j&k economic reconstruction agency · information from office of the project manager, jkusdip,...

213
J&K ECONOMIC RECONSTRUCTION AGENCY Jammu and Kashmir Urban Sector Development Investment Program- Project 1 (ADB loan No. 2331-IND) BIDDING DOCUMENT for Procurement of The work of Construction of Two lane Flyover/ Grade separators (two Nos.) at BC Road and Widening and strengthening of B C Road at Jammu (Following ADB’s Single Stage - Two Envelope Bidding Procedure) Volume 1-Technical Bid- Part 1 Issued on: 20-10-2009 Invitation for Bids No.: JKUSDIP Jammu/ NCB-04 Package No.: JKUSDIP Jammu/UT-01 Employer: J&K Economic Reconstruction Agency Country: India

Upload: others

Post on 22-Sep-2019

1 views

Category:

Documents


0 download

TRANSCRIPT

J&K ECONOMIC RECONSTRUCTION AGENCY Jammu and Kashmir Urban Sector Development Investment Program- Project 1

(ADB loan No. 2331-IND)

BIDDING DOCUMENT for

Procurement of

The work of

Construction of Two lane Flyover/ Grade separators (two Nos.) at BC Road and Widening and strengthening of B C Road at Jammu (Following ADB’s Single Stage - Two Envelope Bidding Procedure)

Volume 1-Technical Bid- Part 1

Issued on: 20-10-2009

Invitation for Bids No.: JKUSDIP Jammu/ NCB-04

Package No.: JKUSDIP Jammu/UT-01 Employer: J&K Economic Reconstruction Agency Country: India

Preface This Bidding Document for the Procurement of Works has been prepared by J & K Economic Reconstruction Agency and is based on the Standard Bidding Document for the Procurement of Works (SBD Works) issued by the Asian Development Bank dated November 2006 ADB’s SBD Works has the structure and the provisions of the Master Procurement Document entitled “Bidding Document for the Procurement of Works”, prepared by multilateral development banks and other public international financial institutions except where ADB-specific considerations have required a change.

Invitation For Bids

JKUSDIP Jammu//UT-01

Jammu and Kashmir Economic Re-construction Agency 38A/B Gandhi Nagar Jammu-180004

Invitation for Bids: JKUSDIP Jammu/ NCB - 04

Date: 20 - 10 - 2009 Loan No. and Title: 2331-IND, Jammu and Kashmir Urban Sector Development

Investment Program – Project 1 Contract package number and name: JKUSDIP Jammu/UT-01, “Construction of

Two lane Flyover/ Grade separators (two Nos.) at BC Road and Widening and strengthening of B C Road at Jammu”.

Deadline for submitting Bids: 1500 hrs on 04-12-2009. 1. This Invitation for Bids follows the General Procurement Notice for this project that

published in ADB Business opportunity on 2 April, 2007. 2. India has received a Loan from the Asian Development Bank (ADB) towards the cost

for financing the Jammu and Kashmir Urban Sector Development Investment Program - Project 1. Part of the proceeds of this loan will be applied to eligible payments under the contract named below. Bidding is open to bidders from eligible source countries of the ADB.

3. The J&K Economic Reconstruction Agency (J&K ERA) “the Employer” invites

sealed bids from experienced and eligible bidders for the work of “Construction of Two lane Flyover/ Grade separators (two Nos.) at BC Road and Widening and strengthening of B C Road at Jammu”.

4. To be qualified under the contract package, bidder should as a minimum meet the

following minimum requirements: (a) Average annual construction turnover for last three years (2008-09, 2007-08,

2006-07) equal to or more than INR 270 million, (b) successfully or substantially completed at least two work contracts within the last

seven years, each with a value of at least INR 360 million, (c) Has experience in Construction of two major bridges / flyovers/ grade separator/

ROBs each with a value not less than INR 50 million, within last seven years, (d) Meet other financial, personnel and equipment requirements as indicated in the bid

document. However, for complete eligibility and qualification requirements, bid document should

be referred. 5. National Competitive Bidding (NCB) will be conducted in accordance with ADB’s

Single stage - Two envelope bidding procedure and is open to all bidders from eligible source countries of ADB.

6. Interested eligible Bidders may, inspect the Bidding Documents and obtain further

information from office of the Project Manager, JKUSDIP, J&K Economic Reconstruction Agency, Jammu-180004 Tel: 0191-2434601,191-2436038 from 11 00 to 16 00 hours on all working days.

Invitation For Bids

JKUSDIP Jammu//UT-01

7. The Bidding Document (in English language) may be purchased by interested

Bidders on submission of a written application to the Project Manager, JKUSDIP, J&K Economic Re-construction Agency, Jammu-180004 on payment of a non-refundable fee of INR 5000/- (Rs. Five thousands only)or in equivalent US dollar currency starting from 26-10-2009 to 02-12-2009. Those applicants who desires to receive the document by courier/post shall have to pay INR 6000/- (Rupees Six thousands only) for delivery within India, or INR.7,000/- (Rupees Seven Thousands only) for delivery outside India. The method of payment will be through demand draft in favour of J&K Economic Reconstruction Agency, payable at Jammu. No liability will be accepted for loss in transit or late delivery.

8. Bidding documents are also available on project website www.jkera.org. Eligible

interested bidders can see and download the document and can participate in bidding procedure. Such bidders will submit cost of bidding document along with technical proposal through demand draft in favour of J&K Economic Reconstruction Agency, payable at Jammu. No bids will be entertained without cost of bidding document.

Bidders who download Bid Document from website are advised to regularly visit J&K ERA’s web site www.jkera.org to look for addendums/ clarifications to the bidding document

9. Bids must be delivered at the address below on or before 1500 hrs on

04-12-2009.Technical bid must be accompanied by the bid security amounting to INR 9.0 million. Late bids shall be rejected. Technical bids will be opened on the same day in the presence of the Bidder/Bidder’s representatives who choose to attend at the address below at 1530 hrs unless notified otherwise.

10. The J&K Economic Reconstruction Agency will not be responsible for any costs or

expenses incurred by Bidders in connection with the preparation or delivery of Bids.

11. Pre-bid meeting with the bidders shall be held at conference hall, J&K Economic

Reconstruction Agency, 38 A/B, Gandhi Nagar Jammu-180004 at 1500 hrs on 17-11-2009. Work site visit will be conducted 16-11-2009 at 1500 hrs. Bidders Interested in participating in bid process are advised to attend pre-bid meeting and visit site before submission of bid.

Project Manager (JKUSDIP),

J&K Economic Reconstruction Agency 38 A/B, Gandhi Nagar Jammu- 180004

Tel: 0191-2434601, 0191-2436038 Fax: 0191-2434493.

www.jkera.org

-Sd- No. PM/JKUSDIP/JAMMU/NCB-04/IFB Project Manager (JKUSDIP) Date:- 16-10-2009 J&K Economic Reconstruction Agency

JKUSDIP Jammu//UT-01

Table of Contents

PART I BIDDING PROCEDURES

Section 1 - Instructions to Bidders (ITB) ------------------------------------------------ 1-1 Section 2 - Bid Data Sheet (BDS) --------------------------------------------------------- 2-1 Section 3 - Evaluation and Qualification Criteria (EQC) --------------------------- 3-1 Section 4 - Bidding Forms (BDF) --------------------------------------------------------- 4-1 Section 5 - Eligible Countries (ELC) ----------------------------------------------------- 5-1

PART II REQUIREMENTS

Section 6 - Employer’s Requirements (ERQ) ----------------------------------------- 6-1 PART III CONDITIONS OF CONTRACT AND CONTRACT FORMS

Section 7 - General Conditions of Contract (GCC) ---------------------------------- 7-1 Section 8 - Particular Conditions of Contract (PCC) ------------------------------- 8-1 Section 9 - Contract Forms (COF) --------------------------------------------------------- 9-1

JKUSDIP Jammu//UT-01

PART I – Bidding Procedures

Section 1 - Instructions to Bidders 1-1

JKUSDIP Jammu//UT-01

Section 1 - Instructions to Bidders

This section specifies the procedures to be followed by Bidders in the preparation and submission of their Bids. Information is also provided on the submission, opening, and evaluation of bids and on the award of contract.

Table of Clauses

A. General .................................................................................................................................. 3

1. Scope of Bid ........................................................................................... 3

2. Source of Funds ..................................................................................... 3

3. Corrupt Practices .................................................................................... 3

4. Eligible Bidders ....................................................................................... 4

5. Eligible Materials, Equipment and Services ........................................... 6

B. Contents of Bidding Document .......................................................................................... 6

6. Sections of Bidding Document ............................................................... 6

7. Clarification of Bidding Document, Site Visit, Pre-Bid Meeting ............... 7

8. Amendment of Bidding Document .......................................................... 8

C. Preparation of Bids .............................................................................................................. 8

9. Cost of Bidding ....................................................................................... 8

10. Language of Bid ..................................................................................... 8

11. Documents Comprising the Bid .............................................................. 8

12. Letters of Bid, and Schedules ................................................................. 9

13. Alternative Bids ....................................................................................... 9

14. Bid Prices and Discounts ........................................................................ 9

15. Currencies of Bid and Payment ............................................................ 10

16. Documents Comprising the Technical Bid ............................................ 11

17. Documents Establishing the Qualifications of the Bidder ..................... 11

18. Period of Validity of Bids ....................................................................... 12

19. Bid Security .......................................................................................... 12

20. Format and Signing of Bid .................................................................... 13

D. Submission and Opening of Bids ..................................................................................... 14

21. Sealing and Marking of Bids ................................................................. 14

22. Deadline for Submission of Bids ........................................................... 14

23. Late Bids ............................................................................................... 14

24. Withdrawal, Substitution, and Modification of Bids ............................... 14

25. Bid Opening .......................................................................................... 15

E. Evaluation and Comparison of Bids................................................................................. 17

Section 1 - Instructions to Bidders 1-2

JKUSDIP Jammu//UT-01

26. Confidentiality ................................................................................. 17

27. Clarification of Bids ......................................................................... 17

28. Deviations, Reservations, and Omissions ...................................... 18

29. Preliminary Examination of Technical Bids .................................... 18

30. Responsiveness of Technical Bid ................................................... 18

31. Nonmaterial Nonconformities ......................................................... 19

32. Qualification of the Bidder ............................................................... 19

33. Correction of Arithmetical Errors ..................................................... 19

34. Conversion to Single Currency ....................................................... 20

35. Margin of Preference ...................................................................... 20

36. Evaluation of Price Bids .................................................................. 20

37. Comparison of Bids ........................................................................ 21

38. Employer’s Right to Accept Any Bid, and to Reject Any or All Bids 21

F. Award of Contract 21

39. Award Criteria ................................................................................. 21

40. Notification of Award ....................................................................... 21

41. Signing of Contract ......................................................................... 21

42. Performance Security ..................................................................... 22

Section 1 - Instructions to Bidders 1-3

JKUSDIP Jammu//UT-01

Section 1 - Instructions to Bidders

A. General

1. Scope of Bid 1.1 In connection with the Invitation for Bid indicated in the Bid Data Sheet (BDS), the Employer, as indicated in the BDS, issues the Bidding Document for the procurement of Works as specified in Section 6 (Employer’s Requirements). The name, identification, and number of contracts of the National Competitive Bidding (NCB) are provided in the BDS.

1.2 Throughout these Bidding Document:

(a) the term “in writing” means communicated in written form and delivered against receipt;

(b) except where the context requires otherwise, words indicating the singular also include the plural and words indicating the plural also include the singular; and

(c) “day” means calendar day.

2. Source of Funds 2.1 The Borrower or Recipient (hereinafter called “Borrower”) indicated in the BDS has applied for or received financing (hereinafter called “funds”) from the Asian Development Bank (hereinafter called “ADB”) toward the cost of the project named in the BDS. The Borrower intends to apply a portion of the funds to eligible payments under the contract(s) for which this Bidding Document is issued.

2.2 Payments by the ADB will be made only at the request of the Borrower and upon approval by the ADB in accordance with the terms and conditions of the financing agreement between the Borrower and the ADB (hereinafter called the Loan Agreement), and will be subject in all respects to the terms and conditions of that Loan Agreement. No party other than the Borrower shall derive any rights from the Loan Agreement or have any claim to the funds.

3. Corrupt Practices

3.1 ADB’s Anticorruption Policy requires borrowers (including beneficiaries of ADB-financed activity), as well as bidders, suppliers, and contractors under ADB-financed contracts, observe the highest standard of ethics during the procurement and execution of such contracts. In pursuance of this policy, the ADB:

(a) defines, for the purposes of this provision, the terms set forth below as follows:

(i) “corrupt practice” means the offering, giving, receiving, or soliciting, directly or indirectly, anything of value to influence improperly the actions of another party;

(ii) “fraudulent practice” means any act or omission, including a misrepresentation, that knowingly or recklessly misleads, or attempts to mislead, a party to obtain a financial or other benefit or to avoid an

Section 1 - Instructions to Bidders 1-4

JKUSDIP Jammu//UT-01

obligation;

(iii) “coercive practice” means impairing or harming, or threatening to impair or harm, directly or indirectly, any party or the property of the party to influence improperly the actions of a party;

(iv) “collusive practice” means an arrangement between two or more parties designed to achieve an improper purpose, including influencing improperly the actions of another party.

(b) will reject a proposal for award if it determines that the bidder recommended for award has, directly or through an agent, engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract; and

(c) will sanction a party or its successor, including declaring ineligible, either indefinitely or for a stated period of time, to participate in ADB-financed activities if it at any time determines that the firm has, directly or through an agent, engaged in corrupt, fraudulent, collusive, or coercive practices in competing for, or in executing, an ADB-financed contract.

3.2 Furthermore, Bidders shall be aware of the provision stated in Sub-Clause 15.6 of the Conditions of Contract.

4. Eligible Bidders 4.1 A Bidder may be a natural person, private entity, government-owned entity—subject to ITB 4.5—or any combination of them with a formal intent to enter into an agreement or under an existing agreement in the form of a Joint Venture (JV). In the case of a JV:

(a) all partners shall be jointly and severally liable, and

(b) the JV shall nominate a Representative who shall have the authority to conduct all business for and on behalf of any and all the parties of the JV during the bidding process and, in the event the JV is awarded the Contract, during contract execution.

4.2 A Bidder, and all parties constituting the Bidder, shall have the nationality of an eligible country, in accordance with Section 5 (Eligible Countries). A Bidder shall be deemed to have the nationality of a country if the Bidder is a citizen or is constituted, or incorporated, and operates in conformity with the provisions of the laws of that country. This criterion shall also apply to the determination of the nationality of proposed subcontractors or suppliers for any part of the Contract including related services.

4.3 ADB considers a conflict of interest to be a situation in which a party has interests that could improperly influence that party’s performance of official duties or responsibilities, contractual obligations, or compliance with applicable laws and regulations, and that such conflict of interest may contribute to or constitute a prohibited practice under ADB's Anticorruption Policy. In pursuance of ADB's Anticorruption Policy’s requirement that

Section 1 - Instructions to Bidders 1-5

JKUSDIP Jammu//UT-01

Borrowers (including beneficiaries of Bank-financed activity), as well as bidders, suppliers, and contractors under Bank-financed contracts, observe the highest standard of ethics, ADB will take appropriate actions, which include not financing the contract, if it determines that a conflict of interest has flawed the integrity of any procurement process. Consequently all Bidders found to have a conflict of interest shall be disqualified. A Bidder may be considered to be in a conflict of interest with one or more parties in this bidding process if, including but not limited to:

(a) they have controlling shareholders in common; or

(b) they receive or have received any direct or indirect subsidy from any of them; or

(c) they have the same legal representative for purposes of this bid; or

(d) they have a relationship with each other, directly or through common third parties, that puts them in a position to have access to information about or influence on the Bid of another Bidder, or influence the decisions of the Employer regarding this bidding process; or

(e) a Bidder participates in more than one bid in this bidding process. Participation by a Bidder in more than one Bid will result in the disqualification of all Bids in which the party is involved. However, this does not limit the inclusion of the same subcontractor in more than one bid; or

(f) a Bidder participated as a consultant in the preparation of the design or technical specifications of the contract that is the subject of the Bid; or

(g) a Bidder was affiliated with a firm or entity that has been hired (or is proposed to be hired) by the Employer or Borrower as Engineer for the contract.

4.4 A firm that is under a declaration of ineligibility by the ADB in accordance with ITB 3, at the date of the deadline for bid submission or thereafter, shall be disqualified.

4.5 Government-owned enterprises in the Employer’s country shall be eligible only if they can establish that they are legally and financially autonomous and operate under commercial law, and that they are not a dependent agency of the Employer.

4.6 Bidders shall provide such evidence of their continued eligibility satisfactory to the Employer, as the Employer shall reasonably request.

4.7 Firms shall be excluded if by an act of compliance with a decision of the United Nations Security Council taken under Chapter VII of the Charter of the United Nations, the Borrower’s country prohibits any import of goods or contracting of works or services from that country or any payments to persons or entities in that country.

Section 1 - Instructions to Bidders 1-6

JKUSDIP Jammu//UT-01

5. Eligible Materials, Equipment and Services

5.1 The materials, equipment and services to be supplied under the Contract shall have their origin in eligible source countries as defined in ITB 4.2 above and all expenditures under the Contract will be limited to such materials, equipment, and services. At the Employer’s request, Bidders may be required to provide evidence of the origin of materials, equipment and services.

5.2 For purposes of ITB 5.1 above, “origin” means the place where the materials and equipment are mined, grown, produced or manufactured, and from which the services are provided. Materials and equipment are produced when, through manufacturing, processing, or substantial or major assembling of components, a commercially recognized product results that differs substantially in its basic characteristics or in purpose or utility from its components.

B. Contents of Bidding Document

6. Sections of Bidding Document

6.1 The Bidding Document is prepared in two Volumes. Volume 1 is Technical Bid and Volume 2 is Price Bid.

Volume 1 consist of Parts 1, 2, and 3, which include all the Sections indicated below.

PART I Bidding Procedures Section 1 - Instructions to Bidders (ITB) Section 2 - Bid Data Sheet (BDS) Section 3 - Evaluation and Qualification Criteria (EQC) Section 4 - Bidding Forms Technical (BDFT) Section 5 - Eligible Countries (ELC)

PART II Requirements Section 6 - Employer’s Requirements (ERQ)

PART III Conditions of Contract and Contract Forms Section 7 - General Conditions (GCC) Section 8 - Particular Conditions (PCC) Section 9 - Contract Forms (COF)

Volume 2 consist of Letter of Price Bid and Bill of Quantities etc.

The bid document should be read in conjunction with any Addenda issued in accordance with ITB 8.

