50
CA NO: CE(P) BCN/ / 2018-19 Ser Page No: 1 Tender No: CE (P) BCN/ 06/2018-19 ___________________________ (Signature of contractor with seal) Dir (Contracts) For Accepting Officer BORDER ROADS ORGANISATION HEADQUARTERS CHIEF ENGINEER PROJECT BEACON MINISTRY OF DEFENCE, GOVT. OF INDIA NAME OF WORK: SUPPLY AND STACKING OF STONE SCREENING 13.2 MM (TYPE-A) AND CRUSHER DUST FOR WBM WORK BETWEEN KM 39.00 TO KM 53.00 ON RAMBAN- GUL ROAD (PART-I) AND STONE AGGREGATE 26.50 MM, 22.40 MM, 13.20 MM, 11.20 MM, 6.7 MM AND FINE AGGREGATE (SAND) AT HMP/WMM PLANT SITE AT KM 24.800 ON RAMBAN-GUL ROAD (PART-II) FOR SURFACING WORK BETWEEN KM 39.00 TO KM 53.00 (NET LENGTH 12.00 KM i.e KM 39 TO 50.50 & Km 52.50 TO 53.00) ON RAMBAN- GUL ROAD IN 52 RCC SECTOR UNDER 35 BRTF OF PROJECT BEACON IN J&K STATE. Srl No CONTENTS Srl PAGE (A) PART-I (UNPRICED /TECHNICAL BID) 1. Content Sheet 01 To 01 2. Tender Forwarding letter including eligibility criteria, list & format of Qualification documents and instruction of tenders 02 To 14 3. Notice of tender 15 To 18 4. General condition of contracts IAFW 1815 (Z) including errata and amendments * 19 To 19 5. Special condition 20 To 33 6. Particular/technical Specifications including list of drawings 34 To 39 (B) PART-II (PRICED BID) 7. Total number of pages for ( Q- Bid), available separately including Schedule A notes, Schedule A,B,C&Dand tender page 40 To 50 8 BOQ Excels Sheet 51 To 52 (C) OTHER DOCUMENTS FORMING PART OF CONTRACT AGREEMENT 9 Amendment / errata to tender documents To 10. Relevant correspondence 11 BOQ Comparative Chart 12. Acceptance letter 13 Total No of pages 14 Total Nos of Drawings * Not attached. These documents can be seen in the office of CE (P) BEACON during working hours.

BORDER ROADS ORGANISATION HEADQUARTERS CHIEF … · 2018-05-23 · (iii) Front end loader/ JCB (3DX) = 01 No. 5.2.4.5 Past Performance and Other Requirements a) There is no poor/slow

  • Upload
    others

  • View
    7

  • Download
    0

Embed Size (px)

Citation preview

CA NO: CE(P) BCN/ / 2018-19 Ser Page No: 1 Tender No: CE (P) BCN/ 06/2018-19

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

BORDER ROADS ORGANISATION HEADQUARTERS CHIEF ENGINEER PROJECT BEACON

MINISTRY OF DEFENCE, GOVT. OF INDIA NAME OF WORK: SUPPLY AND STACKING OF STONE SCREENING 13.2 MM (TYPE-A) AND CRUSHER DUST FOR WBM WORK BETWEEN KM 39.00 TO KM 53.00 ON RAMBAN-GUL ROAD (PART-I) AND STONE AGGREGATE 26.50 MM, 22.40 MM, 13.20 MM, 11.20 MM, 6.7 MM AND FINE AGGREGATE (SAND) AT HMP/WMM PLANT SITE AT KM 24.800 ON RAMBAN-GUL ROAD (PART-II) FOR SURFACING WORK BETWEEN KM 39.00 TO KM 53.00 (NET LENGTH 12.00 KM i.e KM 39 TO 50.50 & Km 52.50 TO 53.00) ON RAMBAN-GUL ROAD IN 52 RCC SECTOR UNDER 35 BRTF OF PROJECT BEACON IN J&K STATE.

Srl No CONTENTS Srl PAGE

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

1. Content Sheet 01 To 01

2. Tender Forwarding letter including eligibility criteria, list &

format of Qualification documents and instruction of tenders

02 To 14

3. Notice of tender 15 To 18

4. General condition of contracts

IAFW – 1815 (Z) including errata and amendments *

19 To 19

5. Special condition 20 To 33

6. Particular/technical Specifications including list of drawings 34 To 39

(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

40 To 50

8 BOQ Excels Sheet 51 To 52

(C) OTHER DOCUMENTS FORMING PART OF CONTRACT AGREEMENT

9 Amendment / errata to tender documents To

10. Relevant correspondence

11 BOQ Comparative Chart

12. Acceptance letter

13 Total No of pages

14 Total Nos of Drawings

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

CA NO: CE(P) BCN/ / 2018-19 Ser Page No: 2 Tender No: CE (P) BCN/ 06/2018-19

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

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

Email: www.bro.nic.in, www.gref.nic.in Chief Engineer http://www.bro.nic.in Project Beacon C/o 56 APO 800392/04 /E8 16 May 2018 M/s ________________________________________________ ___________________________________________________ ___________________________________________________ NAME OF WORK: SUPPLY AND STACKING OF STONE SCREENING 13.2 MM (TYPE-A) AND CRUSHER DUST FOR WBM WORK BETWEEN KM 39.00 TO KM 53.00 ON RAMBAN-GUL ROAD (PART-I) AND STONE AGGREGATE 26.50 MM, 22.40 MM, 13.20 MM, 11.20 MM, 6.7 MM AND FINE AGGREGATE (SAND) AT HMP/WMM PLANT SITE AT KM 24.800 ON RAMBAN-GUL ROAD (PART-II) FOR SURFACING WORK BETWEEN KM 39.00 TO KM 53.00 (NET LENGTH 12.00 KM i.e KM 39 TO 50.50 & Km 52.50 TO 53.00) ON RAMBAN-GUL ROAD IN 52 RCC SECTOR UNDER 35 BRTF OF PROJECT BEACON IN J&K STATE Dear Sir (s) 1. A set of tender documents containing ‘T’-Bid (Technical bid) and ‘Q’-Bid (Priced/ Qualifying Bid) for the above work is forwarded herewith. Please note that tender will be received through online only by the Chief Engineer (P) Beacon, C/o 56 APO upto 1230 Hrs on 07 Jun 2018 and hard copies of mandatory documents at this HQ upto 1230 Hrs on 08 Jun 2018. ‘T’-bid will be opened as per date/time as mentioned in the tender critical date sheet. After online opening of ‘T’-Bid the results of their qualification as well ‘Q’-Bid opening date will be intimated later. 2. Tenderers or their duly authorized representative who have submitted their tenders and who wish to be present at the time of opening of tenders may visit the office of Chief Engineer (P) Beacon C/O 56 APO at the above mentioned time. However they can view online tender opening process at their premises. 3. Tender documents may be downloaded from Central Public Procurement Portal (CPPP) website https://eprocure.gov.in/eprocure/app. 4. Tendering procedure shall be single stage- two bid system and tender documents are prepared in two parts as under:-

Part-I (Technical Bid- ‘T’ Bid) Part-II (Priced/Qualifying Bid – ‘Q’ Bid) 5 Part –I

Technical Bid- ‘T’ Bid 5.1 5.2 ‘T’ Bid shall comprise:

I.Eligibility / qualification documents

CA NO: CE(P) BCN/ / 2018-19 Ser Page No: 3 Tender No: CE (P) BCN/ 06/2018-19

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

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-1815(Z) forming part of contract

agreement V.Special Condition of Contracts.

VI.Particular/Technical specification including drawings if any VII.Any other tender documents except Price bid

VIII. Earnest money by unlisted contractors and enlisted contractors who have not submitted standing security deposit.

5.3 Technical Evaluation Criteria

5.2.1 Blank 5.2.2 If contractor is not enlisted with BRO or enlisted with BRO but has not submitted

standing security deposit, he should submit Earnest Money. 5.2.3 All the pages of ‘T’-Bid be duly signed by the bidder/authorized rep. The

undertaking has been given in Appendix ‘C' of forwarding letter shall be uploaded on CPP portal during bidding by the bidders.

5.2.4 Eligibility Criteria. Tenderers shall meet the following eligibility criteria :- 5.2.4.1 Capabilities

(a)

Working Capital :- The tenderer should have working capital and /or credit facilities more than 10%of the estimated cost of work i.e. Rs 26.19 Lac.

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

(b) Immovable property :- The tenderer should have immovable property of residual market value (i.e. free from loan/mortgage) of at least 10% of estimated cost of work given in NIT i.e. Rs 26.19 Lac. Note:- Immovable property shall be exclusively in the name of contractor/company and not in the name of family members/ relatives /others. In case of limited companies, these should also be reflected in Balance Sheet.

Tenderer shall submit affidavit for immovable property incorporating following certificates in affidavit along with valuation report from Registered (with any Govt body) valuer and registration certificate with any Govt body of regd valuer :- (a) That the immovable property is free from mortgages, hypothecation or any other disputes and encumbrances and clearly belongs to the contractor.

Or That the immovable property is free from any dispute and encumbrance and clearly belongs to the contractor. The immovable property has been mortgaged /hypothecated for Rs…………………….. market value of immovable property as per valuation report given by Registered valuer is Rs……………………. Therefore Residual market value of property i.e. Rs……….. (Market value minus mortgaged value) is free from any mortgage/hypothecation. (b) That the said immovable property has not been shown for seeking enlistment of a sister concern in BRO. (c) That the said immovable property will not be sold, transferred, gifted or otherwise disposed off till satisfactory completion of the work.

CA NO: CE(P) BCN/ / 2018-19 Ser Page No: 4 Tender No: CE (P) BCN/ 06/2018-19

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

Note : The above criteria is exempted for tenderers enlisted with BRO in eligible class & above for works with estimated cost upto Rs 25 crores as given in NIT.

5.2.4.2 Experience

S/No

Experience Criteria Documents to be submitted by the tenderers to prove eligibility:-

1.

Tenderer should have successfully completed or substantially completed three similar works each costing not less than the amount equal to 40% of total estimated cost of work i.e. Rs 104.75 Lac.

Or Two similar works each costing not less than the amount equal to 50% of total estimated cost of work ie Rs 130.94 Lac.

Or One similar work each costing not less than the amount equal to 80% of total estimated cost of work ie Rs 209.50 Lac in last seven years including current financial year. These similar works should have been successfully completed or substantially completed. Note: - The work should be executed for Govt / semi Govt. / PSUs organizations.

List of works completed/ substantially completed in the last seven and current financial years and ongoing works in the following format :- (a) Name of work & CA No. (b) Brief scope of work (c)Name and address of employer/ clients (d) Accepted contract amount (e) Date of commencement of work (f) Original date of completion (g) Extended date of completion (h) Actual date of completion/ Present progress (j) Cost of completed work (k) Remarks explaining reasons of delay if any Note: - Works proving eligibility criteria of experience shall be highlighted and performance certificate from client in respect of this work shall be submitted.

Similar works means Supply and stacking of stone aggregates and sand, 35% weightage will be given for the execution of surfacing works. Note. FOR MSME: If the firm is registered with MSME at State/ National level, they will be eligible for their bidding against experience of similar works supply contract upto 3 crore. The following documents must be submitted along with the bid:-

(i) Registration certificate at State/ National level. (ii) Certificate regarding capability of firm issued by concerned Director of Industries. (iii) Certificate issued by Director of Industries regarding assessment of financial capability calculated according to the rates of state PWD for the concerned works.

(No other relaxation will be given to MSME tenderer except experience criteria. Other criteria will remain the same.)

CA NO: CE(P) BCN/ / 2018-19 Ser Page No: 5 Tender No: CE (P) BCN/ 06/2018-19

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

5.2.4.3 Available Bid Capacity (ABC) As per formula given here-in-below ABC should be more than estimated cost of work given in NIT i.e. Rs 261.87 lac. Available Bid Capacity =2.5 X A X N –B

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

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.

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

(i) Tippers/ Trucks = 09 Nos (ii) Stone Crusher (Minimum 20TPH capacity) = 01 No. (iii) Front end loader/ JCB (3DX) = 01 No.

