P) BCN/ / 2018-19 Ser Page No: 55 Tender No: CE (P) BCN/ 02/2018-19

___________________________ (Signature of contractor with seal) Dir (Contracts) For Accepting Officer

10. The rates to be quoted by the contractor for various items shall include for “material and labour”/Supply and fix”, connecting, Jointing, Testing and Commissioning complete unless otherwise specifically mentioned therein. 11. The amount of contract is not firm but shall be treated as the contract sum as referred to in condition 1 (n) of IAFW 2249. 12. Work shall be executed on locations as shown in site plan or as directed by the OC Contract/Engineer-in-Charge.

13. Measurements of works done shall be as per units of items given in Schedule “A” and this mode of measurement shall take as per Clause 113 of MORT&H Specification for road & bridge works (latest version). The rate be quoted considering Clause 113 of MORT&H specification (5th version). 14 Unit RM, mm cum, Sqm, Kg and Quintal or Qtl, wherever ,mentioned in the tender documents denotes the unit, Running Meter, Millimeter, Cubic Meter, Square Meter, Kilogram, and Quintal respectively. 15. The works under this contract will be carried out within the working hours as per the directions of Accepting Officer or the officer so detailed by him for administration of this contract. 16 The security will be arranged by the contractor for his personnel and equipment during the execution of work. No compensation will be paid by BRO on account of any loss/ damage to personnel, property, veh/eqpt/plant of contractor during execution of work or on any account. 17 Site for execution of work shall be handed over on the date of commencement of the work as indicated in the work order No. 01. In case it is not possible for the department to hand over the entire site on the date of commencement and certain portion of the site is handed over later on then contractor shall make his planning/deployment of resources accordingly and no claims of whatsoever nature on this account shall be entertained. 18. The tender will be accepted as a whole and not item wise. 19. No provision would be provided in the Schedule –A as given in Excel sheet for rebate and addition. Refer clause No. 25 (a) & (b) of forwarding letter, if tenderer wishes to revise his quoted rates / offer after bid submitted, he may resubmit the bids as per tender critical date sheet.

CA NO: CE(P) BCN/ / 2018-19 Ser Page No: 56 Tender No: CE (P) BCN/ 02/2018-19

___________________________ (Signature of contractor with seal) Dir (Contracts) For Accepting Officer

SCHEDULE “A”

NAME OF WORK: “EXECUTION OF SURFACING WORKS TO CL-9 ROAD WITH INTER LOCKING CONCRETE BLOCK PAVEMENT FROM KM 26.25 TO KM 38.25 (NET LENGTH 12.00 KMS) (KM 0.00 RECKONED FROM PHARKIAN GALI SIDE) ON ROAD RAGINI – USTAD – PHARKIAN GALI UNDER 32 BRTF PROJECT BEACON IN J&K STATE.”

LIST OF ITEMS OF WORKS AND PRICES.

S/No

Description of works/ items Unit Nos of unit reqd

Rate per Unit (In

Rupees & figures )

Total Amount in Rs. (In figure and words)

1 PERMANENT WORKS

1.1 Plain Cement Concrete 1:4:8 (1 cement: 4 sand: 8 stone aggregate of size 4cm graded downwards) in foundation or elsewhere excluding the cost of centering/shuttering between Km 26.25 to Km 38.25 on Ragini – Ustad – Pharkian Gali road, all as specified in particular specification and as directed by Engineer-in-Charge/OC Contract.

Cum 1691.50 Rs________ (Rupees __________________only)

Rs ____________

1.2 Plain Cement Concrete 1:2:4 (1cement: 2 coarse sand: 4 stone aggregate size 4cm graded downwards) in foundation or elsewhere excluding the cost of centering/shuttering between Km 26.25 to Km 38.25 on Ragini – Ustad – Pharkian Gali road, all as specified in particular specification and as directed by Engineer-in-Charge/OC Contract.

Cum 2292.93

Rs________ (Rupees __________________only)

Rs ____________

1.3 Centering/Shuttering (Steel) including strutting, propping and removal of formwork between Km 26.25 to Km 38.25 on Ragini – Ustad – Pharkian Gali road, all as specified in particular specification and as directed by Engineer-in-Charge/OC Contract.

Sqm 20673.90

Rs________ (Rupees __________________only)

Rs ____________

1.4 Providing and laying of Interlocking Concrete Blocks (M-50 grade) between Km 26.25 to Km 38.25 on Ragini – Ustad – Pharkian Gali road, all as specified in particular specification and as directed by Engineer-in-Charge/OC Contract.