6.2 The Invitation for Bids issued by the Employer is not part of the Bidding Document.

6.3 The Employer is not responsible for the completeness of the Bidding Document and their Addenda, if they were not obtained directly from the source stated by the Employer in the Invitation for Bids.

6.4 The Bidder is expected to examine all instructions, forms, terms, and specifications in the Bidding Document. Failure to furnish all

Section 1 - Instructions to Bidders 1-7

JKUSDIP Jammu//UT-01

information or documentation required by the Bidding Document may result in the rejection of the bid.

7. Clarification of Bidding Document, Site Visit, Pre-Bid Meeting

7.1 A prospective Bidder requiring any clarification of the Bidding Document shall contact the Employer in writing at the Employer’s address indicated in the BDS or raise his inquiries during the pre-bid meeting if provided for in accordance with ITB 7.4. The Employer will respond in writing to any request for clarification, provided that such request is received not later than twenty-one (21) days prior to the deadline for submission of bids or not later than one week before the date of prebid meeting. The Employer shall forward copies of its response to all Bidders who have acquired the Bidding Document in accordance with ITB 6.3, including a description of the inquiry but without identifying its source. Should the Employer deem it necessary to amend the Bidding Document as a result of a request for clarification, it shall do so following the procedure under ITB 8 and ITB 22.2.

7.2 The Bidder is advised to visit and examine the Site of Works and its surroundings and obtain for itself on its own responsibility all information that may be necessary for preparing the bid and entering into a contract for construction of the Works. The costs of visiting the Site shall be at the Bidder’s own expense.

7.3 The Bidder and any of its personnel or agents will be granted permission by the Employer to enter upon its premises and lands for the purpose of such visit, but only upon the express condition that the Bidder, its personnel, and agents will release and indemnify the Employer and its personnel and agents from and against all liability in respect thereof, and will be responsible for death or personal injury, loss of or damage to property, and any other loss, damage, costs, and expenses incurred as a result of the inspection.

7.4 The Bidder’s designated representative is invited to attend a pre-bid meeting, if provided for in the BDS. The purpose of the meeting will be to clarify issues and to answer questions on any matter that may be raised at that stage.

7.5 The Bidder is requested, as far as possible, to submit any questions in writing, to reach the Employer not later than one week before the meeting.

7.6 Minutes of the pre-bid meeting, including the text of the questions raised, without identifying the source, and the responses given, together with any responses prepared after the meeting, will be transmitted promptly to all Bidders who have acquired the Bidding Document in accordance with ITB 6.3. Any modification to the Bidding Document that may become necessary as a result of the pre-bid meeting shall be made by the Employer exclusively through the issue of an addendum pursuant to ITB 8 and not through the minutes of the pre-bid

Section 1 - Instructions to Bidders 1-8

JKUSDIP Jammu//UT-01

meeting.

7.7 Nonattendance at the pre-bid meeting will not be a cause for disqualification of a Bidder.

8. Amendment of Bidding Document

8.1 At any time prior to the deadline for submission of bids, the Employer may amend the Bidding Document by issuing addenda.

8.2 Any addendum issued shall be part of the Bidding Document and shall be communicated in writing to all who have obtained the Bidding Document from the Employer in accordance with ITB 6.3.

8.3 To give prospective Bidders reasonable time in which to take an addendum into account in preparing their bids, the Employer may, at its discretion, extend the deadline for the submission of bids, pursuant to ITB 22.2

C. Preparation of Bids

9. Cost of Bidding 9.1 The Bidder shall bear all costs associated with the preparation and submission of its Bid, and the Employer shall not be responsible or liable for those costs, regardless of the conduct or outcome of the bidding process.

10. Language of Bid 10.1 The Bid, as well as all correspondence and documents relating to the bid exchanged by the Bidder and the Employer, shall be written in the language specified in the BDS. Supporting documents and printed literature that are part of the Bid may be in another language provided they are accompanied by an accurate translation of the relevant passages in the language specified in the BDS, in which case, for purposes of interpretation of the Bid, such translation shall govern.

11. Documents Comprising the Bid

11.1 The Bid shall comprise two envelopes submitted simultaneously, one called the Technical Bid containing the documents listed in ITB 11.2 and the other the Price Bid containing the documents listed in ITB 11.3, both envelopes enclosed together in an outer single envelope.

11.2 The Technical Bid shall comprise the following:

(a) Letter of Technical Bid;

(b) Bid Security or Bid Securing Declaration, in accordance with ITB 19;

(c) alternative bids, if permissible, in accordance with ITB 13;

(d) written confirmation authorizing the signatory of the Bid to commit the Bidder, in accordance with ITB 20.2;

(e) documentary evidence in accordance with ITB 17 establishing the Bidder’s qualifications to perform the

Section 1 - Instructions to Bidders 1-9

JKUSDIP Jammu//UT-01

contract;

(f) Technical Proposal in accordance with ITB 16;

(g) Any other document required in the BDS.

11.3 The Price Bid shall comprise the following: (a) Letter of Price Bid; (b) completed Price Schedules, in accordance with ITB 12 and

14; (c) alternative price bids, at Bidder’s option and if permissible, in

accordance with ITB 13; (d) Any other document required in the BDS.

11.4 In addition to the requirements under ITB 11.2, bids submitted by a JV shall include a copy of the Joint Venture Agreement entered into by all partners. Alternatively, a Letter of Intent to execute a Joint Venture Agreement in the event of a successful bid shall be signed by all partners and submitted with the bid, together with a copy of the proposed agreement.

12. Letters of Bid, and Schedules

12.1 The Letter of Technical Bid and the Schedules shall be prepared using the relevant forms furnished in Section 4 (Bidding Forms Technical). The Letter of Price Bid and Bill of Quantities shall be prepared using the relevant forms furnished in Volume 2 - Price Bid of document. The forms must be completed without any alterations to the text, and no substitutes shall be accepted. All blank spaces shall be filled in with the information requested.

13. Alternative Bids 13.1 Unless otherwise indicated in the BDS, alternative bids shall not be considered.

13.2 When alternative times for completion are explicitly invited, a statement to that effect will be included in the BDS, as will the method of evaluating different times for completion.

13.3 Except as provided under ITB 13.4 below, Bidders wishing to offer technical alternatives to the requirements of the Bidding Document must first price the Employer’s design as described in the Bidding Document and shall further provide all information necessary for a complete evaluation of the alternative by the Employer, including drawings, design calculations, technical specifications, breakdown of prices, and proposed construction methodology and other relevant details. Only the technical alternatives, if any, of the lowest evaluated Bidder conforming to the basic technical requirements shall be considered by the Employer.

13.4 When specified in the BDS, Bidders are permitted to submit alternative technical solutions for specified parts of the Works. Such parts will be identified in the BDS and described in Section 6 (Employer’s Requirements). The method for their evaluation will be stipulated in Section 3 (Evaluation and Qualification Criteria).

14. Bid Prices and Discounts

14.1 The prices and discounts quoted by the Bidder in the Letter of Price Bid and in the Bill of Quantities shall conform to the requirements specified below.

Section 1 - Instructions to Bidders 1-10

JKUSDIP Jammu//UT-01

14.2 The Bidder shall fill in rates and prices for all items of the Works described in the Bill of Quantities. Items against which no rate or price is entered by the Bidder will not be paid for by the Employer when executed and shall be deemed covered by the rates for other items and prices in the Bill of Quantities.

14.3 The price to be quoted in the Letter of Price Bid, in accordance with ITB 12.1, shall be the total price of the Bid, excluding any discounts offered.

14.4 The Bidder shall quote any discounts and the methodology for their application in the Letter of Bid, in accordance with ITB 12.1.

14.5 Unless otherwise provided in the BDS and the Contract, the rates and prices quoted by the Bidder are subject to adjustment during the performance of the Contract in accordance with the provisions of the Conditions of Contract. In such a case, the Bidder shall furnish the indices and weightings for the price adjustment formulae in the Tables of Adjustment Data included in Section 4 (Bidding Forms Technical) and the Employer may require the Bidder to justify its proposed Indices and weightings.

14.6 All duties, taxes, and other levies payable by the Contractor under the Contract, or for any other cause, as of the date 28 days prior to the deadline for submission of bids, shall be included in the rates and prices and the total Bid Price submitted by the Bidder.

15. Currencies of Bid and Payment

15.1 The unit rates and the prices shall be quoted by the bidder entirely in the currency specified in the BDS.

15.2 Bidders shall indicate the portion of the bid price that corresponds to expenditures incurred in the currency of the Employer’s country in the Schedule of Payment Currencies included in Section 4 (Bidding Forms Technical).

15.3 Bidders expecting to incur expenditures in other currencies for inputs to the Works supplied from outside the Employer’s country and wishing to be paid accordingly may indicate up to three foreign currencies in the Schedule of Payment Currencies included in Section 4 (Bidding Forms Technical).

15.4 The rates of exchange to be used by the bidder for currency conversion during bid preparation shall be the selling rates for similar transactions prevailing on the date 28 days prior to the deadline for submission of bids published by the source specified in the BDS. If exchange rates are not so published for certain currencies, the bidder shall state the rates used and the source. Bidders should note that for the purpose of payments, the exchange rates confirmed by the source specified in the BDS as the selling rates prevailing 28 days prior to the deadline

Section 1 - Instructions to Bidders 1-11

JKUSDIP Jammu//UT-01

for submission of bids shall apply for the duration of the Contract so that no currency exchange risk is borne by the bidder.

15.5 Foreign currency requirements indicated by the bidders in the Schedule of Payment Currencies shall include but not limited to the specific requirements for

(a) expatriate staff and labor employed directly on the Works;

(b) social, insurance, medical and other charges relating to such expatriate staff and labor, and foreign travel expenses;

(c) imported materials, both temporary and permanent, including fuels, oil and lubricants required for the Works;

(d) depreciation and usage of imported Plant and Contractor's Equipment, including spare parts, required for the Works;

(e) foreign insurance and freight charges for imported materials, Plant and Contractor's Equipment, including spare parts; and

(f) overhead expenses, fees, profit, and financial charges arising outside the Employer's country in connection with the Works.

15.6 Bidders may be required by the Employer to clarify their foreign currency requirements, and to substantiate that the amounts included in the unit rates and prices and shown in the Schedule of Payment Currencies are reasonable and responsive to ITB 15.3 above, in which case a detailed breakdown of its foreign currency requirements shall be provided by the Bidder.

15.7 Bidders should note that during the progress of the Works, the foreign currency requirements of the outstanding balance of the Contract Price may be adjusted by agreement between the Employer and the Contractor in order to reflect any changes foreign currency requirements for the Contract, in accordance with Sub-Clause 14.15 of the Conditions of Contract. Any such adjustment shall be effected by comparing the percentages quoted in the bid with the amounts already used in the Works and the Contractor's future needs for imported items.

16. Documents Comprising the Technical Bid

16.1 The Bidder shall furnish, as part of the Technical Bid, a Technical Proposal including a statement of work methods, equipment, personnel, schedule and any other information as stipulated in Section 4 (Bidding Forms Technical), in sufficient detail to demonstrate the adequacy of the Bidders’ proposal to meet the work requirements and the completion time.

17. Documents Establishing the Qualifications of the Bidder

17.1 To establish its qualifications to perform the Contract in accordance with Section 3 (Evaluation and Qualification Criteria) the Bidder shall provide the information requested in the corresponding information sheets included in Section 4 (Bidding Forms Technical).

Section 1 - Instructions to Bidders 1-12

JKUSDIP Jammu//UT-01

17.2 Domestic Bidders, individually or in joint ventures, applying for eligibility for domestic preference shall supply all information required to satisfy the criteria for eligibility as described in ITB 33.

18. Period of Validity of Bids

18.1 Bids shall remain valid for the period specified in the BDS after the bid submission deadline date prescribed by the Employer. A bid valid for a shorter period shall be rejected by the Employer as nonresponsive.

18.2 In exceptional circumstances, prior to the expiration of the bid validity period, the Employer may request Bidders to extend the period of validity of their Bids. The request and the responses shall be made in writing. If a bid security is requested in accordance with ITB 19, it shall also be extended twenty-eight (28) days beyond the deadline of the extended validity period. A Bidder may refuse the request without forfeiting its bid security. A Bidder granting the request shall not be required or permitted to modify its Bid.

19. Bid Security 19.1 Unless otherwise specified in the BDS, the Bidder shall furnish as part of its bid, in original form, either a Bid Securing Declaration or a bid security as specified in the BDS. In the case of a bid security, the amount shall be as specified in the BDS.

19.2 A Bid Securing Declaration shall use the form included in Section 4 (Bidding Forms Technical). The Employer will declare a Bidder ineligible to be awarded a Contract for a specified period of time if the Bid Securing Declaration is executed.

19.3 The bid security shall be, at the Bidder’s option, in any of the following forms:

(a) an unconditional bank guarantee;

(b) an irrevocable letter of credit; or

(c) a cashier’s or certified check;

all from a reputable source from an eligible country. In the case of a bank guarantee, the bid security shall be submitted either using the Bid Security Form included in Section 4 (Bidding Forms Technical) or another form acceptable to the Employer. The form must include the complete name of the Bidder. The bid security shall be valid for twenty-eight days (28) beyond the original validity period of the bid, or beyond any period of extension if requested under ITB 18.2.

19.4 Any Bid not accompanied by an enforceable and compliant bid security, if one is required in accordance with ITB 19.1, shall be rejected by the Employer as nonresponsive.

19.5 If a bid security is specified pursuant to ITB 19.1, the bid security of unsuccessful Bidders shall be returned as promptly as possible upon the successful Bidder’s furnishing of the

Section 1 - Instructions to Bidders 1-13

JKUSDIP Jammu//UT-01

performance security pursuant to ITB 41.

19.6 If a bid security is specified pursuant to ITB 19.1, the bid security of the successful Bidder shall be returned as promptly as possible once the successful Bidder has signed the Contract and furnished the required performance security.

19.7 The bid security may be forfeited or the Bid Securing Declaration executed:

(a) if a Bidder withdraws its bid during the period of bid validity specified by the Bidder on the Letter of Bid, except as provided in ITB 18.2 or

(b) if the successful Bidder fails to: (i) sign the Contract in accordance with ITB 40; (ii) furnish a performance security in accordance with ITB

41; or (iii) furnish a domestic preference security if so required.

(iv) accept the correction of its bid price pursuant to ITB 31.2

19.8 The Bid Security of a JV shall be in the name of the JV that submits the Bid. If the JV has not been legally constituted at the time of bidding, the Bid Security shall be in the names of all future partners as named in the letter of intent mentioned in ITB 4.1.

20. Format and Signing of Bid

20.1 The Bidder shall prepare one original of the Technical Bid and one original of the Price Bid comprising the Bid as described in ITB 11 and clearly mark it “ORIGINAL - TECHNICAL BID” and “ORIGINAL - PRICE BID”. Alternative bids, if permitted in accordance with ITB 13, shall be clearly marked “ALTERNATIVE”. In addition, the Bidder shall submit copies of the Technical and Price Bids, in the number specified in the BDS, and clearly mark each of them “COPY.” In the event of any discrepancy between the original and the copies, the original shall prevail.

20.2 The original and all copies of the Bid shall be typed or written in indelible ink and shall be signed by a person duly authorized to sign on behalf of the Bidder. This authorization shall consist of a written confirmation as specified in the BDS and shall be attached to the bid. The name and position held by each person signing the authorization must be typed or printed below the signature. All pages of the Bid, except for un-amended printed literature, shall be signed or initialed by the person signing the bid.

20.3 Any interlineations, erasures, or overwriting shall be valid only if they are signed or initialed by the person signing the Bid.

Section 1 - Instructions to Bidders 1-14

JKUSDIP Jammu//UT-01

D. Submission and Opening of Bids

21. Sealing and Marking of Bids

21.1 The Bidder shall enclose the original of the Technical Bid, the original of the Price Bid, and each copy of the Technical Bid and each copy of the Price Bid, in separate sealed envelopes, duly marking the envelopes as “ORIGINAL - TECHNICAL BID”, “ORIGINAL - PRICE BID” and “COPY NO… - TECHNICAL BID” and “COPY NO…. - PRICE BID.” These envelopes, the first containing the originals and the others containing copies, shall then be enclosed in one single envelope per set. If permitted in accordance with ITB 13, alternative bids shall be similarly sealed, marked and included in the sets.

21.2 The inner and outer envelopes shall:

(a) bear the name and address of the Bidder;

(b) be addressed to the Employer in accordance with BDS 22.1; and

(c) bear the specific identification of this bidding process indicated in the BDS 1.1.;

21.3 The outer envelopes and the inner envelopes containing the Technical Bid shall bear a warning not to open before the time and date for the opening of Technical Bid, in accordance with ITB Sub-Clause 25.1.

21.4 The inner envelopes containing the Price Bid shall bear a warning not to open until advised by the Employer in accordance with ITB Sub-Clause 25.7.

21.5 If all envelopes are not sealed and marked as required, the Employer will assume no responsibility for the misplacement or premature opening of the bid.

22. Deadline for Submission of Bids

22.1 Bids must be received by the Employer at the address and no later than the date and time indicated in the BDS. When so specified in the BDS, Bidders shall have the option of submitting their Bids electronically. Bidders submitting bids electronically shall follow the electronic bid submission procedures specified in the BDS.

22.2 The Employer may, at its discretion, extend the deadline for the submission of bids by amending the Bidding Document in accordance with ITB 8, in which case all rights and obligations of the Employer and Bidders previously subject to the deadline shall thereafter be subject to the deadline as extended.

23. Late Bids 23.1 The Employer shall not consider any bid that arrives after the deadline for submission of bids, in accordance with ITB 22. Any bid received by the Employer after the deadline for submission of bids shall be declared late, rejected, and returned unopened to the Bidder.

24. Withdrawal, Substitution, and Modification

24.1 A Bidder may withdraw, substitute, or modify its Bid – Technical or Price – after it has been submitted by sending a written notice, duly signed by an authorized representative, and shall include a copy of the authorization in accordance with ITB 20.2,

Section 1 - Instructions to Bidders 1-15

JKUSDIP Jammu//UT-01

of Bids (except that withdrawal notices do not require copies). The corresponding substitution or modification of the bid must accompany the respective written notice. All notices must be:

(a) prepared and submitted in accordance with ITB 20 and ITB 21 (except that withdrawal notices do not require copies), and in addition, the respective envelopes shall be clearly marked “WITHDRAWAL,” “SUBSTITUTION,” “MODIFICATION;” and

(b) received by the Employer prior to the deadline prescribed for submission of bids, in accordance with ITB 22.