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

CA NO: CE(P) BCN/ / 2018-19 Ser Page No: 6 Tender No: CE (P) BCN/ 06/2018-19

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

Notes :- (i) * Eligible class shall be Class ‘E’ for works with estimated cost up to Rs 0.25 crore (as per NIT), Class ‘D’ for works with estimated cost between Rs 0.25 crore to Rs 0.50 crore (as per NIT), Class ‘C’ for works with estimated cost between Rs 0.50 crore to Rs 1.00 crore (as per NIT), Class ‘B’ for works with estimated cost between Rs 1.00 crore to Rs 3.00 crore (as per NIT), Class ‘A’ for works with estimated cost between Rs 3.00 crore to Rs 7.50 crore (as per NIT), Class S for works with estimated cost between Rs 7.50 crore to Rs 15.00 crore (as per NIT). There is no limit of estimated cost for class ‘SS’ contractors. (as per NIT) (ii) Blank (iii) The work may have been executed by the tenderer as prime contractor or as a member of joint venture or sub contractor. In case project has been executed by a joint venture, weight age towards experience of the project would be given to each member in proportion to their participation in the joint venture. (iv) Substantially completed works means those works which are at least 90% completed on the date of submission of Bid and continuing satisfactorily. (v) Completion cost of works shall be brought to common base date of receipt of tender as per following formula: Completion cost X {1+ (Period in days from date of completion to date of receipt of tender/365 days) X 0.10} (vi) The tenderers shall indicate actual figures of completion cost of work and value of A without any enhancement as stated above. (vii) To determine the altitude of work, average of minimum and maximum altitudes of the work site shall be considered. (viii) Immovable property shall be exclusively in the name of contractor/company and not in the name of family members/relatives/others. In case of limited companies, these should also be reflected in Balance Sheet. (ix) Relaxation may be given in any one criteria (except in criteria of experience and performance & others requirements) up to 25% extent i.e. ABC may be permitted up to 75% of estimated cost of works /VEP may be permitted up to 75% of total Nos of requisite VEP/ Working capital may be permitted up to 75% of requirements / Immovable property may be permitted up to 75% of requirements/engineering establishment may be permitted up to 75% of requirements. No relaxation shall be permitted in criteria of experience and performance & other requirements. (x) BIDDER SHALL SUBMIT ALL REQUISITE DOCUMENTS AS PER TENDER DOCUMENT FOR QUALIFICATION IN ‘T’ Bid. DUE TO LIMITED WORKING SEASON, ACCEPTING OFFICER RESERVES THE RIGHT WHETHER TO CALL FOR DEFICIENT DOCUMENTS FROM PARTICIPATING BIDDERS OR NOT. ‘T’ BID OF TENDERER WITH INCOMPLETE DOCUMENTS SHALL SUMMARILY BE REJECTED.

CA NO: CE(P) BCN/ / 2018-19 Ser Page No: 7 Tender No: CE (P) BCN/ 06/2018-19

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

5.2.4.6 JOINT VENTURE (JV) Joint ventures are permitted for Bridge works with estimated cost more than Rs. 10 crores and for other works with estimated cost more than Rs.50 crores. Number of partners in joint ventures shall not be more than three.

Criteria Method of evaluation

Experience All Partners of JV must satisfy collectively.

Available bid capacity Immovable property

Each partner of JV should meet the criteria in proportion of shares of partners in JV. For example if any partner has 40% share in JV, he should have available bid capacity (ABC) 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

5.2.4.7 Disqualification EVEN THOUGH THE TENDERER MEET THE ABOVE CRITERIA, THEY ARE LIABLE

TO BE DISQUALIFIED AND EVEN BARRED FOR OTHER TENDERS FOR SIX MONTHS, IF DEEMED FIT, IF THEY HAVE MADE MISLEADING OR FALSE INFORMATION IN BIDDING DOCUMENTS SUBMITTED BY THEM.

5.2.5 List & Format of eligibility documents to be attached alongwith Part-I of tender documents to prove eligibility (i) List of works completed/ substantially completed in the last seven and current financial years and ongoing works in the following format:-

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

Note: - Works proving eligibility criteria of experience shall be highlighted and performance certificate from client in respect of these works shall be submitted. (ii) Available Bid Capacity:- FOR-A :- Balance Sheets /Certificates from chartered Accountant indicating annual turnover of works done in last 5 years. FOR-B :- Contractor shall submit details of ongoing works as per format stated here-in-before. Tenderer shall calculate ABC and submit details duly signed.

CA NO: CE(P) BCN/ / 2018-19 Ser Page No: 8 Tender No: CE (P) BCN/ 06/2018-19

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

(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 on 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 firm (If yes he will submit details and reasons) f) Proprietor/partners/directors of firm are not involved in antinational/social activities and have neither been convicted nor any proceeding are pending in court for such activities (If yes he will submit details) (v) Tenderer shall submit information of all arbitration/court cases decided during last five years including current financial year and also presently in progress on affidavit as per following format:-

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

(vi) Working Capital

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

CA NO: CE(P) BCN/ / 2018-19 Ser Page No: 9 Tender No: CE (P) BCN/ 06/2018-19

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

(vii) Immovable Property Tenderer shall submit affidavit for immovable property incorporating following certificates in affidavit along- with valuation report from Registered (with any Govt body) valuer and registration certificate with any Govt body of regd valuer :- (a) That the immovable property is free from mortgages, hypothecation or any other disputes and encumbrances and clearly belongs to the contractor.

Or That the immovable is free from any dispute and encumbrances and clearly belongs to the contractor. The immovable property has been mortgaged /hypothecated for Rs…………………….. market value of immovable property as per valuation report given by Registered valuer is Rs……………………. Therefore Residual market value of property i.e. Rs……….. (market value minus mortgaged value) is free from any mortgage/hypothecation. (b) That the said immovable property has not been shown for seeking enlistment of a sister concern in BRO. (c) That the said immovable property will not be sold, transferred, gifted or otherwise disposed off till satisfactory completion of the work. (viii) Constitution of firm along with copy of partnership deed (in case of partnership firms) and memorandum of articles and association (in case of limited companies ) (ix) Copies of passport of proprietor /partners/directors (if available). If not submitted and Accepting Officer has doubt in character and antecedents of proprietor/partners/directors he may get these verified from police authorities. (x) Copies of PAN card of proprietor/partners/directors. (xi) Lowest bidder (if his offer is decided for acceptance) will be required to fill enlistment form for provisional enlistment. Notes:- (i) Documents as listed at Sl (vi) to (xi) above are exempted for tenderer enlisted in BRO in eligible Class* & above for works with estimated cost up to Rs 25 crores as given in NIT. (ii) Documents as listed at Sl (viii) to (xi) above are exempted for tenderer enlisted in BRO in any class. (iii) Affidavit shall be submitted on non judicial papers of appropriate value duly attested by the Magistrate/ Notary Public. (iv) Photocopies of documents shall be attested by Gazetted officer/public notary and also self attested. 5.3 The bidder should meet all the technical evaluation criteria including indicated in the bid documents in order that the bid is considered to be technnically responsive and the bidder qualifying to have its commercial bid opened.

CA NO: CE(P) BCN/ / 2018-19 Ser Page No: 10 Tender No: CE (P) BCN/ 06/2018-19

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

6. Part–II Priced /Qualifying-‘Q’ bid

6.1 Part–II (Price /Commercial bids-‘Q’ bid) shall comprise the followings (i) Schedule ‘A’ Notes (ii) Schedule ‘A’(Rates to be quoted online by bidder in BOQ Excel Sheet only ) (iii) Schedule ‘B’, ‘C’ & ‘D’.

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

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

6.2. ‘Q’-Bid Evaluation Commercial bids will be reviewed to ensure that the figures indicated therein are consistent with the details of the corresponding technical bids. Arithmetical corrections shall be made as per General Conditions of Contract 4.A of IAFW 1815-Z.

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

(i) Commercial Bids shall only be furnished in Schedule ‘A’ forming part of the Tender documents. (ii) All payment Terms as forming part of Clause of General Conditions of Contract have been accepted. (iii) Completion Period as indicated in Schedule ‘A’ Notes have been accepted. (iv) All General Conditions of Contract have been accepted. (v) All Special Conditions of Contract have been accepted. 6.3 Determination of L-1. L1 shall be arrived at by taking into account the rates quoted in

BOQ Schedule ’A’ which shall be inclusive of all taxes and duties leviable .

6.4 Conditional bids shall be treated as being ‘Non Responsive’ – .NO ‘Conditional’ bid shall be accepted. 6.5 Negotiations, if any, shall be carried out ONLY with the Lowest evaluated responsive bidder in accordance with CVC guidelines on the subject. 7. All latest policies / circulars / of central government shall be applicable even if those are not mentioned anywhere in this document. 8. Bids shall be submitted online only at CPPP website: https://eprocure.gov.in/eprocure/app. Manual bids shall not be accepted. Tenderer/Contractor are advised to follow the instructions provided in the ‘instructions to the Contractors/Tenderer for the e-submission of the bids online through the Central Public Procurement Portal for e Procurement at https://eprocure.gov.in/eprocure/app’. 9. Tender shall be opened as per date/time as mentioned in the tender critical date sheet indicated in Para I herein before in the presence of tenderers or their authorized representative

CA NO: CE(P) BCN/ / 2018-19 Ser Page No: 11 Tender No: CE (P) BCN/ 06/2018-19

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

whoever wish to be present. Part-I only shall be opened first on this day. BOQ excel sheet shall not be opened. Part I (Unpriced bid) will be opened and evaluated as per BRO technical evaluation criteria given in the tender documents. Qualified tenderer will accordingly be informed along with date & time of opening of their BOQ excel sheet (however date of opening of BOQ shall not be earlier than 7 days from date of opening of of Part-I). Unqualified tenderer will also be informed through e-mail. BOQ excel sheet shall be opened on the appointed date/time in the presence of such tenderer who choose to be present and the amounts quoted by the tenderers shall be read out by the opening officer(s) to the tenderers. However they can view online tender opening process at their premises. 10. The Chief Engineer Project Beacon, C/o 56 APO will be Accepting Officer here-in-after referred to as such for the purpose of this contract. 11. Tenderers are requested to quote rates in figures only in the provided column in schedule ‘A’ given in Excel sheet. 12. If tenderers desire that any condition or stipulation given in the tender documents is to be modified or deleted, they may submit their comments/suggestion well before last date of submission of tender for consideration by the Deptt for issue of corrigendum/amendments to tender documents. If deptt considers comments/suggestion suitable, corrigendum/amendments to tender documents shall be issued and also uploaded on BRO web site. If deptt does not consider comments/suggestion suitable, corrigendum/amendments to tender documents 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) Blank. (b) Blank (c) Blank. (d) In case they are submitting a BLANK TENDER, word ‘BLANK’ must be prominently endorsed on the envelope and in schedule ‘A’ inside the tender documents and general summary duly signed by the tenderer.

CA NO: CE(P) BCN/ / 2018-19 Ser Page No: 12 Tender No: CE (P) BCN/ 06/2018-19

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

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

(i) In case of proprietorship concern if tender is signed by other than proprietor, person signing tender documents should hold power of attorney from proprietor. (ii) In case of partnership concern, power of attorney shall be executed by all partners. (iii) In case of company, power of attorney shall be executed in accordance with the constitution of company.

(f) The undertaking is to be signed and attached by tenderer as per format given at Appendix ‘C’.

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

(a) Earnest money is not required to be attached with tender by the enlisted contractor with BRO (term “enlisted contractor” used in tender documents means “enlisted contractor with BRO”) who have submitted standing security but same is required from contractors, who have not submitted standing security deposit. (b) Un-enlisted contractors or enlisted contractors with BRO, who have not submitted standing security deposit will submit the tender accompanied with Earnest Money amounting to Rs 3,37,000/- (Rupees Three Lakh 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) Beacon C/o 56 APO by nationalized/scheduled Bank. Tender not accompanied with earnest money will not be considered for acceptance. The amount of this receipt should be basic amount and not their maturity value. Any deposit lying with the department in any form against any other tender and/or contract shall not be considered for adjustment as the earnest money against the tender. Any tender not accompanied with the earnest money in the form as indicated here-in-before or accompanied with any letter/communication containing any request for adjustment of any other deposit as earnest money shall be treated as non bonafide tender.

