70
CA NO CE (P) PSK / /2014-15 Serial page No.01 Tender No: CE (P) PSK/07/2014-15 BORDER ROADS ORGANISATION Ministry of Road Transport and Highways, Govt of India HEADQUARTERS CHIEF ENGINEER PROJECT PUSHPAK NAME OF WORK: PROVIDING AND LAYING OF BC 40 MM THICK AND CORRECTION WORK WITH BM 50 MM THICK BETWEEN KM 76.00 TO 83.00 ON IMPHAL-JIRIBAM ROAD (NH-37) (ZERO RECKONED FROM IMPHAL) UNDER 83 RCC/765 BRTF PROJECT PUSHPAK IN MANIPUR 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 13 3. Notice of tender 15 To 17 4. General condition of contracts, IAFW-2249 (Latest Edition) including errata and amendments * 18 To 122 5. Special condition 123 To 138 6. Particular/technical Specifications including list of drawings 139 To 166 (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 167 to 174 (C) OTHER DOCUMENTS FORMING PART OF CONTRACT AGREEMENT 8. Amendment / errata to tender documents 9. Relevant correspondence 10. Tender Conditions Acceptance letter 11 Total No of pages 12 Total Nos of Drawings * Not attached. These documents can be seen in the office of HQ CE (P) PUSHPAK during working hours.

GENERAL RESERVE ENGINEER FORCE - Border Roads

Embed Size (px)

Citation preview

CA NO CE (P) PSK / /2014-15 Serial page No.01 Tender No: CE (P) PSK/07/2014-15

BORDER ROADS ORGANISATION

Ministry of Road Transport and Highways, Govt of India HEADQUARTERS CHIEF ENGINEER PROJECT PUSHPAK

NAME OF WORK: PROVIDING AND LAYING OF BC 40 MM THICK AND CORRECTION WORK WITH BM 50 MM THICK BETWEEN KM 76.00 TO 83.00 ON IMPHAL-JIRIBAM ROAD (NH-37) (ZERO RECKONED FROM IMPHAL) UNDER 83 RCC/765 BRTF PROJECT PUSHPAK IN MANIPUR 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 13

3. Notice of tender 15 To 17

4. General condition of contracts, IAFW-2249 (Latest Edition) including errata and amendments *

18 To 122

5. Special condition 123 To 138

6. Particular/technical Specifications including list

of drawings

139 To 166

(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

167 to 174

(C) OTHER DOCUMENTS FORMING PART OF CONTRACT AGREEMENT

8. Amendment / errata to tender documents

9. Relevant correspondence

10. Tender Conditions Acceptance letter

11 Total No of pages

12 Total Nos of Drawings

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

CA NO CE (P) PSK / /2014-15 Serial page No.02 Tender No: CE (P) PSK/07/2014-15 FAX: No. 0389-2351908 Registered / AD Tele: 0389-2351424, 2351425 Headquarters

Email: www.bro.nic.in, [email protected] Chief Engineer http://www.bro.nic.in Project Pushpak C/o 99 APO 81840/ /E8 Jan 2015 M/s _____________________________ ________________________________ ________________________________

NAME OF WORK: PROVIDING AND LAYING OF BC 40 MM THICK AND CORRECTION WORK WITH BM 50 MM THICK BETWEEN KM 76.00 TO 83.00 ON IMPHAL-JIRIBAM ROAD (NH-37) (ZERO RECKONED FROM IMPHAL) UNDER 83 RCC/765 BRTF PROJECT PUSHPAK IN MANIPUR STATE.

Dear Sir (s) 1. A set of tender documents containing T-Bid (Technical bid) and Q-Bid (Priced Bid) for the above work is forwarded herewith. Please note that tender will be received through on line only by the Chief Engineer (P) Pushpak, C/o 99 APO upto 1400 Hrs on 25 Mar 2015. „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 will published on Central Public Procurement Portal (CPPP) website https://eprocure.gov.in/eprocure/app and can be view accordingly. 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) Pushpak C/O 99 APO at the above mentioned time. However they can view online tender opening process at their premises. 3. Tender documents may also be downloaded from BRO website www.bro.gov.in (for reference only) and Central Public Procurement Portal (CPPP) website https://eprocure.gov.in/eprocure/app. Cost of tender is to be attached/submit with downloaded tender. If cost of tender is already submitted in the office of Accepting officer, it is not required to be attached again with downloaded tender, however photocopy/scan copy of Bank draft shall be attached/submit. If cost of tender is not attached/not already submitted in the office of Accepting officer, tender shall be rejected by the Accepting officer. 4. Tendering procedure shall be single stage- two bid system and tender documents are prepared in two parts as under:- Part-I (Technical Bid- T Bid) Part-II (Price/Commercial Bid – Q Bid) 5. Part –I Technical Bid- T Bid (Srl Pages 01 to 164)

CA NO CE (P) PSK / /2014-15 Serial page No.03 Tender No: CE (P) PSK/07/2014-15

5.1 Part-1 (Technical Bid- T Bid) shall comprise of the following: I. Eligibility / qualification documents II. Tender forwarding letters including eligibility criteria, list of qualification documents

and instructions to tenderers III. Notice Inviting Tenders IV. Undertaking for General condition of contracts IAFW-2249(Latest Edition) 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. Cost of tender document if not already submitted IX. Earnest money by unlisted contractors and enlisted contractors who have not

submitted standing security deposit.

5.2 TECHNICAL EVALUATION CRITERIA

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

standing security deposit, he should have submitted Earnest Money. 5.2.3 All the pages of T-Bid should have been duly signed by the bidder/authorized

representative of bidder. 5.2.4 Eligibility Criteria: - (A) Tenderers shall meet the following eligibility criterias: A.1 Capabilities (This criteria is exempted for tenderers enlisted with BRO in eligible class & above for works with estimated cost upto ` 25 crores as given in NIT.

(a) Working capital :- The tenderer should have working capital and /or credit facilities more than 10%of the estimated cost of work i.e. ` 26.2 lacs

Copy of latest balance sheet by Chartered Account/ income tax return for working capital and/or Banker‟s certificate for credit facilities. If necessary department 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. ` 26.2 lacs. 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 registered 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 disputes and encumbrances and clearly belongs to the contractor. The immovable property has been mortgaged /hypothecated for Rs…………………….. market value of immovable property as per valuation report given by Registered valuer is Rs……………………. Therefore Residual market value of property i.e. Rs……….. (market value minus mortgaged value) is free from any mortgage/hypothecation. (b) That the said immovable property has not been shown 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.

CA NO CE (P) PSK / /2014-15 Serial page No.04 Tender No: CE (P) PSK/07/2014-15

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

Estimated cost of work Nos of Engineers

Up to `1 Crore One Engineer (Graduate or Diploma)

Between `1 Crore to 3 Crores

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

Between `3 Crores to 6 Crores

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

Between `6 Crore to 12 Crores

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

Between `12 Crores to 18 Crores

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

Between `18 Crores to 25 Crores

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

Between `25 Crores to 50 Crores

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

Between `50 Crores to 100 Crores

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

A.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 work costing not less than the amount equal to 40% of estimated cost of work ie at least ` 104.80 lacs Or Two similar works costing not less than the amount equal to 50% of estimated cost of work. Ie at least ` 131.00 lacs Or One similar work costing not less than the amount equal to 80% of estimated cost of work ie at least ` 209.60 lacs in “last seven & current” financial years. These similar works should have been successfully completed or substantially completed.

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 mentioning the details as indicated in (a) to (k) above shall be submitted.

Similar works: - Providing and laying with paver finisher the bitumen mix of BM & BC work from Hot Mix Plant.

Note : FOR MSME: If the firm registered with MSME of State/ National level, They will eligible for their bid against experience of similar works for execution contract upto `12 Crore and supply contract upto 3 crore. The following documents must be submitting along with the bid:-

CA NO CE (P) PSK / /2014-15 Serial page No.05 Tender No: CE (P) PSK/07/2014-15 (i) Registration certificate at state/ National level. (ii) Certificate regarding capability of firm issued by concerned Dir of Industries. (iii) Certificate issued by Dir of Industries regarding assessment of financial capability calculated according to the rates of state PWD for the concerned works. (iv) No relaxation will be given to MSME tenderer except experience criteria and other criteria will remain the same.

A-3 AVAILABLE BID CAPACITY (ABC):- as per formula given here-in-after, the Available Bid Capacity should be more than estimated cost of work given in NIT i.e. more than `262.00 Lacs. A-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) HMP (30/40 TPH) (Not more than 5 yr old) - 01 No (ii) Stone Crusher 20/30 TPH (Note more than 5yr old) - 01 No (iii) Paver finisher (Not more than 5 yr old) - 01 No

(iv) BPD (not more than 5 yr old) - 01 No (v) TVRR (not more than 5 yr old) - 01 No (vi) Static Roller (Not more than 5 yr old) - 01 No (vii) Tipper (Not more than 5 yr old) - 06 Nos A.5 PERFORMANCE AND OTHER REQUIREMENTS:

a) There is no poor/slow progress in running work due to defaults of the tenderer. (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 rectified (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 tenderer/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 proceedings pending in court for such activities (If yes he submit details)

Notes for (A):

(i) * Eligible class shall be Class E for works with estimated cost up to `0.15 crore (as

per NIT), Class D for works with estimated cost between `0.15 crore to `0.30 crore (as

per NIT), Class C for works with estimated cost between `0.50 crore to `1.00 crore (as per NIT), Class B for works with estimated cost between `1.00 crore to `3.00 crore (as

per NIT), Class A for works with estimated cost between `3.00 crore to Rs 7.50 crore (as per NIT), Class S for works with estimated cost between Rs 7.50 crore to `15.00 crore

(as per NIT), Class SS for works with estimated cost between `15.00 crore to `40.00 crore (as per NIT),

(ii) Blanks

CA NO CE (P) PSK / /2014-15 Serial page No.06 Tender No: CE (P) PSK/07/2014-15

(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, weightage towards experience of the project would be given to each member in proportion to their participation in the joint venture.

(iv) Substantially completed works means those works which are 90% completed on the date of submission of bid (i.e. gross value of work done up to the last date of submission is 90% or more of the original contract price) and continuing satisfactorily.

(v) Completion cost of works shall be brought to common base date of receipt of tender as per following formula: Completion cost X (1+Period in days from date of completion to date of receipt of tender/365 days) X 0.10)

(vi) Available Bid Capacity (ABC) will be calculated as under:-

Available Bid Capacity =2.5 X A X N –B

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

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

N – Number of years prescribed for completion of work for which the current bid is invited.

B – Value of the balance ongoing works to be executed in period N.

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

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

(ix) No extension of time shall be given on account of delays in arranging / deploying and breakdown of requiste Equipments, Plants and vehicles and also due to delay in obtaining clearance for installation of crushers, hot mix plant etc as applicable, if work is awarded to tenderer.

(x) 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/ 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.

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

CA NO CE (P) PSK / /2014-15 Serial page No.07 Tender No: CE (P) PSK/07/2014-15

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

Criteria Method of evaluation

Experience All Partners of JV must satisfy collectively.

Available bid capacity Immovable property

Each 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 execution contracts

Performance and other requirements:

All Partners of JV must satisfy individually

Bid shall be signed so as to legally bind all partners of JV, jointly and separately, and shall be submitted with a copy of the joint venture agreement providing the „joint and separate‟ liability with respect to the contract. Relaxation as per note (A) (x) as stated above shall not be permissible in cases of JV. Payment shall be made either in the name of JV or in the name of lead partner only.

(C) DISQUALIFICATION: - Even though the tenderer meet the above criteria, they are liable to be disqualified if they have made misleading or false information in bidding documents submitted.

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 work shall be submitted.

(ii) AVAILABLE BID CAPACITY (ABC):-

FOR-A :- Balance Sheets /Certificates from chartered Accountant indicating annual turnover of Civil Engg works in last 5 year.

FOR-B: - Contractor shall submit details of ongoing works as per format stated here-in-before. Tenderer shall calculate available bid capacity (ABC) and submit details duly signed.

CA NO CE (P) PSK / /2014-15 Serial page No.08 Tender No: CE (P) PSK/07/2014-15

(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.

(iv) PERFORMANCE AND OTHER REQUIREMENTS: Tenderer shall submit undertaking in the form of affidavit that (a) There is no poor/slow progress in running work. (If yes he will submit details and reasons of delay to check that these are not attributable to him or are beyond his control). (b) There are no serious defect observed in works which stand uncertified (If yes he will submit details and reasons) (c) There are no cancelled/ abandoned contracts in which 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 tenderer/firm (If yes he will submit details and reasons) (f) Proprietor/partners/directors of firm are not involved in antinational/social activities and have neither been convicted nor any proceeding are pending in court for such activities (If yes he submit details)

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

(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 issued by charter accountant / 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 mortages, hypothecation or any other disputes and encumbrances and clearly belongs to the contractor.

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

clearly belongs to the contractor. The immovable property has been mortgaged /hypothecated for `…………………….... market value of immovable property as

per valuation report given by Registered valuer is `……………………. Therefore Residual market value of property i.e. `……………………... (market value minus mortgaged value) is free from any mortgage/hypothecation.

CA NO CE (P) PSK / /2014-15 Serial page No.09 Tender No: CE (P) PSK/07/2014-15

(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) ENGINEERING ESTABLISHMENTS:

Tenderer shall submit list of Engineers on his permanent establishment with qualification & experience along with affidavits from requisite numbers of Engineers regarding employment with firm and copies of Degree/Diploma certificates and experience certificate.

(ix) 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)

(x) Copies of passport of proprietor /partners/directors (if available). If not submitted and Accepting Officer has doubt in character and antecedents of proprietor/partners/directors he may get these verified from police authorities. (xi) Copies of PAN card of proprietor/partners/directors.

(xii) Lowest bidder (if his offer is decided for acceptance) will be required to fill enlistment form for provisional enlistment.

Notes:- (i) Documents as listed at Sl (vi) to (viii) above are exempted for tenderer enlisted in BRO in eligible Class* & above for works with estimated cost up to ` 25 crores as given in NIT. (ii) Documents as listed at Sl (ix) to (xii) 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 meets all the technical evaluation criteria including in indicated

in the bid documents in order that the bid is considered to be technically responsive and the bidder qualifying to have its commercial bid opened.

6. Part–II Priced /Commercial-„Q‟ bid) 6.1 Part–II (Price /Commercial bids-„Q‟ bid) shall comprise of the following: (i) Schedule „A‟ Notes (ii) Schedule „A‟ (to be quoted by bidder) (iii) Schedule „B, C & D. (iv) Tender page 6.2 Q-BID EVALUATION

Commercial bids will be reviewed to ensure that the figures indicated therein are consistent will the details of the corresponding technical bids. - Arithmetical corrections shall be made as per General Condition of Contracts 6 (A)(A) of IAFW -2249 (Latest Edition).

CA NO CE (P) PSK / /2014-15 Serial page No.10 Tender No: CE (P) PSK/07/2014-15

Commercial Bids of „Technically Responsive‟ Bidders shall be evaluated on the

following:-

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

6.3 DETERMINATION OF L : L1 shall be arrived at by taking into account the rates quoted in Sch ‟A‟ which shall be inclusive of all taxes and duties.