24.2 Bids requested to be withdrawn in accordance with ITB 24.1 shall be returned unopened to the Bidders.

24.3 No bid may be withdrawn, substituted, or modified in the interval between the deadline for submission of bids and the expiration of the period of bid validity specified by the Bidder on the Letter of Bid or any extension thereof.

25. Bid Opening 25.1 The Employer shall open the Technical Bids in public at the address, date and time specified in the BDS in the presence of Bidders` designated representatives and anyone who choose to attend. Any specific electronic bid opening procedures required if electronic bidding is permitted in accordance with ITB 22.1, shall be as specified in the BDS. The Price Bids will remain unopened and will be held in custody of the Employer until the specified time of their opening.

25.2 First, envelopes marked “WITHDRAWAL” shall be opened and read out and the envelope with the corresponding bid shall not be opened, but returned to the Bidder. No bid withdrawal shall be permitted unless the corresponding withdrawal notice contains a valid authorization to request the withdrawal and is read out at bid opening.

25.3 Second, outer envelopes marked “SUBSTITUTION” shall be opened. The inner envelopes containing the Substitution Technical Bid and/or Substitution Price Bid shall be exchanged for the corresponding envelopes being substituted, which are to be returned to the Bidder unopened. Only the Substitution Technical Bid, if any, shall be opened, read out, and recorded. Substitution Price Bid will remain unopened in accordance with ITB Sub-Clause 25.1. No envelope shall be substituted unless the corresponding Substitution Notice contains a valid authorization to request the substitution and is read out and recorded at bid opening.

25.4 Next, outer envelopes marked “MODIFICATION” shall be opened. No Technical Bid and/or Price Bid shall be modified unless the corresponding Modification Notice contains a valid authorization to request the modification and is read out and recorded at the opening of Technical Bids. Only the Technical

Section 1 - Instructions to Bidders 1-16

JKUSDIP Jammu//UT-01

Bids, both Original as well as Modification, are to be opened, read out, and recorded at the opening. Price Bids, both Original as well as Modification, will remain unopened in accordance with ITB Sub-Clause 25.1.

25.5 All other envelopes holding the Technical Bids shall be opened one at a time, and the following read out and recorded:

(a) the name of the Bidder;

(b) whether there is a modification or substitution;

(c) the presence of a Bid Security, if required; and

(d) any other details as the Employer may consider appropriate.

Only Technical Bids and alternative Technical Bids read out and recorded at bid opening shall be considered for evaluation. No Bid shall be rejected at the opening of Technical Bids except for late bids, in accordance with ITB Sub-Clause 23.1.

25.6 The Employer shall prepare a record of the opening of Technical Bids that shall include, as a minimum: the name of the Bidder and whether there is a withdrawal, substitution, or modification; alternative proposals; and the presence or absence of a bid security, if one was required. The Bidders’ representatives who are present shall be requested to sign the record. The omission of a Bidder’s signature on the record shall not invalidate the contents and effect of the record. A copy of the record shall be distributed to all Bidders.

25.7 At the end of the evaluation of the Technical Bids, the Employer will invite bidders who have submitted substantially responsive Technical Bids and who have been determined as being qualified for award to attend the opening of the Price Bids. The date, time, and location of the opening of Price Bids will be advised in writing by the Employer. Bidders shall be given reasonable notice of the opening of Price Bids.

25.8 The Employer will notify Bidders in writing who have been rejected on the grounds of their Technical Bids being substantially non-responsive to the requirements of the Bidding Document and return their Price Bids unopened.

25.9 The Employer shall conduct the opening of Price Bids of all Bidders who submitted substantially responsive Technical Bids, in the presence of Bidders` representatives who choose to attend at the address, date and time specified by the Employer. The Bidder’s representatives who are present shall be requested to sign a register evidencing their attendance.

25.10 All envelopes containing Price Bids shall be opened one at a time and the following read out and recorded:

(a) the name of the Bidder;

Section 1 - Instructions to Bidders 1-17

JKUSDIP Jammu//UT-01

(b) whether there is a modification or substitution;

(c) the Bid Prices, including any discounts and alternative offers; and

(d) any other details as the Employer may consider appropriate.

Only Price Bids discounts, and alternative offers read out and recorded during the opening of Price Bids shall be considered for evaluation. No Bid shall be rejected at the opening of Price Bids.

25.11 The Employer shall prepare a record of the opening of Price Bids that shall include, as a minimum: the name of the Bidder, the Bid Price (per lot if applicable), any discounts, and alternative offers. The Bidders’ representatives who are present shall be requested to sign the record. The omission of a Bidder’s signature on the record shall not invalidate the contents and effect of the record. A copy of the record shall be distributed to all Bidders.

E. Evaluation and Comparison of Bids

26. Confidentiality 26.1 Information relating to the examination, evaluation, comparison, and postqualification of bids and recommendation of contract award, shall not be disclosed to Bidders or any other persons not officially concerned with such process until information on Contract award is communicated to all Bidders.

26.2 Any attempt by a Bidder to influence the Employer in the evaluation of the bids or Contract award decisions may result in the rejection of its Bid.

26.3 Notwithstanding ITB 26.2, from the time of bid opening to the time of Contract award, if any Bidder wishes to contact the Employer on any matter related to the bidding process, it may do so in writing.

27. Clarification of Bids

27.1 To assist in the examination, evaluation, and comparison of the Technical and Price Bids, the Employer may, at its discretion, ask any Bidder for a clarification of its bid. Any clarification submitted by a Bidder that is not in response to a request by the Employer shall not be considered. The Employer’s request for clarification and the response shall be in writing. No change in the substance of the Technical Bid or prices in the Price Bid shall be sought, offered, or permitted, except to confirm the correction of arithmetic errors discovered by the Employer in the evaluation of the Price Bids, in accordance with ITB 31.

27.2 If a Bidder does not provide clarifications of its Bid by the date and time set in the Employer’s request for clarification, its bid may be rejected.

Section 1 - Instructions to Bidders 1-18

JKUSDIP Jammu//UT-01

28. Deviations, Reservations, and Omissions

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

(a) “Deviation” is a departure from the requirements specified in the Bidding Document;

(b) “Reservation” is the setting of limiting conditions or withholding from complete acceptance of the requirements specified in the Bidding Document; and

(c) “Omission” is the failure to submit part or all of the information or documentation required in the Bidding Document.

29. Preliminary Examination of Technical Bids

29.1 The Employer shall examine the Technical Bid to confirm that all documents and technical documentation requested in ITB Sub-Clause 11.2 have been provided, and to determine the completeness of each document submitted.

29.2 The Employer shall confirm that the following documents and information have been provided in the Technical Bid. If any of these documents or information is missing, the offer shall be rejected.

(a) Letter of Technical Bid;

(b) written confirmation of authorization to commit the Bidder;

(c) Bid Security, if applicable; and

(d) Technical Proposal in accordance with ITB 16.

30. Responsiveness of Technical Bid

30.1 The Employer’s determination of a Bid’s responsiveness is to be based on the contents of the bid itself, as defined in ITB11.

30.2 A substantially responsive Technical Bid is one that meets the requirements of the Bidding Document without material deviation, reservation, or omission. A material deviation, reservation, or omission is one that,

(a) if accepted, would:

(i) affect in any substantial way the scope, quality, or performance of the Works specified in the Contract; or

(ii) limit in any substantial way, inconsistent with the Bidding Document, the Employer’s rights or the Bidder’s obligations under the proposed Contract; or

(b) if rectified, would unfairly affect the competitive position of other Bidders presenting substantially responsive bids.

30.3 The Employer shall examine the technical aspects of the Bid submitted in accordance with ITB 16, Technical Proposal, in particular, to confirm that all requirements of Section 6 (Employer’s Requirements) have been met without any material deviation or reservation.

Section 1 - Instructions to Bidders 1-19

JKUSDIP Jammu//UT-01

30.4 If a bid is not substantially responsive to the requirements of the Bidding Document, it shall be rejected by the Employer and may not subsequently be made responsive by correction of the material deviation, reservation, or omission.

31. Nonmaterial Nonconformities

31.1 Provided that a bid is substantially responsive, the Employer may waive any nonconformities in the Bid that do not constitute a material deviation, reservation or omission.

31.2 Provided that a Technical Bid is substantially responsive, the Employer may request that the Bidder submit the necessary information or documentation, within a reasonable period of time, to rectify nonmaterial nonconformities in the Technical Bid related to documentation requirements. Requesting information or documentation on such nonconformities shall not be related to any aspect of the Price Bid. Failure of the Bidder to comply with the request may result in the rejection of its Bid.

31.3 Provided that a Technical Bid is substantially responsive, the Employer shall rectify nonmaterial nonconformities related to the Bid Price. To this effect, the Bid Price shall be adjusted, for comparison purposes only, to reflect the price of a missing or non-conforming item or component. The adjustment shall be made using the method indicated in Section 3 (Evaluation and Qualification Criteria).

32. Qualification of the Bidder

32.1 The Employer shall determine to its satisfaction during the evaluation of Technical Bids whether Bidders meet the qualifying criteria specified in Section 3 (Evaluation and Qualification Criteria).

32.2 The determination shall be based upon an examination of the documentary evidence of the Bidder’s qualifications submitted by the Bidder, pursuant to ITB 17.1.

32.3 An affirmative determination shall be a prerequisite for the opening and evaluation of a Bidder’s Price Bid. A negative determination shall result into the disqualification of the Bid, in which event the Employer shall return the unopened Price Bid to the Bidder.

33. Correction of Arithmetical Errors

33.1 During the evaluation of Price Bids, the Employer shall correct arithmetical errors on the following basis:

(a) if there is a discrepancy between the unit price and the total price that is obtained by multiplying the unit price and quantity, the unit price shall prevail and the total price shall be corrected, unless in the opinion of the Employer there is an obvious misplacement of the decimal point in the unit price, in which case the total price as quoted shall govern and the unit price shall be corrected;

(b) if there is an error in a total corresponding to the addition or subtraction of subtotals, the subtotals shall prevail and the

Section 1 - Instructions to Bidders 1-20

JKUSDIP Jammu//UT-01

total shall be corrected; and

(c) if there is a discrepancy between words and figures, the amount in words shall prevail, unless the amount expressed in words is related to an arithmetic error, in which case the amount in figures shall prevail subject to (a) and (b) above.

33.2 If the Bidder that submitted the lowest evaluated bid does not accept the correction of errors, its Bid shall be disqualified and its bid security may be forfeited.

34. Conversion to Single Currency

34.1 For evaluation and comparison purposes, the currency (ies) of the bid shall be converted into a single currency as specified in the BDS.

35. Margin of Preference

35.1 Unless otherwise specified in the BDS, a margin of preference shall not apply.

36. Evaluation of Price Bids

36.1 The Employer shall use the criteria and methodologies listed in this Clause. No other evaluation criteria or methodologies shall be permitted.

36.2 To evaluate the Price Bid, the Employer shall consider the following:

(a) the bid price, excluding Provisional Sums and the provision, if any, for contingencies in the Summary Bill of Quantities, but including Daywork items, where priced competitively;

(b) price adjustment for correction of arithmetic errors in accordance with ITB 33.1;

(c) price adjustment due to discounts offered in accordance with ITB 14.4;

(d) converting the amount resulting from applying (a) to (c) above, if relevant, to a single currency in accordance with ITB 34;

(e) adjustment for nonconformities in accordance with ITB 31.3;

(f) application of all the evaluation factors indicated in Section 3 (Evaluation and Qualification Criteria);

36.3 The estimated effect of the price adjustment provisions of the Conditions of Contract, applied over the period of execution of the Contract, shall not be taken into account in bid evaluation.

36.4 If the Bid, which results in the lowest Evaluated Bid Price, is seriously unbalanced or front loaded in the opinion of the Employer, the Employer may require the Bidder to produce detailed price analyses for any or all items of the Bill of Quantities, to demonstrate the internal consistency of those prices with the construction methods and schedule proposed. After evaluation of the price analyses, taking into consideration

Section 1 - Instructions to Bidders 1-21

JKUSDIP Jammu//UT-01

the schedule of estimated Contract payments, the Employer may require that the amount of the performance security be increased at the expense of the Bidder to a level sufficient to protect the Employer against financial loss in the event of default of the successful Bidder under the Contract.

37. Comparison of Bids

37.1 The Employer shall compare all substantially responsive Bids to determine the lowest evaluated bid, in accordance with ITB 36.2.

38. Employer’s Right to Accept Any Bid, and to Reject Any or All Bids

38.1 The Employer reserves the right to accept or reject any bid, and to annul the bidding process and reject all bids at any time prior to contract award, without thereby incurring any liability to Bidders. In case of annulment, all bids submitted and specifically, bid securities, shall be promptly returned to the Bidders.

F. Award of Contract 39. Award Criteria 39.1 The Employer shall award the Contract to the Bidder whose

offer has been determined to be the lowest evaluated bid and is substantially responsive to the Bidding Document, provided that the Bidder is determined to be qualified to perform the Contract satisfactorily.

40. Notification of Award

40.1 Prior to the expiration of the period of bid validity, the Employer shall notify the successful Bidder, in writing, that its Bid has been accepted.

40.2 At the same time, the Employer will publish in an English language newspaper or well-known freely accessible website the results identifying the bid and lot numbers and the following information: (i) name of each Bidder who submitted a Bid; (ii) bid prices as read out at bid opening; (iii) name and evaluated prices of each Bid that was evaluated; (iv) name of bidders whose bids were rejected and the reasons for their rejection; and (v) name of the winning Bidder, and the price it offered, as well as the duration and summary scope of the contract awarded. After publication of the award, unsuccessful bidders may request in writing to the Employer for a debriefing seeking explanations on the grounds on which their bids were not selected. The Employer shall promptly respond in writing to any unsuccessful Bidder who, after Publication of contract award, requests a debriefing.

40.3 Until a formal contract is prepared and executed, the notification of award shall constitute a binding Contract.

41. Signing of Contract

41.1 Promptly after notification, the Employer shall send the successful Bidder the Contract Agreement.

41.2 Within twenty-eight (28) days of receipt of the Contract Agreement, the successful Bidder shall sign, date, and return it to the Employer.

Section 1 - Instructions to Bidders 1-22

JKUSDIP Jammu//UT-01

42. Performance Security

42.1 Within twenty-eight (28) days of the receipt of notification of award from the Employer, the successful Bidder shall furnish the performance security in accordance with the conditions of contract, subject to ITB 36.5, using for that purpose the Performance Security Form included in Section 9 (Contract Forms), or another form acceptable to the Employer.

42.2 Failure of the successful Bidder to submit the above-mentioned Performance Security or to sign the Contract Agreement shall constitute sufficient grounds for the annulment of the award and forfeiture of the bid security. In that event the Employer may award the Contract to the next lowest evaluated Bidder whose offer is substantially responsive and is determined by the Employer to be qualified to perform the Contract satisfactorily.

42.3 The above provision shall also apply to the furnishing of a domestic preference security if so required.

Section 2 - Bid Data Sheet 2-1

JKUSDIP Jammu/UT-01

Section 2 - Bid Data Sheet This section consists of provisions that are specific to each procurement and supplement the information or requirements included in Section I. Instructions to Bidders.

A. General

ITB 1.1 The number of the Invitation for Bids is : JKUSDIP Jammu/NCB-04

ITB 1.1 The Employer is: J&K Economic Reconstruction Agency represented by Chief executive Officer, J&K ERA

ITB 1.1 The name of the package is: Construction of Two lane Flyover/ Grade separators (two Nos.) at BC Road and Widening and strengthening of B C Road at Jammu

The Contract Package No. of the NCB is: JKUSDIP Jammu/UT-01

The number of packages comprising this subproject is: One

ITB 2.1 The Borrower is: India

ITB 2.1 The name of the Project is: ADB Loan No. 2331-IND, Jammu and Kashmir Urban Sector Development Investment Program (JKUSDIP) - Project 1

B. Contents of Bidding Documents

ITB 7.1 For clarification purposes only, the Employer’s address is:

Project Manager, JKUSDIP, Project Implementation Unit

J&K Economic Reconstruction Agency,

38 A/B Gandhi Nagar, Jammu-180004

Country: India

Telephone: 0191-2434601, 0191-2436038 Facsimile number: 0191-2434493

Web Site: www.jkera.org

ITB 7.4 A Pre-Bid meeting will take place at 1500 hrs on 17-11-2009 at conference hall of office of J&K Economic Reconstruction Agency, 38 A/B, Gandhi Nagar, Jammu -180004

Site visit will be conducted by the employer at 15 hrs. on 16-11-2009

Section 2 - Bid Data Sheet 2-2

JKUSDIP Jammu/UT-01

C. Preparation of Bids

ITB 10.1 The language of the bid is: English

ITB 11.2 (g) The Bidder shall submit with its Technical Bid the following additional documents:

1. Audited and certified balance sheets of bidder for the latest three financial years.

2. A legally notarized or attested by appropriate authority in the bidders’ home country and valid joint venture consortium agreement if applicable, specifying the financial stakes of each of the joint venture partner.

ITB 11.3 (d) The Bidder shall submit with its Price Bid the following additional documents: Nil

ITB 13.1 Alternative bids will not be permitted.

ITB 13.2 Alternative times for completion will not be permitted.

ITB 13.4 Alternative technical solutions shall be permitted for the following parts of the Works: None

ITB 14.5 The prices quoted by the Bidder shall be: subject to adjustment

ITB 15.1 The unit rates and the prices shall be quoted by the bidder entirely in: Indian Rupees

ITB 15.4 The rates of exchange shall be the selling rates 28 days prior to the deadline for submission of bids published by: Reserve Bank of India

ITB 18.1 The bid validity period shall be One hundred twenty (120) days.

ITB 19.1 A Bid Security shall be required. Bid securing declaration shall not be accepted.

The amount and currency of the bid security shall be: INR 9.0 million or equivalent US$ at the selling rates 28 days prior to the deadline for submission of bids published by: Reserve Bank of India

Section 2 - Bid Data Sheet 2-3

JKUSDIP Jammu/UT-01

ITB 19.3 Bid Security will be in the following forms:

(a) An unconditional irrevocable bank guarantee in format given in section 4 of the bidding document

(b) Demand draft or bankers cheque

(c) Fixed deposit receipts pledged in favor of J&K Economic Reconstruction Agency

All from a reputable bank acceptable to the Employer.

ITB 19.8 Add following phrase at the end of sub clause 19.8: If it is not possible to get the bid security in the name of JV, it can be in the name of any of the partners supported with an undertaking from all the JV partners that the attached bid security is submitted by the proposed JV.