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

CA NO: CE(P) BCN/ / 2018-19 Ser Page No: 13 Tender No: CE (P) BCN/ 06/2018-19

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

19. Security Deposit

(a) In case of a enlisted contractor, who has submitted the standing security deposit, but the tendered cost of the work exceeds the upper tendering limit of the contractor and the Accepting Officer decides to accept this tender, the contractor has to lodge Additional Security Deposit (difference of security of work and standing security deposit) as notified by the Accepting Officer in the prescribed form within 30 days of the receipt by him of notification of acceptance of the tender, failing which this sum shall be recovered from the first RAR payment, and if the date of first RAR is prior to the period mentioned above, the same shall be recovered from such payment. (b) In case of un-enlisted or enlisted contractor who has not deposited the Standing Security deposit, and the Accepting Officer decides to accept his tender, then contractor has to lodge Security Deposit as notified by the Accepting Officer in the prescribed form within 30 days of the receipt by him of notification of acceptance of the tender, failing which this sum shall be recovered from the first RAR payment, and if the date of first RAR is prior to the period mentioned above, the same shall be recovered from such payment. The security deposit amount will be communicated as per departmental norms but in no case the same shall be more than Rs 18,75,000.00 (Rupees Eighteen Lakh Seventy Five Thousand only). (c) The contractor may at his discretion furnish in lieu of Additional Security Deposit or Security Deposit a Bank Guarantee Bond executed by any nationalized/Schedule Bank for the said amount. The form of Bank Guarantee Bond may be seen in any office of BRO.

Table for Earnest Money

Srl Estimated cost of work Earnest Money

(a) UP to Rs. 50.00 lacs 2% of the amount subject to a minimum of Rs. 5000/-

(b) Over Rs. 50.00 lacs & up to 100.00 lacs

Rs 1,00,000/-+ 1.5% of amount exceeding Rs 50 Lac

(c) Over Rs. 100.00 lacs & up to 500.00 lacs

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

(d) Over Rs. 500.00 lacs & up to 1500.00 lacs

Rs 5,75,000/-+ 0.5% of amount exceeding Rs 500 Lac

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

20. Accepting Officer reserves the right to accept the tender submitted by a Public Sector Undertaking, giving a price/purchase preference over other tender(s), which may be lower, as are admissible under the Govt. Policy. No claim for any compensation or otherwise shall be admissible from those, whose tenders may be rejected on account of the said Policy. 21. BLANK 22. The tender shall remain open for acceptance for a period of One hundred twenty (120) days from the date of opening of ‘Q’- Bid of the tender.(excluding the date of opening)

CA NO: CE(P) BCN/ / 2018-19 Ser Page No: 14 Tender No: CE (P) BCN/ 06/2018-19

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

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 schedule A given in Excel sheet only. In case the tenderer has to revise/ modify the rates quoted in the Schedule ’A’ before tender submission end date as mentioned in critical data sheet, resubmission bid shall be allowed.

(b) In case the tenderer has to revise /modify /withdraw his quoted rates / offer after it is submitted, he may do so on his own on line 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 his original offer. (c) The tenderer shall not be permitted to modify /withdraw price bid after closure of the time fixed for receipt of tender.

26. Revocation of Offer

In case 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 in second or subsequent calls of subject work.

27. The following documents shall be submitted/shall be dropped in box kept at the office of Accepting Officer (Administrative section) Project Beacon before the date and time fixed for receipt of tender document and original instruments. Tender document and original instruments should be kept in an envelope and shall be properly sealed as per procedure. (a) Original bank instrument for EMD (If applicable). (b) Original affidavits as per ‘T’ bid mentioned in tender documents. (c) Undertaking duly signed by Proprietor’s / authorized representative with their valid

power of attorney. 28. Scanned copy of all the required documents for ‘T’ bid evaluation as mentioned in tender documents and scanned copy of tender documents duly signed with BOQ (in excel sheet) shall be accepted only online through CPP portal (visible copy). Tender is liable to rejected in case scanned copies / copies of documents not uploaded on the CPP portal.

CA NO: CE(P) BCN/ / 2018-19 Ser Page No: 15 Tender No: CE (P) BCN/ 06/2018-19

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

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

NOTICE INVITING TENDERS (NATIONAL COMPETITIVE BIDDING) BORDER ROADS ORGANISATION

CHIEF ENGINEER PROJECT BEACON

1. Online bids are invited on single stage two bid system for “SUPPLY AND STACKING OF STONE SCREENING 13.2 MM (TYPE-A) AND CRUSHER DUST FOR WBM WORK BETWEEN KM 39.00 TO KM 53.00 ON RAMBAN-GUL ROAD (PART-I) AND STONE AGGREGATE 26.50 MM, 22.40 MM, 13.20 MM, 11.20 MM, 6.7 MM AND FINE AGGREGATE (SAND) AT HMP/WMM PLANT SITE AT KM 24.800 ON RAMBAN-GUL ROAD (PART-II) FOR SURFACING WORK BETWEEN KM 39.00 TO KM 53.00 (NET LENGTH 12.00 KM i.e KM 39 TO 50.50 & Km 52.50 TO 53.00) ON RAMBAN-GUL ROAD IN 52 RCC SECTOR UNDER 35 BRTF OF PROJECT BEACON IN J&K STATE”

The title of above heading on CPPP site https://eprocure.gov.in/eprocure/app is “SUPPLY AND STACKING OF STONE MATERIALS BET KM 39 TO KM 53 ON RAMBAN GUL ROAD PART I AND STONE AGGs AND FINE AGG AT HMP WMM PLANT SITE AT KM 24.8 ON RAMBAN GUL RD PART II FOR SURF WK BET KM 39 TO KM 53 NET LENGTH 120 KM ie KM 39 TO 50.50 Km 52.5 TO 53.00 ON RAMBANGUL RD IN 52 RCC SECTOR UNDER 35 BRTF OF PROJECT BEACON IN JK STATE” 2. Tenderer / Contractors are advised to follow the instructions provided in the ‘Instructions to the Contractors/Tenderer for the e-submission of the bids online through the Central Public Procurement Portal for e-procurement at https://eprocure.gov.in/eprocure/app’ before proceeding ahead. 3. Tender documents may be downloaded from CPPP site https://eprocure.gov.in/eprocure/app as per the schedule as given in CRITICAL DATE SHEET as under.

CRITICAL DATE SHEET

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

16 May 2018 on or before 1700 Hrs

Bid Document Download / Sale Start Date 17 May 2018 (1000 Hrs)

Clarification Start Date 18 May 2018 (1000 Hrs)

Clarification End Date 21 May 2018 (1400 Hrs)

Pre bid meeting 22 May 2018 (1000 Hrs)

Bid Submission Start Date 22 May 2018 (1100Hrs)

Bid Submission End Date 07 Jun 2018 (1230 Hrs)

Bid Opening Date 08 Jun 2018 (1230 Hrs)

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

CA NO: CE(P) BCN/ / 2018-19 Ser Page No: 16 Tender No: CE (P) BCN/ 06/2018-19

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

NOTICE OF TENDER(contd…….) 5. The work is estimated to cost Rs 261.87 Lac (Rupees Two Crore Sixty One Lakh and Eighty Seven Thousand only) approximately or as subsequently amended in tender documents or uploaded in CPPP software https://eprocure.gov.in/eprocure/app This estimate, however, is not a guarantee and is merely given as a rough guide and if works cost more or less, the tenderer shall have no claim on that account of what so ever nature. 6. The tender shall be based on drawing, specifications, General Conditions of Contracts IAFW-1815 (Z) and item rate contract form based on IAFW 1815 (R) with schedule ‘A’ (list of works) to be priced by the tenderers. 7. Not more than one tender shall be submitted by one contactor or contractors having business relationship. Under no circumstance will father and his son(s) or other close relations who have business relationship with one another (i.e when one or more partner(s)/director(s) are common) be allowed to tender for the same contract as separate competitors. A breach of this condition will render the tenders of both parities liable to rejection. 8. The work is to be completed within 360 Days or as subsequently amended in tender documents or uploaded in CPPP wesite https://eprocure.gov.in/eprocure/app in accordance with the phasing, if any, indicated in the tender from the date of handing over the site, which will be generally within one month from the date of issue of acceptance letter. 9. The Chief Engineer, Project Beacon, C/O 56 APO will be the Accepting Officer, here in after, referred to as such for the purpose of this contract. 10. Intending tenderers are advised to visit again CPPP software https://eprocure.gov.in/eprocure/app 3 days prior to date of submission of tender for any corrigendum / addendum/ amendment. 11. Earnest money is not required to be attached with tender by the enlisted contractor with BRO who have submitted standing security deposit but it is required from other contractors to be attached (Scanned copy) with tender documents for Rs 3,37,000/- (Rupees Three Lakh Thirty Seven Thousand only) in the shape of call Receipt/Term Deposit Receipt/Special Term Deposit Receipt in favour of Chief Engineer Project Beacon, C/O 56 APO obtained from any Nationalized/ Scheduled Bank and having maturity/validity period 120 days more than validity period of his offer. Un-enlisted contractor may note that they will be required to lodge security deposit of the work in the prescribed form on receipt in writing from the Accepting Officer if their offer is accepted. 12. Copies of drawings and other documents pertaining to the work (signed for the purpose of identification by the Accepting Officer or his accredited representative) and sample of materials and stores to be supplied by the contractor will be opened for inspection at the following locations:-

HQ Chief Engineer (P) Beacon, C/O 56 APO 13. Tenderers are advised to visit the work site by making prior appointment with Commander 35 BRTF, C/O 56 APO. 14. A tenderer shall be deemed to have full knowledge of all relevant documents, samples, site etc whether he had inspected them or not.

CA NO: CE(P) BCN/ / 2018-19 Ser Page No: 17 Tender No: CE (P) BCN/ 06/2018-19

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

NOTICE OF TENDER (contd…….) 15. Any qualification documents/ tender which stipulates any alternative to any of the conditions laid down or which proposes any other conditions of any description whatsoever is liable to be rejected. 16. The Accepting Officer reserves his right to accept a tender submitted by a Public Undertaking, giving a purchase preference over other tender(s) which may be lower, as are admissible under the Govt policy. No claim for any compensation or otherwise shall be admissible from such tenderers whose tenders may be rejected on account of the said policy. 17. The submission of a tender by a tenderer implies that he had read this notice and conditions of contract and has made himself aware of the scope and specifications of the work to be done and of the conditions and rates at which stores, tools and plants etc will be issued to him, local conditions and other factors bearing on the execution of the work. 18. Blank 19. The Hard Copy of original instrument in respect of earnest money, original copy of affidavits, and credit facility certificate must be delivered to the Chief Engineer Project Beacon, C/o 56 APO, PIN 931706 on or before bid opening date/time as mentioned in critical date sheet. 20. The Accepting Officer does not bind himself to accept the lowest or any tender or to give any reasons for doing so. 21. For any further particulars, you may refer CPPP website https://eprocure.gov.in/eprocure/app. 22. In the event of lowest tenderer revoking his offer or revising his rates upward (which will be treated as revocation of offer), after opening of tenders, the earnest money deposited by him shall be forfeited. In case BRO enlisted contractors, the amount equal to the earnest money stipulated in the Notice of tender, shall be notified to the tenderer for depositing the amount through MRO, failing which the amount shall be recovered from payment due to such contractor or shall be adjusted from the Standing Security Deposit. In addition, such tenderer and his related firm shall not be issued the tender in second call or subsequent calls. 23. Important- Above particulars may change due to Adm or any other reason and shall be available in CPPP website https://eprocure.gov.in/eprocure/app. Therefore bidders/ contractors are requested to visit CPPP website https://eprocure.gov.in/eprocure/app frequently and at least once again 3 days prior to bid submission date as per critical date sheet, for any changes in above particulars.

CA NO: CE(P) BCN/ / 2018-19 Ser Page No: 18 Tender No: CE (P) BCN/ 06/2018-19

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

NOTICE OF TENDER (contd…….) 24. This notice of tender shall form part of the contract.