6.4 „Conditional bids‟ shall be treated as being „Non Responsive‟ – .NO „Conditional‟ bids shall be accepted.

6.5 Negotiations, if any, shall be carried out ONLY with the lowest evaluated responsive bidder in accordance with CVC guidelines on the subject.

7. Blank 8. 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 I herein. Tenderers or their authorized representative whoever wish may be present at the time of opening of tender. Part-I (Un-priced Bid) only shall be opened first on this day. Part-II (Price bid) shall not be opened. Part I (Un-priced bid) will be opened and evaluated as per BRO technical evaluation criteria given in the tender documents. Qualified tenderer will accordingly be informed along with date & time of opening of their price bid (however date of opening of priced bid shall not be earlier than 7 days from date of opening of of Part-I). Unqualified tenderer will also be informed through e-mail.Part-II shall be opened on the appointed date/time in the presence of such tenderer who choose to be present and the amounts quoted by the tenderers shall be read out by the opening officer(s) to the tenderers. However they can view online tender opening process at their premises. 10. The Chief Engineer Project Pushpak, C/o 99 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 (BOQ).

CA NO CE (P) PSK / /2014-15 Serial page No.11 Tender No: CE (P) PSK/07/2014-15

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/ Central Public Procurement Portal (CPPP) website https://eprocure.gov.in/eprocure/app. If deptt does not consider comments/suggestion suitable, corrigendum/amendments to tender documents should 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.

15. Tenderers must ensure that their tender is unambiguous and is completed in all respects. Their particular attention is drawn to the following requirements, which must be complied with:-

(a) Tender documents are to be signed, dated and witnessed as provided for the purpose. (b) Blank (c) Blank. (d) In case they are submitting a BLANK TENDER, word „BLANK‟ must be prominently endorsed 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‟ & Tender / Conditions Acceptance letter as per format given at appendix „D‟.

CA NO CE (P) PSK / /2014-15 Serial page No.12 Tender No: CE (P) PSK/07/2014-15

16. Tenderer who has downloaded the tender from the BRO website www.bro.gov.in and Central Public Procurement Portal (CPPP) website https://eprocure.gov.in/eprocure/app , https://eprocure.gov.in/epublish/app shall not temper/modify the tender form in any manner. In case if the same is found to be tempered/modified in any manner, tender will be completely rejected and tenderer is liable to be banned from doing business with BRO.

17. Your attention is drawn to the Indian Official Secret Act – 1923 (XIX of 1923) as amended up to date particularly Section 5 thereof.

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

(b) Un-enlisted contractors with BRO/enlisted contractors with BRO, who have not submitted standing security deposit will submit the tender accompanied with Earnest Money amounting to ` 3,37,000.00 (Rupees Three Lacs Thirty Seven Thousand only) in the form of Deposit at call Receipt/Term Deposit Receipt/Special Term Deposit Receipt issued in favour of Chief Engineer (P) Pushpak 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.

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 unenlisted contractor/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 shall be 25% more than Earnest Money but in no case the same shall be more than Rs 18,75,000.00 (Rupees Eighteen Lakh Seventy Five Thousand only).

CA NO CE (P) PSK / /2014-15 Serial page No.13 Tender No: CE (P) PSK/07/2014-15

(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 SECURITY DEPOSIT:-

Srl No. 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 Lacs

(c) Over Rs. 100.00 lacs & up to 500 lacs

Rs 1,75,000/- + 1.0% of amount exceeding Rs 100 Lacs

(d) Over Rs. 500 lacs & up to 1500 lacs

Rs 5,75,000/- + 0.50% of amount exceeding Rs 500 Lacs

(e) Over Rs. 1500 lacs Rs 10,75,000/- + 0.50% of amount exceeding Rs 1500 Lacs subject to maximum of Rs. 15,00,000/-

20. Accepting Officer reserves the right to accept the tender submitted by a Public Sector Undertaking, giving a purchase preference over other tender(s) 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 120 days (One hundred twenty days) from the date of opening of Q- Bid of the tender (Excluding the date of opening). 23. BLANK 24 On acceptance of tender, the name of authorized representative(s) of the 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 PRICE

(a) The tenderer shall quote his rates in figures only in the provided column in BOQ given in Excel sheet only. In case the tenderer has to revise/ modify the rates quoted in the BOQ before tender submission end date as mentioned in critical data sheet, online resubmission of 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 own online before the last date & time fixed for submission of tenders. Any revision/ modification in offer / withdrawal of offer in the form of an open letter shall not be taken into account, while considering in his originally offers.

CA NO CE (P) PSK / /2014-15 Serial page No.14 Tender No: CE (P) PSK/07/2014-15

(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 of the lowest tenderer revoke his offer or revise 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/considered in second or subsequent calls of subject work.

CA NO CE (P) PSK / /2014-15 Serial page No.15 Tender No: CE (P) PSK/07/2014-15 E- Mail: Web site: www.bro.nic.in, www.gref.nic.in

NOTICE INVITING TENDERS (NATIONAL COMPETITIVE BIDDING)

BORDER ROADS ORGANISATION CHIEF ENGINEER PROJECT PUSHPAK

1. Online bids are invited on single stage two bid system for “PROVIDING AND LAYING OF BC 40 MM THICK AND CORRECTION WORK WITH BM 50 MM THICK BETWEEN KM 76.00 TO 83.00 ON IMPHAL-JIRIBAM ROAD (NH-37) (ZERO RECKONED FROM IMPHAL) UNDER 83 RCC/765 BRTF PROJECT PUSHPAK IN MANIPUR STATE”

The title of above heading on CPPP site https://eprocure.gov.in/eprocure/app is “P&L of BC 40 MM and BM 50 MM for resurfacing and correction work for 2014-15 between Km 76.00 to 83.00 on Imphal-Jiribam road under 83 RCC/ 765 BRTF under Project Pushpak” 2. Tender documents may be downloaded from BRO web site www.bro.gov.in (for reference only) and CPPP site https://eprocure.gov.in/eprocure/app as per the schedule as given in CRITICAL DATE SHEET as under.

CRITICAL DATE SHEET

Published Date 12 Feb 2015 (1000 Hrs)

Bid Document Download / Sale Start Date 13 Feb 2015 (1000 Hrs)

Clarification Start Date 13 Feb 2015 (1400 Hrs)

Clarification End Date 28 Feb 2015 (1400 Hrs)

Pre bid meeting 02 Mar 2015 (1000 Hrs)

Bid Submission Start Date 04 Mar 2015 (1000 Hrs)

Bid Submission End Date 25 Mar 2015 (1400 Hrs)

Bid Opening Date 26 Mar 2015 (1000 Hrs)

Opening date of Financial Bid To be fixed later on

3. 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. Tenderers/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‟. 4. The work is estimated to cost `262.00 lacs (Rupees Two Crore Sixty Two Lacs only) approximately or as subsequently amended in tender documents or uploaded in BRO website www.bro.gov.in and CPPP website https://eprocure.gov.in/eprocure/app. This estimate, however, is not a guarantee and is merely given as a rough indication of cost and if works cost more or less, the tenderer shall have no claim on that account of what so ever nature.

5. The tender shall be based on drawing, specifications, General Conditions of Contracts IAFW-2249 (Latest edition) and item rate contract from based on IAFW 1779 with schedule „A‟ (list of works) to be priced by the tenderers.

CA NO CE (P) PSK / /2014-15 Serial page No.16 Tender No: CE (P) PSK/07/2014-15

NOTICE INVITING TENDERS (contd…….)

6. 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. 7. The work is to be completed within 60 days (as per Phases mentioned in tender document) or as subsequently amended in tender documents or uploaded in BRO www.bro.gov.in and CPPP website https://eprocure.gov.in/eprocure/app website in accordance with the phasing, if any, indicated in the tender from the date of handing over the site, which will be generally within one month from the date of issue of acceptance letter. 8. The Chief Engineer, Project Pushpak, C/O 99 APO will be the Accepting Officer, here in after, referred to as such for all purposes in this contract. 9. Intending tenderers are advised to visit again BRO website www.bro.gov.in and CPPP website https://eprocure.gov.in/eprocure/app at least 03 days prior to date of submission of tender for any corrigendum / addendum/ amendment. 10. Earnest money is not required to be attached with tender by the enlisted contractor with BRO who have submitted standing security deposit but it is required from other contractors to be attached (Scanned copy) with tender documents for to ` 3,37,000.00 (Rupees Three Lacs Thirty Seven Thousand only) in the shape of call Receipt/Term Deposit Receipt/Special Term Deposit Receipt in favour of Chief Engineer Project Pushpak, obtained from any Nationalized/Scheduled Bank and having maturity/validity period 60 days more than validity period of his offer. Un enlisted contractor may note that they will be required to lodge security deposit of the work in the prescribed form on receipt in writing from the Accepting Officer if their offer is accepted. 11. Copies of any 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, if required will be opened for inspection at the following locations:-

Chief Engineer (P) Pushpak, C/O 99 APO

12. Tenderers are advised to visit the work site by making prior appointment with the Commander 765 BRTF/OC 83 RCC, C/O 99 APO. 13. A tenderer shall be deemed to have full knowledge of all relevant documents, samples, site etc whether he had actually inspected them or not. 14. 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. 15. 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.

CA NO CE (P) PSK / /2014-15 Serial page No.17 Tender No: CE (P) PSK/07/2014-15.

NOTICE INVITING TENDERS (contd…….)

16. 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. 17. Applicant contractor must provide demand draft for 2000/- (Rupees two thousand only) in favour of Accepting Officer i.e. CE (P) Pushpak and payable at SBI, Bawngkawn, Aizawl (Mizoram) Bank Code No 7059 obtained from State Bank of India valid for six months with their application/downloaded tenders as the cost of tender forms/documents. All the applicable bank charges shall be borne by the applicant and he shall not have any claim what so ever on this account on Government. In case of re- tendering, the firms who have submitted the DD in earlier calls will be required to submit DD along with their tender/application in subsequent calls also. Tender not accompanied with the cost of tender documents is liable to be rejected. However, public sectors undertaking/Govt undertaking firms are exempted from the payment towards cost of tender documents. 18. The Hard Copy of original instruments in respect of cost of tender document, earnest money, original copy of affidavits, and credit facility certificate must be delivered to the Chief Engineer Project Pushpak, C/o 99 APO, PIN 931711 on or before bid opening date/time as mentioned in critical date sheet. Tender shall be rejected for non-submission of original payment instrument like DD, etc., against the submitted bid. The Demand Draft attached/submitted for tender fee shall be non refundable. 19. The Accepting Officer does not bind himself to accept the lowest or any tender or to give any reasons for doing so. 20. For any further particulars, you may refer BRO website http:/www.bro.gov.in and CPPP website https://eprocure.gov.in/eprocure/app. 21. In the event of lowest tenderer revoking his offer or revising his rates upward (which will be treated as revocation of offer), after opening of tenders, the earnest money deposited by him shall be forfeited. In case of BRO enlisted contractors, the amount equal to the earnest money stipulated in the Notice inviting 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 be considered ineligible even if such tenderer quotes/submits his offer for second call or subsequent calls. 22. Important- Above particulars may change due to Administrative or any other reason/reasons and shall be available on BRO web site www.bro.gov.in and CPPP website https://eprocure.gov.in/eprocure/app. Therefore bidders/ contractors are requested to visit BRO web site www.bro.gov.in and CPPP website https://eprocure.gov.in/eprocure/app frequently and at least once again 03 days prior to bid submission date as per critical date sheet, for any changes in above particulars. 23. This notice of tender shall form part of the contract.

CA NO CE (P) PSK / /2014-15 Serial page No.18 to 122 Tender No: CE (P) PSK/07/2014-15

GENERAL CONDITIONS OF CONTRACT IAFW-2249: Latest Edition

Name of Work:- PROVIDING AND LAYING OF BC 40 MM THICK AND CORRECTION WORK WITH BM 50 MM THICK BETWEEN KM 76.00 TO 83.00 ON IMPHAL-JIRIBAM ROAD (NH-37) (ZERO RECKONED FROM IMPHAL) UNDER 83 RCC/765 BRTF PROJECT PUSHPAK IN MANIPUR STATE.

1. A copy of the GENERAL CONDITIONS OF CONTRACTS IAFW-2249 (Latest edition). 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(Latest Edition) including condition 70 thereof pertaining to settlement of disputes by arbitration, (including all errata and Amendments 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 (Latest Edition) 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 (Latest Edition) can be referred in any office of BRO.

CA NO CE (P) PSK / /2014-15 Serial page No.123 Tender No: CE (P) PSK/07/2014-15

SPECIAL CONDITIONS

NAME OF WORK: PROVIDING AND LAYING OF BC 40 MM THICK AND CORRECTION WORK WITH BM 50 MM THICK BETWEEN KM 76.00 TO 83.00 ON IMPHAL-JIRIBAM ROAD (NH-37) (ZERO RECKONED FROM IMPHAL) UNDER 83 RCC/765 BRTF PROJECT PUSHPAK IN MANIPUR STATE. 1. GENERAL

The following Special conditions shall be read in conjunction with the General Conditions of Contract IAFW-2249 (Latest Edition) 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 (Latest Edition). 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 SITE The Contractor is particularly advised to inspect the site(s) of work by Making prior appointment with Commander 765 BRTF, C/o 99 APO/OC 83 RCC, C/o 99 APO, so as to acquaint himself with regard to the nature and conditions of site, nature and means of local communication, working hours, conditions of access and all other cognate matters concerning the execution and completion of the work. Any paths, tracks, approaches etc, required for the movement of plants, equipments, machines and vehicles etc to the work site and platform, bund etc required for the execution of work will be the responsibility of the contractor and rates quoted must include these aspects also where require. The tenderer shall be deemed to have inspected the site and made himself familiar with various factors which may affect his quotation whether he actually inspects the site or not. No extra charges consequent on misunderstanding or otherwise will be allowed. 3. LAND FOR OFFICES ETC The contractor shall have to make his own arrangements for land as may be required by him for housing of staff and labour and for erection of stores sheds, office, godowns etc required by him for the work. The Contractor must ensure that the staff, labour, plants, equipments, Machines, vehicles & stores etc. employed or collected in connection with the work are so located that there is no hindrance to the free flow of the traffic on the highway. Suitable warning & sign boards and other measures are to be provided by the contractor at his own cost, for safety of the 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.

CA NO CE (P) PSK / /2014-15 Serial page No.124 Tender No: CE (P) PSK/07/2014-15

SPECIAL CONDITIONS (Contd…..)

(b) The contractor shall observe the Laws/Rules/Regulations of Govt. regarding the employment of labour, mode of payment of wages and cognate matters relating to the local conditions. (c) In case local labourers are not available, the contractor may have to obtain written permit from appropriate authority of 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. (e) The contractor shall maintain muster roll of labourer engaged in the work alongwith 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.

5. ROYALTIES:

(a) Reference condition 14 of General Conditions of contracts (IAFW-2249, Latest Edition). No quarries on chare 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.