ITB 20.1 In addition to the original of the bid, the number of copies is: One

ITB 20.2 The written confirmation of authorization to sign on behalf of the Bidder shall consist of:

a) for single entity, it shall consist of Power Of Attorney containing name, position held and signature of authorized person.

b) In case of JV, the Power of Attorney for authorization shall be issued in the name of a nominated representative who shall have the authority to sign and conduct all business for and on behalf of JV during contract execution..

D. Submission and Opening of Bids

ITB 22.1 For bid submission purposes only, the Employer’s address is:

Project Manager, JKUSDIP, Project Implementation Unit

J&K Economic Reconstruction Agency,

38 A/B, Gandhi Nagar, Jammu-180004

Country: India

The deadline for bid submission is:

Date: 04-12-2009

Time: 1500 hrs

ITB 22.1 Electronic bid submission is not permitted.

ITB 25.1 The opening of the Technical Bid shall take place at/on:

J&K Economic Reconstruction Agency,

Section 2 - Bid Data Sheet 2-4

JKUSDIP Jammu/UT-01

38A/B, Gandhi Nagar, Jammu-180004

Country: India

Date:- : 04-12-2009

Time: 1530 hrs

E. Evaluation and Comparison of Bids

ITB 34.1

The currency that shall be used for bid evaluation and comparison purposes to convert all bid prices expressed in various currencies into a single currency is: Indian Rupees

The source of exchange rate shall be: Reserve Bank of India

The date for the exchange rate shall be: 28 days prior to the deadline for submission of bids

ITB 35.1 A margin of preference shall not apply.

Section 3 - Evaluation and Qualification Criteria 3-1

JKUSDIP Jammu/UT-01

Section 3 - Evaluation and Qualification Criteria - Without Prequalification -

This Section contains all the criteria that the Employer shall use to evaluate bids and qualify Bidders. In accordance with ITB 32 and ITB 36, no other methods, criteria and factors shall be used. The Bidder shall provide all the information requested in the forms included in Section 4 (Bidding Forms Technical).

Table of Criteria

1. Evaluation ............................................................................................................ 3-2 1.1 Adequacy of Technical Proposal ........................................................................... 3-2 1.2 Completion Time ................................................................................................... 3-2 1.3 Technical Alternatives ........................................................................................... 3-2 1.4 Domestic Preference ............................................................................................. 3-2 1.5 Quantifiable missing or non confirming items ........................................................ 3-2 2. Qualification ......................................................................................................... 3-3 2.1 Eligibility ................................................................................................................ 3-3 2.1.1 Nationality .............................................................................................................. 3-3 2.1.2 Conflict of Interest ................................................................................................. 3-3 2.1.3 ADB Eligibility ........................................................................................................ 3-3 2.1.4 Government-owned Entity ..................................................................................... 3-3 2.2 Pending Litigation ............................................................................................... 3-4 2.2.1 Pending Litigation .................................................................................................. 3-4 2.3 Financial Situation .............................................................................................. 3-5 2.3.1 Historical Financial Performance ........................................................................... 3-5 2.3.2 Average Annual Construction Turnover ................................................................ 3-5 2.3.3 Financial Resources .............................................................................................. 3-5 2.4 Experience ........................................................................................................... 3-6 2.4.1 General Construction Experience .......................................................................... 3-6 2.4.2 Specific Construction Experience .......................................................................... 3-6

(a) Contracts of Similar Size and Nature .................................................................... 3-6 (b) Construction Experience in Key Activities ............................................................. 3-6

2.5 Personnel ............................................................................................................. 3-7 2.6 Equipment ............................................................................................................ 3-8

Section 3 - Evaluation and Qualification Criteria 3-2

JKUSDIP Jammu/UT-01

1. Evaluation In addition to the criteria listed in ITB 36.2 (a) – (f), the following criteria shall apply:

1.1 Adequacy of Technical Proposal Evaluation of the Bidder's Technical Proposal will include an assessment of the Bidder's technical capacity to mobilize key equipment and personnel for the contract consistent with its proposal regarding work methods, scheduling, and material sourcing in sufficient detail and fully in accordance with the ITB clause 32 and requirements stipulated in Section 6 (Employer's Requirements).

1.2 Completion Time An alternative Completion Time, if permitted under ITB 13.2, will be evaluated as follows: Not applicable

1.3 Technical Alternatives

Technical alternatives, if permitted under ITB 13.4, will be evaluated as follows: Not applicable

1.4 Domestic Preference

If a margin of preference shall apply under ITB 35.1, the procedure will be as follows as: Not applicable

1.5 Quantifiable missing or nonconfirming items

The evaluated cost of quantifiable missing items are determined as follows:

The cost of quantifiable missing items, if not covered under clause 14.2 of section 1, would be added to the Bid Price to allow for Bid comparision on an equal basis. The price adjustment would be based on a estimate of the cost of missing item by the bid evauation committee, taking into consideration the highest quoted prices from other conforming Bids. Bids offered for part scope of work shall be rejected.

Bids not confirming to the bid document requirement in terms of specifications, payment terms and contract conditions shall be held non responsive.

Section 3 - Evaluation and Qualification Criteria 3-3

JKUSDIP Jammu/UT-01

2. Qualification

2.1 Eligibility

Criteria Compliance Requirements Documents

Requirement Single EntityJoint Venture

Submission Requirements All Partners

Combined Each

Partner One

Partner

2.1.1 Nationality

Nationality in accordance with ITB Sub-Clause 4.2.

must meet requirement

existing or intended JV must meet

requirement

must meet requirement

not applicable

Forms ELI - 1; ELI - 2

with attachments

2.1.2 Conflict of Interest

No conflicts of interest in accordance with ITB Sub-Clause 4.3.

must meet requirement

existing or intended JV must meet

requirement

must meet requirement

not applicable

Application Submission

Sheet

2.1.3 ADB Eligibility

Not having been declared ineligible by ADB, as described in ITB Sub-Clause 4.4.

must meet requirement

existing or intended JV must meet

requirement

must meet requirement

not applicable

Application Submission

Sheet

2.1.4 Government-owned Entity

Bidder required to meet conditions of ITB Sub-Clause 4.5.

must meet requirement

must meet requirement

must meet requirement

not applicable

Forms ELI - 1; ELI - 2

with attachments

Section 3 - Evaluation and Qualification Criteria 3-4

JKUSDIP Jammu/UT-01

2.2 Pending Litigation

Criteria Compliance Requirements Documents

Requirement Single EntityJoint Venture

Submission Requirements All Partners

Combined Each

Partner One

Partner

2.2.1 Pending Litigation

All pending litigation shall be treated as resolved against the Bidder and so shall in total not represent more than Fifty (50) percent of the Bidder’s net worth.

must meet requirement by itself or

as partner to past or

existing JV

not applicable

must meet requirement by itself or

as partner to past or

existing JV

not applicable

Form LIT - 1

Section 3 - Evaluation and Qualification Criteria 3-5

JKUSDIP Jammu/UT-01

2.3 Financial Situation

Criteria Compliance Requirements Documents

Requirement Single EntityJoint Venture

Submission Requirements All Partners

Combined Each

Partner One

Partner

2.3.1 Historical Financial Performance

Submission of audited balance sheets or, if not required by the law of the Bidder’s country, other financial statements acceptable to the Employer, for the last Three years to demonstrate the current soundness of the Bidders financial position and its prospective long-term profitability.

must meet requirement

not applicable

must meet requirement

not applicable

Form FIN - 1 with attachments

\

2.3.2 Average Annual Construction Turnover

Minimum average annual construction turnover equal to INR 270 million calculated as total certified payments received for contracts in progress or completed, within the last three years.

must meet requirement

must meet requirement

must meet 25%

of the requirement

must meet 40% of the

requirement

Form FIN - 2

2.3.3 Financial Resources

Using Forms FIN – 3 and FIN - 4 in Section 4 (Bidding Forms Technical) the Bidder must demonstrate access to, or availability of, financial resources such as liquid assets, unencumbered real assets, lines of credit, and other financial means, other than any contractual advance payments to meet: (1) the cash-flow requirement, INR 45 million, and (2) the overall cash flow requirements for this contract and its current works commitment equal to INR 450 million . It will be calculated from the formulae given below Overall cash flow = ( 7x Working Capital + line of credit – 40% of current contract commitment )

must meet requirement

must meet requirement

must meet 25% of the

requirement

must meet 40% of the

requirement

Form FIN - 3

Section 3 - Evaluation and Qualification Criteria 3-6

JKUSDIP Jammu/UT-01

2.4 Experience

Criteria Compliance Requirements Documents

Requirement Single EntityJoint Venture

Submission Requirements All Partners

Combined Each

Partner One

Partner

2.4.1 General Construction Experience

Experience under construction contracts in the role of contractor, subcontractor, or management contractor for at least the last Five years prior to the bid submission deadline.

must meet requirement

not applicable

must meet requirement

not applicable

Form EXP - 1

2.4.2 Specific Construction Experience (a) Contracts of Similar Size and Nature

Participation as contractor, management contractor, or subcontractor, in at least two work contracts within the last seven years, each with a value of at least INR 360 million that have been successfully or are substantially completed.

must meet requirement

must meet requirement

not applicable

not applicable

Form EXP - 2(a)

(b) Construction Experience in Key Activities

For the above or other contracts executed during the period stipulated in 2.4.2(a) above, a minimum construction experience in the following key activity:

must meet all

requirements

must meet all

requirements

not applicable

not applicable

Form EXP - 2(b)

Should have experience in Construction of two major bridges like flyovers/grade separator/ROBs each with a value not less than INR 50 million Bidder or his nominated subcontractor should have experience in Construction of at least one road work of the value of not less than INR 12 million.In case of proposing subcontractor for road work, bidder will submit credentials of nominated subcontractor alongwith technical bid.

Section 3 - Evaluation and Qualification Criteria 3-7

JKUSDIP Jammu/UT-01

2.5 Personnel

The Bidder must demonstrate that it has the following personnel for exclusive deployment on this sub project & they must meet the following requirements:

The Bidder shall provide details of the proposed personnel and their experience records in the relevant Information Forms included in Section 4 using one form for each personnel (Bidding Forms Technical).

No. Position Total Work Experience [years]

Experience In Similar Work

[years]

1 Project Manager -1 no. (B.E. Civil) 15 years 7 Years

2 Project / Quality Engineer- 1 no ( B.E. Civil ) 8 years 5 years

3 Safety Engineer / Officer – 1 no. 8 years 5 years

4 Construction Supervisors -2 no’s (min. Diploma in Civil Eng.)

10 Years 5 Years

Section 3 - Evaluation and Qualification Criteria 3-8

JKUSDIP Jammu/UT-01

2.6 Equipment

The Bidder must demonstrate that it has the key equipment listed hereafter:

No. Equipment Type and Characteristics Min. Number Required

1 Excavator cum Loader Two

2 Tippers/Tractors Four

3 Premix (batch mix) Concrete Plant One

4 Transit Mixers Four

5 Concrete Mixers Four

6 Needle Vibrators (mix sizes) Eight

7 Plate Vibrators Four

8 Concrete Pumps Two

9 Concrete Buckets Two

10 Generator 100 KVA One

11 Acro Staging of average 10 meter height and plate shuttering 1000 sq m

12 Cranes heavy duty 35-80 MT capacity 2 Nos

13 Grout Pumps 2 Nos

14 Water tankers 2 Nos

15 Mobile slurry seal equipment 2 Nos

16 Prestressing Jacks with Pumps and accessories Four

17 Total station set One

18 Auto level set Two

19 Theodolite set Two

20 Total station set One

21 Electrical Welding set Two

22 Compressive strength testing machine one

23 Safety equipment for personnel As Required

24 Vibratory Road Roller 8-10 MT 2 Nos The Bidder shall provide further details of proposed items of equipment using the relevant Form in Section 4 (Bidding Forms Technical)

Section 4 - Bidding Forms Technical 4-1

JKUSDIP Jammu/UT-01

Section 4 - Bidding Forms Technical - Without Prequalification -

This Section contains the forms which are to be completed by the Bidder and submitted as part of his Technical Bid.

Table of Forms

Letter of Technical Bid ..................................................................................................................................... 2

Bid Security ....................................................................................................................................................... 4

Technical Proposal ........................................................................................................................................... 5

Personnel ........................................................................................................................................................... 6

Form PER – 1: Proposed Personnel ............................................................................................................... 6

Form PER – 2: Resume of Proposed Personnel .......................................................................................... 7

Equipment ......................................................................................................................................................... 8

Site Organization ............................................................................................................................................... 9

Method Statement ........................................................................................................................................... 10

Mobilization Schedule ..................................................................................................................................... 11

Construction Schedule ................................................................................................................................... 12

Bidder’s Qualification .................................................................................................................................... 13

Form ELI - 1: Bidder’s Information Sheet ...................................................................................................... 14

Form ELI - 2: JV Information Sheet ................................................................................................................ 15

Form LIT - Pending Litigation ......................................................................................................................... 16

Form FIN - 1: Financial Situation ................................................................................................................... 17

Form FIN - 2: Average Annual Construction Turnover ................................................................................ 18

Form FIN – 3: Financial Resources .............................................................................................................. 19

Form FIN- 4: Current Contract Commitments / Works in Progress .......................................................... 20

Form EXP – 1: General Construction Experience ........................................................................................ 21

Form EXP – 2(a): Specific Construction Experience ................................................................................... 22

Form EXP - 2(b): Specific Construction Experience in Key Activities ....................................................... 23

Section 4 - Bidding Forms Technical 4-2

JKUSDIP Jammu/UT-01

Letter of Technical Bid

Date: ..................................................

Package No.: ..................................................

Invitation for Bid No.: .................................................. To: Chief Executive Officer, J&K Economic Re-construction Agency Jammu We, the undersigned, declare that: (a) We have examined and have no reservations to the Bidding Documents, including Addenda

issued in accordance with Instructions to Bidders (ITB) 8; (b) We offer to execute in conformity with the Bidding Documents the work of: Construction of

Two lane Flyover/ Grade separators (two Nos.) at BC Road and Widening and strengthening of B C Road at Jammu ;

(c) Our Bid consisting of the Technical Bid and the Price Bid shall be valid for a period of One

Hundred Twenty days (120) days from the date fixed for the bid submission deadline in accordance with the Bidding Documents, and it shall remain binding upon us and may be accepted at any time before the expiration of that period;

(d) Our firm, including any subcontractors or suppliers for any part of the Contract, have

nationalities from eligible countries [insert the nationality of the Bidder, including that of all parties that comprise the Bidder if the Bidder is a consortium or association, and the nationality of each Subcontractor and Supplier];

(e) We, including any subcontractors or suppliers for any part of the contract, do not have any

conflict of interest in accordance with ITB 4.3; (f) We are not participating, as a Bidder or as a subcontractor, in more than one bid in this bidding

process in accordance with ITB 4.3, other than alternative offers submitted in accordance with ITB 13;

(g) Our firm, its affiliates or subsidiaries, including any Subcontractors or Suppliers for any part of

the contract, has not been declared ineligible by ADB, under the Employer’s country laws or official regulations or by an act of compliance with a decision of the United Nations Security Council;

(h) We are not a government owned entity / We are a government owned entity but meet the

requirements of ITB4.5; *

Section 4 - Bidding Forms 4-3

JKUSDIP Jammu/UT-01

Name .................................................................................................................................................

In the capacity of ...............................................................................................................................

Signed ...............................................................................................................................................

Duly authorized to sign the Bid for and on behalf of .........................................................................

Date ....................................................................................................................................... * Use one of the two options as appropriate

Section 4 - Bidding Forms Technical 4-4

JKUSDIP Jammu/UT-01

Bid Security

Bank Guarantee

........................................................ Bank’s Name, and Address of Issuing Branch or Office ................................

Beneficiary: J&K Economic Reconstruction Agency

Date: ................................................................................................................................................................................................................

Bid Security No.: ...................................................................................................................................................................................

We have been informed that . . . . . name of the Bidder. . . . . (hereinafter called "the Bidder") has submitted to you its bid dated . . . . . . . . . (hereinafter called "the Bid") for the execution of “Construction of Two lane Flyover/ Grade separators (two Nos.) at BC Road and Widening and strengthening of B C Road at Jammu” under Invitation for Bids No. JKUSDIP/ NCB-04. . . . . . . . . (“the IFB”).

Furthermore, we understand that, according to your conditions, bids must be supported by a bid guarantee.

At the request of the Bidder, we . . . . . name of Bank. . . . . hereby irrevocably undertake to pay you any sum or sums not exceeding in total an amount of . . . . . . . . . .amount in figures . . . . . . . . . (. . . . . . .amount in words . . . . . . . ) upon receipt by us of your first demand in writing accompanied by a written statement stating that the Bidder is in breach of its obligation(s) under the bid conditions, because the Bidder:

(a) has withdrawn its Bid during the period of bid validity specified by the Bidder in the Form of Bid; or

(b) does not accept the correction of errors in accordance with the Instructions to Bidders (hereinafter “the ITB”) of the IFB; or

(c) having been notified of the acceptance of its Bid by the Employer during the period of bid validity, (i) fails or refuses to execute the Contract Agreement, or (ii) fails or refuses to furnish the Performance Security, in accordance with the ITB.

This guarantee will expire: (a) if the Bidder is the successful Bidder, upon our receipt of copies of the Contract Agreement signed by the Bidder and the performance security issued to you upon the instruction of the Bidder; and (b) if the Bidder is not the successful Bidder, upon the earlier of (i) our receipt of a copy your notification to the Bidder of the name of the successful Bidder; or (ii) twenty-eight days after the expiration of the Bidder’s bid.

Consequently, any demand for payment under this guarantee must be received by us at the office on or before that date.

This guarantee is subject to the Uniform Rules for Demand Guarantees, ICC Publication No. 458.

. . . . . . . . . . . .Bank’s seal and authorized signature(s) . . . . . . . . . .

Note: All italicized text is for use in preparing this form and shall be deleted from the final document

Section 4 - Bidding Forms 4-5

JKUSDIP Jammu/UT-01

Technical Proposal

Personnel Equipment Site Organization Method Statement Mobilization Schedule Construction Schedule

Section 4 - Bidding Forms Technical 4-6

JKUSDIP Jammu/UT-01

Personnel

Bidders should provide the names of suitably qualified personnel to meet the requirements specified in Section 3 (Evaluation and Qualification Criteria). The data on their experience should be supplied using the Form below for each candidate.

Form PER – 1: Proposed Personnel

1. Title of position*

Name

2. Title of position*

Name

3. Title of position*

Name

4. Title of position*

Name

5 Title of position*

Name

6 Title of position*

Name

*As listed in Section 3 (Evaluation and Qualification Criteria).