Sd/xxxx Dir (Contracts)

For Accepting officer 16 May 2018 800392/ 03 / E8 Headquarters Chief Engineer Project Beacon C/O 56 APO Distribution: - 1.HQ DGBR/ E8 section 2. HQ CE (P) Chetak, C/O 56 APO 21. HQ 32 BRTF C/O 56 APO 3. HQ CE (P) Sampark/O 56 APO 22. HQ 35 BRTF C/O 56 APO 4. HQ CE (P) Swastik, C/O 99 APO 23. HQ 760 BRTF C/O 56 APO 5. HQ CE (P) vartak, C/O 99 APO 24. AO (P) Beacon C/O 56 APO 6. HQ CE (P) Pushpak, C/O 99APO 25. AO 35 BRTF C/O 56 APO 7. HQ CE (P) Sewak, C/O 99APO 26. 52 RCC (GREF) C/O 56 APO 8. HQ CE (P) Dantak, C/O 99APO 27. 114 RCC (GREF) C/O 56 APO 9. HQ CE (P) Udayak, C/O 99 APO 28. 118 RCC (GREF) C/O 56 APO 10. HQ CE (P) Hirak, Hydrabad House 29 56 RCC (GREF) C/o 56 APO 11. HQ CE (P) Deepak, C/O 56 APO 30. 122 RCC (GREF) C/o 56 APO 12. SE, PWD, Srinagar, 31 53 RCC (GREF) C/o 56 APO 13. HQ CE(P) Shivalik, C/o 56 APO 32 109 RCC (GREF) C/o 56 APO 14. HQ CE(P) Arunank, C/o 99 APO 33. Chief Engineer, Srinagar Zone, BB Cantt 15. HQ CE(P) Himank, C/o 56 APO 34. Chamber of Kashmir , HMP Owners 16. HQ CE(P) Vijayak, C/o 56 APO Association Panthachowk, Near J&K Bank Ltd. 17.HQ CE(P) Setuk, C/o 99 APO Srinagar (J&K) 18. HQ CE(P) Rohtang, C/o 56 APO31. 35. Superintending Engineer, R&B (PWD), CE 19. HQ Brahmank C/o 99 APO Srinagar 20. EDP cell of HQ CE(P) BCN for 36. Executive Engineer, R&B (PWD), Srinagar uploading on bro web site and 37. Chief Engineer, PMGSY, Kashmir CPP portal for e-publishing .

CA NO: CE(P) BCN/ / 2018-19 Ser Page No: 19 Tender No: CE (P) BCN/ 06/2018-19

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

GENERAL CONDITIONS OF CONTRACT FOR SUPPLY OF STORES AND MATERIALS IAFW-1815 (Z) 1969 PRINT INCLUDING ERRATA 1 TO 28 AND AMENDMENT 1 TO 34 NAME OF WORK : SUPPLY AND STACKING OF STONE SCREENING 13.2 MM (TYPE-A) AND CRUSHER DUST FOR WBM WORK BETWEEN KM 39.00 TO KM 53.00 ON RAMBAN-GUL ROAD (PART-I) AND STONE AGGREGATE 26.50 MM, 22.40 MM, 13.20 MM, 11.20 MM, 6.7 MM AND FINE AGGREGATE (SAND) AT HMP/WMM PLANT SITE AT KM 24.800 ON RAMBAN-GUL ROAD (PART-II) FOR SURFACING WORK BETWEEN KM 39.00 TO KM 53.00 (NET LENGTH 12.00 KM i.e KM 39 TO 50.50 & Km 52.50 TO 53.00) ON RAMBAN-GUL ROAD IN 52 RCC SECTOR UNDER 35 BRTF OF PROJECT BEACON IN J&K STATE 1. A copy of the General Conditions of Contract for supply of stores and materials IAFW 1815 (Z) 1969 print including errata 1 to 28 and amendment 1 to 34 thereto is in my./our possession. I/we have read and understood the provisions contained in the aforesaid General Conditions of Contracts before submission of the tender and I/we agree that I/we shall abide by the terms and conditions thereof. 2. It is hereby further agreed and declared by me/us that the General Conditions of Contracts IAFW-1815 (Z) print 1969 including condition 37 thereof pertaining to settlement of disputes by arbitration, (Serial Page No 9 to 37) with errata 1 to 28 and amendment 1 to 34 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-1815 (Z) 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-1815Z can be referred in any office of BRO.

CA NO: CE(P) BCN/ / 2018-19 Ser Page No: 20 Tender No: CE (P) BCN/ 06/2018-19

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

SPECIAL CONDITIONS 1. GENERAL

The following Special conditions shall be read in conjunction with the General Conditions of Contract IAFW-1815 (R) and IAFW 1815-(Z) 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 -1815 (R) and IAFW (Z). 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 New Delhi d. Drawing and sketches e. Special conditions f. General conditions of contracts

2. INSPECTION OF SITES

The contractor is particularly advised to inspect the site (s) of work by making prior

appointment with the Chief Engineer Project Beacon, C/o 56 APO/ Commander 35 BRTF C/o 56 APO ( Contact No. 01934-2300984) so as to acquaint himself with regard to the nature and conditions of site, nature and means of local communication, working hours, conditions of access and all other cognate matters concerning the execution and completion of the work. Any paths, tracks, approaches etc, required for the movement of plants, equipments, machines and vehicles etc to the work site and plate form, bund etc required for the execution of work will be the responsibility of the contractor and rates quoted must include these aspects also where required. The tenderer shall be deemed to have inspected the site and made himself familiar with various factors which may affect his quotation where he actually inspects the site or not. No extra changes consequent on misunderstanding or otherwise will be allowed.

3. LAND FOR OFFICES ETC

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

4. MINIMUM FARE WAGES PAYABLE TO LABOURERS

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

CA NO: CE(P) BCN/ / 2018-19 Ser Page No: 21 Tender No: CE (P) BCN/ 06/2018-19

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

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 related to local conditions.

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

d. The contractor shall maintain muster roll of labourer engaged in the work along

with wages being paid to labourer (trade wise). The muster roll shall be available at site for inspection by Engineer-in-charge or any authorized Govt. officials.

e. The contractor shall have registration with EPFO and ESIC. The ESI and EPF

contributions on the part of employer in respect of this contract shall be paid by contractor. These contributions on the part of employer paid by the contractor shall reimbursed by the Commander Contract to the contractor on actual basis.

5. ROYALTIES:

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

b) The contractor shall make his own arrangement for procuring materials required under the contract and he shall ensure that the royalty for the material procured by him under this CA has been correctly paid to the concerned authority. Any claim of royalty by the concerned department on the material procured under this CA shall be settled with concern authority directly by the contractor. Further the contractor should ensure that the supply of material is not arranged illegally. An undertaking to this account will be given by contractor before payment of RAR / Final bill.

CA NO: CE(P) BCN/ / 2018-19 Ser Page No: 22 Tender No: CE (P) BCN/ 06/2018-19

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

SPECIAL CONDITIONS (CONTD…….) 6. BLASTING ROCKS

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

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

c. Blasting should be generally avoided. In case it is unavoidable, less charge controlled blasting may be resorted with the prior permission of the Engineer-in-charge. The contractor shall be bound to abide by the instructions of the OC regarding the necessity of blasting and the type, number, size and pattern of holes to be drilled and also the type, amount and method of firing of explosive to be used. The OC shall reserve the right to restrict the number of charge to be fired at a time so that the hillside is not adversely affected. The contractor shall fire the charge only at such time as approved by the OC and shall have no claim, whatsoever, on account of any delay and extra cost due to carrying out the instructions of the OC and/or taking the safety precautions directed by him.

7. MOVEMENT OF CONTRACTOR VEHICLES

a. Minimum classification of existing bridges on the roads are Class 24R bridges, contractor should not bring any heavier vehicle/plant/equipment as such vehicle/plant/equipment shall not be allowed on the bridges. The contractor's vehicle may be required to ply in convoys as per directions given by the concerned Civil/Military authorities. No extra payment/time will be admissible on this account.

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

8. SECURITY RESTRICTIONS

a. Contractor shall employ only Indian National after verifying their antecedents and loyalty. The contractor shall on demand by the EIC/OC Contract , submit list of his agents, employees and work people concerned and shall satisfy the EIC/OC Contract as to the bonafide credential of such people.

b. The contractor and his workmen shall observe all the rules promulgated by the authority controlling the area in which work is to be carried out e.g. prohibition of smoking, lighting fire precautions, search of persons on entry and exit, keeping to specified routes and transport may be conducted by the departmental authorities at the site of works at any time and any number of times for security reasons. Necessary permits are to be obtained from Civil authorities by the contractor, for himself, his staff and labour. Nothing shall be paid extra on this account.

CA NO: CE(P) BCN/ / 2018-19 Ser Page No: 23 Tender No: CE (P) BCN/ 06/2018-19

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

SPECIAL CONDITIONS (CONTD…….)

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

10. TAXES ETC

(a) (i) The contractor shall have mandatorily required registration under Section 24 of CGST for required category. (ii) The rates quoted by contractor shall be deemed to be inclusive of all taxes (including GST on material, GST on works contracts, turnover tax, Labour welfare cess / tax, ecological & environment cess etc), duties, royalties, Octoroi & other levies payable under the respective statues. No reimbursement / refund for variation in rates of taxes, duties, Royalties, Octroi & other levies, and/or imposition/abolition of any new/existing taxes, duties, royalties, Octroi & other levies shall be made except as provided in sub para (b) here-in-below.

(b) (i) The taxes which are levied by Government at certain percentage rates of Contract Sum/Amount shall be termed as “taxes directly related to Contract value such as GST on Works Contracts, turnover tax, Labour welfare cess/tax and like but excluding Income tax. The tendered rates shall be deemed to be inclusive of all “taxes directly related to Contract value” with existing percentage rates as prevailing on last due date for receipt of tenders. Any increase in percentage rates of “taxes directly related to Contract value “with reference to prevailing rates on last due date for receipt of tenders shall be reimbursed to the Contractor and any decrease in percentage rates of “taxes directly related to Contract value “ with reference to prevailing rate on last due date for receipt of tenders shall be refunded by the Contractor to the Govt/ deducted by the Government from any payments due to the Contractor. Similarly imposition of any new “taxes directly related to contract value” after the last due date for receipt of tenders shall be reimbursed to the contractor and abolition of any “taxes directly related to contract value” prevailing on last due date for receipt of tenders shall be refunded by the Contractor to the Govt/deducted by the Government from the payments due to the Contractor. (ii) The contractors shall within a reasonable time of his becoming aware of variation in percentage rates and/or imposition of any further “taxes directly related to Contract value” give written notice thereof to the OC stating that the same is given pursuant to this Special Condition, together with all information related thereto which he may be in a position to supply. The Contractors shall also submit the other documentary proof/information as the OC may require. (iii) The Contractor shall, for the purpose of this condition keep such books of account and other documents as are necessary and shall allow inspection of the same by a duty authorized representative of Government and shall further at the request of the OC furnish, verified in such a manner as the OC may require, any documents so kept and such other information as the OC may require.

CA NO: CE(P) BCN/ / 2018-19 Ser Page No: 24 Tender No: CE (P) BCN/ 06/2018-19

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

SPECIAL CONDITIONS (CONTD…….)

(iv) Reimbursement for increase in percentage rates. Imposition of “taxes directly related to Contract value” shall be made only if Contractor necessarily and properly pays additional “taxes directly related to Contract value” to the Government, without getting the same adjusted against any other tax liability or without getting the same refunded from the concerned Government Authority and submits documentary proof for the same as the OC may require.”

11. RE-IMBURSEMENT/REFUND ON VARIATION IN TAXES DIRECTLY RELATED TO CONTRACT VALUE (a) The rates quoted by the contractor shall be deemed to be inclusive of all taxes ( including Sales tax/ VAT on material, Sales Tax/ VAT on work contracts, Turnover tax, Service tax, Labour Welfare Cess/Tax etc), duties, Royalties, Octroi & other levies payable under the respective status. No reimbursement/ refund for variation in rates of taxes, duties, royalties, Octroi & other levies and/ or imposition/ abolition of any new/ existing taxes, duties, Royalties, Octroi & other levies shall be made except as provided in sub Para (b) here in below. (i) The taxes which are levied by the Govt. at certain percentage rates of contract sum/ amount shall be termed as “ taxes directly related to contract value such as Sales Tax / VAT on work contracts, Turnover tax, Labour Welfare Cess/ Tax and like but excluding income tax. The tendered rates shall be deemed to be inclusive of all “taxes directly related to contract value “ with existing percentage rates as prevailing on last due date for receipt of tenders. Any increase in percentage rates of “taxes directly related to contract value” with reference to prevailing rates on last due date for receipt of tenders shall be reimbursed to the contractor and any decrease in percentage rates of “taxes directly related to contract value with reference to prevailing rates on last due date for receipt of tenders shall be refunded by the contractor to the Govt./ deducted by the Govt. from any payments due to the contractor. Similarly imposition of any new “taxes directly related to contract value” after the last due date for receipt of tenders shall be reimbursed to the contractor and abolition of any “taxes directly related to contract value prevailing on last due date for receipt of tenders shall be refunded by the contractor to the Govt./ deducted by the Govt. from any payments due to the contractor.