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

Royalty Payment Certificate

It is certified that I/we, M/s (Primary License Holder) _____________________ having a License No _________________ issued by Forest/Mining Deptt, Govt. of ____________________________________ have supplied the following materials to M/s ______________________________ against CA No CE (P) PSK/____/2013-14 to Chief Engineer Project Pushpak, TF Commander 765 BRTF during the period from ____________________ to_______________________________.

Ser No Materials Quantity Supplied (a) (b)

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

(M/s ________________________ (Primary License Holder)

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

CA NO CE (P) PSK / /2014-15 Serial page No.125 Tender No: CE (P) PSK/07/2014-15

SPECIAL CONDITIONS (Contd…..)

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

(ii) Vehicle wise challan for transit of materials

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

(d) Since as per condition 10 (A) of IAFW-2249 (Latest Edition), the contractor has to indemnify Govt for payment of any royalty and he is primarily responsible for paying the royalty to the concerned department therefore if any demand of royalty is received from concerned deptt at any time after verification of above documents, the contractor shall pay the same to the concerned state deptt. Undertaking to this effect shall be given by the contractor before receiving any payment.

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

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

6. BLASTING ROCKS

(a) The contractor shall be responsible for the safe custody and storage of blasting materials in accordance with the rules on the subject. Written authority of the OC shall be obtained before any blasting operations are commenced.

(b) The contractor shall ensure that the charges in blasting are not excessive and that the charged bore holes are properly protected before firing and that proper precautions are taken for the safety of men and property.

(c) Blasting should be generally avoided. In case it is unavoidable less charge controlled blasting may be resorted with the prior permission of the Engineer-in-Charge/OC Contract. 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 charges only at such time as approved by the OC and shall have no claim, whatsoever, on account of any delay and extra cost due to carrying out the instructions of the OC and / or taking the safety precautions directed by him.

7. MOVEMENT OF CONTRACTOR VEHICLES

7.1 Minimum classification of existing bridges on the roads are “Class 18R bridges”, contractor should not bring any heavier plant/equipment as such vehicle/plant/equipment shall not be allowed on the bridges. The contractor‟s vehicles may be required to ply in convoys as per directions given by the concerned Civil/Military authorities. No extra payment/time will be admissible on this account.

CA NO CE (P) PSK / /2014-15 Serial page No.126 Tender No: CE (P) PSK/07/2014-15

SPECIAL CONDITIONS (Contd…..)

7.2 In case the condition of these bridges warrant further downward load classification due to any unforeseen circumstances, the same will be done by the OC Contract whose decision shall be final and binding. In case of any such eventuality, the contractor may have to unload his heavy load carried at locations, indicated to suit the load classification indicated by the OC Contract. Any such heavy load carriage thus necessitated across such indicated bridge(s) shall have to be done by the contractor without any additional payment and no claim whatsoever on this accounts will be entertained.

8. SECURITY RESTRICTIONS

a. Contractor intention is invited to condition 25 of I.A.F.W.-2249 (Latest Edition), 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 restricted hours of work etc. Thorough search of all persons and transport may be conducted by the departmental authorities at the site of works at any time and any number of times for security reasons. Necessary permits are to be obtained from Civil authorities by the contractor, for himself, his staff and labour. Nothing shall be paid extra on this account.

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.

9. 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 lie on the contractor and these works will be fully completed and accordingly handed over to this department.

10. TAXES ETC

The tendered amount shall inter-alia be deemed to be inclusive of all taxes, vix Work Contract Tax, terminal taxes, toll taxes, Royalty, octroi, sale tax/VAT, Service Tax, or any other taxes and the like levies payable under the respective existing States etc. No claim on account of any taxes will be payable to contractor.

CA NO CE (P) PSK / /2014-15 Serial page No.127 Tender No: CE (P) PSK/07/2014-15

SPECIAL CONDITIONS (Contd…..)

11. RE-IMBURSEMENT/REFUND ON VARIATION IN TAXES DIRECTLY RELATED TO

CONTRACT VALUE

The condition 63 of General Condition of Contract IAFW-2249 (Latest edition) for reimbursement/refund on variation in prices is deleted from this contract. No claim on account of increase in price of any materials required to be incorporated in the Execution and/or wages of labour as a direct result coming into force if any, fresh law, or statuary rule or order shall be admissible. The rates quoted by the contractor shall be deemed to be inclusive of all taxes (including Sales Tax/VAT on materials, Sales Tax/VAT on Works Contracts, Turnover Tax Service Tax, Labour Welfare Cess/Tax etc), duties, Royalties, Octroi & other levies payable under the respective statues. No re-imbursement/refund for variation in rates of taxes, duties, royalties, Octroi & other levies, and / or imposition/abolition of any new / existing taxes, duties, Royalties, Octroi & other levies shall be made.

12. SECURITY OF DOCUMENTS

The contractor shall not communicate any classified information regarding

works/organization either to sub contractor or others without prior approval of the Engineer-in-Charge. Any violation on this aspect will forfeit the right of the contractor to claim any amount due to the contractor whatsoever held with organization.

13. FOREGION EXCHANGE/IMPORT LICENCE

No foreign exchange and/or import license will be arranged by the Department in

connection with the work under this contract.

14. 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 the following particulars:-

(i) Particulars of Vehicle/Plant/equipment i.e. Make, Machine No, Model No, if any, Registration No, if any, capacity, year of manufacture, year and place of purchase etc. (ii) Total quantity Vehicle/Plant/equipment on site of work. (iii) Location indicating quantity of Vehicle/Plant/equipment at the site of work.

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

CA NO CE (P) PSK / /2014-15 Serial page No.128 Tender No: CE (P) PSK/07/2014-15

SPECIAL CONDITIONS (Contd…..)

S/No Particulars of Plant/equipment

Total No at site of work

Location Remarks

Addition since……

Reduction since…. (e) A complete return showing the upto-date position of Vehicle/plant/equipment at site shall be submitted on 15th of every month till the works are completed and the site cleared.

(f) The contractor‟s shall not remove any tool, Vehicle/plant/equipment off the site without written approval of the OC Contract.

15. DEDUCTION OF INCOME AND SALES TAXES AT SOURCE:-

(a) Income Tax at source at the rate, notified by the Govt. of India from time to time, along with surcharge as applicable shall be deducted from the gross amount of payment of RAR(s)/Final Bill. (b) Similarly, Sales Tax / Service Tax at source at the rate, notified by the State Govt. from time to time, along with surcharge as applicable shall be deducted from the gross amount of payment of RAR(s)/Final Bill. The contractor may ascertain full details in this respect from the concerned department(s). (c) Royalty or other tax on materials, issued in the process of fulfilling contract payable to the concerned State Government under rules in force, will be paid by the Contractor himself. (d) Contractor should produce paid receipt or No Objection Certificate on this account from the concerned state Government before release of RAR (s) / Final Bill.

16. DEDUCTION OF LABOUR CESS:-

Labour Welfare Cess @ 1% on the cost of work shall be deducted from the gross amount of payment of RAR(s)/Final Bill as per Govt of India Welfare Cess Act-1996, amended from time to time.

17. CONTRACTOR‟S REPRESENTATIVES AND WORKMEN

Refer condition 25 of IAFW-2249 (latest edition).The contractor may employ any Indian Nationals as his representatives, servants and workmen and after verifying their antecedents and loyalty before employing them for the works. He shall ensure that no person of doubtful antecedents and nationality is in any way associated with work.

18. Fossils:

18.1 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 for removing or damaging any of these findings.

CA NO CE (P) PSK / /2014-15 Serial page No.129 Tender No: CE (P) PSK/07/2014-15

SPECIAL CONDITIONS (Contd…..)

18.2 The Contractor shall, upon discovery of any such findings, promptly given 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 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 instructio9ns of the Engineer-in-Charge/OC Contract.

(b) Payment of any such Cost, which shall be included in the Contract Price.

18.3 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.

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

19 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, Vehicle/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 one week from the date of handing over the site.

(c) During the currency of the work the contractor is expected to adhere to the time schedule and this adherence will be a part of the contractor‟s performance under the contract. During the execution of the work the contractor is expected to participate in the review and updating of the net work undertaken by OC Contract. 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 contactor to the OC Contract within a week who will approve it after due scrutiny. The contractor will adhere to the revised schedule thereafter. In case of the contractor‟s not agreeing to the revised schedule the same will be referred to the Accepting Officer whose decision will be final, conclusive and binding.

(d) OC‟s approval to the revised schedule resulting in a completion date beyond the stipulated dates(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 IAFW-2249 (latest edition) and separately regulated.

CA NO CE (P) PSK / /2014-15 Serial page No.130 Tender No: CE (P) PSK/07/2014-15

SPECIAL CONDITIONS (Contd…..)

(e) 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.

(f) 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 through the time schedule is approved by the department.

20 PERMIT FROM LOCAL AUTHORITY 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 land.

21. ELECTRICITY & WATER SUPPLY

No electricity or water will be supplied by the Department. The Contactor shall make his own arrangement for execution of the work.

22. RATE QUOTED

(a) Unit rates shall be deemed to include the provisions for all materials, stores, labour, process, operations and requirements detailed in technical specifications irrespective of whether these appear as specific items or not in the Schedule „A‟. (b) The rate quoted shall also include transportation of materials required for completing the work including loading / unloading charges.

23. APPOINTMENT OF ARBITRATOR IN CASE OF CONTRACT AGREEMENTS TO BE

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

CA NO CE (P) PSK / /2014-15 Serial page No.131 Tender No: CE (P) PSK/07/2014-15

SPECIAL CONDITIONS (Contd…..)

24. 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 Specifications” of this contract agreement and MORTH 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 Contactor. (e) In case of discrepancies in arriving out work done details, the decision of the Accepting Officer will be final and binding for both the parties.

25. MEASUREMENT FOR 50 MM FOR BM AND 40 MM FOR BC

The measurements shall be recorded as finished work in Sqm with compact thickness of 50 mm for BM and 40 mm for BC after achieving the specified density. Engineer-In-Charge should measure compacted thickness at regular intervals, which will be decided by him and contractor will have no objection in this regard. The thickness will be measured after proper compaction achieving the desired density as per Job Mix Formula.

26. ACCEPTANCE OF WORK DONE

The Engineer-in-Charge 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 specification of MORTH (Ministry of Road Transports and Highways) for roads and bridge latest revision.

(a) The Engineer-In-Charge shall exercise control over the quality of the materials so as to ascertain their conformity with the specification mentioned in the particular specification at the cost of the contractor. Testing of coarse and fine aggregate shall be as per following frequencies:-

(i) Sieve analysis : One test for every 50 Cum of material. (ii) Other physical and chemicals properties. One test per 50 Cum of the material as per discretion of the Engineer-in-Charge and OC Contract if the material obtained from one quarry location. In case the contractor obtained material from more than one quarry location he shall be required to get the testing of aggregate from each quarry separately to the satisfaction of Engineer-In-Charge and OC Contract.

CA NO CE (P) PSK / /2014-15 Serial page No.132 Tender No: CE (P) PSK/07/2014-15

SPECIAL CONDITIONS (Contd…..)

All the test should be carried out as per MORT&H specification for road and bridge

work latest revision.The materials not conforming to the specifications / requirement given in the particular specification shall not be brought to the work site.

(b) In case the materials brought by the contractor found inferior and does not confirm to the particular specifications of the tender, the material will be rejected. The rejected materials shall be removed from the Plant site by the contractor at his cost immediately. No payment / compensation shall be made on this account. (c) The cost of testing shall be borne by the contractor and nothing extra shall be admissible on this account to the contractor.

27. REIMBURSEMENT/REFUND ON VARIATION IN PRICES-WAGES OF LABOUR (THIS

SUPERSEDES CONDITION 63 OF IAFW-2249)

No reimbursement/refund on variation in prices of wages of labour is admissible

under this contract for original/ extended period of completion, if any.

28. RE-IMBURSEMENT/REFUND ON VARIATION IN PRICES: MATERIALS & FUEL (THIS SUPERSEDES CONDITION 63 OF IAFW-2249)

No reimbursement/refund on variation in prices of Material and/or fuel of any type

is admissible under this contract for original/ extended period of completion, if any.

29. 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.

(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.

CA NO CE (P) PSK / /2014-15 Serial page No.133 Tender No: CE (P) PSK/07/2014-15

SPECIAL CONDITIONS (Contd…..)

(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 such as Bitumen, cement etc 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 (latest edition).

a) Cement b) Bitumen etc.

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

(a) No advance payment will be made to the contractor against any material if not properly safeguarded against loss/damage due to natural calamities/theft. Condition 64 of IAFW-2249 (latest edition) shall be deemed amended to this extent.

(b) No payment shall be made for any rejected work. (c) 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. (d) All payments will be made by e-payment only.

31. CO-OPERATION WITH OTHERS AGENCIES The contractor shall permit free access and generally afford reasonable facilities to other agencies or departmental workmen engaged by the Govt to carry out their part of the work, if any, under separate arrangements. 32. SUPPLY OF COLOUR RECORD PHOTOGRAPHS, ALBUMS AND VIDEO CDS:

Contractor shall provide/supply of colour 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.

CA NO CE (P) PSK / /2014-15 Serial page No.134 Tender No: CE (P) PSK/07/2014-15

SPECIAL CONDITIONS (Contd…..)

33. FIELD LABORATORY: -

To maintain proper quality control at site, contractor shall established adequately equipped field laboratory without any extra cost. The following minimum resting equipments shall be provide in field laboratory.

(i) Set of IS Sieves, (ii) Moisture Content Apparatus, (iii) Liquid Limit Apparatus, (iv) CBR test Apparatus, (v) Plastic Limit Apparatus, (vi) Sand replacement /Core cutter Apparatus, (vii) Atterberg Limit Apparatus (viii) Bitumen Extractor etc

34. TRAFFIC MOVEMENT:

Contractor shall ensure that no hindrance to traffic movement shall occur during construction. However, if the traffic movement disrupt 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 (Latest Edition). Contractor shall immediately intimate regarding closure of the road to Engineer-In-Charge and local administrative authorities.

35. VENUE OF ARBITRATION:

Place of arbitration hearing shall be at HQ CE (P) Pushpak at Aizawl (Mizoram).

36. ARBITRATION (REFER CLASUE 70 OF CONDITION OF CONTRACT OF IAFW 2249:

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 (latest edition) after written notice by either party of the contract to the other of them.

37. DEFECTS LIABILITY PERIOD (REFER CONDITION 46 OF IAFW-2249)

Defects liability period shall be 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 expiration of defects liability period provided always that the contractor shall first have been paid the final bill and have rendered a No-Demand certificate (IAFA-451).

Provided further, the contractor may be paid special security deposit on his furnishing Guarantee Bond(s) or fixed Deposit Receipt (s) from a Scheduled Bank in favor of Cdr Task Force for the amount of the special security deposit which should otherwise be recoverable from him under the contract.

The guarantee bond(s) or Fixed Deposit Receipt(s) shall be executed for a period and on a form as directed by the Cdr Task Force. 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 (Latest Edition).

CA NO CE (P) PSK / /2014-15 Serial page No.135 Tender No: CE (P) PSK/07/2014-15

SPECIAL CONDITIONS (Contd…..)