Section 4 - Bidding Forms 4-7

JKUSDIP Jammu/UT-01

Form PER – 2: Resume of Proposed Personnel: A separate Form shall be prepared with all details for each person with out leaving any blanks .

Personnel information

Name

Date of birth

Professional qualifications

Present employment

Name of employer

Address of employer

Telephone

Contact (manager / personnel officer)

Fax

E-mail

Job title

Years with present employer

Summarize professional experience in reverse chronological order. Indicate particular technical and managerial experience relevant to the project.

From To Company / Project / Position / Relevant technical and management experience

Section 4 - Bidding Forms Technical 4-8

JKUSDIP Jammu/UT-01

Equipment

The Bidder shall provide adequate information to demonstrate clearly that it has the capability to meet the requirements for the key equipment listed in Section 3 (Evaluation and Qualification Criteria). A separate Form shall be prepared for each item of equipment listed, or for alternative equipment proposed by the Bidder.

Item of Equipment

Equipment Information

Name of manufacturer

Model and power rating

Capacity

Year of manufacture

Current Status

Current location

Details of current commitments

Source Indicate source of the equipment

Owned Rented Leased Specially manufactured

Omit the following information for equipment owned by the Bidder.

Owner Name of owner

Address of owner

Telephone

Contact name and title

Fax

Telex

Agreements Details of rental / lease / manufacture agreements specific to the project

Section 4 - Bidding Forms 4-9

JKUSDIP Jammu/UT-01

Site Organization

Bidders will propose site organization arrangement under this chapter to demonstrate work site personnel arrangement.

Section 4 - Bidding Forms Technical 4-10

JKUSDIP Jammu/UT-01

Method Statement

Bidders proposal shall demonstrate methodology to execute various work components at site

Section 4 - Bidding Forms 4-11

JKUSDIP Jammu/UT-01

Mobilization Schedule

Under this chapter bidder will include mobilization schedule of key personnel which can demonstrate its adequacy to meet the work requirements.

Section 4 - Bidding Forms Technical 4-12

JKUSDIP Jammu/UT-01

Construction Schedule

Under this chapter bidder will include schedule of Duration, Start, Finish of construction activities and procurement of material, mobilization of equipment etc to demonstrate its adequacy to meet the work requirements and the bid completion total duration.

Section 4 - Bidding Forms 4-13

JKUSDIP Jammu/UT-01

Bidder’s Qualification

To establish its qualifications to perform the contract in accordance with Section 3 (Evaluation and Qualification Criteria) the Bidder shall provide the information requested in the corresponding Information Sheets included hereunder.

Section 4 - Bidding Forms Technical 4-14

JKUSDIP Jammu/UT-01

Form ELI - 1: Bidder’s Information Sheet

Bidder’s Information

Bidder’s legal name

In case of JV, legal name of each partner

Bidder’s country of constitution

Bidder’s year of constitution

Bidder’s legal address in country of constitution

Bidder’s authorized representative (name, address, telephone numbers, fax numbers, e-mail address)

Attached are copies of the following original documents.

1. In case of single entity, articles of incorporation or constitution of the legal entity named above, in accordance with ITB 4.1 and 4.2.

2. Authorization in the form of Power of Attorney to represent the firm or JV named in above, in accordance with ITB 20.2.

3. In case of JV, letter of intent to form JV or JV agreement, in accordance with ITB 4.1.

4. In case of a government-owned entity, any additional documents not covered under 1 above required to comply with ITB 4.5.

Section 4 - Bidding Forms 4-15

JKUSDIP Jammu/UT-01

Form ELI - 2: JV Information Sheet

Each member of a JV must fill in this form

JV / Specialist Subcontractor Information

Bidder’s legal name

JV Partner’s or Subcontractor’s legal name

JV Partner’s or Subcontractor’s country of constitution

JV Partner’s or Subcontractor’s year of constitution

JV Partner’s or Subcontractor’s legal address in country of constitution

JV Partner’s or Subcontractor’s authorized representative information (name, address, telephone numbers, fax numbers, e-mail address)

Attached are copies of the following original documents.

1. Articles of incorporation or constitution of the legal entity named above, in accordance with ITB 4.1 and 4.2.

2. Authorization in the form of Power of Attorney to represent the firm or JV named in above, in accordance with ITB 20.2.

3. In the case of government-owned entity, documents establishing legal and financial autonomy and compliance with commercial law, in accordance with ITB 4.5.

Section 4 - Bidding Forms Technical 4-16

JKUSDIP Jammu/UT-01

Form LIT - Pending Litigation

Each Bidder or member of a JV must fill in this form

Pending Litigation

No pending litigation in accordance with Criteria 2.2 of Section 3 (Evaluation and Qualification Criteria)

Pending litigation in accordance with Criteria 2.2 of Section 3 (Evaluation and Qualification Criteria)

Year Matter in Dispute Value of Pending

Claim in INR Equivalent

Value of Pending

Claim as a Percentage of

Net Worth

Section 4 - Bidding Forms 4-17

JKUSDIP Jammu/UT-01

Form FIN - 1: Financial Situation

Each Bidder or member of a JV must fill in this form

Financial Data for Previous 3 Years [INR Equivalent]

Year 1: Year 2: Year 3:

Information from Balance Sheet

Total Assets

Total Liabilities

Net Worth

Current Assets

Current Liabilities

Working Capital

Information from Income Statement

Total Revenues

Profits Before Taxes

Profits After Taxes

Line of Credit

Attached are copies of financial statements (balance sheets including all related notes, and income statements) for the last three years, as indicated above, complying with the following conditions.

• All such documents reflect the financial situation of the Bidder or partner to a JV, and not sister or parent companies.

• Historic financial statements must be audited by a certified accountant.

• Historic financial statements must be complete, including all notes to the financial statements.

• Historic financial statements must correspond to accounting periods already completed and audited (no statements for partial periods shall be requested or accepted).

Section 4 - Bidding Forms Technical 4-18

JKUSDIP Jammu/UT-01

Form FIN - 2: Average Annual Construction Turnover

Each Bidder or member of a JV must fill in this form

Annual Turnover Data for the Last 3 Years (Construction only)

Year Amount and Currency

Exchange Rate

INR Equivalent

Average Annual Construction Turnover

The information supplied should be the Annual Turnover of the Bidder or each member of a JV in terms of the amounts billed to clients for each year for work in progress or completed, converted to INR at the rate of exchange at the end of the period reported.

Section 4 - Bidding Forms 4-19

JKUSDIP Jammu/UT-01

Form FIN – 3: Financial Resources

Specify proposed sources of financing, such as liquid assets, unencumbered real assets, lines of credit, and other financial means, net of current commitments, available to meet the total construction cash flow demands of the subject contract or contracts as indicated in Section 3 (Evaluation and Qualification Criteria)

Financial Resources

No. Source of financing Amount (INR equivalent)

1

2

3

4

Section 4 - Bidding Forms Technical 4-20

JKUSDIP Jammu/UT-01

Form FIN- 4: Current Contract Commitments / Works in Progress

Bidders and each partner to a JV should provide information on their current commitments on all contracts that have been awarded, or for which a letter of intent or acceptance has been received, or for contracts approaching completion, but for which an unqualified, full completion certificate has yet to be issued.

.

Current Contract Commitments

No. Name of Contract Employer’s Contact Address, Tel, Fax

Value of Outstanding Work

[CurrentINR Equivalent]

Estimated Completion

Date

Average Monthly Invoicing Over Last Six

Months [INR/month)]

1

2

3

4

5

Section 4 - Bidding Forms 4-21

JKUSDIP Jammu/UT-01

Form EXP – 1: General Construction Experience

Each Bidder or member of a JV must fill in this form

General Construction Experience Starting Month Year

Ending Month Year

Years Contract Identification and Name Name and Address of Employer

Brief Description of the Works Executed by the Bidder Role of Bidder

Section 4 - Bidding Forms Technical 4-22

JKUSDIP Jammu/UT-01

Form EXP – 2(a): Specific Construction Experience

Fill up one (1) form per contract.

Contract of Similar Size and Nature

Contract No . . . . . . of . . . . . . Contract Identification

Award Date Completion Date

Role in Contract Contractor Management Contractor Subcontractor

Total Contract Amount INR

If partner in a JV or subcontractor, specify participation of total contract amount

Percent of Total Amount

Employer’s Name Address Telephone/Fax Number E-mail

Description of the similarity in accordance with Criteria 2.4.2(a) of Section 3

Note: Attach copies of work order and completion certificates in support of each quoted experience.

Section 4 - Bidding Forms 4-23

JKUSDIP Jammu/UT-01

Form EXP - 2(b): Specific Construction Experience in Key Activities

Fill up one (1) form per contract

Contract with Similar Key Activities

Contract No . . . . . . of . . . . . . Contract Identification

Award Date Completion Date

Role in Contract Contractor Management Contractor Subcontractor

Total Contract Amount

INR

If partner in a JV or subcontractor, specify participation of total contract amount

Percent of Total Amount

Employer’s Name Address Telephone Number Fax Number E-mail

Description of the key activities in accordance with Criteria 2.4.2(b) of Section 3

Note: Attach copies of work order and completion certificates in support of each quoted experience.

Section 5 - Eligible Countries 5-1

JKUSDIP Jammu/UT-01

Section 5 - List of Eligible Member Countries of the Asian Development Bank

1. Afghanistan 35. Micronesia, Federal States of

2. Armenia 36. Mongolia

3. Australia 37. Myanmar

4. Austria 38. Nauru, Republic of

5. Azerbaijan 39. Nepal

6. Bangladesh 40. Netherlands

7. Belgium 41. New Zealand

8. Bhutan 42. Norway

9. Brunci Darussalam 43. Pakistan

10. Cambodia 44. Palau

11. Canada 45. Papua New Guinea

12. China, People’s Republic of 46. Philippines

13. Cook Islands 47. Portugal

14. Denmark 48. Samoa

15. Fiji Islands, Republic of 49. Singapore

16. Finland 50. Solomon Islands

17. France 51. Spain

18 Georgia 52. Sri Lanka 19 Germany 53. Sweden

20. Hong Kong, China 54. Switzerland

21. India 55. Tajikistan

22. Indonesia 56. Taipei,China

23. Italy 57. Thailand

24. Ireland, Republic of 58. Timor-Leste, Democratic Republic of

25. Japan 59. Tonga

26. Kazakhstan 60. Turkey

27. Kiribati 61. Turkmenistan

28. Korea 62. Tuvalu

29. Kyrgyz 63. United Kingdom

30. Lao People’s Democratic Republic

64. United States of America

31. Luxembourg 65. Uzbekistan

32. Malaysia 66. Vanuatu

33. Maldives 67. Viet Nam

34. Marshall Islands

JKUSDIP Jammu/UT-01

Part II – Requirements

Section 6 - Employer’s Requirements 6-1

JKUSDIP Jammu/UT-01

Section 6 - Employer’s Requirements This Section-6 contains the Scope of Works, Specifications of Work, Supplementary Information and List of Drawings. However all the Drawings 0f Section-6 as per the list are included in part 2 of Volume-1. It is recommended that the bidders physically visit the site of the proposed work before bidding in order to assess the quantum and nature of work.

Table of Contents

• Scope of Work

• Specifications of Work

• Supplementary Information

• Surveys and Investigation Report

• Drawings (Under Part 2 of Volume 1)

Section 6 - Employer’s Requirements 6-2

JKUSDIP Jammu/UT-01

1 SCOPE OF WORK

The work to be performed under these specification form a part of the ADB assisted Jammu & Kashmir Urban Sector Development Investment Program (JKUSDIP) –Project 1 and is limited to the works for construction of B.C. Road Flyover with Grade Separator, Widening & Strengthening of B.C. Road, Electrification, Lighting and other related works at Jammu.

1.1 Site Description

The proposed sub – project covers a total length of approximately 1.50 km towards North of Jewel Chowk starting from Shakuntala Theater Chowk and ending near Manda Forests.

1.2 Summary of Works to be done under the work Package

The proposed package JKUSDIP Jammu / UT-01 includes following works:

Reinforced Earth retaining walls, RCC T Beam & PSC Girder Superstructure, RCC Substructure, Open foundation, Service Road, Bus Bays, Pedestrian Subway, Diversion Roads if found necessary during construction period, Diversion of Storm Water Nallah, Flyover Lightening etc. All utilities shifting (Electrical line, Telephone line, water supply etc.) falling in the alignment of the sub – project and service road will be executed through the respective Line Departments. Contractor, if asked by ERA will deposit required amount with line department and will coordinate with them for getting the utilities shifted. PIU, ERA will assist the contractor to keep liaison with various Line Departments and local administration to expedite the smooth implementation of the project.

The work of constructing the B. C. Road Flyover under this contract shall include, but not limited to, the following activities:

i) Preliminary works like setting and maintenance of permanent bench marks, reference points, central line of the carriageway etc. It shall also include making adjustment in the layout if required as per site conditions and as directed by the Engineer. The lay out shall be got approved from the Engineer before starting actual work. Existing levels of the areas under the scope of work shall also be recorded. Use of total station in survey work shall be ensured.

ii) Clearing of site for construction of the work and all activities connected therewith before commencement of work to the satisfaction of the Engineer.

iii) Protection of existing services shall be done by Contractor complying with requirements of Line / Statutory Authorities. It shall be deemed to be part of contract and no extra payment shall be made for the same.

iv) Providing adequate arrangement for barricading as per typical design, requirements of Local / Statutory Authorities at all required locations viz. to cover the entire construction site including all T & P & materials. This shall include reflective signs, markings, flags, flashing lights, steel posts with GI cover sheets and flagman.

v) Provision for all safety measures for traffic, pedestrian, workmen, machinery etc. including construction and maintenance of temporary diversion as considered necessary by the Engineer. The cost of all such works shall be deemed to be included in the rates quoted by the Contractor for all the items in the Bill of Quantities and no extra amount shall be paid for these works.

Section 6 - Employer’s Requirements 6-3

JKUSDIP Jammu/UT-01

vi) Dismantling of existing old work and bituminous work, kerb stone, brick work, RCC slabs, footpath, old SW/RCC pipes, CC drains etc. including disposal of malba complete & dispose the same as per directions of the Engineer.

vii) Assist in identification of services like sewer lines, water supply lines, electric and telephone poles & cables, underground utilities etc. by excavating required number of pits, well in advance of actual execution and liasioning with the employer and respective line departments for shifting and / or protecting the same as & when necessary. .

viii) Repair / re-construction / making good damaged roads, service lines, storm water drains, water supply lines, electric cables, telephone cables etc. and other structures / properties affected by any action / inaction and activities of the contractor. .

ix) It is also made clear that intending bidder should visit the sites of work and physically assess the activities that are involved for completing the work, including the quantum of work besides the information supplied in the tender document.

x) Quality Assurance and Quality control manual of MORT&H, BIS and IRC shall be strictly followed.

xi Clearing of site to the satisfaction of the Engineer after completion of entire work and handing over the same to the Department.

1.3 Surveys and Executive Design

The Detailed Design for the Works has been undertaken by Design Consultants. However, the Contractor is to verify all the information provided and assist the Engineer to undertake the Executive Design. The Contractor will prepare his program of works accordingly and will be responsible for the following:

a) Geotechnical Investigation. Contractor will take the bore log samples, will conduct load bearing tests and will carry out required geotechnical investigations, CBR value etc to verify the survey results and the Engineers designs. It will be obligatory to the works and shall not be paid separately. .

b) Topographical survey. Verify the survey results by establishing temporary bench marks, verification of levels by total station / topographical surveys,

c) Based on above two surveys the contractor will assist the Engineer to review the Detailed Designs of the proposed flyover and road improvements.

1.4 Documents and Drawings

A list of Drawings for the proposed work is provided in Section 6.2 of the bid document.

Construction drawings including reinforcement details will be issued to the Contractor by the Engineer during progress of work. .

The Contractor shall verify all dimensions, quantities and details shown on the Drawings, Schedules, or other data and the Employer shall not be held responsible for any omissions and discrepancies found therein. Failure to discover or correct error or discrepancies shall not relieve the Contractor of full responsibility for unsatisfactory works. The Contractor shall assume all responsibilities for the making of estimates of the sizes, kinds and quantities of materials and equipment included in the work to be done under the Contract. He shall not be allowed to take

Section 6 - Employer’s Requirements 6-4

JKUSDIP Jammu/UT-01

advantage of any errors or omissions, as full instructions will be furnished by the Engineer if such errors or omissions be discovered.

1.5 Other Contracts and Contractors The Contractor must ascertain to his own satisfaction the scope of the Flyover sub project and the nature of other contracts that have been or may be awarded by the Employer in the execution of the project to the end that the Contractor may perform the Contract in the light of such other contracts. Nothing herein contained shall be interpreted as granting to the Contractor exclusive occupancy of the sites in the project area. The Contractor shall not cause any unnecessary hindrance or delay to any other contractor working in the project area. If the performance of any contract for the project is likely to be interfered with by the simultaneous execution of some other contract or contracts, the Employer shall decide which contractor may proceed.

The Employer shall not be responsible for any damages suffered or extra costs incurred by the Contractor resulting directly, or indirectly, from the award or performance or attempted performance of any other contracts or line departments related to the project, or caused by any decision or omission of the Employer respecting the order of precedence in the performance of the contracts awarded for completion of the project.

2 SPECIFICATIONS OF WORK

2.1 Equivalent Standards and Codes

Wherever reference is made in the Contract to specific standards and codes to be met by the goods and materials to be furnished, and work performed or tested, the provisions of the latest current edition or revision of the relevant standards and codes in effect shall apply, unless otherwise stated in the Contract. Where such standards and codes are national or related to a particular country or region other authoritative standards which ensure an equal or higher quality than the standards and codes specified will be acceptable subject to the Engineer's prior review and written approval. Differences between the standards specified and the proposed alternative standards must be fully described in writing by the Contractor and submitted to the Engineer at least 28 days prior to the date when the Contractor desires the Engineer's approval. In the event the Engineer determines that such proposed deviations do not ensure equal or higher quality, the Contractor shall comply with the standards specified in the Bid Documents

2.2 Sign Board

The Contractor shall provide a sign board at the site of the Works of approved size and design which provides (i) the name of the Project and the financing agency; (ii) the names and addresses of the Employer, the Contractor and the Consultant; (iii) the name and short description of the Project, (iv) the amount of the Contract Price; and (v) the starting and completion dates. It shall be deemed to be part of contract and no extra payment shall be made for the same.