(ii) The contractor shall within a reasonable time of his becoming aware of variation in percentage rates and / or imposition of any “taxes” directly related to contract value give written notice thereof to the OC contract stating that the same is given pursuant to this special condition together with all information relating thereto which he may be in a position to supply. The contractor shall submit the other documentary proof/ information as the OC Contract may require.

(iii) The contractor shall, for the purpose of this condition keeps such books of account and other documents as are necessary and shall allow inspection of the same by a duly authorized representative of Govt., and shall further, at the request of the OC contract furnish, verified in such a manner as the OC contract may require, any documents so kept and such other information as the OC contract may require.

(iv) Reimbursement for increase in percentage rates/ imposition of “taxes directly related to contract value” shall be made only if the contractor necessarily & properly pays additional “taxes directly related to contract value” to the Govt.. without getting the same adjusted, against any other tax liability or without getting the same refunded from the concerned Govt.. Authority and submit documentary proof for the same as the OC contract may require.”

CA NO: CE(P) BCN/ / 2018-19 Ser Page No: 25 Tender No: CE (P) BCN/ 06/2018-19

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

SPECIAL CONDITIONS (CONTD…….)

12. SECURITY OF DOCUMENTS

The contractor shall not communicate any classified information regarding works/organization either to the sub contractor or others without prior approval of the EIC. Any violation on this aspect will be 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 the connection of work under this contract.

14. CONTRACTORS VEHICLES/PLANT AND EQUIPMENTS AT SITE

a. The contractor shall furnish to the EIC a distribution return of his plant/equipment on the site of works, stating following particulars:-

i. Particulars of plants/equipments i.e. Make, Machine No, Model No, if any, Registration No, if any, capacity, year of manufacture, year and place of purchase etc.

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

b. For the purpose of the condition, plant/equipment shall include vehicles, trucks and

lorries but not the workmen's tools and/or any manually operated tools/equipments.

c. The EIC shall record the particulars supplied by the contractor as aforesaid, in the works dairy and send a return to OC Contract for record in his office.

d. The first return shall be submitted immediately after any plant or equipment brought to the site. Thereafter every week changes in the return shall be furnished in the following form:-

Srl Particulars of plant/ equipment

Total No at site of work

Location Remarks

Addition since ………………… Reduction since……………….

e. A complete return showing the up to-date position of plant/equipment at site shall be submitted on 15th of every month till the works are completed and the site cleared.

f. No tool, plant/equipment shall be removed off the site without written approval of the OC Contract.

15 to 18. BLANK 19. Fossils 19.1 Blanks

CA NO: CE(P) BCN/ / 2018-19 Ser Page No: 26 Tender No: CE (P) BCN/ 06/2018-19

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

SPECIAL CONDITIONS (CONTD…….)

19.2 The Contractor shall, upon discovery of any such findings, promptly give notice to the Engineer-in-Charge/OC Contract, who shall issue instructions for dealing with it. If the Contractor suffers delay and/or incurs Cost from complying with the instructions, the Contractor shall give a further notice the Engineer-in--Charge/OC Contract describing in detail the delay sustained by him and cost measured by him for following the instructions of the Engineer-in Charge/OC Contract in dealing with the fossils along with all supporting documents/proof, within 7 days of the occurrence. The Contractor then be certified for the following:-

(a) An extension of time for any such delay, If completion is or will be delayed due to such

act in following the instructions of the Engineer-in-Charge/OC Contract. (b) Payment of any such Cost, which shall be included in the Contract Price.

19.3 After receiving this further notice, the Engineer-in-Charge/OC Contract shall examine the case with facts and figures and disagreements if any will be communicated to the contractor. 19.4 In case of any disputes, the matter shall be referred to the Accepting Officer whose decision shall b e final and binding. 20. TIME AND PROGRESS CHART

(a) The time and progress chart to be prepared as per General Conditions of Contracts shall consist of detailed network analysis and a time schedule. The critical path network will be drawn jointly by the OC Contract and the contractor soon after acceptance of the tender. The time scheduling of the activities including a net work for all preliminary arrangements for mobilization of resources e.g. man power, plant & machinery will be done by the contractor, so as to complete the work within the stipulated time.

(b) On completion of the time schedule a firm calendar date schedule will be prepared and submitted by the contractor to OC Contract who will approve it after due scrutiny . The schedule will be submitted in quadruplicate within 15 days 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 contractor to the OC Contract within a week who will approve it after due scrutiny. The contractor will adhere to the revised schedule thereafter. In case of the contractor’s not agreeing to the revised schedule the same will be referred to the Accepting Officer whose decision will be final, conclusive and binding. OC’s approval to the revised schedule resulting in a completion date beyond the stipulated date(s) of completion shall not automatically amount to grant of extension of time. Extension of time shall be considered and decided by the appropriate authority mentioned in condition 11 of General Conditions of Contracts and separately regulated.

CA NO: CE(P) BCN/ / 2018-19 Ser Page No: 27 Tender No: CE (P) BCN/ 06/2018-19

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

SPECIAL CONDITIONS (CONTD…….)

(d) The contractor is expected to mobilize and employ sufficient resources to achieve detailed time schedule within the broad frame work of the accepted methods of working and safety. (e) No additional payments will be made to the contractor for any multiple shift work or other incentive methods contemplated by him in his work schedule even though the time schedule is approved by the department.

21. PERMIT FROM LOCAL AUTHORITIES FOR PLYING VEHICLES

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

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

own arrangement for execution of work.

23. RATE QUOTED

(a) Unit rates shall be deemed to include the provisions for all materials, stores, labour, process, operations and requirements detailed in particular specifications irrespective of whether these appear as specific items or not in the Schedule “A”.

Unit rates quoted shall also deemed to include all charges/expenses on account of all Veh/Eqpts required for completing the work as specified in Schedule “A” , Sales Tax, Service Tax, GST on material, Work Contract Tax, Octroi, Labour Welfare Cess, Royalty, stacking of materials, interstate barrier charges or any other charges which are required for completion of work as per Schedule “A”/ Work Order.

(b) The rate quoted shall also include transportation of materials up to work site/dumping site including loading/unloading charges.

24. APPOINTMENT OF ARBITRATOR IN CASE OF CONTRACT AGREEMENTS TO BE EXECUTED BETWEEN BRO AND GOVT. OF INDIA UNDERTAKINGS/ENTERPRISES

In the event of any dispute or difference between the parties hereto, such dispute of

difference shall be resolved amicably by mutual consultation or through the good offices of empowered agencies of the Government. In the event of any such dispute or differences relating to the interpretation and application of the provisions of contracts where such resolution is not possible then the unresolved dispute or differences shall be referred by either party to the Arbitration of one of the Arbitrators in the department of Public Enterprises to be nominated by the Secretary to the Government of India in charge of the Bureau of Public Enterprises, and in such case the J&K Arbitration and Reconciliation 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. References for setting aside or revision of the award to the Law Secretary, Department of Legal Affairs, Ministry of Law & Justice, Got of India. Upon such reference the dispute shall be decided by the Law Secretary or the Special Secretary/Additional Secretary when so authorized by the Law Secretary, whose decision shall bind the parties finally and conclusively. The parties to the dispute will share equally the cost of arbitration as intimated by the Arbitrator.

CA NO: CE(P) BCN/ / 2018-19 Ser Page No: 28 Tender No: CE (P) BCN/ 06/2018-19

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

SPECIAL CONDITIONS (CONTD…….)

25. VENUE OF ARBITRATION Place of arbitration hearing shall be at HQ CE (P) Beacon.

26. MEASUREMENTS

Measurements pertaining to the work completed under this contract will be recorded and signed in the measurement book (IAFW-2261) by the Junior Engineer after taking into account that the required laboratory tests have been done as per the limits stipulated and as per the frequencies laid down in the “Particular Specification” of this contract Agreement and MoRT&H Specification for road and Bridge Works (Fifth 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 Commander Task Force before making payment to the contractor.

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

(e) In case of discrepancies in arriving out work done details, the decision of the Accepting Officer will be final and binding for both parties.

27. ACCEPTANCE OF WORK DONE

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

28 to 30. Blank 31. PAYMENT Payment to the parties will be made in INR in the following manner:-

(a) No advance payment will be made to the contractor against any material if not properly safeguarded against loss/damage due to natural calamities/theft. No payment shall be made for any rejected material.

(b) Taxes (Income tax, Service Tax/Sales Tax/GST/Vat on works contracts, Labour

Cess etc) shall be deducted at source from the payment due to contractors as per prevailing laws/statutory orders and TDS certificate shall be issued to the contractor.

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

CA NO: CE(P) BCN/ / 2018-19 Ser Page No: 29 Tender No: CE (P) BCN/ 06/2018-19

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

SPECIAL CONDITIONS (CONTD…….)

32. CO-OPERATION WITH OTHERS AGENCIES The contractor shall permit free access and generally afford reasonable facilities to other agencies or departmentally workmen engaged by the Govt. to carry out their part of the work, if any, under separate arrangements. 33. SUPPLY OF COLOUR RECORD PHOTOGRAPHS, ALBUMS AND VIDEO CDS Contractor shall provide/supply of colour record photographs, Album and video CDs at various stages/facts of the work without any extra cost as per clause 125.1, 125.2 & 126.1 of MORT&H specifications. 34. FIELD LABORATORY To maintain proper quality control at site, contractor shall establish adequately equipped field laboratory as per quality control requirement without any extra cost.

35. TRAFFIC MOVEMENT Contractor shall ensure that no hindrance to traffic movement shall occur during construction. However, if the traffic movement disrupts due to land slide or any other un-foreseen reason, than contractor shall make all efforts to restore traffic movement within time as directed by the Commander. If contractor is unable or unwilling to restore traffic movement, Engineer-in-charge may take action as per condition of IAFW-1815Z. Contractor shall immediately intimate regarding closure of the road to Engineer-In-Charge and local administrative authorities. 36 and 37. Blank 38. COLLECTION AND STACKING 38.1 The materials shall be stacked at the site, in the stack dimension as directed by Engr-in-Charge. 38.2 The material shall not be stacked unless they have been screened to required gauge and are free from all earth, clay, and other foreign matters. 38.3 Contractor shall ensure that his carts/lorries do not drop materials other than the site specified for stacking. 38.4 Contractor shall keep screens/sieves of proper size at the site of crushing and stacking to enable the Engineer-in-Charge to exercise the checks regarding size of material. 38.5 Any rejected material shall be removed from the site immediately, otherwise Engr-in-Charge will arrange to remove the same at the contractor’s expense and the same will be recovered from the payment due to the contractor in form of RAR/Final bill/Standing Security. 38.6 The contractor shall produce samples of all materials within one week of acceptance of contract and shall be got tested and approved in writing from OC contract. The approved samples shall be kept, sealed, in the office of OC contract in wooden boxes and at the site of work and shall be produced to the inspecting officer on demand.

CA NO: CE(P) BCN/ / 2018-19 Ser Page No: 30 Tender No: CE (P) BCN/ 06/2018-19

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

SPECIAL CONDITIONS (CONTD…….)