38. RE-IMBURSEMENT/REFUND ON VARIATION IN PRICES OF BITUMEN

(This Special condition is Applicable only in contracts having original completion period upto 18 months).

No reimbursement/refund on variation in prices of Bitumen is admissible

under this contract for original/ extended period of completion.

39. CONTRACT LABOUR (R&A) ACT 1970

40.1. The contractor shall get himself registered with Astt Labour Commissioner(ALC), Assam/Manipur/Mizoram 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 Assam/Manipur/Mizoram 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.

40.2 A certificate from Labour Commissioner regarding payment made to Mazdoors/skilled/unskilled employed by the Contractor be obtained from the office of Labour Commissioner. A copy of No Demand Certificate/No claim certificate from the Labour Commissioner against the subject CA shall be obtained and attached while initiating the Final Bill. The payment of Final Bill shall be made only on producing the Proof of payment made towards employment of Mazdoors/skilled/unskilled etc.

In event of his non-compliance, the contractor shall be liable for punitive action

under clauses of (R&A) Act 1970. . 40. LOSS OR DAMAGE ON ACCOUNT OF ENEMY ACTION

(a) No reimbursement shall be made to the contractor by the government on account of any loss or damage that contractor may suffer as a result of any enemy action or otherwise such as-

(i) The loss suffered by him on account of any damage or destruction of his plant / equipment or materials or any part or parts thereof. (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 veh/plant /Eqpts or materials not lying on the site of work at the time of enemy action.

41. 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 Mizoram 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).

CA NO CE (P) PSK / /2014-15 Serial page No.136 Tender No: CE (P) PSK/07/2014-15

SPECIAL CONDITIONS (Contd…..)

42. ADJUSTMENT OF TAX CONSEQUENT UPON AMENDMENT TO CONSTITUTION The tendered rate shall also be inclusive of all statute levies and State / Union territory / shall tax on works contract payable under the respective statutes pursuant to the constitution stipulated by the tenderers regarding sales tax on works contracts will not be considered and such tender will be liable for rejection. 43. 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. 44. INCOME TAX

Income Tax along with education cess and service/works contract tax including labour welfare cess will be deducted at source as applicable. 45. DEDUCTION TAX AT SOURCE

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

46. REGISTRATION Contractor is required to get his firm registered with Sales Tax Department and Asst Labour commissioner Assam/Manipur/Mizoram 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 47. MODE OF PAYMENT 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.

48. ADJUSTMENT OF TAX CONSEQUENT UPON AMENDMENT TO CONSTITUTION

The tendered rate shall also be inclusive of all statute levies and State / Union territory / shall tax on works contract payable under the respective statutes pursuant to the constitution stipulated by the tenderers regarding sales tax on works contracts will not be considered and such tender will be liable for rejection. 49. LEGAL JURISDICTION Legal jurisdiction for this Contract Agreement shall be “Guwahati High Court Aizawl Bench only”

CA NO CE (P) PSK / /2014-15 Serial page No.137 Tender No: CE (P) PSK/07/2014-15

SPECIAL CONDITIONS (Contd…..)

50. (i) Extension of time shall not be provided for routine excuses such as:-

a) Labourer going on leave due to festival/cultivation season. b) Self or family member of contractor falling sick. c) Area under anti national activists and ransom being asked by local goonda

elements. d) Crusher/Truck went off road or electric supply erratic. e) Diesel not available in local market. f) Earthquake/Rain/Fire/Flood etc (Minimum supply as per supply schedule to be

ensured what may come)

(ii) However extension shall be provided if:- a) Department is not in position to clear RAR and backlog has exceeded ` 1/5th of

CA amount. b) OC Contract/Engineer- in- charge not able to provide dumping place.

(iii) Hindrance register shall be properly maintained at site. Any hindrance in the work

occurred due to any reason shall be recorded in the hindrance register showing the exact period and reason/reasons and signed by Engineer-In-Charge and rep of contractor at each occurrences. The supporting details for reason/reasons for each occurrence shall be kept in record. This Hindrance register along with supporting details shall be forward with Time Extension Performa without which Time extension shall not be considered by Contract management authority/Accepting Officer.

CA NO CE (P) PSK / /2014-15 Serial page No.138 Tender No: CE (P) PSK/07/2014-15

Annexure-1 to special conditions

FORMAT FOR BANK GURANTEE FOR ADVANCE PAYMENT From: Bank………………………………………… To The President of India Sir, 1. With reference to contract agreement no…………………………………………..concluded between the president of India, hereinafter referred to as “The Government” and M/s………………………………… Hereinafter referred to as the “The Contractor” for …………………………… as detailed in the bove contract agreement hereinafter referred to as “the said contract” and in consideration of the Government having agreed to make an advance payment in accordance with the terms of the said contract to the said contractor, we the ………………………………………………………….bank, hereinafter call “the bank” hereby irrevocably undertake and guarantee to you that if the said contractor would fail to provide works in accordance with the terms & conditions of the said conditions of the said contract for any reason whatsoever or fail to perform the said contract in any respect or should whole or part of the said on account payments at any time become repayable to you for any reason whatsoever, we shall, on demand and without demur pay to you all and any sum up to a maximum ` ………………………….(Rupees…………………………………………………..only) paid as advance to the said contractor in accordance with the provisions contained in clause…………………………………….. of the said contract. 2. We further agree that the Government shall be the sole judge as to whether the contractor has failed to provide works in accordance with the terms and conditions of the said contract or has failed to perform the said contract in any respect or the whole or part of the advance payment made to contractor has become repayable to the Government and to the extent and monetary consequences thereof by the Government. 3. We further hereby undertake to pay the amount due and payable under this Guarantee without any demur merely on a demand from the Government stating the amount claimed. Any such demand made on the bank shall be conclusive and binding upon us as regards the amounts due and payable by us under the Guarantee and without demur. However, our liability under this Guarantee shall be restricted to an amount not exceeding ` ……………………….. (Rupees…………………………only)

4. We further agree that the Guarantee herein contained shall remain in full force and effect for a period up to ……………………. (03 months + due date of recovery of advance) unless the Government in his sole discretion discharges the Guarantee earlier. 5. We further agree that any change in the constitution of the Bank or the constitution of the contractor shall not discharge our liability hereunder. 6. We further agree that the Government shall have that fullest liability without affecting in any way our obligations hereunder with or without our consent or knowledge to vary any of the terms and conditions of the said contract or to extend the time of development/delivery from time to time or to postpone for any time or from time to time any of the powers exercisable by the Government against the contractor and either to forebear or enforce any of the terms and conditions relating to the said contract and we shall not be relieved from our liability by reason of any such variation or any indulgence or for bearance shown or any act or omission on the Government or by any such matter or thing whatsoever which under the law relating to sureties would but for this provision have the effect of so relieving us.

7. We lastly undertake not to revoke the Guarantee during the currency of the above said contract except with the prior consent of the Government in writing.

Yours faithfully

For ……………………………………….Bank Place…………………………..

Date………………………… Seal of Bank

CA NO CE (P) PSK / /2014-15 Serial page No.139 Tender No: CE (P) PSK/07/2014-15

PARTICULAR SPECIFICATIONS

“PROVIDING AND LAYING OF BC 40 MM THICK AND CORRECTION WORK WITH BM 50 MM THICK BETWEEN KM 76.00 TO 83.00 ON IMPHAL-JIRIBAM ROAD (NH-37) (ZERO RECKONED FROM IMPHAL) UNDER 83 RCC/765 BRTF PROJECT PUSHPAK IN MANIPUR STATE” The work required to be carried out under this contract shall comprise of preparation of existing BC/BM surface by cleaning, brooming etc and applying tack coat and then “PROVIDING AND LAYING OF BC 40 MM THICK AND CORRECTION WORK WITH BM 50 MM THICK BETWEEN KM 76.00 TO 83.00 ON IMPHAL-JIRIBAM ROAD (NH-37) (ZERO RECKONED FROM IMPHAL) UNDER 83 RCC/765 BRTF PROJECT PUSHPAK IN MANIPUR 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 any central/ state Govt laboratory at his own cost within the quoted rates. 2. Blank BITUMINOUS MACADUM 50 MM THICK (CONSOLIDATED)

3. Scope: The work shall consist of construction in a single course having 50 mm thickness of compacted crushed aggregates premixed with a bituminous binder, to serve as base/binder course, laid immediately after mixing, on a base prepared previously in accordance with the requirement of these specifications and in conformity with the lines, grades and cross-sections shown on the drawing or as directed by the Engineer.

3.1. Materials

3.2 Bitumen: The bitumen shall be paving bitumen of Viscosity grade as per IS: 73 and of the the climatic conditions indicated in Table 500-1 of MORT&H Specifications (5th revision) for roads and bridge works.

3.3 Coarse Aggregates: The coarse aggregates shall consist of crushed stone retained on the 2.36 mm sieve. They shall be clean, hard, strong, durable, of fairly cubical shape and free from disintegrated pieces, organic or other deleterious matter and adherent coating. The aggregates shall satisfy the physical requirements set forth in Table 500-6 (Specifications for road and bridges-MORT & H Specification, 5th Revision).

CA NO CE (P) PSK / /2014-15 Serial page No.140 Tender No: CE (P) PSK/07/2014-15

PARTICULAR SPECIFICATIONS (Contd………)

TABLE 500-6. PHYSICAL REQUIREMENTS FOR COARSE AGGREGATES FOR BITUMINOUS MACADUM

S.No

Property Test Test Method Requirement

1. Cleanliness

Grain size analysis IS:2386(Part-1) Max. 5% passing 0.075 mm sieve

2. Particle shape

Combined Flakiness and Elongation Indices (Total)

IS: 2386(Part-1)

35% Maximum

3. Strength Los Angeles Abrasion Value

IS: 2386(Part-4)

40% Maximum

Aggregate Impact Value

IS: 2386(Part-4)

30% Maximum

4. Durability (i) Soundness Sulphate cycles

IS: 2386(Part-5)

12% Maximum

(ii) Loss with Magnesium Sulphate cycles

18% Maximum

5. Water Absorption

Water absorption IS:2386(Part-3) 2% Maximum

6. Stripping Coating and stripping of Bitumen Aggregate

IS: 6241 Minimum retained coating 95%

7. Water sensitivity

Retained tensile strength*

AASHTO 283 Min 80%

* If the maximum retained tensile strength falls below 80%, use of anti stripping agent shall be used to meet the minimum requirement. Where crushed gravel is proposed for use as aggregate, not less than 90% by weight of the crushed material retained on the 4.75 mm sieve shall have at least two fractured faces.

3.4 FINE AGGREGATES: Fine aggregates shall consist of crushed or naturally occurring material, or a combination of two, passing 2.36 mm sieve and retained on 75 micron sieve. They shall be clean, hard, durable, dry and free from dust, and soft or friable matter, organic or other deleterious matter.

3.5 AGGREGATE GRADING AND BINDER CONTENT: The Combined grading of course aggregate and fine aggregate when tested in accordance with IS: 2386 Part 1 (wet sieving method), shall confirm to limit given in table 500-8 (Specifications for Road and Bridge Works-Fifth Revision) for the grading specified in the contract. The type and quantity of bitumen, and appropriate thickness, are also indicated for each mixture type in table 500-7 (Specifications for Road and Bridge Works-Fifth Revision).

CA NO CE (P) PSK / /2014-15 Serial page No.141 Tender No: CE (P) PSK/07/2014-15

PARTICULAR SPECIFICATIONS (Contd………)

3.5.1 JOB MIX FORMULA: The contractor shall intimate to the OC/Engineer-in-Charge in writing, at least 7 days before the start of the work, the job mix formula proposed to be used by him for the work and shall give the following details:

(i) Source and location of all materials. (ii) Proportion of all materials expressed as follows where each is

applicable: (a) Binder, as percentage by weight of total mix; (b) Coarse aggregates/Fine aggregates/Mineral filler as percentage by weight of total aggregate including mineral filler;

(iii) A single definite percentage passing each sieve for the mixed aggregates;

(iv) The result of tests enumerated in Table 500-6 (MORT & H specifications for Road and Bridge Works, Fifth revision) as obtained by the contractor. (v) Ten results of physical characteristics of aggregates to be used. (vi) Mixing temperature and compacting temperature.

While working out the job mix formula, the contractor shall ensure that it is based on a correct and truly representative sample of the materials that will actually be used in the work and that the mix and its different ingredients satisfy the physical and strength requirements of these specifications.

Approval of the job mix formula shall be based on independent testing by the OC for which samples of all ingredients of the mix shall be furnished by the Contractor as required by the former.

The approved job mix formula shall remain effective unless and until modified by the OC. Should a change in the source of materials be proposed, a new job mix formula shall be established and got approved from the OC in writing before actually using the materials.

TABLE 500-7 COMPOSITION OF BITUMINOUS MACADUM

Mix designation Grading 2

Nominal aggregate size* 19 mm

Layer thickness 50-75 mm

IS Sieve (mm) Cumulative % by weight of total aggregate passing

45.00 -

37.50 -

26.50 100

19.00 90-100

13.20 56-88

4.75 16-36

2.36 4-19

0.30 2-10

0.075 0-8

Bitumen content, % by weight of total mixture1

3.3-3.5 **

Bitumen grade 80/100 or 60/70

CA NO CE (P) PSK / /2014-15 Serial page No.142 Tender No: CE (P) PSK/07/2014-15

PARTICULAR SPECIFICATIONS (Contd………)

* Nominal maximum aggregate size is the largest specified sieve size open which any of the aggregate materials is retained. ** The reason where heights daily mean temperature is 30 0C or lower and lowest daily mean temperature is (-) 10 0C or lower, the bitumen content may be increased by 0.50% subject to approval of OC contract. 3.6 PROPORTIONING OF MATERIALS: The aggregate shall be proportioned and

blended to produce a uniform mixture complying with the requirements of Table 500-7 (Specifications for Road and Bridge Works-Fifth Revision). A variation in binder content -

+ 0.3 percent by weight of total mix shall, however, be permissible for individual specimens taken for quality control tests.

3.7 CONSTRUCTION OPERATIONS

3.7.1 WEATHER AND SEASONAL LIMITATIONS: The work of laying shall not be taken up during rainy or foggy weather or when the base course is damp or wet, or during dust storm or when the atmospheric temperature in shade is 10 oC or less, and all as directed by Engineer – in – charge / OC contract.

3.7.2 PREPARATION OF THE BASE: The base on which bituminous macadam is to be laid shall be prepared, shaped and compacted to the specified lines, grades and cross-sections, and all as directed by Engr – in – charge / OC contract.

3.7.3 TACK COAT: This work shall consist of application of a single coat of low viscosity liquid bituminous material (bitumen conforming to IS: 8887 of type and grade as directed by OC contract) to an existing road surface which shall be cleaned of dust and any extraneous material before the application of the binder, by using mechanical broom or any other approved equipment/method as specified by the Engineer. Binder shall be spread on the base at the rate specified in Table 500-5 (Specifications for Road and Bridge Works-Fifth Revision).