2.3 Costs for Mobilization and Temporary Works

No payment above the unit prices quoted shall be made to the Contractor for mobilization costs, i.e. for providing transportation, light, power, tools, and equipment, or for furnishing building and maintaining construction plant, access roads, sanitary conveniences, disposal, work, water supply, fire protection, guards, trestles, telephone system and other temporary structures, plant and materials, or for medical attention or health protection, or for watchmen or guards, or for any

Section 6 - Employer’s Requirements 6-5

JKUSDIP Jammu/UT-01

other services, facilities, or materials necessary or required to execute the work in accordance with the provisions of the Contract as these shall be considered as having been included in the prices stipulated for the various items of the Bill of Quantities.

2.4 Contractor’s Offices, Stores and Equipment

The Contractor shall make his own arrangements for renting or acquiring sufficient land for the erection of his offices and stores plus parking / maintenance area for vehicles and equipment to be used on the works at his own expense. The contractor shall establish and maintain these utilities at his own cost and no additional payment shall be made.

The contractor shall establish a laboratory with equipment and all other facilities for carrying out tests at site and the cost will be reimbursed after completion of the sub project. The contractor shall maintain the laboratory and equipments during contract period.

The Contractor will also provide a minimum 50m2 area of air conditioned office furnished with desk, chairs, filing cabinet, shelves, including washing and toilet facilities, for the sole use of the Engineer and supervisory staff. The daily cleaning and maintenance of office shall be arranged at Contractor’s expense, which will be reimbursed after completion along with the periodical payments.

2.5 Contractor's Water and Power Supply

The Contractor shall make his own arrangements for a hygienically clean and potable water supply for labour and construction work.

The Contractor shall make his own arrangements at his own expense for the supply of electricity services either using a metered connection from local mains or by providing his own generating plant to meet the requirements.

2.6 Transportation and Storage of Materials

Transportation of any material by the Contractor shall be by suitable vehicle which when loaded does not cause spillage and all loads shall be suitably secured. Any vehicle which does not comply with this requirement or local traffic regulation and law shall be removed from the Site. All heavy materials which are not permitted to transport by traffic and police department during day time shall be transported at night time with required permissions from Local Authorities. All materials when brought to site by the Contractor shall be stacked and stored in a manner suitable to protect against slippage, damage, breakage, pilferage etc., and readily available for checking by the Engineer at any time. The Contractor shall arrange for watch and ward of the materials at all times in a suitable manner satisfactory to the Engineer, all at his own expense.

2.7 Setting Out of the Works

The setting out of the works should avoid un-necessary disturbance or removal of garden plants and trees. Only the removal of plants and trees that is absolutely necessary for the construction of the works will be permitted following the approval of the competent authority.

The Contractor shall at his own expense establish working or construction lines and grades as required and shall furnish and maintain stakes and other such materials and give such assistance including qualified staff as may be required by the Employer for checking setting out lines and grade marks. The Contractor shall be solely responsible for the accuracy thereof.

The Contractor shall safeguard all points, stakes, grade marks and bench marks made or established for the work, bear the cost of re-establishing them if disturbed, and bear the entire

Section 6 - Employer’s Requirements 6-6

JKUSDIP Jammu/UT-01

expense of rectifying work improperly done due to not maintaining or protecting, or removing without authorization, such established points, stakes and marks.

Any work done beyond the lines, levels and limits shown on the drawings or not agreed by the Engineer shall not be paid for and the Contractor shall make good over-excavation as directed by the Engineer, at his own expense.

2.8 Samples and Tests During Construction

For ensuring the requisite quality of construction, the Materials and Works shall be subject to the quality control tests as per IS codes as applicable. The testing frequencies set forth are desirable minimum and the Engineer shall have full authority to get the additional tests carried out by the Contractor as frequently as he may deem necessary, to satisfy himself that the Materials and Works comply with the appropriate Specifications.

Where no specific testing procedure is mentioned, the tests shall be carried out as per the prevalent accepted Engineering practice as per the directions of the Engineer

The Contractor shall be responsible to develop a quality control program and to provide all necessary materials, apparatus, instruments, equipment, facilities and qualified staff for sampling, testing and quality control of the materials and the works under the Contractor. Without limiting the generality of the foregoing, the Contractor shall either (i) establish a testing laboratory at the site of Works which is adequately equipped and staffed to carry out all sampling and testing in accordance with the requirement set out in the General Specifications and / or these Specifications and provide all field equipment and apparatus as necessary to conduct all specified in-situ tests and / or any Tests on Completion, or (ii) arrange for routine sampling, testing and reporting, as required, through a certified independent testing laboratory acceptable to the Engineer.

All costs of such routine sampling, testing and reporting of test results will be borne by the Contractor. The Engineer may also direct the Contractor to arrange additional independent sampling and laboratory testing under the supervision of the Engineer, the cost of which shall be borne by the contractor. The Contractor shall furnish certified copies of all test reports to the Engineer within 3 days of completion of the specified tests.

The Contractor shall, within 14 days after the date of the notice to proceed, submit to the Engineer for his consent a detailed description of the arrangements for conducting the quality control program during execution of the Works, including details of his testing laboratory, equipment, staff and general procedures. If following submission, or at any time during the progress of Works, it appears to the Engineer that the Contractor's quality control program is not adequate to ensure the quality of the Works, the Contractor shall produce a revised program which will be adequate to ensure satisfactory quality control.

2.9 Protection of Utilities

The Contractor is required to carefully examine the location of the Works and their alignments and to make special enquiries with all authorities or service suppliers concerning all utility lines such as water supply, sewers, gas pipe, telephone (underground and/or overhead) lines, electric cable (underground and/or overhead), cable TV lines, etc.; and to determine and verify to his own satisfaction the character, sizes, position and lengths of such utilities from authentic records. The Contractor shall be wholly responsible for the protection and/or facilitating relocation of such utilities as may be required, and shall not make any claim for extra work that may be required to protect or facilitate relocating such utilities or services. If any major shifting or realignment of water supply, sewers, drains, electric and telephone lines are necessary due to

Section 6 - Employer’s Requirements 6-7

JKUSDIP Jammu/UT-01

their interference with the proposed Works, the same will be arranged through the line agencies. The cost of such relocations will be paid by the Contractor which will be reimbursed under the provisional sum item, following approval by the Engineer.

In case the alignment of the pipeline crosses the high tension electrical transmission lines belonging to the Power Development Department, Jammu & Kashmir or other authorities, the Contractor shall take all precautions necessary to see that the work is carried out with care and safety, without disturbing such transmission lines. The Contractor will be responsible to carry out all construction activities in such reaches in consultation with the owners of such facilities. However, satisfactory completion of the entire work will be the responsibility of the Contractor.

2.10 Workmanship.

All workmanship shall be in conformance with the best trade practice. Particular attention shall be given to the appearance of exposed work without compromising on the Quality Standards..

2.11 Site Photographs

The contractor shall arrange to take colour photographs at locations of the works to demonstrate conditions of the site before work commences / progresses during the construction period and after completion of the works. The photographs may be required as evidence in defence of claims against the contractor for damage to buildings and property due to the execution of the works. Contractor will take all necessary work photographs as per the directions of Engineer.

2.12 Cooperation at Site and Night Work

Construction may be carried out in areas of restricted circulation. The Contractor’s attention is particularly drawn to;

a. The need to maintain existing services and reasonable access for local residents and traders during the construction period; and

b. The probable presence of other contractors on site is to be coordinated by the main Contractor.

c. Heavy Materials shall preferably be transported to site during night time with necessary permissions from all concerned authorities.

All work shall be carried out in such a way as to allow access and afford all reasonable facilities for any other contractor and his workmen and for workmen of the Employer and any other person who may be employed in the execution and or/ operation at or near the site of any work in connection with the Contract or otherwise.

Night work in residential areas would not normally be agreed unless it was essential for safety of the public and/or property. For this, specific case-by-case authorization of the Engineer would be required. However, sometimes work may be required to be only undertaken during night hours to avoid disturbance to traffic movements. . The contractor is to keep provisions for such requirements in his bid pricing.

In the preparation of his program of work the Contractor shall at all times take full account of and co – operate with the programming of the work of other contractors so as to cause the minimum of interference to them and to the public.

2.13 Protection of Work and Public

The contractor shall exercise precautions at all times for the protection of labour employed and public life and property at and around the sites of work. The safety provisions of applicable laws,

Section 6 - Employer’s Requirements 6-8

JKUSDIP Jammu/UT-01

building and construction codes shall be observed. Machinery, equipment and all hazards shall be guarded or eliminated in accordance with safety provisions.

During the execution of the work, the contractor shall put up and maintain during the night time such barriers and lights as will effectively prevent accidents. The contractor shall provide suitable barricades, red light “Danger” or “Caution” signs and watchmen at all places where the work causes obstructions to the normal traffic or constitutes in any way a hazard to the public.

2.14 Environmental Protection

The contractor will ensure that all actions are taken to ensure that the local environment of the site is protected and that surface and groundwater, soil and air are kept free from pollution (including noise) due to the works being undertaken.

Table-1, Table-2 and Table-3 of Environmental Management Plan (EMP) provided in the document gives a list of identified impacts and mitigation measures. Contractor is required to implement Environmental Management Plan to the satisfaction of the Engineer.

Failure to comply with this clause, may lead to the contract being terminated.

2.15 Record Drawings

The contractor shall prepare reproducible drawings of the whole works “as built”. The drawings shall be produced to a standard similar to that of the Contract Drawings.

Record drawings shall be prepared to the Engineer’s approval as the work proceeds and shall be handed over to the Engineer on completion. The Record Drawings shall then become the property of the Employer.

2.16 Final Clearance of the Site

On completion of work, wherever applicable, the contractor shall clear away and remove from the site all constructional plant, surplus materials, rubbish, scaffolding and temporary works of every kind and leave the whole of the site and works in a clean condition. Final contract payment shall be released only after this has been done, to the satisfaction of the Engineer.

3. TECHNICAL REQUIREMENTS

3.1 General Specifications The “Standard Specifications (Civil Works)” issued by MORT&H and IRC set out the specifications that shall be followed for construction of general civil works for this sub-project. Specifications for additional specialized items of civil works, and/or for mechanical and electrical works, shall be as set out in Particular Specifications, of this Section. In the event of any discrepancy between the provisions of the Standard Specifications and the Particular Specifications, then the provisions of the Particular Specifications will prevail.

The General Technical Specifications for the Roads and Bridge Works shall be the “SPECIFICATIONS FOR ROAD AND BRIDGE WORKS (LATEST REVISION)”, as corrected in the original issued by the Ministry of Road Transport and Highways, Government of India and published by the Indian Roads Congress (IRC), hereinafter referred to as

Section 6 - Employer’s Requirements 6-9

JKUSDIP Jammu/UT-01

MORT&H and IRC Specifications, with a cross reference to relevant Bureau of Indian standards (BIS) for materials and other aspects not covered by the IRC.

The Technical Specifications covering the materials and the workmanship aspects as well as method of measurements and payments are included in this section. These specifications cover the items of roads and bridge works coming under scope of this document. All work shall be carried out in conformity with the same. These specifications are not intended to cover the minute details. The works shall be executed in accordance with good Engineering practices followed for achieving high standards of workmanship, thus ensuring safety and durability of the construction. All codes and standards referred to in these specifications shall be the latest thereof, unless otherwise stated.

3.2 Modifications to the specifications:

This section of Technical Specifications also contains the Amendments / modifications / additions to the clauses of MORT&H Specifications.

The clauses and sub clauses of the following sections in the “SPECIFICATIONS FOR ROAD AND BRIDGE WORKS (LATEST REVISION OF MORT&H SPECIFICATIONS)” have been amended / modified / added upon:

100, 200, 300, 400, 500, 800, 900, 1000, 1400, 1500, 1600, 1700, 2000

All such amendment / modifications shall supersede the original Clause & or Sub-Clause and whenever such amendment / modification / added Clause & Sub-Clause is referred to, it will be considered to refer to the original Clause and or Sub-Clause.

In the absence of any definite provisions on any particular issue in the aforesaid Specifications, reference may be made to the latest codes and specifications of IRC, BIS, BS, ASTM or AASHTO in that order. Where even these are silent, the construction and completion of the works shall conform to sound Engineering practice as approved by the Engineer and in case of any dispute arising out of the interpretation of the above, the decision of the Engineer shall be final and binding on the Contractor.

Clause 102 Definitions

The following abbreviations shall be added at the end of Clause 102

“MoRT&H”: Ministry of Road Transport & Highways, Govt. of India

Clause 103 Materials & Test Standard

Add the following at the end of Clause 103

The latest edition of these standards till 30 (thirty) days before the final date of submission of the tender shall be adopted.

Clause 106 Construction Equipment

Add the following after Sub Clause 106 (f)

g) Adequate standby equipment including spare parts shall be available as decided in consultation with the Engineer.

h) All measuring devices and gauges shall be in good working condition. Measuring devices that can affect product quality shall be calibrated prior to use and at prescribed intervals against certified equipment. Calibration procedures shall be established, maintained and documented

Section 6 - Employer’s Requirements 6-10

JKUSDIP Jammu/UT-01

and corrective actions taken when results are unsatisfactory. Accuracy and fitness of measuring devices shall be ensured by proper maintenance.

Clause 107 Contract Drawings

Add the following at end of Sub Clause 107.3

After careful study of the drawings issued by the Engineer, the Contractor shall prepare, where necessary, all supplementary and working drawings with necessary field/construction information and the like for adequacy of construction methods and procedure etc. and shall submit the same to the Engineer for approval prior to construction progressively according to the work Programme accepted by the Engineer. Engineer shall be given not less than 15 days for review of these supplementary/working drawings and as directed, the Contractor shall modify the drawings incorporating the comments and requirements of the Engineer.

Clause 108 Site Information

Delete Sub-Clause 108.4 and replace with the followings

The Contractor shall identify quarries, borrow areas and other sources of materials required for the work. He shall satisfy himself that the required materials are available in adequate quantities and complying with the requirements of specifications. No claims shall be entertained on account of non-availability of materials, and increase in leads.

“It is the sole responsibility of the Contractor to arrange the quarries, borrow areas etc., on license/lease basis or otherwise, and study in detail before tendering, the scope of taking the quarry on lease. Advance information must be collected by the Contractor regarding the procedure laid down and the consequent delay in arranging the quarries on lease and must make alternative arrangement to procure the quarry products from lease holders. No separate payment will be made for arranging such quarries, borrow areas, etc.”

Clause 109 Setting Out

Add at the end of Sub Clause 109.3

“The Reference Bench Mark for the area shall be GTS Benchmark established by Survey of India and the values of the same shall be obtained by the Contractor from Survey of India”. All survey, layout work is to done by Total station and auto level instrument.

Clause 110 Public Utilities

Delete Sub Clause 110.7 and replace with the following

a) All utilities shifting (Electrical line, water supply etc.) falling in the Flyover alignment and service road shall have to be executed by the respective Line Departments. It shall be the responsibility of the Contractor to streamline the works as per their rules and regulations by making payment of their charges, fees etc. With the approval of the Engineer. However the PIU, ERA shall assist the contractor to keep liaison with various utilities agencies and local administration for smooth implementation of the project. The contractor may put up the charges levied by respective authorities for reimbursement from provisional sums for approval of the Engineer.

b) The serviceable materials, as ascertained by the Engineer, shall be deposited at designated store yards or as directed by the Engineer. No payment shall be made to the Contractor in this regard.

Section 6 - Employer’s Requirements 6-11

JKUSDIP Jammu/UT-01

c) The Contractor shall carry out the protective work for utilities as per direction by the Engineer. No payment shall be made to the Contractor in this regard.

d) The Contractor is advised to ascertain the extent and nature of shifting of utilities involved, before commencement of the work and apprise the Engineer of the same.

Clause 115 Methodology and Sequence of Work

Sub Clause 115.1 Approval of proprietary product / process /system

Only proprietary items proven by International / National usage in comparable projects shall be permitted to be used. Fully authenticated details of licensing and collaboration arrangement shall be submitted by the manufacturer, where relevant.

Within 90 days of award of work the Contractor shall submit the following information for all proprietary products for approval by the Engineer.

Name of manufacturer, name of product/process/system:

Complete details of the manufacturer of the product/process/system shall be furnished. Details of projects where similar product/process/system has been successfully used shall be furnished. Authenticated copies of license / collaboration agreement shall be furnished.

General features of the product/product process/system:

I. Detailed write up with methods statements shall be furnished for each product/process/system. This shall include complete working drawings & installation drawings, technical specifications covering fabrication, materials, system of corrosion protection etc.,

II. Manufacturer shall submit a quality assurance system document. Details of acceptance test and criteria of acceptance shall be furnished in this document.

III. Installation procedure.

IV. Maintenance procedure and schedule.

V. Warranty proposal.

The Engineer may order any additional tests for the purpose of accepting the product. The facility for such additional tests shall be made available by the manufacturer. The charges of these additional tests shall be borne by the Contractor.

Clause 122 Residential Accommodation for the Engineer

This Clause to be deleted in totality

Clause 123 Providing & Maintaining Wireless Communication System

This Clause to be deleted in totality

Clause 124 Providing and Maintaining Vehicles for the Engineer

i) This Clause shall be read as “providing light motor vehicle to the Engineer including operation maintenance driver, fuel etc. during contract period of 30 months shall be the sole responsibility of the Contractor and accordingly the cost of the same shall be borne by the Contractor and shall not be paid extra.

Section 200 Site Clearance

Section 6 - Employer’s Requirements 6-12

JKUSDIP Jammu/UT-01

The words "lead up to 1000 mts." wherever mentioned in this clause shall be replaced by "up to all leads ".

The payments for such items shall be paid as per the rates quoted by the contractor for all leads and lifts. No extra cost shall be paid to the contractor for any lead beyond 1000 mts. up to dumping ground as notified by Municipal Corporation, Jammu.

Section 300 Earthwork

The words "lead up to 1000 mts." wherever mentioned in this clause shall be replaced by "up to all leads".

The payments for such items shall be paid as per the rates quoted by the contractor for all leads and lifts. No extra cost shall be paid to the contractor for any lead beyond 1000 mts.

Clause 401.3 Strength of sub-base

Delete Para 2 and replace with the following

When directed by the Engineer, this shall be verified by performing CBR tests in the laboratory. The CBR tests shall be conducted on specimen soaked for 4 days and compacted to 100% of the maximum dry density as per IS: 2720 (part 8)

Clause 401.4.1 Preparation of sub grade

Add after the first paragraph

Where the existing pavement it is to be overlaid by a granular base / sub base and embankment of less than 500 mm total thickness shall be scarified in accordance with Sub-Clause 501.3.2. Where the existing pavement contains multiple bituminous layers the scarification shall be to the underside of the lowest bituminous layer. General areas within the Works where multiple bituminous layers exist will be devised by the Engineer. The Contractor will verify that all bituminous layers have been removed using appropriate methods approved by the Engineer. The bituminous surfacing material removed from the existing pavement may be used in other parts of the works provided it complies with the relevant specification clauses.