38.7 Once the samples are approved it should be ensured that supplies made under the contract conform to samples/contract specifications. 38.8 All measured stacks will be properly marked with lime and serially numbered. 38.9 The measurement shall be in compact stacks prepared on level ground. While no special compaction is necessary by ramming, shaking or hammering, yet no (NO) attempt for loose stacking shall be permitted. 38.10 The size of stacks for taking measurement shall be decided by the Engineer-in-Charge depending upon the site conditions and as per standard Engineering practices. The contractor shall have no claim on this account. 38.11 All measurement for the materials shall be properly recorded in the measurement books as and when materials are brought and stacked at site. No payment on account shall be paid to the contractor for materials, which are not properly, stacked as specified and recorded in the measurement book. 38.12 In case of dispute the contractor shall resort to ‘Box’ measurement and cost to be borne by contractor. 38.13 All expenses on account of measurement of material such as labour, tools, site-testing etc is to be borne by the contractor. 39. CONTRACT LABOUR (R&A) ACT 1970 39.1. The contractor shall get himself registered with Astt. Labour Commissioner, Jammu/ Srinagar as required under contract labour (Regulation and Abolition) Act, 1970. If he does not fall within the purview of said act, he shall obtain a no objection certificate from ALC Jammu to above effect. A copy of the certificate of Registration or the no objection certificate (as the case may be) shall be submitted by him to the Accepting Officer within 15 days of the award of the work.In event of his non-compliance, the contractor shall be liable for punitive action under CL (R&A) Act 1970. . 40. LOSS OR DAMAGE ON ACCOUNT OF ENEMY ACTION

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

(i) The loss suffered by him on account of any damage or destruction of his plant / equipment (as defined in condition 11 (b) above) or materials or any part or parts thereof. The amount of losses assessed by the Accepting Officer of the contract on this account shall be final and binding. (ii) Compensation paid by him under any law for the time being in force to any workmen employed by him for any injury caused to him or the workmen’s legal successor for loss of the workmen’s life.

CA NO: CE(P) BCN/ / 2018-19 Ser Page No: 31 Tender No: CE (P) BCN/ 06/2018-19

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

SPECIAL CONDITIONS (CONTD…….)

(b) No requirement shall be made nor shall any compensation be payable under the above provisions unless the contractor had taken Air Defence Precautions ordered in writing by OC concerned or in the absence of such orders, reasonable precautions. No re-imbursement shall be made nor shall any compensation be payable for any plant / Eqpts or materials not lying on the site of work at the time of enemy action.

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 Jammu & Kashmir or Central Govt.. already in force and as may be modified from time to time. The contractor may ascertain full details on this respect from the concerned department (s). 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 reject. 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 45.1 Income tax along with surcharge, service / work contract tax and Labour Welfare Cess shall be deducted at source as applicable under the respective existing states. . 46. REGISTRATION Contractor is required to get his firm registered with Sales Tax Department and Asst Labour commissioner Srinagar/ Jammu under contract labour ( R&A) Act and Building and other construction workers Act 1996. A copy of valid registration certificate issued will be submitted to Commander Contract while processing RARs/ Bills.

47. Payment of Work 47.1 The payment will be released through E-Payment mode, for which the contractor is required to submit the NEFT/RTGS Mandate Form (enclosed at Appx ‘B’) duly filled in the specified details. Otherwise, it will be released through A/c Payee Cheque. 47.2 In case where the payment is released through cheque it will be sent by post to the Contractor for which the postage charges will be deducted from the net amount due to the Contractor. 48. LEGAL JURISDICTION Legal jurisdiction for this Contract Agreement shall be “Jammu & Kashmir High Court Srinagar only” 49 ARBITRATION (REF CLAUSE No. 37 OF GENERAL CONDITION OF CONTRACT IAFW- 1815 Z)

CA NO: CE(P) BCN/ / 2018-19 Ser Page No: 32 Tender No: CE (P) BCN/ 06/2018-19

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

SPECIAL CONDITIONS (CONTD…….)

49.1. All the dispute or differences arising as aforementioned under condition No. 37 of General Condition of Contract IAFW- 1815Z other than those for which the decision of the accepting officer or any other person by the contract expresses to be final and binding shall after written notice by either party of the contract to the other of them, be referred to the sole arbitrator in accordance with the rules specifi.e.d hereunder:-

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

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

(c) The Arbitration proceedings shall be governed by the J&K Arbitration and Conciliation Act 1997 and amendment thereof.

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

(e) The award of the arbitrator shall be final and binding on both the parties.

(f) J&K High Court at Srinagar shall alone have jurisdiction to decide any dispute arising out of or in respect of this tender/contract.

(g) The expenses incurred by each party in connection with preparation, presentation etc. of its proceedings and also fees and expenses paid to the arbitrator shall be borne by each party.

CA NO: CE(P) BCN/ / 2018-19 Ser Page No: 33 Tender No: CE (P) BCN/ 06/2018-19

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

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 of Rs. ………………………….(Rupees…………………………………………………..only) paid as advance to the said contractor in accordance with the provisions contained in clause…………………………………….. of the said contract. 2. We further agree that the Government shall be the sole judge as to whether the contractor has failed to provide works in accordance with the terms and conditions of the said contract or has failed to perform the said contract in any respect or the whole or part of the advance payment made to contractor has become repayable to the Government and to the extent and monetary consequences thereof by the Government. 3. We further hereby undertake to pay the amount due and payable under this Guarantee without any demur merely on a demand from the Government stating the amount claimed. Any such demand made on the bank shall be conclusive and binding upon us as regards the amounts due and payable by us under the Guarantee and without demur. However, our liability under this Guarantee shall be restricted to an amount not exceeding Rs. ……………………….. (Rupees…………………………only) 4. We further agree that the Guarantee herein contained shall remain in full force and effect for a period up to ……………………. (03 months + due date of recovery of advance) unless the Government in his sole discretion discharges the Guarantee earlier. 5. We further agree that any change in the constitution of the Bank or the constitution of the contractor shall not discharge our liability hereunder. 6. We further agree that the Government shall have that fullest liability without affecting in any way our obligations hereunder with or without our consent or knowledge to vary any of the terms and conditions of the said contract or to extend the time of development/delivery from time to time or to postpone for any time or from time to time any 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…………………………..

Seal of Bank Date…………………………

CA NO: CE(P) BCN/ / 2018-19 Ser Page No: 34 Tender No: CE (P) BCN/ 06/2018-19

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

PARTICULAR SPECIFICATIONS NAME OF WORK : SUPPLY AND STACKING OF STONE SCREENING 13.2 MM (TYPE-A) AND CRUSHER DUST FOR WBM WORK BETWEEN KM 39.00 TO KM 53.00 ON RAMBAN-GUL ROAD (PART-I) AND STONE AGGREGATE 26.50 MM, 22.40 MM, 13.20 MM, 11.20 MM, 6.7 MM AND FINE AGGREGATE (SAND) AT HMP/WMM PLANT SITE AT KM 24.800 ON RAMBAN-GUL ROAD (PART-II) FOR SURFACING WORK BETWEEN KM 39.00 TO KM 53.00 (NET LENGTH 12.00 KM i.e KM 39 TO 50.50 & Km 52.50 TO 53.00) ON RAMBAN-GUL ROAD IN 52 RCC SECTOR UNDER 35 BRTF OF PROJECT BEACON IN J&K STATE. 1.0 GENERAL 1.1 The MORT or MORT&H specifications, wherever referred to herein, shall imply MORT&H’s “Specifications for Road and Bridge Works- Fifth Revision” published by Indian Roads Congress and the Table reproduced herein or referred to shall be Tables given in ibid specifications of the same Table nos. Unless stated otherwise, Clauses referred to herein imply the Clauses of “Particular Specifications”. 1.2 Materials obtained from the quarries for making supply shall be of best quality as specified. Material contained below specification is not to be supplied and shall be rejected. 1.3. All the materials testing will be done in Western Field Laboratory (GREF) C/O 56 APO/any Govt laboratory as per the laid frequency of testing given for each type of materials in succeeding Para’ s at the cost of contractor within quoted rates. 1.4. The engineer-in-charge shall be entitled to have tests carried out as specified in the Contract for any materials supplied by the Contractors other than those for which, as stated above, satisfactory proof has already been furnished, at the cost of the Contractor and the contractor shall provide at his expense all facilities which the Engineer-in-charge may required for the purpose. If no tests are specified in the contract, and such tests are required by the Engineer-in-charge, the contractor shall provide all facilities required for the purpose and the charges for these tests shall be borne by the contractor only if the tests disclose that the said materials are not in accordance with the provision of the contract. Sample of the materials tested by Field Laboratory and approved by OC Contract shall be kept in concerned Pl HQ/RCC HQ for inspection of Accepting Officer/Officer so detailed. 1.5 If any material, not covered in these specifications is required to be used in the work, it shall confirm to relevant Indian standards, if there are any, or to the requirements specified by the Engineer. 2. GENERAL REQUIREMENT OF STONE SCREENING 13.20 MM FOR WBM WORKS.

2.1 The materials shall consist of crushed stone. If crushed gravel / single is used not less than 90 percent by weight of the gravel / single pieces retained on 4.75 mm sieve shall have at least two fractured faces. The aggregate shall confirm to the physical requirements set forth in following table as per specification of road and bridge works (fifth revision of MORT&H). If water absorption value of the coarse aggregate is greater than 2%, the soundness test shall be carried out on the material delivered to site as per IS:2386 (Part-V)

PHYSICAL REQUIREMENT OF AGGREGATES FOR WATER BOUND MACADAM FOR BASE COARSE

CA NO: CE(P) BCN/ / 2018-19 Ser Page No: 35 Tender No: CE (P) BCN/ 06/2018-19

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

PARTICULAR SPECIFICATIONS (CONTINUED)

SNo Test Test Method Requirements

1)***

Los Angeles Abrasion Value Or

Aggregate Impact Value

IS:2386 (Part-4)

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

40 maximum 30 maximum

2) Combined Flakiness and Elongation Index (Total)**

IS:2386 (Part-1) 35 maximum**

* Aggregates which gates softened in presence of water shall be tested for impact under wet conditions in accordance with IS : 5640.

** The requirement of flakiness index and elongation index shall be enforced only in the case of crushed broken stone and crushed slag.

*** In case water bound macadam is used for sub-base, the requirements in respect of los Angeles value and Aggregate Impact Value shall be relaxed to 50 percent and 40 % maximum respectively.

2.2 CRUSHED OR BROKEN STONE. The crushed or broken stone shall be hard, durable and free from excess flat, elongated, soft and disintegrated particles, dirt and other deleterious material.

2.3 Screening to fill voids in the coarse aggregates shall generally consist of the same material as the coarse aggregate. Screening shall conform to the grading set forth in following table.

Grading Classification

Size of Screenings

IS Sieve Designation Percentage by weight passing

A 13.20 13.2 mm 100

11.2 mm 95-100

5.6 mm 15-35

180 micron 0-10

3.0 BINDING MATERIAL/CRUSHER DUST :- Binding material to be used for water bound macadam as a filler material meant for preventing raveling shall comprise of a suitable material approved by the Engineer having a Plasticity Index (PI) value of less than 6 as determined in accordance with IS:2720 (Part-5).

4.0 GENERAL REQUIREMENTS FOR MATERIAL FOR DENSE BITUMINOUS MACADAM (DBM)

4.1 COARSE AGGREGATES

The coarse aggregates shall consist of crushed rock, crushed gravel or other hard material retained on 2.36 mm sieve. They shall be clean, hard, durable, of cubical shape, free from dust and soft or friable matter, organic or other deleterious substances. Where the contractor’s selected source of aggregates has poor affinity for bitumen, the Contractor shall produce test results that with the use of anti-stripping agents, the stripping value is improved to satisfy the specification requirements. The Engineer may approach such a source and as a condition for the approval of that source, the bitumen shall be treated with an approved anti-stripping agent, as per the manufacturer’s recommendations, at the cost of the Contractor. The aggregates shall satisfy the requirements specified in Table 500-8.