TABLE 500-5. RATE OF APPLICATION OF TACK COAT

Type Surface Qty of bituminous material In kg per sq. m. area

Bituminous surfaces 0.20 – 0.30

Granular surfaces Treated with primer 0.25 – 0.30

Cément Concrète pavement/Non bituminions surface

0.30 – 0.35

The binder shall be applied uniformly with the aid of either self-propelled or towed

bitumen pressure sprayer with self heating arrangement and spraying bar with nozzles having constant volume or pressure system, capable of spraying bitumen at specified rates and temperature so as to provide a uniformly unbroken spread of bitumen.

CA NO CE (P) PSK / /2014-15 Serial page No.143 Tender No: CE (P) PSK/07/2014-15

PARTICULAR SPECIFICATIONS (Contd………)

3.7.4 PREPARATION AND TRANSPORT OF MIX: Bituminous macadam mix shall be prepared in hot mix plant of adequate capacity and capable of yielding a mix of proper and uniform quality with thoroughly coated aggregates. Appropriate mixing temperature can be found in Table 500-2 (Specifications for Road and Bridge Works-Fifth Revision); the difference in temperature between binder and aggregate at no time exceeds 14oC.The mixture shall be transported from the mixing plant to the point of use in clean, insulated and covered vehicles. The asphalt release agent such as soap or lime water may be applied to the interior of the vehicles to prevent sticking and to facilitate discharge of material or as directed by the Engineer-in-Charge.

TABLE 500-2 MANUFACTURING AND ROLLING TEMPERATURES

Bitumen Penetration

Bitumen Mixing

(oC)

Aggregate Mixing(oC)

Mixed Material

(oC)

Laying (oC)

Rolling* (oC)

VG-40 160-170 160-175 160-170 150 Min. 100 Min.

VG-30 150-165 150-170 150-165. 140 Min. 90 Min.

VG-20 145-165 145-170 145-165 135 Min. 85 Min.

VG-10 140-160 140-165 140-160 130 Min 80 Min

* Rolling must be completed before the material cools to these minimum temperatures.

3.7.5 SPREADING: Prior to spreading the mix the base shall be prepared by carrying out the required operations as per clause 501.8 (Specifications for Road and Bridge Works-Fifth Revision) depending upon the site conditions. The mix transferred from the tipper at site to the paver shall be spread immediately by means of self propelled mechanical paver with suitable screeds capable of spreading, tamping, and finishing the mix true to the specified lines, grades and cross-sections. However, in restricted locations and in narrow widths where the available plant cannot be operated the opinion of the Engineer, he may permit manual laying of the mix. When laying binder course or wearing course approaching an expansion joint of a structure, machine laying shall stop 300mm short of the joint. The remainder of the pavement up to the joint, and the corresponding area beyond it, shall be laid by hand, and the joint or joint cavity shall be kept clear of surfacing material. Bituminous material, with a temperature greater than 145o C, shall not be laid or deposited on bridge deck waterproofing systems, unless precautions against heat damage have been approved by the Engineer-in-Charge. Where longitudinal joints are made in pre-mixed bituminous materials, the materials shall be fully compacted and the joint made flush in one of the following ways; only method (iii) shall be used for transverse joints:

(i) By heating the joints with an approved joint heater when the adjacent widths is being laid, but without cutting back or coating with binder. The heater shall raise the temperature of the full depth of material, to within the specified range of minimum rolling temperature and maximum temperature at any stage for the material, for a width not less than 75mm. The contractor shall have equipment available, for use in the event of a heater breakdown, to form joints by method (iii).

(ii) By using two or more pavers operating in echelon, where this is practicable, and in sufficient proximity for adjacent widths to be fully compacted by continuous rolling.

CA NO CE (P) PSK / /2014-15 Serial page No.144 Tender No: CE (P) PSK/07/2014-15

PARTICULAR SPECIFICATIONS (Contd………)

(iii) By cutting back the exposed joint, for a distance equal to the specified layer thickness, to a vertical face, discarding all loosened material and coating the vertical face completely with 80/100 or 60/70 penetration grade hot bitumen, or cold applied bitumen, or polymer modified adhesive bitumen tape with a minimum thickness of 2mm, before the adjacent width is laid.

All joints shall be offset at least 300mm from parallel joints in the layer beneath or as directed, and in a layout approved by the Engineer-in-Charge. Joints in the wearing course shall coincide with either the lane edge or the lane marking, whichever is appropriate. Longitudinal joints shall not be situated in wheel track zones.

3.7.6 COMPACTION: Rolling shall start as soon as possible after the material has been spread deploying a set of rollers as the rolling is to be completed in limited time frame. The roller shall move at a speed not more than 5-Km/hrs. rolling shall be done with care to avoid unduly roughening of the pavement surface.

Rolling of the longitudinal joints shall be done immediately behind the paving operation. After this, the rolling shall commence at the edges and progress towards the centre longitudinally except that on superelevated and uni-directional cambered portions, it shall progress from the lower to the upper edge parallel to the centre line of the pavement. The initial or break-down rolling shall be done with 8-10 Tonnes dead weight smooth wheeled roller as soon as it is possible to roll the mix without cracking the surface or having the mix pick up on the roller wheels. The second or intermediate rolling shall follow the break-down rolling with 8-10 Tonnes dead weight or vibratory roller or pneumatic tyred roller of 12 to 15 Tonnes weight having nine wheels, and minimum tyre pressure of 5.60 kg/sq.cm. as closely as possible to the paver and be done while the paving mix is still at a temperature that will result in maximum density. The final rolling shall be done while material is still workable enough for removal of roller marks, with 6-8 smooth wheeled tandem rollers. When the roller has passed over the whole area once, any high spots or depressions, which become apparent, shall be corrected by removing or adding mix material. The rolling shall then be continued till the entire surface has been rolled to 95 percent of the average laboratory density as specified in MOST specifications for Road and Bridge Works, fifth revision. There is no crushing of aggregates and all roller marks have been eliminated. The roller wheel shall be kept damp if necessary to avoid bituminous material from sticking to the wheels and being picked up. In no case shall fuel, lubricating oil be used for this purpose, nor excessive water poured on the wheels. Roller(s) shall not stand on newly laid material while there is a risk that surface will be deformed thereby. The edges along and transverse of the bituminous macadam laid and compacted earlier shall be cut to their full depth so as to expose fresh surface which shall be painted with a thin surface coat of appropriate binder before the new mix is placed against it.

3.7.7 SURFACE FINISH AND QUALITY CONTROL OF WORK: The bituminous macadam shall be covered with either the next pavement course or wearing courses, as the case may be, without any delay. If there is to be any delay, the course shall be covered by a seal coat with VG-10 or VG-30 bitumen (IS: 73) to the requirements of Clause 511 of MORT & H specifications for Road and Bridge Works, fifth revision: before allowing any traffic over it. The seal coat in such cases shall be considered incidental to the work and shall not be paid for separately.

Control on quality of material and mixes shall be exercised by the Engineer-in-Charge in accordance with the specifications/conditions as under: -

CA NO CE (P) PSK / /2014-15 Serial page No.145 Tender No: CE (P) PSK/07/2014-15

PARTICULAR SPECIFICATIONS (Contd………)

The Contractor shall set up a field laboratory at locations approved by the Engineer-in- required tests and quality control work as per specifications and / or as directed by the Engineer-in-Charge.

The department shall establish two quality control cell, one at Hot Mix Plant location and other at site of work where the laying and finishing work is being done by the contractor to exercise the proper control of temperature of the binder and aggregates for mixing and the mixes at the time of laying/rolling. The cost of this establishment shall be borne by the department. However the Contractor shall provide all necessary co-operation and assistance in obtaining the samples for test and carrying out the field tests as required by the Engineer-in-Charge from time to time. This may include provision of labour, attendant, assistance in packing and dispatching and any other assistance considered necessary in connection with the above tests.

In addition to the above tests on mixes, the contractor shall ensure the department regarding the strict quality control of aggregates used in the mixes through various tests to the frequency stipulated below at his own cost, from any central/ state Govt laboratory at his own cost within the quoted rates.

S/No Test Frequency of Test (minimum)

(i) Quality of binder : Number of samples per lot and tests as per IS : 73, IS: 217 and IS: 8887 as applicable.

(ii) Aggregate Impact Value/ Los Angeles Absorption Value

: One test per 50 Cum of aggregate.

(iii) Flakiness Index and Elongation Index

: -do-

(iv) Stripping value : Initially one set of 3 representative specimens for each source of supply. Subsequently when warranted by changes in the quality of aggregates.

(v) Water sensitivity of mix : Initially one set of 3 representative specimens for each source of supply. Subsequently when warranted by changes in the quality of aggregates.

(vi) Grading of aggregates : Two tests per day per plant both of the individual constituents and mixed aggregates from the dryer

(vii) Water absorption of aggregates

: Initially one set of 3 representative specimens for each source of supply. Subsequently when warranted by changes in the quality of aggregates.

(viii) Soundness (Magnesium and Sodium Sulphate )

: Initially one determination by each method for each source of supply. Subsequently when warranted by changes in the quality of aggregates.

(ix) Percentage of fractured faces

: When gravel is used, one test per 50 cum of aggregate.

(x) Binder content and aggregate grading

: Periodic, subject to minimum of two tests per day per plant

(xi) Control of Temp of binder and aggregate for mixing and of the mix at the time of laying and rolling

: At regular close intervals

(xii) Rate of spread of mixed material

: Regular control through checks of layer thickness

(xiii) Density of compacted trade layer

: One test per 250 Sqm of area

CA NO CE (P) PSK / /2014-15 Serial page No.146 Tender No: CE (P) PSK/07/2014-15

PARTICULAR SPECIFICATIONS (Contd………)

4. GENERAL SPECIFICATIONS FOR MATERIALS

4.1 BINDER

The binder shall be an appropriate type of bituminous material complying with the relevant Indian Standard (IS) as defined in appropriate Clause of these specifications under this contract.

4.2 COARSE AGGREGATES

The coarse aggregate shall consist of crushed stone, crushed gravel or other hard

material retained on 2.36 mm sieve. They shall be clean hard, durable, of fairly cubical shape and free from dust and soft or friable matter, organic or other deleterious substances. Where the Contractor‟s selected source of aggregates have poor affinity for bitumen, as a condition for approval of that source, the bitumen shall be treated with an approved anti striping agents, as per the manufacture recommendation, without additional payment. Before approval of the source, the aggregates shall be tested for stripping.

The aggregates shall satisfy the physical requirements set forth in individual

relevant clause for material in question.

Where crushed gravel is proposed for use as aggregate, not less than 90% by weight of the crushed material retained on the 4.75 mm sieve shall have at least to facture faces.

4.3 FINE AGGREGATES

Fine aggregate shall consist of crushed or naturally occurring mineral material, or a combination of the two, passing the 2.36mm sieve and retained on 75 micron sieve. These shall be clean, hard, durable, dry and free from dust and soft or friable matter, organic or other deleterious matter.

5. TACK COAT

5.1 SCOPE: This work shall consist of the application of a single coat of low viscosity liquid bituminous material to an existing bituminous road surface preparatory to the superimposition of a bituminous mix, when specified in the Contract or instructed by the Engineer.

5.2 MATERIALS

5.2.1 BINDER: The binder used for tack coat shall be bitumen complying with IS 8887 or suitable low viscosity paving bitumen of VG-10 Grade confirming to IS 73 or as directed by the Engineer. The use of cutback bitumen as per IS 217 shall be restricted only for sites at sub-zero temperatures or for emergency applications as directed by the Engineer.

CA NO CE (P) PSK / /2014-15 Serial page No.147 Tender No: CE (P) PSK/07/2014-15

PARTICULAR SPECIFICATIONS (Contd………)

5.3. WEATHER AND SEASONAL LIMITATIONS

Bituminous material shall not be applied to a wet surface or during a dust storm or when the weather is foggy, rainy or windy or when the temperature in the shade is less than 100 C. Where the tack coat consists of emulsion, the surface shall be slightly damp, but not wet. Where the tack coat is of cutback bitumen, the surface shall be dry.

5.4. CONSTRUCTION

5.4.1 EQUIPMENT: The tack coat distributor shall be a self- propelled or towed bitumen pressure sprayer, equipped for spraying the material uniformly at a specified rate. Hand spraying of small areas, inaccessible to the distributor, or in narrow strips, shall be sprayed with a pressure hand sprayer, or as directed by the Engineer.

5.4.2 PREPARATION OF BASE: The surface on which the tack coat is to be applied shall be clean and free from dust, dirt, and any extraneous material, and be otherwise prepared in accordance with the requirements of Clauses 501.8 and 902 of MORT & H specifications for Road and Bridge Works, fifth revision as appropriate. Immediately before the application of the tack coat, the surface shall be swept clean with a mechanical broom, and high pressure air jet, or by other means as directed by the Engineer.

5.4.3. APPLICATION OF TACK COAT: The application of tack coat shall be at the rate specified in the Contract, and shall be applied uniformly. If rate of application of Tack Coat is not specified in the contract then it shall be at the rate specified in Table 500-5 (MORT & H specifications for Road and Bridge Works, fifth revision). The normal range of spraying

Table 500-5. RATE OF APPLICATION OF TACK COAT

Type Surface Qty of bituminous material In kg per sq. m. area

Bituminous surfaces 0.20 – 0.30

Granular surfaces Treated with primer 0.25 – 0.30

Cément Concrète pavement/Non bituminions surface

0.30 – 0.35

6. PREPARATION OF MIXING

Pre-mixed bituminous materials, including bituminous macadam (BM), dense bituminous macadam (DBM), semi-dense bituminous concrete (SDBC),bituminous concrete (BC) and premix carpet (open/close graded) shall be prepared in a hot mix plant of adequate capacity and capable of yielding a mix of proper and uniform quality with thoroughly coated aggregates. Approximate mixing temperatures can be found in Table 500-2 (MORT & H specifications for Road and Bridge Works, fifth revision) the difference in temperatures between the binder and the aggregate should at no time exceed 14o Celsius. In order to ensure uniform quality of the mix and better coating of aggregates, the hot mix plant shall be calibrated from time to time. If a continuous mixing plant is to be used for mixing the bituminous bound macadam, the Contractor must demonstrate by laboratory analysis that the cold feed combined grading is within the grading limits specified for that bituminous bound macadam. In the case of a designed job mix, the bitumen and filler cement shall be derived using this combined grading. Further details are available in the Manual for Construction and Supervision of Bituminous Works.

CA NO CE (P) PSK / /2014-15 Serial page No.148 Tender No: CE (P) PSK/07/2014-15

PARTICULAR SPECIFICATIONS (Contd………)

TABLE 500.2 MANUFACTURING AND ROLLING TEMPERATURES

Bitumen Penetration

Bitumen Mixing(oC)

Aggregate Mixing(oC)

Mixed Material(oC)

Laying (oC)

Rolling* (oC)

VG-40 160-170 160-175 160-170 150 Min. 100 Min.

VG-30 150-165 150-170 150-165. 140 Min. 90 Min.

VG-20 145-165 145-170 145-165 135 Min. 85 Min.