After scarification and removal to the satisfaction of the Engineer of the bitumen surface from the existing pavement to be overlaid, the surface shall be lightly sprinkled with water if necessary and rolled with three passes of an 80-100kN smooth wheeled roller. The existing pavement shall then be proof rolled with an 8 tonne single drum vibrating roller in the presence of the Engineer who shall determine the suitability of the surface for overlay.

Clause 408 Cement Concrete Kerb and Kerb With Channel

Clause 408.5.1 Substitute first sentence of Clause 408.5.1 as under;

Concrete Channel for access road shall be of PCC M20 laid on road base as shown in drawings.

Clause 408.5.2 Add the words “or to accommodate drainage pipes” at the end of para after the words “drainage openings”

Clause 501.8.8.2: Rate for premixed bituminous material

Item (ii) shall read as:

‘Preparation of surface to receive the materials except rates for prime / tack coats’

Clause 504.2.5 Proportioning of materials

Section 6 - Employer’s Requirements 6-13

JKUSDIP Jammu/UT-01

Add below Table 500-4

“Grading-I shall be used for compacted thickness of a layer of 75 mm and above while Grading-2 shall be used for compacted thickness of a layer of less than 75 mm thickness”. The Contractor shall give job mix formula for the mix design indicating mix properties. The laying of mix shall be done after approval of the Engineer.

Clause 803.3.2

This Clause shall read as under

“The road markings shall be laid with appropriate road marking machinery as approved by the Engineer”.

Clause 901.5

This Clause shall read as under

The Contractor shall provide necessary co-operation and assistance in obtaining the samples for tests and carrying out the field tests as required by the Engineer from time to time. This may include provision of laboratory, equipment, transport, consumables and personnel, including labour, attendants, assistance in packing and dispatching and any other assistance considered necessary in connection with the tests.”

Clause 1006 Cement

Add the following at the end of the Clause.

“The Contractor shall submit, for approval, certified laboratory test data and/or manufacturer’s certificate and data for the following parameters:

Chemical and physical properties

Initial/final setting time

Soundness test

Tensile Strength Test”

Clause 1007 Coarse Aggregates

(i) Delete from the first sentence “crushed gravel…. Inert material” appearing in 3rd and 4th line.

(ii) Add the following at the end of the Clause

Except where it can be shown to the satisfaction of the Engineer that a supply of properly graded aggregate of uniform quality can be maintained over the period of the Works, the grading of aggregate shall be controlled by obtaining the coarse aggregate in different sizes and blending them in correct proportions as or when required.

Clause 1009 Steel

Clause 1009.3 Reinforcement / intentioned steel

Add the following note under table 1000-3

Thermo Mechanically Treated Bars (TMT bars) Conforming to IS: 1786 may also be used.

The TMT bars shall be procured from Ingot / Billet manufacturers only.

Clause 1014.3 Storage of Materials: Aggregates

Section 6 - Employer’s Requirements 6-14

JKUSDIP Jammu/UT-01

The following shall be added to this clause

Aggregates shall be stored or stockpiled in such a manner that segregation of fine and coarse sizes will be avoided and also that the various sizes will not become intermixed before proportioning. They shall be stored, stockpiled and handled in such a manner that will prevent contamination by foreign materials.

Clause 1502 Materials

This clause shall read as under

“All materials shall comply with the requirement of IRC: 87(Latest Version)

Materials and components used for formwork shall be examined for damage or excessive deterioration before use or reuse and shall be used if found suitable after necessary repairs. Only steel formwork shall be used. The steel used for forms shall be of such thickness that the forms remain true to shape. All bolts should be countersunk. The use of approved internal steel ties or plastic spacers shall be permitted. Structural steel tube used as support for forms shall have a minimum wall thickness of 4 mm”.

Clause1503.2

The following shall be added to this Clause

“For distribution of load and load transfer to the ground through staging, an appropriately designed base plate must be provided which shall rest on firm sub-stratum”.

Clause 1508 Removal of Formwork

Add the following as Para 5 Clause 1508.

“For pre-stressed units, the side forms shall be released, as early as possible. For supports and forms for cast in situ members shall not be removed until sufficient pre-stress has been applied to carry the dead load and any form work supported by the member and anticipated construction loads”.

Add the following as Clause 1605 (f):

Tolerances:

1. Tolerance of cover: Deviation shall not exceed + 10 mm. No negative tolerance is allowed.

2. Tolerance in position: Tolerance for deviation from the positions shown in the drawings shall not exceed the following:

Structural depth d (mm)

Tolerance (mm)

d< 1000 <10

1000<d<2000 <0.01d

2000<d <20

Clause 1606.2 Bar Splices Welding

Add the following at the end of the paragraph.

“In pre-stressed concrete members, when welding of intentioned reinforcement is permitted by the Engineer, it shall be carried out before insertion of the pre-stressing tendons”.

Section 6 - Employer’s Requirements 6-15

JKUSDIP Jammu/UT-01

Clause 1703.1 Grade of Concrete

Following “Notes” shall be added in the “Notes applicable to Table 1700-2 and 1700-3”.

v) “Moderate condition of Exposure” shall be considered for the purpose of this sub-clause.

vi) The Grades of concrete in various components (in PCC or in RCC) shall be as shown on drawings or as directed by the Engineer.

Clause 1705 Admixtures

This Clause shall read as under:

“Duly tested admixtures/additives conforming to IS: 9103 (without replacement of cement) may be used subject to satisfactory proven use, with the approval of the Engineer. Admixtures generating Hydrogen or Nitrogen and containing chlorides, nitrates, sulphides, sulphates and any other material liable to affect the steel or concrete shall not be permitted”

“The general requirements, physical and chemical requirements shall be as per Clause 1012.”

Clause 1706 Size of Coarse Aggregate

“Maximum nominal size of coarse aggregates given under Table 1700-7 against items (ii), (iii) & (iv) shall be read as 20 mm”.

Clause 1713.1 Water Curing

Add the following at the end of Para I

“Wherever possible, use of water sprinklers or perforated pipes should be encouraged for curing of concrete. Such arrangement must be maintained for a minimum period of 14 days after concreting.”

“Approved concrete curing components should be preferred where water curing cannot be done reliably”.

Clause1802.2.2 Replace existing Clause with the following:

The internal area of the sheathing duct shall be as shown on the drawings.

Clause1802.2.3 Replace existing clause with the following:

“Cables shall be threaded after concreting. In such cases a temporary tendon shall be inserted in the sheathing, or the sheathing shall be stiffened by other suitable method during concreting. The sheathing supports shall be such as to prevent floatation of empty cable duct during concreting”.

Clause 2005.1 Raw Materials

In Para 2 of notes given in this clause read IS 2062 in place of IS 226.

Clause 2005.3 Acceptance Specifications

In Para 5, substitute the words “the Engineer or his authorized representative” for the word “Inspector”.

Clause 2005.3.5 Inspection Certificate

In Para 4, substitute the words “the Engineer or his authorized representative” for the word “Inspector”.

Section 6 - Employer’s Requirements 6-16

JKUSDIP Jammu/UT-01

Clause 2300 Concrete Superstructure

a) Add following clause 2310 after clause 2309

Clause 2310 Load Testing

If the Engineer in his opinion considers load test of superstructure is necessary for one or more of the reasons specified below, he shall instruct the contractor to undertake the same:

The work test cubes failing to attain the specified strength

The shuttering being prematurely removed

Over loading during construction of the structure or part thereof

Concrete improperly cured and/or any other circumstances attributable to negligence on the part of the contractor which is the opinion of the Engineer, results in the structure or part thereof, being of less than the expected strength.

The load test of the structure, which may be considered necessary by the Engineer for the reasons stated above, shall be carried out at the contractor’s own expense. The methodology, and acceptance criteria shall follow the Guidelines as given in IRC: SP51, “Guidelines for Load Testing of Bridges”.

4. PARTICULAR SPECIFICATIONS: 4.1 Clause A-1 Strip / Box seal expansion joint

a) Components Strip seal expansion joint shall comprise the following items:

i) Edge Beam

This shall be either extruded or hot rolled steel section or cold rolled cellular section with suitable profile to mechanically lock the sealing element in place throughout the normal movement cycle. Further, the configuration shall be such that the section has a minimum thickness of 10mm all along its cross section (flange & web). Thickness of lips holding the seal shall not be less than 6 mm. The minimum height of the edge beam section shall be 80 mm. The minimum cross sectional area of the edge beam shall be 1500 mm2.

ii) Anchorage

Edge beams shall be anchored to the deck by reinforcing bars, or anchor plates cast in concrete or a combination of anchor plates and reinforcing bars, Anchor bars, shall engage the main structural reinforcement of the deck and in case of anchor plates or loops, this shall be achieved by passing transverse bars through the loops or plates.

The minimum thickness of anchor plate shall be 12 mm. Total cross sectional area of bar on each side of the joint shall not be less than 1600 mm Sq. per meter length of the joint and the centre to centre spacing shall not exceed 250mm. The ultimate resistance of each anchorage shall not be less than 600 KN/m in any direction.

Section 6 - Employer’s Requirements 6-17

JKUSDIP Jammu/UT-01

b) Material

i) The steel for edge beams shall conform to any of the steel grade corresponding to RST 37-2 OR 37-3 (DIN), ASTM A36 or A588, CAN/CSA Standard G40.21 Grade 300 W or equivalent.

ii) Anchorage steel shall conform to IS: 2062 or equivalent.

iii) All steel sections shall be protected against corrosion by hot dip galvanizing or any other approved anticorrosive coating with a minimum thickness of 100 micron.

iv) Chloroprene of strip seal element shall conform to Clause 915.1 of IRC: 83(Part-II). The properties of chloroprene shall be as specified in the table below:

STRIP SEAL ELEMENT SPECIFICATION

PROPERTY SPECIFIED VALUE

Hardness*

DIN 53505

ASTAM D 2240 (Modified)

63 ± 5 Shore A

55 ± 5 Shore A

Tensile strength*

DIN 53504

ASTM D412

Min 11 Mpa

Min 13.8 Mpa

Elongation at fracture*

DIN 53504

ASTM D412

Min 350 per cent

Min 250 per cent

Tear Propagation Strength

Longitudinal

Transverse

Shock Elasticity

Abrasion

Min 10 N/mm

Min. 10 N/mm

Min 25 per cent

Min 220 Cu.mm.

Residual Compressive Strain

22 h/70 deg.C/30 percent strain)

Ageing in hot air

(14 days/70 dg.C

Max 28 percent

Change in hardness Max + 7 Shore A

Change in tensile strength Max – 20 per cent

Change in elongation at fracture Max – 20 percent

Ageing in ozone

(24 h/50 pphm25 deg.

C/20 per cent elongation)

No cracks

Section 6 - Employer’s Requirements 6-18

JKUSDIP Jammu/UT-01

Swelling �behavior in Oil (168h/25 deg.C)

ASTM oil No.1

Volume Change

Change in hardness

Max + 5 per cent

Max – 10 Shore A

ASTM Oil No.3

Volume change

Change in hardness

Cold Hardening Point

Max + 25 percent

Max – 20 Shore A

Max – 35 deg.c

*Only one set of specifications viz ASTM or DIN shall be followed depending on the source of supply

c) Fabrication (Pre-installation)

i) The strip seal joint system and all its component parts including anchorages shall be supplied by the manufacturer/system supplier.

ii) The width of the gap to cater for movement due to thermal effect, pre – stress, shrinkage and creep, superstructure deformations (if any) and sub-structure deformations (if any) shall be determined and intimated to the manufacturer. Depending upon the temperature at which the joint is to be installed, the gap dimension shall be preset.

iii) Each strip seal expansion joint system shall be fabricated as a single entity unless stage construction or excessive length prohibits monolithic fabrication. It shall fit the full width of the structure as indicated on the approved drawing. The system shall be preset by the manufacturer prior to transportation. Presetting shall be done in accordance with the joint opening indicated on the drawing.

iv) The finally assembly joint shall then be clamped and transported to the work site.

d) Handling and Storage.

i) For transportation and storage, auxiliary brackets shall be provided to hold the joint assembly together.

ii) The manufacturer/supplier shall supply either directly to the Engineer or to the Bridge Contractor all the materials of strip seal joints including sealants and all other accessories for the effective installation of the joints.

iii) Expansion joint material shall be handled with care. It shall be stored under cover on suitable lumber padding.

e) Installation:

i) The joint shall be installed by the manufacturer/supplier or their authorized representative who will ensure compliance to the manufacturer’s instructions for installation.

Section 6 - Employer’s Requirements 6-19

JKUSDIP Jammu/UT-01

ii) Taking the width of gap for movement of the joint into account, the dimensions of the recess in the decking shall be established in accordance with the drawings or design data of the manufacturer. The surfaces of the recess shall be thoroughly cleaned and all dirt and debris removed. The exposed reinforcement shall be suitably adjusted to permit unobstructed lowering of the joint into the recess.

iii) The recess shall be shuttered in such a way that dimensions in the joint drawing are maintained. The formwork shall be rigid and firm.

iv) Immediately prior to placing the joint, the presetting shall be inspected. Should the actual temperature of the structure be different from the temperature provided for presetting correction of the presetting shall be done. After adjustment, the brackets shall be tightened again.

v) The joint shall be lowered in a pre-determined position. Following placement of the joint in the prepared recess, the joint shall be leveled and finally aligned and the anchorage steel on one side of the joint welded to the exposed reinforcement bars of the structure. Upon completion, the same procedure shall be followed for the other side of the joint. With the expansion joint finally held at both sides, the auxiliary brackets shall be released, allowing the joint to take up the movement of the structure.

vi) High quality concrete shall then be filled into the recess. The packing concrete must feature low shrinkage and have the same strength as that of the superstructure, but in any case not less than M 35 grade. Good compaction and careful curing of concrete is particularly important. After the concrete has cured, the movable installation brackets and shuttering still in place shall be removed.

vii) The neoprene seal shall be field installed in continuous length spanning the entire roadway width. To ensure proper fit of the seal and enhance the ease of installation, dirt, spatter or standing water shall be removed from the steel cavity using a brush, scrapper or compressed air. The seal shall be installed without any damage to the seal by suitable hand method or machine tools.

viii) As soon as the concrete in the recess has become initially set, a sturdy ramp shall be placed over the joint to protect the exposed steel beams and neoprene seals from the site traffic. Expansion joint shall not be exposed to traffic before the carriageway surfacing is placed.

ix) The carriageway surfacing shall be finished flush with the top of the steel sections. The actual junction of the surfacing/wearing coat with the steel edge section shall be formed by a wedge shaped joint with a sealing compound. The horizontal leg of the edge beam shall be cleaned beforehand. It is particularly important to ensure thorough and careful compaction of the surfacing in order to prevent any premature depression forming in it.

f) Acceptance Criteria

i) All steel elements shall be finished with corrosion protection system.

ii) For neoprene seal, the acceptance test shall conform to the requirements in Table-I. The manufacturer/supplier shall produce a test certificate accordingly, conducted in a recognized independent laboratory, in India or abroad.

Section 6 - Employer’s Requirements 6-20

JKUSDIP Jammu/UT-01

iii) The manufacturer shall produce test certificates indicating that anchorage system had been tested in a recognized laboratory to determine optimum configuration of anchorage assembly under dynamic loading.

iv) Prior to acceptance 25 percent of the completed and installed joints, subject to a minimum of one joint, shall be subjected to water tightness test. Water shall be continuously ponded along the entire length for a minimum period of 4 hours for a depth of 25 mm above the highest point of deck. The width of ponding shall be at least 50 mm beyond the anchorage block of the joint on either side. The depth of water shall not fall below 25 mm anytime during the test. A close inspection of the underside of the joint shall not reveal any leakage.

v) Investigation of fatigue strength of the edge beam section with anchorages to withstand 2 x 106 load change cycles of 85 KN vertical load and 10 KN of horizontal load without showing sign of distress shall be required. The supplier shall produce a test certificate in this regard conducted in a recognized laboratory, in India or abroad.

vi) As strip seal type of joint is specialized in nature, generally of the proprietary type, the manufacturer shall be required to produce evidence of satisfactory performance of this type of joint.

g) Tests Standards of Acceptance:

The materials shall be tested in accordance with these specifications and shall meet the prescribed criteria. The manufacturer/supplier shall furnish the requisite certificates from the recognized testing laboratory of India or abroad.

4.2 Clause A-2 Reinforced Earth Retaining Wall:

The work of Reinforced Earth retaining walls proposed in approaches to Flyover as per drawings shall be carried out as per Clause 3100 of Ministry of Road Transport and Highways “Specifications for Road & Bridge Works” (Fourth Revision). Specific requirement of ‘fill material’ as stipulated under clause 3103, which shall be strictly met with. The reinforcing element shall be either galvanized steel strips or Geo-grids conforming to clause 3100 of MORT&H Specification (Fourth Revision). The design and drawings of reinforced Earth Retaining Walls shall be submitted by the contracting agency for approval of Engineer – in – Charge. Design of RE wall shall be done keeping in view of available bearing capacity. No compensation shall be payable to improve bearing capacity of soil under RE wall if any required during design and construction.

4.3 Clause A-3 Bearings:

Elastomeric Bearings proposed for Flyover shall conform to clause 2005 of MORT&H Specification (Fourth Revision). Pedestal height should be kept considering ease for replacement of bearing in future. POT PTFE bearing considering fixed type, guided, Design, supply & necessary fixing arrangement shall be provided by contractor. Before execution of the actual work design drawing methodology for installation of different type of POT PTFE bearing duly proof checked by Reputed agency shall be got approved from the Engineer.

4.4 Clause A-4 Wearing Coat:

Wearing coat over flyover deck shall comprise of 50 mm thick bituminous concrete over laid with 25 mm thick bitumen mastic layer. The work of B.C. and mastic asphalt shall be done in conformity with Clauses 2702.2, 509 and 515 respectively of MORT&H Specification (Fourth Revision).

Section 6 - Employer’s Requirements 6-21

JKUSDIP Jammu/UT-01

4.5 Clause A-5 Reinforced Concrete / Prestress Concrete:

4.5.1 Precast – Prestressed concrete (PSC) Beams have been proposed for flyover spans. Materials, workmanship, supervision and safety precautions during tensioning shall conform to Clause 1500, 1700, 1800 of MORT & H Specification (latest Revision). Precast girders shall be placed in position with cranes of appropriate capacity / type.