CA NO: CE(P) BCN/ / 2018-19 Ser Page No: 36 Tender No: CE (P) BCN/ 06/2018-19

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

PARTICULAR SPECIFICATIONS (CONTINUED) Where crushed gravel is proposed for use as aggregate, not less than 90 percent by weight of the crushed material retained on the 4.75 mm sieve shall have at least two fractured faces. 4.2 PHYSICAL REQUIREMENTS FOR COARSE AGGREGATES FOR DENSE BITUMINOUS MACADAM (DBM)

Property Test Specification Method of Test

Cleanliness (dust)

Grain size analysis Max 5% passing 0.075 mm sieve

IS: 2386 Part I

Particle shape

Combined Flakiness and Elongation Indices*

Max 35% IS:2386 Part I

Strength Los Angeles Abrasion Value or Aggrete Impact Value

Max 35% Max 27%

IS:2386 Part IV

Durability Soundness either: Sodium Sulphate or Magnesium Sulphate

Max 12% Max 18%

IS: 2386 Part V

Water Absorption

Water Absorption Max 2% IS: 2386 Part III

Stripping Coating and Stripping of Bitumen Aggregate Mix

Minimum retained coating 95%

IS:6241

Water Sensitivity

Retained Tensile Strength** Min 80% AASHTO 283

4.3. GRADATION FOR MATERIALS FOR DENSE BITUMINOUS MACADAM (DBM) 4.3.1. STONE CHIPS 22.40 MM: The materials shall consist of crushed stone. Crushed chips shall pass 100% through 26.50 mm sieve and shall retain on 13.20 mm sieve.

4.3.2. STONE CHIPS 11.20 MM: The materials shall consist of crushed stone. Crushed chips shall pass 100% through 13.20 mm sieve and shall retain on 6.70 mm sieve.

4.3.3 STONE CHIPS 6.70 MM: The materials shall consist of crushed stone. Crushed chips shall pass 100% through 11.20 mm sieve and shall retain on 2.80 mm sieve. FINE AGGREGATES

Fine aggregates shall consist of crushed or naturally occurring mineral material, or a combination of the two, passing the 2.36 mm sieve and retained on the 75 micron sieve. These shall be clean, hard, durable dry and free from dust, and soft or friable matter, organic or other deleterious matter. Natural sand shall not be allowed in binder courses. However, natural sand upto 50 percent of the fine aggregate may be allowed in base courses. 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 passing the 0.425 mm sieve shall not exceed 4, when tested in accordance with IS:2720 (Part 5).

5.0 GENERAL REQUIREMENTS FOR STONE AGGREGATES FOR BITUMINOUS CONCRETE (BC)

5.1 MATERIALS

CA NO: CE(P) BCN/ / 2018-19 Ser Page No: 37 Tender No: CE (P) BCN/ 06/2018-19

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

5.1.1 The coarse stone aggregates shall consist of crushed stone, crushed gravel or other hard material retained on 2.36 mm sieve. It shall be clean hard, durable, of fairly cubical shape and free from dust and soft organic or other deleterious substances. The aggregates shall satisfy the physical requirements specified in Table 500-16 of MORT&H Specifications for Road and Bridge works – 5th Revision. Where crushed gravel is proposed for use, as aggregate not less than 90% by weight of the crushed material shall have at least two fractured faces resulting from crushing operation. Before approval of the source, the aggregates shall be tested for stripping. 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’s recommendation, without additional payment.

PHYSICAL REQUIREMENTS FOR COARSE AGGREGATES FOR BITUMIOUS CONCRETE

TABLE 500-16 Property Test Specification Test Method

Cleanliness Grain size analysis Max 5 % passing 0.075

mm

IS:2386 Part-I

Particle shape Combined Flakiness and Elongation Index Max 35 % IS:2386 Part-I

Strength* Los Angeles Abrasion Value Max 40 % IS:2386 Part-IV

Aggregate Impact Value Max 24 %

Durability Soundness (Sodium & Magnesium) 5 cycles IS:2386 Part-V IS:2386 Part-V

Sodium Sulphate Max 12 %

Magnesium Sulphate Max 18 %

Water Absorption

Water absorption Max 2 % IS:2386 Part-III

Stripping Coating and Stripping of Bitumen Aggregate Minimum retained coating 95%

IS:6241

Water sensitivity

Retained Tensile Strength* Min 80 % AASHTO 283

PARTICULAR SPECIFICATIONS (CONTINUED)

Note: - * If the minimum retained tensile strength falls below 80%, use of anti stripping agent is recommended to meet the minimum requirements.

5.2. GRADATION FOR MATERIALS FOR BITUMINOUS CONCRETE (BC) LAYER:- 5.2.1. STONE CHIPS 11.20 MM: The materials shall consist of crushed stone. Crushed chips shall pass 100% through 13.20 mm sieve and shall retain on 6.70 mm sieve. 5.2.2. STONE CHIPS 6.70 MM: The materials shall consist of crushed stone. Crushed chips shall pass 100% through 11.20 mm sieve and shall retain on 2.80 mm sieve.

5.2.3. FINE AGGREGATES(SAND): Fine aggregates shall consist of crushed or naturally occurring material, or a combination of the two, passing the 2.36mm sieve and retained on the 75 micron sieve. These shall be clean , hard , durable, dry and free from dust, and soft or friable matter, organic or other deleterious matter. Natural sand shall not be allowed in binder courses. However, natural sand upto 50 percent of the fine aggregate may be allowed in base courses. The fine aggregate shall have a sand equivalent value of not less than 50 when tested in accordance with requirement of IS: 2720 (Part 37). The plasticity index of the fraction passing the 0.425 mm sieve shall not exceed 4, when tested in accordance with IS :2720(Part5).

CA NO: CE(P) BCN/ / 2018-19 Ser Page No: 38 Tender No: CE (P) BCN/ 06/2018-19

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

PARTICULAR SPECIFICATIONS (CONTINUED)

6. QUALITY OF BITUMINOUS CONCRETE (BC) MATERIALS :- Control on the quality of materials and works shall be exercised by the Engineer in accordance with Section 900.The minimum quality control tests and their minimum frequency for DBM and BC material are as under:-

Srl Test Frequency (Minimum)

(i) ( Aggregate Impact Value/ Los Angeles abrasion Value

One test per 350 Cum of aggregate for each source and whenever there is change in the quality of aggregate.

(ii) ( Flakiness Index and Elongation Index

One test per 350 Cum of aggregate for each source and whenever there is change in the quality of aggregate.

(iii) Soundness ( Magnesium and sodium sulphate)

One test of each source and whenever there is change in the quality of aggregate

(iv) Water absorption of aggregate

-do-

(v) Sand equivalent test -do-

(vi) Plasticity Index -do-

(vii) Polished stone value -do-

(viii) Percentage of fractured faces

One test per 350 cum of aggregate, when crushed gravel is used.

(ix) Mix Grading One Set of Individual constituents and mixed aggregate from dryer for each 400 tonnes of mix subject to minimum of two tests per plant per day

7. BULKAGE OF RIVER SAND AND COARSE SAND In case sand is in wet condition percentage of bulkage shall be deducted. The sand to be supplied under above work shall be completely dry sand and should not possess moisture. However it is not possible for the contractor to supply completely dry sand, damp sand shall be accepted with the percentage reduction in measured stacks of sand in accordance with the percentage/formula indicated below. The volume of the saturated sand completely in water as the same as that or dry sand. 7.1. Put sufficient quantity of the sand loosely into a container until it is about two-thirds full Level off the top of sand and pushing a steel rule vertically down through the sand at the middle to the bottom, measure the height. Suppose this is h cm.

7.2. Empty the sand out of the container into another container where none of it will be lost. Half fill the first container with water. Put back about half the sand and rod it with a steel rod, about 6 mm in diameter, so that its volume is reduced to a minimum. Then add the remainder of the sand and rod it in the same way. Smooth and level the top surface of the inundated sand and measure its depth at the middle with the steel rule. Suppose this is h’ cm.

7.3. The percentage of bulking of the sand due to moisture shall be calculated from the formula: Percentage to bulking = h -1 X 100 h’

7.4. In a 250-ml measuring cylinder, pour the damp sand (consolidated by shaking) until it reaches the 200- ml mark. Then fill the cylinder with water and stir the sand well. (The water shall be sufficient to submerge the sand completely.) It will be seen that the sand surface is now below its original level. Suppose the surface is at the mark y ml.

CA NO: CE(P) BCN/ / 2018-19 Ser Page No: 39 Tender No: CE (P) BCN/ 06/2018-19

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

PARTICULAR SPECIFICATIONS (CONTINUED) The percentage of bulking of the sand due to moisture shall be calculated for the formula:

Percentage bulking= 200 -1 X 100 y

7.5.Reporting of Results: - Report the percentage bulking of sand to the nearest whole number.

8. DEDUCTION FOR VOIDS

8.1 Materials supplied at site shall be paid for in cum. The actual volume of the materials to be paid for shall be computed after deducting the specified percentages as per Table 500.50 of MORT & H specification for Road and Bridge work (5th Revision) form the volume computed by stack measurements.

MORT&H SPECIFICATION FOR ROAD & BRIDGE WORK- 5th REVISION TABLE 500-50

PERCENT REDUTION IN VOLUME OF AGGREGATE

Srl Standard size of aggregates Percentage reduction in volume computed by stack measurements to arrive at the volume to be paid for

1. 45 mm and 26.5 mm 10.00

2. Stone chips 22.4 mm, 13.2 mm, 11.2 mm, 6.7 mm

5.00

3. Fine aggregate (Sand & stone dust) 5.00

9. 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 finding on all such issues. 10. Latest version/revision of all IS/IRC codes and MORT&H Specifications for Road and Bridges works referred will be followed.

CA NO: CE(P) BCN/ / 2018-19 Ser Page No: 40 Tender No: CE (P) BCN/ 06/2018-19

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

BORDER ROADS ORGANISATION

MINISTRY OF DEFENCE, GOVT OF INDIA

HEADQUARTERS CHIEF ENGINEER PROJECT BEACON

NAME OF WORK : SUPPLY AND STACKING OF STONE SCREENING 13.2 MM (TYPE-A) AND CRUSHER DUST FOR WBM WORK BETWEEN KM 39.00 TO KM 53.00 ON RAMBAN-GUL ROAD (PART-I) AND STONE AGGREGATE 26.50 MM, 22.40 MM, 13.20 MM, 11.20 MM, 6.7 MM AND FINE AGGREGATE (SAND) AT HMP/WMM PLANT SITE AT KM 24.800 ON RAMBAN-GUL ROAD (PART-II) FOR SURFACING WORK BETWEEN KM 39.00 TO KM 53.00 (NET LENGTH 12.00 KM i.e KM 39 TO 50.50 & Km 52.50 TO 53.00) ON RAMBAN-GUL ROAD IN 52 RCC SECTOR UNDER 35 BRTF OF PROJECT BEACON IN J&K STATE

Part - II (PRICE BID)

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

S/No Particulars Page No

1 Contents 40

2. Schedule ‘A’ (Notes)

41 to 42

3. Schedule ‘A’ 43 to 44

4. Schedule ‘B, C, D & others. 45 to 50

Total - Nos

(Pages)

CA NO: CE(P) BCN/ / 2018-19 Ser Page No: 41 Tender No: CE (P) BCN/ 06/2018-19

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

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

NAME OF WORK : SUPPLY AND STACKING OF STONE SCREENING 13.2 MM (TYPE-A) AND CRUSHER DUST FOR WBM WORK BETWEEN KM 39.00 TO KM 53.00 ON RAMBAN-GUL ROAD (PART-I) AND STONE AGGREGATE 26.50 MM, 22.40 MM, 13.20 MM, 11.20 MM, 6.7 MM AND FINE AGGREGATE (SAND) AT HMP/WMM PLANT SITE AT KM 24.800 ON RAMBAN-GUL ROAD (PART-II) FOR SURFACING WORK BETWEEN KM 39.00 TO KM 53.00 (NET LENGTH 12.00 KM i.e KM 39 TO 50.50 & Km 52.50 TO 53.00) ON RAMBAN-GUL ROAD IN 52 RCC SECTOR UNDER 35 BRTF OF PROJECT BEACON IN J&K STATE 1. Quantity shown in Schedule A is approximate and is inserted as guide only. These shall, however not be varied beyond the limits laid down in conditions of IAFW1815 (Z) General conditions of contract and special conditions of the contract. 2. The rates and amount in schedule ‘A’ are to be filled in by the tenderer. Tenderers are requested to quote rates in figures only in the provided column in schedule A given in Excel sheet. 3. PERIOD OF COMPLETION :- The entire works of Schedule “A” under this contract shall be completed within 360 days for Part-I & Part-II (Phase-I (50% work) 180 days and Phase-II (100% work) 360 days) from the date of commencement of work as per work order No.1 which will be generally within one month of the date of issue of acceptance letter. 4. Any drawings mentioned in the tender documents/particular specifications but it is inadvertently not included in the list of drawings, shall also be deemed to form part of the contract and Tenderer may see such drawings/details in the office of Accepting Officer/concerned OC Contracts and shall be supplied by Deptt. 5. The layout of work as indicated in site plan /layout plan is tentative and may be varied where necessary at the discretion of the OC Contract. The contractor shall not be entitled for any claim on account of any 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, GST 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.