Cum 9397.24

Rs________ (Rupees __________________only)

Rs ____________

CA NO: CE(P) BCN/ / 2018-19 Ser Page No: 57 Tender No: CE (P) BCN/ 02/2018-19

___________________________ (Signature of contractor with seal) Dir (Contracts) For Accepting Officer

S/No

Description of works/ items Unit Nos of unit reqd

Rate per Unit (In

Rupees & figures )

Total Amount in Rs. (In figure and words)

1.5 Earthwork in embankment by filling with earth free from roots etc. spreading in layers not exceeding 30 cm including watering and finishing to required slope & level not exceeding 1.5 m high above the base in ordinary soil in hill roads between Km 26.25 to Km 38.25 on Ragini – Ustad – Pharkian Gali road, all as specified in particular specification and as directed by Engineer-in-Charge/OC Contract.

Cum 1729.09

Rs________ (Rupees __________________only)

Rs ____________

2 SURFACING WORKS

2.1 GSB 15 cm thick (compacted ) with stone aggregate conforming to grading No III as per Tables-400-1 of MORT&H specifications for Road and Bridge Works including preparation of sub grade in hard rock, supply of material, watering and compaction between Km 26.25 to Km 38.25 on Ragini – Ustad – Pharkian Gali road, all as specified in particular specification and as directed by Engineer-in-Charge/OC Contract.

Cum 9303.27 Rs________ (Rupees __________________only)

Rs ____________

2.2 Providing, laying, spreading and compacting graded stone aggregate grading as per Table-400-14 and satisfying the physical requirement as per Table No: 400-15 of MORT&H Specification for road and bridge works (5th Revision, 2013) for Crusher run macadam base specifications to a thickness of 75 mm thick (compacted) between Km 26.25 to Km 38.25 on Ragini – Ustad – Pharkian Gali road, all as specified in particular specification and as directed by Engineer-in-Charge/OC Contract.

Cum 7047.93 Rs________ (Rupees __________________only)

Rs ____________

2.3 Providing laying and compaction of Sand Blanketing 30 mm thick (compacted) below ILCB layer between Km 26.25 to Km 38.25 on Ragini – Ustad – Pharkian Gali road, all as specified in particular specification and as directed by Engineer-in-Charge/OC Contract.

Sqm 46986.20

Rs________ (Rupees __________________only)

Rs ____________

G Total Rs _____

CA NO: CE(P) BCN/ / 2018-19 Ser Page No: 58 Tender No: CE (P) BCN/ 02/2018-19

___________________________ (Signature of contractor with seal) Dir (Contracts) For Accepting Officer

SCHEDULE `B’

ISSUE OF STORES TO THE CONTRACTOR ( SEE CONDITIONS 10 OF General Condition of Contract)

NAME OF WORK: “EXECUTION OF SURFACING WORKS TO CL-9 ROAD WITH INTER LOCKING CONCRETE BLOCK PAVEMENT FROM KM 26.25 TO KM 38.25 (NET LENGTH 12.00 KMS) (KM 0.00 RECKONED FROM PHARKIAN GALI SIDE) ON ROAD RAGINI – USTAD – PHARKIAN GALI UNDER 32 BRTF PROJECT BEACON IN J&K STATE.”

Srl No

Particulars Rate at which stores will be issued to the contractor

Place of issue by Name

Remarks

1 2 Unit Rate

5 6

1 2 3 4 5 6

NIL

Signature of Contractor Accepting Officer Dated : Dated :

CA NO: CE(P) BCN/ / 2018-19 Ser Page No: 59 Tender No: CE (P) BCN/ 02/2018-19

___________________________ (Signature of contractor with seal) Dir (Contracts) For Accepting Officer

SCHEDULE `C’

LIST OF TOOLS AND PLANTS ( OTHER THAN TRANSPORT) WHICH WILL BE HIRED TO THE CONTRACTOR

(See Condition of 15, 34 & 35 of General Conditions of ContractsIAFW-2249)

NAME OF WORK: “EXECUTION OF SURFACING WORKS TO CL-9 ROAD WITH INTER LOCKING CONCRETE BLOCK PAVEMENT FROM KM 26.25 TO KM 38.25 (NET LENGTH 12.00 KMS) (KM 0.00 RECKONED FROM PHARKIAN GALI SIDE) ON ROAD RAGINI – USTAD – PHARKIAN GALI UNDER 32 BRTF PROJECT BEACON IN J&K STATE.”

Srl No Quantity/Particulars

Details of crew supplied

Hire charges per Unit per working day

Stand by charges per Unit per off day

Place of issue by name

Remarks

1 2 3 4 5 6 7

Nil

Signature of Contractor Accepting Officer Dated : Dated :

SCHEDULE `D’

TRANSPORT TO BE HIRED TO THE CONTRACTOR

(See Condition of 16 & 35 of General Conditions of Contracts IAFW-2249)

NAME OF WORK: “EXECUTION OF SURFACING WORKS TO CL-9 ROAD WITH INTER LOCKING CONCRETE BLOCK PAVEMENT FROM KM 26.25 TO KM 38.25 (NET LENGTH 12.00 KMS) (KM 0.00 RECKONED FROM PHARKIAN GALI SIDE) ON ROAD RAGINI – USTAD – PHARKIAN GALI UNDER 32 BRTF PROJECT BEACON IN J&K STATE.”