VG-10 140-160 140-165 140-160 130 Min 80 Min

* Rolling must be completed before the material cools to these minimum temperatures. 7. TRANSPORTATION OF MIX Bituminous material shall be transported in clean insulated vehicles, and unless otherwise agreed by the Engineer-in- Charge, shall be covered while in transit or awaiting tipping. Subject to the approval of the Engineer-in-Charge. The asphalt release agent such as soap or lime water may be applied to the interior of the vehicles to prevent sticking and to facilitate discharge of material or as directed by the Engineer-in-Charge. Any tipper causing excessive segregation of materials by its spring suspension of their contributing factors or that which shows under delay shall be removed from the work until such conditions are corrected. Mix falling short of the quality shall be rejected and be removed from the site by the contractor at his own cost failing which this shall be done by the Dept at the risk and cost of the contractor. 8. LAYING OF MIX AT SITE

8.1 WEATHER & SEASONAL LIMITATIONS Bituminous material shall not be applied to a wet surface or during a dust storm or

when the weather is foggy, rainy or windy or when the temperature in the shade is less than 100 C. Where the tack coat consists of emulsion, the surface shall be slightly damp, but not wet. Where the tack coat is of cutback bitumen, the surface shall be dry.

8.2 SPREADING

8.2.1.1. Except in areas where a mechanical paver cannot access, the bituminous material shall be spread, leveled and tamped by an approved self-propelled paving machine. As soon as possible after arrival at site, the material shall be supplied continuously to the paver and laid without delay.

8.2.1.2. The rate of delivery of material to the paver shall be regulated to enable the paver to operate continuously. The travel rate of the paver, and its method of operations, shall be adjusted to ensure an even and uniform flow of bituminous material across the screed, free from dragging, tearing and segregation of the material.

8.2.1.3. The minimum thickness of material laid in each paver pass shall be on accordance with the minimum values given in the relevant parts of the specifications. When laying binder course or wearing course approaching an expansion joint of a structure, machine laying shall stop 300mm short of the joint. The remainder of the pavement up to the joint, and the corresponding area beyond it, shall be laid by hand, and the joint or joint cavity shall be kept clear of surfacing material.

CA NO CE (P) PSK / /2014-15 Serial page No.149 Tender No: CE (P) PSK/07/2014-15

PARTICULAR SPECIFICATIONS (Contd………)

8.2.1.4. Bituminous material, with temperature greater than 145o C, shall not be laid or deposited on bridge deck.

8.2.2 The mix transferred from the tipper at site to paver shall be spread immediately by means of self propelled paver with suitable screeds capable of spreading, tamping and finishing the mix true to the specified lines, grades and cross sections. The paver finisher shall have the following essential features: -

8.2.2.1 Loading hoppers and suitable distributing mechanism.

8.2.2.2 All drives having Hydrostatic drive/control.

8.2.2.3 The machine shall have a hydraulically extendable screed for appropriate width requirement.

8.2.2.4 The screed shall have tamping and vibrating arrangement for initial compaction to the layer as it is spread without netting or otherwise marring the surface. It shall have adjustable amplitude and variable frequency.

8.2.2.5 The paver shall be equipped with necessary control mechanism so as to ensure that the finished surface is free from surface blemishes.

8.2.2.6 The screed shall have the internal heating arrangement.

8.2.2.7 The Paver shall be capable of laying either 2.5M to 4.0M widths. 8.2.2.8 The paver shall be so designed as to eliminate shedding/slipping of the tyres during operation.

8.2.3 Safety of machine and operator and during night hour shall be of the Contractor.

8.2.4 All repair in case of off road of Paver will be done by the Contractor.

8.2.5 Hand placing of pre-mixed bituminous materials shall only be permitted in the following circumstances :

For laying regulating courses of irregular shape and varying thickness. In

confined spaces where it is impracticable for paver to operate. For filling of pot holes.

8.2.6 Manual spreading of pre-mixed wearing course material or the addition of such material by hand-spreading shall to the paved-area, for adjustment of level, shall only be permitted in following circumstances:

At the edges of the layers of material and at gullies and man holes. At the approaches to expansion joints of bridge decks. As directed by

Engineer-in-charge/OC Contract.

CA NO CE (P) PSK / /2014-15 Serial page No.150 Tender No: CE (P) PSK/07/2014-15

PARTICULAR SPECIFICATIONS (Contd………)

8.3 CLEANLINESS & OVERLAYING : Bituminous material shall be kept clean and uncontaminated. Should any bituminous material become contaminated, the Contractor shall make it good to the satisfaction of Engineer-in-Charge.

8.4 COMPACTION: Rolling shall start as soon as possible after the material has been spread deploying a set of rollers as the rolling is to be completed in limited time frame. The roller shall move at a speed not more than 5-Km/hrs. rolling shall be done with care to avoid unduly roughening of the pavement surface.

Rolling of the longitudinal joints shall be done immediately behind the paving operation. After this, the rolling shall commence at the edges and progress towards the centre longitudinally except that on superelevated and uni-directional cambered portions, it shall progress from the lower to the upper edge parallel to the centre line of the pavement. The initial or break-down rolling shall be done with 8-10 Tonnes dead weight smooth wheeled roller as soon as it is possible to roll the mix without cracking the surface or having the mix pick up on the roller wheels. The second or intermediate rolling shall follow the break-down rolling with 8-10 Tonnes dead weight or vibratory roller or pneumatic tyred roller of 12 to 15 Tonnes weight having nine wheels, and minimum tyre pressure of 5.60 kg/sq.cm. as closely as possible to the paver and be done while the paving mix is still at a temperature that will result in maximum density. The final rolling shall be done while material is still workable enough for removal of roller marks, with 6-8 smooth wheeled tandem rollers. When the roller has passed over the whole area once, any high spots or depressions, which become apparent, shall be corrected by removing or adding mix material. The rolling shall then be continued till the entire surface has been rolled to 95 percent of the average laboratory density as specified in MOST specifications for Road and Bridge Works, fifth revision. There is no crushing of aggregates and all roller marks have been eliminated. The roller wheel shall be kept damp if necessary to avoid bituminous material from sticking to the wheels and being picked up. In no case shall fuel, lubricating oil be used for this purpose, nor excessive water poured on the wheels. Roller(s) shall not stand on newly laid material while there is a risk that surface will be deformed thereby. The edges along and transverse of the bituminous macadam laid and compacted earlier shall be cut to their full depth so as to expose fresh surface which shall be painted with a thin surface coat of appropriate binder before the new mix is placed against it.

8.5. SEAL COAT: The Bituminous Macadam shall be covered with either the next pavement course or wearing courses, as the case may be, without any delay. If there is to be any delay, the course shall be covered by a seal coat with VG-10 or VG-30 bitumen (IS: 73) to the requirements of Clause 511 of MORT & H specifications for Road and Bridge Works, fifth revision: before allowing any traffic over it. The seal coat in such cases shall be considered incidental to the work and shall not be paid for separately.

8.6. OPENING TO TRAFFIC: No traffic shall be allowed on the road until the seal coat has been laid. After the seal coat is laid, the road may be opened to traffic according to Clause 511.4 of MORT & H specifications for Road and Bridge Works, fifth revision.

CA NO CE (P) PSK / /2014-15 Serial page No.151 Tender No: CE (P) PSK/07/2014-15

PARTICULAR SPECIFICATIONS (Contd………) 9. BITUMINOUS CONCRETE 40 MM THICK

9.1 SCOPE: This clause specifies the construction of Bituminous Conrete (BC),

for use in wearing and profile corrective courses. This work shall consist of construction in

a single layer of Bituminous Concrete on a previously prepared bituminous bound

surface.

9.2 MATERIAL:

9.2.1 BITUMEN: The bitumen shall be paving bitumen of Viscosity Grade VG-10.

9.2.2 COARSE AGGREGATES:

9.2.2.1 The coarse aggregates shall consist of crushed stone retained on the 2.36 mm sieve. They shall be clean, hard, and durable, of cubical shape, free from dust and soft or friable mater, organic or other deleterious matter. Where the Contractor‟s selected source of aggregates have poor affinity for bitumen, as a condition for the approval of that source, the bitumen shall be treated with an approved anti-stripping agents, as per the manufacturer‟s recommendations, without additional payment. Before approval of the source, the aggregates shall be tested for stripping.

9.2.2.2 The coarse aggregate for bituminous Concrete shall satisfy the physical requirements set froths as under:-

Table 500-16: Physical Requirement for Course aggregate for Bituminous concrete (BC)

Property Test Test method Requirement

Cleanliness (dust)

Grain size analysis IS: 2386 Part-I Max 5% passing 0.075 mm sieve

Particle shape Flakiness and elongation index (Combined)

IS: 2386 Part-I Max 35%

Strength Los Angeles Abrasion value

IS: 2386 Part-IV Max 30%

Aggregate Impact value Max 24%

Polishing Polished Stone Value BS:812-114 Min 55

Durability Soundness sodium sulphate Magnesium sulphate

IS: 2386 Part-V Sodium sulphate Max 12% Magnesium sulphate Max 18%

Water absorption Water absorption IS: 2386 Part-III Max 2%

Stripping Coating and stripping of Bitumen Aggregate mixtures

IS : 6241 Min retained coating 95%

Water sensitivity Retained Tensile Strength*

AASHTO 283 Min 80%

* If the minimum retained test strength falls below 80 percent, use of anti stripping agent is recommended to meet the requirement.

CA NO CE (P) PSK / /2014-15 Serial page No.152 Tender No: CE (P) PSK/07/2014-15

PARTICULAR SPECIFICATIONS (Contd………)

9.3 FINE AGGREGATES 9.3.1 Fine aggregates shall consist of crushed or naturally occurring mineral material, or

a combination of the two, passing 2.36 mm sieve and retained on 75-micron sieve. They

shall be clean, hard, durable, dry and free from dust, and soft or friable matter, organic or

other deleterious matter. The fine aggregate shall have a sand equivalent value of not

less than 50 when tested in accordance with the requirement of IS 2720 (Part-37). The

plasticity index of the fraction 0.425 mm sieve shall not exceed 4, when tested in

accordance with IS 2720 (Part-5).

9.4 FILLER

9.4.1 Filler shall consist of finely divided mineral matter such as stone dust, hydrated

lime or cement approve by the Engineer-In-Charge/OC Contract. The filler shall be

ordered within the limits indicated as under: -

Table 500-9: Grading Requirement for Mineral Filler

IS Sieve (mm) Cumulative percent passed by weight of total Aggregate

0.60 100 0.30 95-100

0.075 85-100

9.4.2 The filler shall free from organic impurities and have a plasticity Index not greater than 4. The plasticity Index requirement shall not apply if filler is cement or lime.

9.5 AGGREGATE GRADING AND BINDER CONTENT

9.5.1. When tested in accordance with IS: 2386 Part-I (wet sieving method), the combined grading of the coarse and fine aggregates and added filler and bitumen content shall fall within the limits as under:-

Table 500-17: Composition of Bituminous concrete Pavement Layers

IS Sieve (mm) Cumulative percent passed by weight of total aggregate

Nominal Aggregate Size * 13.20 mm

Layer Thickness 40 mm

IS Sieve

19.00 100

13.20 90-100

9.50 70-88

4.75 53-71

2.36 42-58

1.18 34-48

0.60 26-38

0.30 18-28

0.15 12-20

0.075 4-10

Bitumen content percent by % mass of total mix

Min 5.40 **

Bitumen grade 65

* The combined aggregate grading shall not vary from the low limit (on one sieve to, the high limit on the adjacent sieve.

CA NO CE (P) PSK / /2014-15 Serial page No.153 Tender No: CE (P) PSK/07/2014-15

PARTICULAR SPECIFICATIONS (Contd………)

** The reason where heights daily mean temperature is 30 0C or lower and lowest daily mean temperature is (-) 10 0C or lower, the bitumen content may be increased by 0.50% subject to approval of OC contract.

9.6 MIXTURE DESIGN

9.6.1 REQUIREMENTS FOR THE MIXTURE: Apart from conformity with the grading and quality requirements for individual ingredients, the mixture shall meet the requirements set out in Table 500-11of MORT & H specifications for Road and Bridge Works, fifth revision:-

Minimum Stability (TKN to 60o C) : 9.0 Marshall Flow value (mm) : 2-4 Marshall Quotient (stability/flow) : 2-5 Compaction level (no. of blows) : 75 blows on each of the two faces of the specimen. Percent air voids : 3-5 Percent voids filled with bitumen (VFB) : 65-75 Percent voids in mineral aggregate (VMA) : As per Table No 500-12 Loss of stability on immersion in water : Min 75% retained strength

at 600C (ASTM D 1075) Coating of aggregate particle (IS:6241) : Min 95% Tensile strength ratio (AASHOT 283) : Min 80%

9.6.2 The requirements for minimum per cent voids in mineral aggregate (VMA) are set out in Table 500-12 (MORT & H specifications for Road and Bridge Works, fifth revision).

Table 500-12: Minimum percent Voids in Mineral Aggregate (VMA)

Nominal Maximum particle size*

Minimum VMA,% related to Design Air Voids Percent**

3.0 4.0 5.0

26.5 11.0 12.0 13.0

37.5 10.0 11.0 12.0

(*) The nominal maximum practice size is one size larger than the first sieve to retain more than 10 percent.

(**) Interpolate minimum voids in the mineral aggregate (VMA) for design air voids values between those listed.

9.6.3 BINDER CONTENT: The binder content shall be optimized to achieve the requirements of the mixture set out in Table 500-11 of MORT & H specifications for Road and Bridge Works, fifth revision. The Marshall method for determining the optimum binder content shall be adopted as described in the Asphalt Institute Manual MS-2 (Clause 505.3.2 of MORT & H specifications for Road and Bridge Works, fifth revision).

9.7 JOB MIX FORMULA: -

9.7.1 This shall as per clause 505.3.3 of MORT & H specifications for Road and Bridge Works, fifth revision & the results of test enumerated in table 500-11 of MORT & H specifications for Road and Bridge Works, fifth revision as obtained by the contractor.

CA NO CE (P) PSK / /2014-15 Serial page No.154 Tender No: CE (P) PSK/07/2014-15

PARTICULAR SPECIFICATIONS (Contd………)

9.7.2 The Contractor shall inform to the Engineer-in-Charge/OC Contract in writing at least one week before the start of the work, of the job mix formula proposed for use in the works, and shall give the following details: -

i) Source and location of all materials.

ii) Proportions of all materials expressed as follows were each is applicable. (a) Binder type, and percentage by weight of total mixture, (b) Coarse aggregate/Fine aggregate/Mineral filler as percentage by

weight of total aggregate including mineral filler. iii) A single definite percentage passing each sieve for the mixed aggregate.

iv) The individual grading of the individual aggregate fraction, and the

proportion of each in the combined grading.

v) The results of mix design such as maximum specific gravity of loose mix (Gmm), compacted specimen density, Marshall stability, flow, Air voids, VMA, VFB and related graphs and test result of AASHTO T 283 Moisture susceptibility test.

vi) Where the mixer is a batch mixer, the individual weights of each type of

aggregate, and binder per batch. vii) Test results of physical characteristics of aggregate to be used. viii) Mixing temperature and compacting temperature.