CA NO: CE(P) BCN/ / 2018-19 Ser Page No: 42 Tender No: CE (P) BCN/ 06/2018-19

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

SCHEDULE 'A' (NOTES) 8. The rates to be quoted by the tenderer in respect of these works shall be deemed to include for all minor details of construction which are obviously and fairly intended and which may not have been specifically mentioned in the tender documents but which are essential for satisfactory execution and completion work. In case of difference of opinion between the OC Contract and the Contractor as to what constitutes a minor detail of construction, the decision of Accepting Officer shall be final and binding. 9. Rates to be quoted by the contractors shall be deemed to include to all items of work as described, specified in particular specification and on drawing. 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-1815Z 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 version). The rate be quoted considering Clause 114 of MORT&H specification (5th version). 14 Unit RM, mm cum, Sqm, Kg and Quintal or Qtl, wherever ,mentioned in the tender documents denotes the unit, Running 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 accepted as a whole and not item wise or part wise. 19. No provision would be provided in the Schedule –A as given in Excel sheet for rebate and addition. Refer clause No. 25 (a) & (b) of forwarding letter, if tenderer wishes to revise his quoted rates / offer after bid submitted, he may resubmit the bids as per tender critical date sheet.

CA NO: CE(P) BCN/ / 2018-19 Ser Page No: 43 Tender No: CE (P) BCN/ 06/2018-19

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

SCHEDULE “A” LIST OF ITEMS OF WORKS AND PRICES.

S/No Description of works/ items Unit Nos of

unit reqd Rate per Unit (In Rupees & figures )

Total Amount in Rs. (In figure and words)

1 2 3 4 5 6

PART-I : Material to be supplied at works site between Km 39.00 to Km 53.00 on Ramban-Gul Road for WBM works :-

1.1 Supply and stacking of Stone Screening 13.2 mm (Type-A) for WBM works, all as specified in particular specifications and directed by Engr-In-charge/OC Contract.

Cum 2056.00 Rs______________ (Rupees _____________ _______________________________only)

Rs______________ (Rupees _______________________________only)

1.2 Supply and stacking of Crusher Dust/Binding Material for WBM works, all as specified in particular specifications and directed by Engr-In-charge/OC Contract.

Cum 1142.00 Rs______________ (Rupees _____________ _______________________________only)

Rs______________ (Rupees _______________________________only)

Total in figures

PART-II : Material to be supplied at Km 24.800 (HMP/WMM Plant) on Ramban-Gul Road for WMM, DBM & BC works :-

2.1 Supply and stacking of Stone aggregate 26.50 mm size for WMM works, all as specified in particular specifications and directed by Engr-In-charge/OC Contract.

Cum 5548.00 Rs______________ (Rupees _____________ _______________________________only)

Rs______________ (Rupees _____________ _______________________________only)

2.2 Supply and stacking of Stone aggregate 22.40 mm size for DBM works, all as specified in particular specifications and directed by Engr-In-charge/OC Contract.

Cum 2173.00 Rs______________ (Rupees _____________ _______________________________only)

Rs______________ (Rupees _____________ _______________________________only)

2.3 Supply and stacking of Stone aggregate 13.20 mm size for WMM works, all as specified in particular specifications and directed by Engr-In-charge/OC Contract.

Cum 3769.00 Rs______________ (Rupees _____________ _______________________________only)

Rs______________ (Rupees _____________ _______________________________only)

2.4 Supply and stacking of Stone aggregate 11.20 mm size for DBM & BC works, all as specified in particular specifications and directed by Engr-In-charge/OC Contract.

Cum 1857.00 Rs______________ (Rupees _____________ _______________________________only)

Rs______________ (Rupees _____________ _______________________________only)

2.5 Supply and stacking of Stone aggregate 6.7 mm size for WMM, DBM & BC works, all as specified in particular specifications and directed by Engr-In-charge/OC Contract.

Cum 7716.00 Rs______________ (Rupees _____________ _______________________________only)

Rs______________ (Rupees _____________ _______________________________only)

CA NO: CE(P) BCN/ / 2018-19 Ser Page No: 44 Tender No: CE (P) BCN/ 06/2018-19

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

S/No Description of works/ items Unit Nos of unit reqd

Rate per Unit (In Rupees & figures )

Total Amount in Rs. (In figure and words)

1 2 3 4 5 6

2.6 Supply and stacking of Coarse sand for WMM, DBM & BC works, all as specified in particular specifications and directed by Engr-In-charge/OC Contract.

Cum 8073.00 Rs______________ (Rupees _____________ _______________________________only)

Rs______________ (Rupees _____________ _______________________________only)

Total in figures

Total in words ( )

CA NO: CE(P) BCN/ / 2018-19 Ser Page No: 45 Tender No: CE (P) BCN/ 06/2018-19

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

SCHEDULE `B’

ISSUE OF STORES TO THE CONTRACTOR (SEE CONDITIONS 8, 9 AND 10 OF IAFW-1815 (Z) NAME OF WORK : SUPPLY AND STACKING OF STONE SCREENING 13.2 MM (TYPE-A) AND CRUSHER DUST FOR WBM WORK BETWEEN KM 39.00 TO KM 53.00 ON RAMBAN-GUL ROAD (PART-I) AND STONE AGGREGATE 26.50 MM, 22.40 MM, 13.20 MM, 11.20 MM, 6.7 MM AND FINE AGGREGATE (SAND) AT HMP/WMM PLANT SITE AT KM 24.800 ON RAMBAN-GUL ROAD (PART-II) FOR SURFACING WORK BETWEEN KM 39.00 TO KM 53.00 (NET LENGTH 12.00 KM i.e KM 39 TO 50.50 & Km 52.50 TO 53.00) ON RAMBAN-GUL ROAD IN 52 RCC SECTOR UNDER 35 BRTF OF PROJECT BEACON IN J&K STATE

Srl No Particulars Rate at which stores will be issued to the contractor

Place of issue by Name

Remarks

Unit Rate

1 2 3 4 5 6

-Nil-

Signature of Contractor Accepting Officer Dated : Dated :

CA NO: CE(P) BCN/ / 2018-19 Ser Page No: 46 Tender No: CE (P) BCN/ 06/2018-19

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

SCHEDULE `C’

NAME OF WORK : SUPPLY AND STACKING OF STONE SCREENING 13.2 MM (TYPE-A) AND CRUSHER DUST FOR WBM WORK BETWEEN KM 39.00 TO KM 53.00 ON RAMBAN-GUL ROAD (PART-I) AND STONE AGGREGATE 26.50 MM, 22.40 MM, 13.20 MM, 11.20 MM, 6.7 MM AND FINE AGGREGATE (SAND) AT HMP/WMM PLANT SITE AT KM 24.800 ON RAMBAN-GUL ROAD (PART-II) FOR SURFACING WORK BETWEEN KM 39.00 TO KM 53.00 (NET LENGTH 12.00 KM i.e KM 39 TO 50.50 & Km 52.50 TO 53.00) ON RAMBAN-GUL ROAD IN 52 RCC SECTOR UNDER 35 BRTF OF PROJECT BEACON IN J&K STATE

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 TO THE CONTRACTOR (See Conditions IAFW 1815 (Z) 1969 print including errata 1 to 28 and amendment 1 to 34

thereto)

Srl No

Quantity Particulars Rate per unit per working day

Place of issue by name

Remarks

1 2 3

4 5 6

-Nil-

Signature of Contractor Accepting Officer Dated : Dated :

CA NO: CE(P) BCN/ / 2018-19 Ser Page No: 47 Tender No: CE (P) BCN/ 06/2018-19

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

TENDER To, The President of India: - Having examined and perused the following documents forming part of tender documents: - 1. Particular/technical specifications 2. Ministry of Road Transport & Highway (MoRT&H) specifications for road and bridge works ((5th revision) published by Indian Roads Congress. New Delhi. 3. Drawings details in the list of drawings/ specifications/other tender documents. 4. Schedule A, B ,C & D attached hereto. 5. Special Condition of Contract. 6. General Condition of Contracts IAFW 1815 (Z) 1969 print including errata 1 to 28 and amendment 1 to 34 thereto. 7. Should this tender be accepted, I/We agree:- To supply all the works referred to in the said documents upon the term and condition contained referred to therein at the term rates continued in this aforesaid Schedule ’A’ or such at other rates to be fixed under the provision of condition of IAFW-1815 (Z) to carry out such deviations as may be ordered of General Condition of contracts (IAFW 1815Z) to the sole arbitration of a serving Engineer officer to be appointed by the Director General Border Roads, New Delhi or In his absence, the officer officiating as Director General Border Roads, Whose decision shall be final, conclusive and binding. However, in case of disputes with PSE and or PSU the same will be referred to a sole Arbitrator to be appointed by Secretary, Bureau of Public Sector Enterprises (refer Special condition 26 of the tender documents). Signature of Contractor In the Capacity of____________ Duly authorized to sign the tender for and on behalf of (IN BLOCK CAPITALS) ____________________________________ Dated:___________ Witness__________ Signature & Name _____________________Postal Address_______________ Address Telephone No Name _______________________________Telegraphic Address_________

CA NO: CE(P) BCN/ / 2018-19 Ser Page No: 48 Tender No: CE (P) BCN/ 06/2018-19

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

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 __________________________________________. The said

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

of the contract, on my behalf.

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

President of India for the contract sum of Rs ______________ (Rupees

_______________________________________________only) at the item rates quoted in

Schedule ‘A’.

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

(Vishal Aggarwal)

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

CA NO: CE(P) BCN/ / 2018-19 Ser Page No: 49 Tender No: CE (P) BCN/ 06/2018-19

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

Appendix ‘B’

NEFT/RTGS MANDATE FORM

(1) Name of firm/contractor as

per account in the Bank

(2) Beneficiary’s Account Number

(As appearing on the Cheque

Book)

(3) Name of Bank where a/c is

held

(4) Name of Branch

(5) Address of Branch

(6) Telephone No. of Branch

(7) IFSC Code of Branch

(8) 9-Digit MICR Code Number of

the Bank & Branch

(9) E-Mail ID of Contractor

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

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

Dated : Signature of the contractor (Seal) CERTIFICATE BY BANK

Certified that the particulars furnished above are correct as per our records. Seal of Bank Signature of the branch manager of the Bank

Dated:-

CA NO: CE(P) BCN/ / 2018-19 Ser Page No: 50 Tender No: CE (P) BCN/ 06/2018-19

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

Appendix ‘C’

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

UNDERTAKING BY AUTHORISED SIGNATORY

I, the under signed do hereby under take that our firm M/s __________________________ agree to abide by Terms and conditions of tender No. CE (P) BCN/06/2018-19 for “SUPPLY AND STACKING OF STONE SCREENING 13.2 MM (TYPE-A) AND CRUSHER DUST FOR WBM WORK BETWEEN KM 39.00 TO KM 53.00 ON RAMBAN-GUL ROAD (PART-I) AND STONE AGGREGATE 26.50 MM, 22.40 MM, 13.20 MM, 11.20 MM, 6.7 MM AND FINE AGGREGATE (SAND) AT HMP/WMM PLANT SITE AT KM 24.800 ON RAMBAN-GUL ROAD (PART-II) FOR SURFACING WORK BETWEEN KM 39.00 TO KM 53.00 (NET LENGTH 12.00 KM i.e KM 39 TO 50.50 & Km 52.50 TO 53.00) ON RAMBAN-GUL ROAD IN 52 RCC SECTOR UNDER 35 BRTF OF PROJECT BEACON IN J&K STATE” from page No._______to __________ is advertised the CPPP site https://eprocure.gov.in/eprocure/app and it shall be binding on us and may accepted at any time before the expiration of that tender conditions.

______________________________________

(Signed by an Authorized Officer of the Firm)

_____________________ Title of Officer

_____________________ Name of Firm

____________ Date