Srl No Quantity/ Particulars Rate per unit per working day

Place of issue by name

Remarks

1 2 3

5 6

-Nil-

Signature of Contractor Accepting Officer

CA NO: CE(P) BCN/ / 2018-19 Ser Page No: 60 Tender No: CE (P) BCN/ 02/2018-19

___________________________ (Signature of contractor with seal) Dir (Contracts) For Accepting Officer

Dated : Dated :

ACCEPTANCE

------------------------- alterations have been made in these document, and as evidence that those

alternations were made before the execution of the Contract Agreement, they have been initiated by

the contractor and Shri ___________________________________, of HQ CE (P) Beacon. The said

officer(s) is / are hereby authorized to sign and initial on my behalf the documents, forming part of the

contract, on my behalf.

The above tender was accepted by me on ______________day of 20____ , on behalf of the Presidents

of India for the contract sum of Rs _________________(Rupees

_________________________________________________________________________________o

nly) at the item rates quoted in Schedule ‘A’.

Signature. ----------------------------------- day of --------------------------------------- 20_____.

(Vishal Aggarwal) Brig Chief Engineer Project Beacon (For and on behalf of the President of India) Accepting Officer

CA NO: CE(P) BCN/ / 2018-19 Ser Page No: 61 Tender No: CE (P) BCN/ 02/2018-19

___________________________ (Signature of contractor with seal) Dir (Contracts) For Accepting Officer

TENDER To, The President of India: - Having examined and perused the following documents forming part of tender documents: - 1. Particular/technical specifications 2. Ministry of Road Transport & Highway (MoRT&H) specifications for road and bridge works ((latest revision) published by Indian Roads Congress. New Delhi. 3. Drawings details in the list of drawings/ specifications/other tender documents. 4. Schedule A, B ,C & D attached hereto. 5. Special Condition of Contract. 6. General Conditions of Contract, IAFW 2249, (1989 print including errata and amendments hereto,). 7. Should this tender be accepted, I/We agree:- To supply all the works referred to in the said documents upon the term and condition contained referred to therein at the term rates continued in this aforesaid Schedule ’A’ or such at other rates to be fixed under the provision of condition of 62 of IAFW-2249 and to carry out such deviations as may be ordered vide condition 7 of General Condition of contracts upto a maximum of 10% and further agree to refer all disputes as required by condition 70 of the General condition of the contract (IAFW-2249) to the sole arbitration of a serving Engineer officer to be appointed by the Director General Border Roads, New Delhi or In his absence, the officer officiating as Director General Border Roads, Whose decision shall be final, conclusive and binding. However, in case of disputes with PSE and or PSU the same will be referred to a sole Arbitrator to be appointed by Secretary, Bureau of Public Sector Enterprises (refer Special condition 26 of the tender documents). Signature of Contractor In the Capacity of____________ Duly authorized to sign the tender for and on behalf of (IN BLOCK CAPITALS) ____________________________________ Dated:___________ Witness__________ Signature & Name _____________________Postal Address_______________ Address Telephone No Name _______________________________Telegraphic Address

CA NO: CE(P) BCN/ / 2018-19 Ser Page No: 62 Tender No: CE (P) BCN/ 02/2018-19

___________________________ (Signature of contractor with seal) Dir (Contracts) For Accepting Officer

Appendix ‘B’

(Ref para-27 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:-

CA NO: CE(P) BCN/ / 2018-19 Ser Page No: 63 Tender No: CE (P) BCN/ 02/2018-19

___________________________ (Signature of contractor with seal) Dir (Contracts) For Accepting Officer

Appendix ‘C’

(Ref para-15 (f) of forwarding letter)

UNDERTAKING BY AUTHORISED SIGNATORY

I, the under signed do hereby under take that our firm M/s __________________________

agree to abide by Terms and conditions of tender No. CE (P) BCN/02/2018-19 for “EXECUTION OF SURFACING WORKS TO CL-9 ROAD WITH INTER LOCKING CONCRETE BLOCK PAVEMENT FROM KM 26.25 TO KM 38.25 (NET LENGTH 12.00 KMS) (KM 0.00 RECKONED FROM PHARKIAN GALI SIDE) ON ROAD RAGINI – USTAD – PHARKIAN GALI UNDER 32 BRTF PROJECT BEACON IN J&K STATE” from page No._______to __________ is advertised the CPPP site https://eprocure.gov.in/eprocure/app and it shall be binding on us and may accepted at any time before the expiration of that tender conditions.

______________________________________

(Signed by an Authorized Officer of the Firm)

_____________________ Title of Officer

_____________________ Name of Firm

____________ Date