While establishing the job mix formula, the Contractor shall ensure that it is based

on, a correct and truly representative sample of the materials that will actually be used in the work and that the mixture and its different ingredients satisfy the physical and strength requirements of these Specifications. 9.7.3 APPROVAL OF JOB MIX FOURMULA: Job mix formula must be approved by Commander Works Engineer (CWE) i.e Commander TF, shall be based on independent testing by the Engineer –in-Charge/OC Contract for which sample of all ingredients of the mix shall be furnished by the Contractor as required by the Engineer-in-Charge.

9.7.4 The approved job mix formula shall remain effective unless and until a revised Job Mix Formula is approved. Whenever there is a change in the source of materials be proposed, a new job mix formula shall be forwarded to the Engineer-in-Charge/OC Contract/Cdr TF for approval before the placing of the material.

9.8 PLANT TRIALS: PERMISSIBLE VARIATION IN JOB MIX FORMULA

9.8.1 Once the laboratory job mix formula is approved, the Contractor shall carry out plant trials at the mixer to establish that the plant can be set up to produce a uniform mix conforming to the approved job mix formula. The permissible variation of the individual percentage of the various ingredients in the actual mix from the job mix formula to be used shall be within the limits as specified in Table as under. These variations are intended to apply to individual specimens taken for quality control tests in accordance with Section 900 of MORT&H Specifications (Fifth Revision).

CA NO CE (P) PSK / /2014-15 Serial page No.155 Tender No: CE (P) PSK/07/2014-15

PARTICULAR SPECIFICATIONS (Contd………)

Table: Permissible variation in Actual Mix from the Job Mix Formula

Description Permissible variation

Base/binder course

Wearing course

Aggregate passing 19 mm sieve or larger ± 8% ± 7%

Aggregate passing 13.2 mm, 9.5 mm ± 7% ± 6%

Aggregate passing 4.75 mm ± 6% ± 5%

Aggregate passing 2.36 mm, 1.18 mm, 0.6 mm ± 5% ± 4%

Aggregate passing 0.3 mm, 0.15 mm ± 4% ± 3%

Aggregate passing 0.075 mm ± 2% ± 1.5%

Binder content ± 0.3% ± 0.3%

Mixing temperature ± 10ºC ± 10ºC

9.9 LAYING TRIALS:

Once the plant trials have been successfully completed and approved, the Contractor shall carry out laying trials, to demonstrate that the proposed mix can be successfully laid, and compacted all in accordance with Clause 501. The laying trial shall be carried out on a suitable area which shall not form part of the work and shall be approved in writing by the Engineer-In-Charge. The area of the laying trials shall be a minimum of 100 sq.m. of construction similar to that of the project road, and it shall be in all respects, particularly compaction, the same as the project construction, on which the bituminous material is to be laid.

9.9.1 The Contractor shall previously inform the Engineer of the proposed method for laying and compacting the material. The plant trials shall then establish if the proposed laying plant, compaction plant, and methodology is capable of producing satisfactory results. The density of the finished paving layer shall be determined by taking cores, no sooner than 24 hours after laying, or by other approved method.

9.9.2 Once the laying trials have been approved, the same plant and methodology shall be applied to the laying of the material on the project, and no variation of either shall be acceptable, unless approved in writing by the Engineer-In-Charge, who may at his discretion required further laying trials.

9.10 CONSTRUCTION OPERATIONS

9.10.1 WEATHER AND SEASONAL LIMITATIONS: Bituminous material shall not be applied to a wet surface or during a dust storm or

when the weather is foggy, rainy or windy or when the temperature in the shade is less than 100 C. Where the tack coat consists of emulsion, the surface shall be slightly damp, but not wet. Where the tack coat is of cutback bitumen, the surface shall be dry. 9.10.2 PREPARATION OF BASE:

The surface on which the tack coat is to be applied shall be clean and free from

dust, dirt, and any extraneous material, and be otherwise prepared in accordance with the requirements of Clauses 501.8 and 902 of MORT & H specifications for Road and Bridge Works, fifth revision as appropriate. Immediately before the application of the tack coat, the surface shall be swept clean with a mechanical broom, and high pressure air jet, or by other means as directed by the Engineer.

CA NO CE (P) PSK / /2014-15 Serial page No.156 Tender No: CE (P) PSK/07/2014-15

PARTICULAR SPECIFICATIONS (Contd………)

9.11 MIXING AND TRANSPORTATION OF MIX

9.11.1 MIXING: Pre-mixed bituminous materials, including bituminous macadam (BM), dense bituminous macadam (DBM), semi-dense bituminous concrete (SDBC),bituminous concrete (BC) and premix carpet (open/close graded) shall be prepared in a hot mix plant of adequate capacity and capable of yielding a mix of proper and uniform quality with thoroughly coated aggregates. Approximate mixing temperatures can be found in Table 500-2 (MORT & H specifications for Road and Bridge Works, fifth revision) the difference in temperatures between the binder and the aggregate should at no time exceed 14o Celsius. In order to ensure uniform quality of the mix and better coating of aggregates, the hot mix plant shall be calibrated from time to time. If a continuous mixing plant is to be used for mixing the bituminous bound macadam, the Contractor must demonstrate by laboratory analysis that the cold feed combined grading is within the grading limits specified for that bituminous bound macadam. In the case of a designed job mix, the bitumen and filler cement shall be derived using this combined grading. Further details are available in the Manual for Construction and Supervision of Bituminous Works.

TABLE 500.2 MANUFACTURING AND ROLLING TEMPERATURES

Bitumen Penetration

Bitumen Mixing(oC)

Aggregate Mixing(oC)

Mixed Material(oC)

Laying (oC)

Rolling* (oC)

VG-40 160-170 160-175 160-170 150 Min. 100 Min.

VG-30 150-165 150-170 150-165. 140 Min. 90 Min.

VG-20 145-165 145-170 145-165 135 Min. 85 Min.

VG-10 140-160 140-165 140-160 130 Min 80 Min

* Rolling must be completed before the material cools to these minimum temperatures. TRANSPORTATION OF MIX

9.11.2 Bituminous material shall be transported in clean insulated vehicles, and unless otherwise agreed by the Engineer-in- Charge, shall be covered while in transit or awaiting tipping. Subject to the approval of the Engineer-in-Charge. The asphalt release agent such as soap or lime water may be applied to the interior of the vehicles to prevent sticking and to facilitate discharge of material or as directed by the Engineer-in-Charge. Any tipper causing excessive segregation of materials by its spring suspension of their contributing factors or that which shows under delay shall be removed from the work until such conditions are corrected. Mix falling short of the quality shall be rejected and be removed from the site by the contractor at his own cost failing which this shall be done by the Dept at the risk and cost of the contractor.

9.11.3 SPREADING:

9.11.3.1.1Except in areas where a mechanical paver cannot access, the bituminous material shall be spread, leveled and tamped by an approved self-propelled paving machine. As soon as possible after arrival at site, the material shall be supplied continuously to the paver and laid without delay.

9.11.3.1.2 The rate of delivery of material to the paver shall be regulated to enable the paver to operate continuously. The travel rate of the paver, and its method of operations, shall be adjusted to ensure an even and uniform flow of bituminous material across the screed, free from dragging, tearing and segregation of the material.

CA NO CE (P) PSK / /2014-15 Serial page No.157 Tender No: CE (P) PSK/07/2014-15

PARTICULAR SPECIFICATIONS (Contd………)

9.11.3.1.3 The minimum thickness of material laid in each paver pass shall be on accordance with the minimum values given in the relevant parts of the specifications. When laying binder course or wearing course approaching an expansion joint of a structure, machine laying shall stop 300mm short of the joint. The remainder of the pavement up to the joint, and the corresponding area beyond it, shall be laid by hand, and the joint or joint cavity shall be kept clear of surfacing material. 9.11.3.1.4 Bituminous material, with temperature greater than 145o C, shall not be laid or deposited on bridge deck. 9.11.3.2 The mix transferred from the tipper at site to paver shall be spread immediately by means of self propelled paver with suitable screeds capable of spreading, tamping and finishing the mix true to the specified lines, grades and cross sections. The paver finisher shall have the following essential features: - 9.11.3.2.1 Loading hoppers and suitable distributing mechanism. 9.11.3.2.2 All drives having Hydrostatic drive/control. 9.11.3.2.3 The machine shall have a hydraulically extendable screed for appropriate width requirement. 9.11.3.2.4 The screed shall have tamping and vibrating arrangement for initial compaction to the layer as it is spread without netting or otherwise marring the surface. It shall have adjustable amplitude and variable frequency. 9.11.3.2.5 The paver shall be equipped with necessary control mechanism so as to ensure that the finished surface is free from surface blemishes. 9.11.3.2.6 The screed shall have the internal heating arrangement. 9.11.3.2.7 The Paver shall be capable of laying either 2.5M to 4.0M widths. 9.11.3.2.8 The paver shall be so designed as to eliminate shedding/slipping of the tyres during operation. 9.11.3.3 Safety of machine and operator and during night hour shall be of the Contractor. 9.11.3.4 All repair in case of off road of Paver will be done by the Contractor. 9.11.3.5 Hand placing of pre-mixed bituminous materials shall only be permitted in the following circumstances :

For laying regulating courses of irregular shape and varying thickness. In confined spaces where it is impracticable for paver to operate. For filling of pot holes. 9.11.3.6 Manual spreading of pre-mixed wearing course material or the addition of such material by hand-spreading shall to the paved-area, for adjustment of level, shall only be permitted in following circumstances:

At the edges of the layers of material and at gullies and man holes. At the approaches to expansion joints of bridge decks. As directed by

Engineer-in-charge/OC Contract. 9.11.4 CLEANLINESS AND OVERLAYING: Bituminous material shall be kept clean and uncontaminated. Should any bituminous material become contaminated, the Contractor shall make it good to the satisfaction of Engineer-in-Charge.

9.11.5 COMPACTION: Rolling shall start as soon as possible after the material has been spread deploying a set of rollers as the rolling is to be completed in limited time frame. The roller shall move at a speed not more than 5-Km/hrs. rolling shall be done with care to avoid unduly roughening of the pavement surface.

CA NO CE (P) PSK / /2014-15 Serial page No.158 Tender No: CE (P) PSK/07/2014-15

PARTICULAR SPECIFICATIONS (Contd………)

Rolling of the longitudinal joints shall be done immediately behind the paving operation.

After this, the rolling shall commence at the edges and progress towards the centre longitudinally except that on superelevated and uni-directional cambered portions, it shall progress from the lower to the upper edge parallel to the centre line of the pavement. The initial or break-down rolling shall be done with 8-10 Tonnes dead weight smooth wheeled roller as soon as it is possible to roll the mix without cracking the surface or having the mix pick up on the roller wheels. The second or intermediate rolling shall follow the break-down rolling with 8-10 Tonnes dead weight or vibratory roller or pneumatic tyred roller of 12 to 15 Tonnes weight having nine wheels, and minimum tyre pressure of 5.60 kg/sq.cm. as closely as possible to the paver and be done while the paving mix is still at a temperature that will result in maximum density. The final rolling shall be done while material is still workable enough for removal of roller marks, with 6-8 smooth wheeled tandem rollers. When the roller has passed over the whole area once, any high spots or depressions, which become apparent, shall be corrected by removing or adding mix material. The rolling shall then be continued till the entire surface has been rolled to 95 percent of the average laboratory density as specified in MOST specifications for Road and Bridge Works, fifth revision. There is no crushing of aggregates and all roller marks have been eliminated. The roller wheel shall be kept damp if necessary to avoid bituminous material from sticking to the wheels and being picked up. In no case shall fuel, lubricating oil be used for this purpose, nor excessive water poured on the wheels. Roller(s) shall not stand on newly laid material while there is a risk that surface will be deformed thereby. The edges along and transverse of the bituminous macadam laid and compacted earlier shall be cut to their full depth so as to expose fresh surface which shall be painted with a thin surface coat of appropriate binder before the new mix is placed against it. 9.11.6 OPENING TO TRAFFIC

The newly laid surface shall not be open to traffic for at least 24 hours after laying and the completion of compaction, without the written approval of the Engineer-In-Charge.

9.11.7 SURFACE FINISH AND QUALITY CONTROL

The surface finish of the completed construction shall conform to the requirements of Clause 902 of MORT&H Specification (Fifth revision). All materials and workmanship shall comply with the provisions set out in Section 900 of MORT&H Specification (Fifth revision) of this Specification.

9.12 QUALITY CONTROL: -

9.12.1 Control on quality of materials and mixing shall be exercised by the Engineer-In-Charge in accordance with the specifications/Conditions given as under:-

The Contractor shall establish two quality control cells one at Hot Mix Plant location and other at site of work where the laying and finishing work is being done by to exercise the proper control of temperatures of binder and aggregates for mixing and of the mixes at the time of lying. (The cost of this establishment shall be borne by the Contractor) The contractor shall provide necessary cooperation and assistance in obtaining the samples for test and carrying out the field tests as required by the Engineer-in-Charge from time to time. This may include provision of labour, assistance in packing and dispatching and other assistance considered necessary in connection with the above tests as directed by the Engineer-In-Charge.

CA NO CE (P) PSK / /2014-15 Serial page No.159 Tender No: CE (P) PSK/07/2014-15

PARTICULAR SPECIFICATIONS (Contd………)

9.12.2 In addition to the above tests on mixes, the contractor shall satisfy the Engineer-In-Charge and OC Contract regarding the quality of aggregates used in the mixes through various tests at the cost of contractor to the frequency stipulated as under:

FREQUENCY OF TEST FOR BC

Srl No

Test Frequency of Test (minimum)

(i) Quality of binder : Number of samples per lot and tests as per IS : 73, IS: 217 and IS: 8887 as applicable.

(ii) Aggregate Impact Value/ Los Angeles Absorption Value

: One test per 50 Cum of aggregate.

(iii) Flakiness Index and Elongation Index

: -do-

(iv) Stripping value : Initially one set of 3 representative specimens for each source of supply. Subsequently when warranted by changes in the quality of aggregates.

(v) Water sensitivity of mix : Initially one set of 3 representative specimens for each source of supply. Subsequently when warranted by changes in the quality of aggregates.

(vi) Grading of aggregates : Two tests per day per plant both of the individual constituents and mixed aggregates from the dryer

(vii) Water absorption of aggregates

: Initially one set of 3 representative specimens for each source of supply. Subsequently when warranted by changes in the quality of aggregates.

(viii) Soundness (Magnesium and Sodium Sulphate )

: Initially one determination by each method for each source of supply. Subsequently when warranted by changes in the quality of aggregates.

(ix) Percentage of fractured faces

: When gravel is used, one test per 50 cum of aggregate.

(x) Binder content and aggregate grading

: Periodic, subject to minimum of two tests per day per plant

(xi) Control of Temp of binder and aggregate for mixing and of the mix at the time of laying and rolling

: At regular close intervals

(xii) Rate of spread of mixed material

: Regular control through checks of layer thickness

(xiii) Density of compacted trade layer

: One test per 250 Sqm of area

9.13 MEASUREMENT FOR PAYMENT: Bituminous concrete construction shall be measured as finished work in square metre at a specified thickness and specified density as per approved Job Mix Formula.

CA NO CE (P) PSK / /2014-15 Serial page No.160 Tender No: CE (P) PSK/07/2014-15

PARTICULAR SPECIFICATIONS (Contd………)

10. ACCEPTANCE OF SUPPLY/WORK EXECUTED: -The Contractor shall provide the necessary sieves at site for checking of the quality materials/work executed by the Contractor as directed by the Department. The Contractor shall agree to the laboratory testing results of the materials supplied/work executed by him in any of the Govt/Govt approved laboratories. The materials/work found substandard by Engineer-in-Charge or any other officer/Board of Officers detailed by the Commander TF for inspection, checking any testing etc. within the contract period or afterwards within 12 (twelve) calendar months as per clause 46 of IAFW 2249 (Latest Edition), General Conditions of Contract, shall be rejected. The Contractor shall have no claim on account of supply of materials/work executed and removal of the rejected quantity of item. 11. INSPECTION AND TESTING: - Refer to Condition 46 of General Conditions of Contract IAFW – 2249 (Latest Edition) forming part of the Contract.

11.1. The Accepting Officer shall have the overriding powers to amend and/or alter and/or modify and/or cancel the decision/instructions given by any officer/person detailed and/or connected with the administration of the contract and the decision/orders instructions of the Accepting Officer shall be final.

11.2. The matter shall be referred to the Accepting Officer for his decision in event of any misunderstanding as regards to the interpretations of particular specifications; whether materials obtained from quarries mentioned hereinbefore conform to the laid down specifications or nor/or any other matter; as mentioned in these tender documents and the decision of the Accepting Officer shall be final and binding on all such issues. The minimum frequency of all tests to be carried out for each item of Schedule “A” shall be as specified at table no 900-4 of MOSRT & H specification of road & bridges works (Fifth Revision). However, Engineer-in-Charge/OC Contract reserves the right to carryout more tests at any intervals at their sole discretion. Cost of all such tests will be borne by the contractor.

12. Latest version/revision of all IS/IRC codes referred will be followed.

CA NO CE (P) PSK / /2014-15 Serial page No.161 Tender No: CE (P) PSK/07/2014-15

PARTICULAR SPECIFICATIONS (Contd………)

Form FIN-1

Available Bid Capacity (Ref Technical Evaluation Criteria A-3) (The follwoig table shall be filled in by the Applicant) Applicant‟s Name : Date :

Total Value of Works Executed in each year

Financial Yerar Amount in Rs lacs Remarks

2012-13

2011-12

2010-11

2009-10

2008-09

Balance value of work in Rs lacs as on 03 Aug 2013

S/No. Description of work Name of Client Contract value in Rs Lacs

Amount of Balance work in hand in Rs Lacs

CA NO CE (P) PSK / /2014-15 Serial page No.162 Tender No: CE (P) PSK/07/2014-15

PARTICULAR SPECIFICATIONS (Contd………)

From FIN – 2

Average Annual Turnover (Ref Technical Evaluation Criteria A.5 (vi)) (The following table shall be filled in by the Applicant)

Annual Turnover data

Year Amount in Rs. Lacs

2012-13

2011-12

2010-11

2009-10

2008-09

Average

Annual

Turnover*

* Average annual turnover calculated as total certified payments received for work in progress or completed, divided by the number of years specified (five).

Form EXP – 1

Working Experience (Ref Technical Evaluation Criteria A.2) [The following table shall be filled in by the Applicant]

S/No. Year Description of similar work

Name of client

Amount of contract in Rs Lacs

Date of commencment

Date of compltion

i) 2012-13

ii) 2011-12

iii) 2010-11

iv) 2009-10

v) 2008-09

CA NO CE (P) PSK / /2014-15 Serial page No.163 Tender No: CE (P) PSK/07/2014-15

PARTICULAR SPECIFICATIONS (Contd………)

FORM OF SOLVENCY CERTIFICATE FROM A SCHEDULED BANK

1. This is certified that to the best of our knowledge and information M/s./Shri./Smt.

_______ ____________________________________________________________________

having adress

_______________________________________________________________________, a

customer of our bank are/is respectable and can be considered solvent / financially sound for any

engagement upto Rs. ________________________ (Rupees

____________________________________________). This certificate is issued without any

gurantee or responsibility on the band or nay of the Officers.

(Signature)

Namen, No, & Seal of bank

NOTE:- In case of partneship firm, certificate to include names of all partners as recorded with

the bank.

FORM OF WORKING CAPITAL CERTIFICATE FROM A SCHEDULED BANK

This is Certified that M/s. / Shri. / Smt.

_________________________________________________ having address

________________________________________________________, has/have been

maintaining a saving bank account/ current account / fixed deposit account with this branch of

bank since _____________________________ and an amount not less than Rs.

_____________________ (Rupess ____________________________________) has been

available to the credit in his /her/theri acount Nos ______________________________ for the

last three months. The firm is enjoying over draft/credit facility up to limit of Rs.

________________________________.

Average Annual Turnover of the firm during last two years (2011-12 & 2012-13) is Rs.

______________ Lacs.

(Signature) Name, No, & Seal of bank

CA NO CE (P) PSK / /2014-15 Serial page No.164 Tender No: CE (P) PSK/07/2014-15

PARTICULAR SPECIFICATIONS (Contd………)

DETAILS OF STONE CRUSHER, VEHICLE/TIPPER AVAILABLE WITH TENDERER

[Refer Para A-4 at page No. 05]

S/No Type of V/E/P Numbers available

1 HMP (30/40 TPH)

2 Stone Crusher 20/30 TPH

3 Paver finisher

4 BPD

5 TVRR

6 Static Roller

7 Tipper

CA NO CE (P) PSK / /2014-15 Serial page No.165 Tender No: CE (P) PSK/07/2014-15

PARTICULAR SPECIFICATIONS (Contd………)

Appendix „B‟

(Ref para-45 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) PSK / /2014-15 Serial page No.166 Tender No: CE (P) PSK/07/2014-15

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) PSK/07/2014-15 for PROVIDING AND LAYING OF BC 40 MM

THICK AND CORRECTION WORK WITH BM 50 MM THICK BETWEEN KM 76.00 TO 83.00 ON

IMPHAL-JIRIBAM ROAD (NH-37) (ZERO RECKONED FROM IMPHAL) UNDER 83 RCC/765

BRTF PROJECT PUSHPAK IN MANIPUR 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 stipulated tender conditions.

______________________________________

(Signed by an Authorized Officer of the Firm)

_____________________ Title of Officer

_____________________ Name of Firm

____________ Date

CA NO CE (P) PSK / /2014-2015 Serial page No.167 Tender No: CE (P) PSK/07/2014-15

BORDER ROADS ORGANISATION

MINISTRY OF ROAD TRANSPORT AND HIGHWAYS, GOVT OF INDIA

HEADQUARTERS CHIEF ENGINEER PROJECT PUSHPAK

NAME OF WORK: PROVIDING AND LAYING OF BC 40 MM THICK AND CORRECTION WORK WITH BM 50 MM THICK BETWEEN KM 76.00 TO 83.00 ON IMPHAL-JIRIBAM ROAD (NH-37) (ZERO RECKONED FROM IMPHAL) UNDER 83 RCC/765 BRTF PROJECT PUSHPAK IN MANIPUR STATE

Part - II (PRICED BID)

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

S/No Particulars Page No

From To

01 Contents 167 167

02 Schedule „A‟ Notes 168 169

03 Schedule „A‟ 170 171

04 Schedule „B‟, „C‟ & „D‟ 172 172

05 Miscellaneous 173 174

Total number of pages

Signature of contractor SW For Accepting Officer

CA NO CE (P) PSK / /2014-2015 Serial page No.168 Tender No: CE (P) PSK/07/2014-15

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

NAME OF WORK: PROVIDING AND LAYING OF BC 40 MM THICK AND CORRECTION WORK WITH BM 50 MM THICK BETWEEN KM 76.00 TO 83.00 ON IMPHAL-JIRIBAM ROAD (NH-37) (ZERO RECKONED FROM IMPHAL) UNDER 83 RCC/765 BRTF PROJECT PUSHPAK IN MANIPUR 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 (Latest Edition) General conditions of contract and special conditions of the contract. 2. The rates shall be filled in figures only in the provided column in schedule A given in Excel sheet. The schedule „A‟ given in page No. 170 & 171 is reference only. 3. Period of completion :- The entire works of Schedule “A” under this contract shall be completed within 60 days from the date of commencement work as per work order No.1 which will be generally within 15 days 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 form part of the contract and Tenderer may see such drawings/details in the office of Accepting Officer/concerned Commander TF/ 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 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 this 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. Signature of contractor SW For Accepting Officer

CA NO CE (P) PSK / /2014-2015 Serial page No.169 Tender No: CE (P) PSK/07/2014-15 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. 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 (Latest Edition) 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 (Fifth Revision). The rate be quoted considering Clause 114 of MORT&H specification (fourth version). 14 Unit RM, mm cum or CM, Sqm, Kg and Quintal or Qtl, wherever, mentioned in the tender documents denotes the unit, Running Metre, Millimeter, Cubic Metre, Square Metre, 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 considered for acceptance as a whole and not in parts at the discretion of Accepting Officer in the interest of Govt. Signature of contractor SW For Accepting Officer

CA NO CE (P) PSK / /2014-2015 Serial page No.170 Tender No: CE (P) PSK/07/2014-15

SCHEDULE “A”

LIST OF ITEMS OF WORKS AND PRICES

S/No

Description of works/ items Unit

Approx no of unit

as per stack

measurement/measurement as specified

Actual volume of material to

be paid after reduction of voids and bulkage

Rate per Unit (In Rupees & figures )

Total Amount in Rs. (In figure and words)

BETWEEN KM 76.00 TO KM 83.00 ON IMPHAL-BARAK ROAD.

1. Providing and laying 50 mm Bituminous Macadam mix conforming to Clause 504 of MORT&H Specification for road and bridge works (Fifth Revision), including cost of coarse aggregates, fine aggregates, bitumen (quantity and grade as per approved job mix formula) etc, pre-heating of the mineral aggregate, bitumen to the specified temperature, thoroughly mixing with binder of specified bitumen content as per mix design (Pre-heating of the mineral aggregate and mixing the same with heated bitumen to be done with Hot mix plant of 20T-30T/40T-60T Capacity as approved by the Engineer-in-Charge), carrying the hot premixed materials by means of tipper, trucks or any other approved and suitable arrangements, pouring the hot premixed materials in the paver finisher, laying, compaction including running expenses of all plants inclusive of, required quality control tests at required interval etc complete in all respect as directed.

Sqm 5145.00 5145.00 Rs___________________

(Rupees______________ _____________________ _____________________ _________________only)

Rs________________

(Rupees____________ __________________ __________________ ________________only)

Signature of contractor SW For Accepting Officer

CA NO CE (P) PSK / /2014-2015 Serial page No.171 Tender No: CE (P) PSK/07/2014-15

SCHEDULE “A”

LIST OF ITEMS OF WORKS AND PRICES

S/No

Description of works/ items Unit

Approx no of unit

as per stack

measurement/measurement as specified

Actual volume of material to

be paid after

reduction of voids and bulkage

Rate per Unit (In Rupees & figures )

Total Amount in Rs. (In figure and words)

2. Providing and laying 40 mm Bituminous Concrete

mix conforming to clause 507 of MORT&H

Specification for road and bridge works (Fifth

Revision), including cost of coarse aggregates

fine aggregate filler, bitumen (quantity and grade

as per approved job mix formula) etc, pre-heating

of the mineral aggregate, filler bitumen to the

specified temperature, thoroughly mixing with

binder of specified bitumen content as per mix

design (Pre-heating of the mineral aggregates

and filler and mixing the same with heated

bitumen to be done with Hot mix plant of 20T-

30T/40T-60T capacity as approved by the

Engineer-in-Charge), carrying the hot premixed

materials by means of tipper, trucks or any other

approved and suitable arrangements, pouring the

hot premixed materials in the paver finisher,

laying, compaction including running expenses

of all plants inclusive of, required quality control

tests at required interval etc complete in all

respect as directed.

Sqm 51450.00 51450.00 Rs___________________

(Rupees______________ _____________________ _____________________ _________________only)

Rs________________

(Rupees____________ __________________ __________________ ________________only)

G Total `_________________

(Rupees

Signature of contractor SW For Accepting Officer

SW For Accepting Officer

CA NO CE (P) PSK / /2014-2015 Serial page No.172 Tender No: CE (P) PSK/07/2014-15

SCHEDULE `B‟

ISSUE OF STORES TO THE CONTRACTOR

NAME OF WORK: PROVIDING AND LAYING OF BC 40 MM THICK AND CORRECTION WORK WITH BM 50 MM THICK BETWEEN KM 76.00 TO 83.00 ON IMPHAL-JIRIBAM ROAD (NH-37) (ZERO RECKONED FROM IMPHAL) UNDER 83 RCC/765 BRTF PROJECT PUSHPAK IN MANIPUR STATE.

Srl No Particulars Rate at which

stores will be issued to the contractor

Place of issue by Name

Remarks

Unit

Rate

1 2 3 4 5 6

NIL

SCHEDULE `C‟

LIST OF TOOLS AND PLANTS (OTHER THAN TRANSPORT)

WHICH WILL BE HIRED TO THE CONTRACTOR

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

SCHEDULE `D‟

TRANSPORT TO BE HIRED BY THE CONTRACTOR

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 Dated: -------------------------

SW For Accepting Officer

CA NO CE (P) PSK / /2014-2015 Serial page No.173 Tender No: CE (P) PSK/07/2014-15

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____________________________________________________________________.

The said officer(s) is / are hereby authorized to sign and initial 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

_________________________________________________________________________onl

y) at the item rates quoted in Schedule „A‟.

(KK Razdan) Chief Engineer Project Pushpak (For and on behalf of the President of India) Accepting Officer (Signature of Contractor)

SW For Accepting Officer

CA NO CE (P) PSK / /2014-2015 Serial page No.174 Tender No: CE (P) PSK/06/2014-15

TENDER

To The President of India Through the Chief Engineer

Project Pushpak* (*Referred to also as Accepting Officer elsewhere in the tender documents). Having examined and perused the following documents forming part of tender documents:-

1. Particular/technical specifications 2. Ministry of Road Transport & Highways (MoRTH) specifications for Road and bridge

works (latest revision) Published by India Roads Congress New Delhi 3. Drawings detailed in the list of drawings/ specification/other tender documents. 4. Schedule „A‟ „B‟ „C‟ and, “D‟ attached here to. 5. Special Conditions of the Contract. 6. General Conditions based on IAFW-2249 (Latest Edition) including errata and

amendments hereto. 7. All other documents forming part of tender document Should this tender be accepted, I we agree:-

To execute all the works referred to in the said documents upon the terms and condition contained referred to therein at the item rates continued in the aforesaid Schedule „A‟ and to carry out such deviation as may be ordered vide General Condition 62 of IAFW-2249 (Latest Edition) up to a maximum of 10 percent and further agree to refer all disputes as required by condition 70 of the General Conditions of the contracts (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 23 of 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 Adress_______________ Address Telephone No Name _______________________________Telegraphic Adress