4.5.2 Prestressing operation shall be entrusted to only specially trained and qualified personnel as stipulated in Appendix – 4 of IRC 18-2000. Grouting of cables shall be carried out as per recommended practice given at Appendix – 5 of IRC 18-2000.

4.5.3 Controlled concrete of required grade shall be produced in an automatic batching plant of 15 cum / hr (min) capacity and transported to site of work through transit mixers. A suitable casting yard shall be established by the contractor.

4.6 Clause A-6 Sub-Structures & Superstructures:

The work pertaining to sub structures and superstructures shall conform to guide line given under Clauses 2200 and 2300 respectively of MORT&H Specification (Fourth Revision). Requirement of structural concrete shall conform to Clause 1700.

4.7 Clause A-7 Steel Reinforcement (un-tensioned):

Only TMT steel reinforcement (un-tensioned) conforming to clause 1600 of MORT&H Specification shall be used for all the component of Flyover. The stall shall be procured from Billot original /ingot manufacturers only.

4.8 Clause A-8 Materials:

Materials for structures shall conform to Clause 1000 of MORT&H Specifications (Latest Revision).

4.9 Clause A-9 Soil Investigations:

Geo-technical investigation works for Flyover has been carried out for computing the bearing capacity of the soil. The contractor is supposed to carry out the Geo-technical investigation after the award of work to ascertain the soil properties before execution of the foundation works. The Geo-technical report of the tests carried out by the contractor shall be submitted to the Engineer. No payment shall be made to the contractor for such investigations.

4.10 Clause A-10 Approaches (Solid Embankment in between Reinforced Retaining Walls):

The work of laying hard crust and earth work in embankment shall be carried out as per relevant Clauses 305 of MORT & H Specification (Fourth Revision). Requirement of soil materials passing through 75 micron sieve shall be met with as per clause 3103 of MORTH specifications.

4.11 Clause A-11 For items not covered in the above specifications / MORT & H / IRC specifications for civil works, the provisions of following standards shall be followed in the given order of priority:

(a) Provisions of IS Codes of practices.

(b) Relevant provisions of B.S. Codes of practices.

(c) Sound Engineering practice, Technical literature / Papers and provisions of relevant Codes of other nations.

4.12 Clause A-12 GSB (Granular Sub-Base) material shall be produced by mechanical means using pug mill.

Section 6 - Employer’s Requirements 6-22

JKUSDIP Jammu/UT-01

4.13 Clause A-13 Use of mechanical Grader for construction of embankment, sub-grade & sub-base shall be mandatory.

4.14 Clause A-14 WMM layers shall be laid only by paver.

4.15 Clause A-15 Bituminous layers shall be laid by pavers.

5. ENVIRONMENTAL MANAGEMENT PLAN Environmental Management Plan (EMP) as given in the table below will be a part of contract for execution of the Project works.

Table 1: Environmental Management Plan ( Pre – Construction Stage) Sl.

Environmental Issue

Management Measures Location/ frequency

P1 Preservation of Trees

All efforts will be made to preserve trees including evaluation of minor design adjustments/ alternatives to save trees. Specific attention will be given for protecting big trees, and locally important trees (religiously important etc.). Tree cutting is to proceed only after all the legal requirements including attaining of In-principle and Formal Clearances from the Forest Department are completed and subsequently a written order is issued to the Contractor. Particular species declared as ‘protected’ by the State’s Forest Department in the private land will be felled only after due clearance from the Forest Department / concerned agencies is obtained. In the event of design changes, additional assessments including the possibility to save trees shall be made. Stacking, transport and storage of the wood will be done as per the relevant norms. Systematic corridor level documentation for the trees cut and those saved will be maintained with Implementation Agency

Throughout the Corridor/

Prior to commence

ment of work

P2

Relocation of Community Utilities and Common Property Resources

All community utilities and properties i.e., water supply line, telephone and power supply cable, sewer line, buildings, health centers will be relocated before construction starts. The PIU will relocate these properties in consultation and written agreement with the agency/ owner/community. Environmental considerations with suitable/required actions including health and hygiene aspects will be kept in mind while relocating all community utilities and resources.

Throughout the Corridor/

Prior to commence

ment of work

P3

Crushers, hot-mix/spot mix plants Location

Hot mix/ spot mix plants will be sited away from settlements and any commercial establishments. The Contractor shall submit a detailed layout plan for all such sites and approval of Environmental Expert

Selected location/ Prior to

commencem

Section 6 - Employer’s Requirements 6-23

JKUSDIP Jammu/UT-01

Sl. Environmenta

l Issue Management Measures Location/

frequency

/Engineer shall be necessary prior to their establishment. Arrangements to control dust pollution through provision of windscreens, sprinklers, and dust encapsulation will have to be provided at all such sites. Specifications of crushers, hot mix plants will comply with the requirements of the relevant current emission control legislations and Consent/NOC for all such plants shall be submitted to the “PIU through Independent Consultant. The Contractor shall not initiate plant/s operation till the required legal clearances are obtained and submitted. The engineer will ensure that the regulatory and legal requirements are being complied with.

ent of work

P4 Borrow Areas

Finalizing borrows areas for borrowing earth and all logistic arrangements as well as compliance to environmental requirements, as applicable, will be the sole responsibility of the contractor. Locations finalized by the contractor shall be reported to the Environmental Expert of IC and who will in turn report to PIU. Planning of haul roads for accessing borrow materials will be undertaken during this stage. The haul roads shall be routed to avoid congested area The IC will make sure that each such site is in line with IRC and other Project Guidelines.

Specified or selected locations/ Prior to

commencement of

work

P5 Joint Field Verification

The Environmental Expert of IC/IA and the Contractor will carry out joint field verification to ascertain any additional possibility to saving trees, environmental and community resources.

The verification exercise should assess the need for additional protection measures or changes in design/ scale/ nature of protection measures including the efficacy of enhancement measures suggested in the EMP. Proper documentation and justifications/reasons shall be maintained in all such cases where deviation from the original EMP is proposed.

Throughout the

Corridor/ Once prior to start of

construction and DPR finalization

P6

Statutory environmental and other regulatory approvals and clearances

All applicable statutory environmental clearances /approvals at the national, state, regional, local levels and from other relevant authorities must be obtained prior to commencement of physical works.

Along the Project

Road/ Once prior to

commencement of physical

Section 6 - Employer’s Requirements 6-24

JKUSDIP Jammu/UT-01

Sl. Environmenta

l Issue Management Measures Location/

frequency

work

P7

Arrangement for Construction Water

The contractor will use ground water as a source of water for the construction To avoid disruption/disturbance to other water users, the contractor will extract water from fixed locations and consult the Environmental Expert of IC/IA before finalizing the locations.

Along the Project Road/

periodic during

construction

P 8

Labor Requirements

The contractor preferably will use unskilled labor drawn from local communities to give the maximum benefit to the local community.

Near the Project Area/

throughout the

construction

P 9

Construction Camp Locations – Selection, Design and Lay-out

Setting of the construction camps will be selected by the contractor as per the guidelines. The site for construction camps will be selected in consultation with DSC Engineer to avoid conflicts and stress over the infrastructure facilities with the local community and contractor will start construction of camp only after getting the layout approved from Engineer. The waste disposal and sewage system for the camp will be designed, built and operated such that no odor is generated.

Near the Project

Road/ Once – prior to

start of work

Table 2: Environmental Management Plan ( Construction Stage )

C1 Clearing and Grubbing

Vegetation will be removed from the construction zone before commencement of construction. All works will be carried out such that the damage or disruption to flora other than those identified for cutting is minimum Only ground cover/shrubs that impinge directly on the permanent works or necessary temporary works will be removed with prior approval from the Environmental Expert of IC. The Contractor under any circumstances will not cut trees other than those identified for cutting and for which he has written instructions from the PIU. The PIU will

Along the work in

progress/ periodic review s during

construction works

Section 6 - Employer’s Requirements 6-25

JKUSDIP Jammu/UT-01

Sl. Environmenta

l Issue Management Measures Location/

frequency

issue these instructions only after receiving all stages of clearances from the Urban Forest Department. Vegetation only with girth of over 30 cm will be considered as trees and shall be compensated, in the event of PIU’s instruction to undertake tree cutting.

C2

Disposal of debris from dismantling structures and road surface

The contractor shall identify disposal sites. The identified locations will be reported to the Environmental Expert of IC. These locations will be checked on site and accordingly approved by Environmental Expert of IC prior to any disposal of waste materials. All arrangements for transportation during construction including provision, maintenance, dismantling and clearing debris, will be considered incidental to the work and will be planned and implemented by the contractor as approved and directed by the Environmental Expert of IC/IA.

Along the work in

progress / periodic review s during

construction works

C3

Other Construction Wastes Disposal

The pre-identified disposal locations will be a part of Comprehensive Waste Disposal Management Plan to be prepared by the Contractor in consultation and with approval of Environmental Expert of IC/IA. Location of disposal sites will be finalized prior to initiation of works on any particular section of the road. The Environmental Expert of IC will approve these disposal sites after conducting a joint inspection on the site with the Contractor. Contractor will ensure that any spoils of material unsuitable for embankment fill will not be disposed off near any water course, and natural habitat. Such spoils from excavation can be used to reclaim borrow pits and low-lying areas

Along the Road /

periodic reviews during

construction works

C4 Accessibility

The contractor will provide safe and convenient passage for vehicles, pedestrians to and from roadsides and property accesses connecting the project road, providing temporary connecting road. The Contractor will ensure that schools and religious places are accessible to Public. The contractor will also ensure that the work on / at existing accesses will not be undertaken without providing adequate provisions and to the prior satisfaction of Environmental Expert of IC. The contractor will take care that the cross roads are constructed in such a sequence that construction work

Along the Road /

periodic review s during

construction works

Section 6 - Employer’s Requirements 6-26

JKUSDIP Jammu/UT-01

Sl. Environmenta

l Issue Management Measures Location/

frequency

over the adjacent cross roads are taken up one after one so that traffic movement in any given area not get affected much.

C5

Planning for Traffic Diversions and Detours

Temporary diversions will be constructed with the approval of the Engineer and Environmental Expert of IC/IA for which contractor will seek prior approval for such plans. Detailed Traffic Control Plans will be prepared and submitted to the Engineer for approval, seven days prior to commencement of works on any section of road. The traffic control plans shall contain details diversions; traffic safety arrangement during construction; safety measures for night – time traffic and precautions for transportation of hazardous materials. Traffic control plans shall be prepared in line with requirements of IRC’s SP- 55 document and The Contractor will ensure that the diversion/detour is always maintained in running condition, particularly during the monsoon to avoid disruption to traffic flow. The contractor will also inform local community of changes to traffic routes, conditions and pedestrian access arrangements with assistance from IC and PIU. The temporary traffic detours will be kept free of dust by sprinkling of water three times a day and as required under specific conditions (depending on weather conditions, construction in the settlement areas and volume of traffic).

Along the Road/

continuous during

implementation and

when required

C6

Quarry Operations – collection of stone aggregates

The contractor shall obtain materials from quarries only after the consent of the Department of Mining / SPCB (both the states) / District Administration or will use existing approved sources of such materials. Copies of consent/ approval/ rehabilitation plan for opening a new quarry or use of an existing quarry source will be submitted to Environment Expert IC and the Resident Engineer. The quarry operations will be undertaken within the rules and regulations in force in the state.

Quarry Areas/

periodic during

construction

C7

Earth from Borrow Areas for Construction

The unpaved surfaces used for the haulage of borrow materials, if passing through the settlement areas or habitations; will be maintained dust free by the contractor. Sprinkling of water will be carried out twice a day to control dust along such roads during their period of use. During dry seasons (winter and summer) frequency of

Borrow Areas/

periodic during

construction and after

construction

Section 6 - Employer’s Requirements 6-27

JKUSDIP Jammu/UT-01

Sl. Environmenta

l Issue Management Measures Location/

frequency

water sprinkling will be increased in the settlement areas and Environmental Expert of IC will decide the numbers of sprinkling depending on the local requirements. Contractor will rehabilitate the borrow areas as soon as borrowing is over from a particular borrow area in accordance with the Guidelines for Redevelopment of Borrow Areas or as suggested by Environmental Expert of IC. The final rehabilitation plans will be approved by the Environmental Expert

C8

Transporting Construction Materials and Haul Road Management

All vehicles delivering fine materials to the site will be covered to avoid spillage of materials. All existing roads used by vehicles of the contractor or any of his sub-contractor or suppliers of materials will be kept clear of all dust/mud or other extraneous materials dropped by such vehicles. Contractor will arrange for regular water sprinkling as necessary for dust suppression of all such roads and surfaces with specific attention to the settlement areas. The unloading of materials at construction sites/close to settlements will be restricted to daytime only.

All Roads Used/

periodic during

construction

C9 Construction Water

Contractor will arrange adequate supply and storage of water for the whole construction period at his own costs. The Contractor will submit a list of source/s from where water will be used for the project to ‘PIU’ through the Engineer. The contractor will take all precaution to minimize the wastage of water in the construction process/ operation.

Along and near the

Project road/ periodic during

construction

C10 Drainage

Contractor will ensure that no construction materials like earth, stone, or appendage is disposed off in a manner that blocks the drainage channels. In addition to the design requirements, the contractor will take all required measures as directed by the Environmental Expert / IC and Engineer to prevent temporary or permanent flooding of the site or any adjacent area.

Drainage line along the road/ periodic during

construction

C11 Embankment protection

The contractor will take embankment protection measures as per design, or as directed by the Environmental Expert of IC to control any erosion

Along the Roads/ periodic during

construction

C12 Water Pollution from

The Contractor will take all precautionary measures to

Along the road/

Section 6 - Employer’s Requirements 6-28

JKUSDIP Jammu/UT-01

Sl. Environmenta

l Issue Management Measures Location/

frequency

Construction Wastes

prevent the wastewater generated during construction. All waste arising from the project is to be disposed off in the manner that is acceptable and as per norms of the State Pollution Control Board.

periodic during

construction

C13 Pollution from Fuel and Lubricants

The contractor will ensure that all construction vehicle parking location, fuel/lubricants storage sites, vehicle, machinery and equipment maintenance and refueling sites will be located at safe area Contractor will ensure that all vehicle/machinery and equipment operation, maintenance and refueling will be carried out in such a fashion that spillage of fuels and lubricants does not contaminate the ground. Contractor will arrange for collection, storing and disposal of oily wastes to the pre-identified disposal sites and approved by the Environmental Expert of IC. All spills and collected petroleum products will be disposed off in accordance with MoEF and state PCB guidelines.

Along the Roads/ periodic during

construction

C14 Dust Pollution

The contractor will take every precaution to reduce the level of dust from crushers/hot mix/spot mix plants, construction sites involving earthwork by sprinkling of water, encapsulation of dust source and by erection of screen/barriers. The contractor will provide necessary certificates to confirm that all crushers used in construction conform to relevant dust emission control legislation. The suspended particulate matter value at a distance of 40m from a unit located in a cluster should be less than 500 micro gm/m3. The pollution monitoring is to be conducted as per the monitoring plan. Hot mix plant will be fitted with dust extraction units.

Along the Roads,

Construction Site/ Camps//

During construction periodically

C15

Emission from Construction Vehicles, Equipment and Machineries

Contractor will ensure that all vehicles, equipment and machinery used for construction are regularly maintained and confirm that pollution emission levels comply with the relevant requirements of SPCB. The Contractor will submit PUC certificates for all vehicles/ equipment/machinery used for the project. Monitoring results will also be submitted to ‘PIU’ through the ‘Engineer’.

Along the Roads , all

vehicles used/

Camps/ / During

construction periodically

C 16

Noise Pollution: Noise from Vehicles,

The Contractor will confirm the following: • All plants and equipment used in construction shall strictly conform to the CPCB noise standards.

Along the Roads , all

vehicles used/Camps/

Section 6 - Employer’s Requirements 6-29

JKUSDIP Jammu/UT-01

Sl. Environmenta

l Issue Management Measures Location/

frequency

Plants and Equipments

• All vehicles and equipment used in construction will be fitted with exhaust silencers. • Servicing of all construction vehicles and machinery will be done regularly and during routine servicing operations, the effectiveness of exhaust silencers will be checked and if found defective will be replaced. • Limits for construction equipment used in the project such as compactors, rollers, front loaders, concrete mixers, cranes (moveable), vibrators and saws shall not exceed 75 dB (A) (measured at one meter from the edge of equipment in the free field), as specified in the Environment (Protection) rules, 1986. • Maintenance of vehicles, equipment and machinery shall be regular to keep noise levels at the minimum. Monitoring shall be carried out at the construction sites as per the monitoring schedule and results will be submitted to ‘IC’ through the ‘Engineer’.

/ periodically during

construction

C17

Personal Safety Measures for Labour

Contractor will provide: • Protective footwear and protective goggles to all workers employed on mixing asphalt materials, cement, lime mortars, concrete etc. • Welder's protective eye-shields to workers who are engaged in welding works • Protective goggles and clothing to workers engaged in stone breaking activities and workers will be seated at sufficiently safe intervals • Earplugs to workers exposed to loud noise, and workers working in crushing, compaction, or concrete mixing operation. • Adequate safety measures for workers during handling of materials. • The contractor will comply with all regulations regarding safe scaffolding, ladders, working platforms, gangway, stairwells, and safe means of entry and egress. The contractor will comply with all the precautions as required for ensuring the safety of the workmen as per the International Labor Organization (ILO) Convention No. 62 as far as those are applicable to this contract. The contractor will make sure that during the construction work all relevant provisions of the Factories Act, 1948 and the Building and other Construction Workers (regulation of Employment and Conditions of Services) Act, 1996 are adhered to.

Along the Roads ,

used/Camps/ periodically

during construction

Section 6 - Employer’s Requirements 6-30

JKUSDIP Jammu/UT-01

Sl. Environmenta

l Issue Management Measures Location/

frequency

The contractor will not employ any person below the age of 14 years for any work and no woman will be employed on the work of painting with products containing lead in any form. The contractor will also ensure that no paint containing lead or lead products is used except in the form of paste or readymade paint. Contractor will provide facemasks for use to the workers when paint is applied in the form of spray or a surface having lead paint dry is rubbed and scrapped. The Contractor will mark ‘hard hat’ and ‘no smoking’ and other ‘high risk’ areas and enforce non-compliance of use of PPE with zero tolerance. These will be reflected in the Construction Safety Plan to be prepared by the Contractor during mobilization and will be approved by ‘IC’ and ‘PIU’.

C18 Traffic and Safety

The contractor will take all necessary measures for the safety of traffic during construction and provide, erect and maintain such barricades, including signs, markings, flags, lights and flagmen as proposed in the Traffic Control Plan/Drawings and as required by the Environmental Expert of EA and the Engineer for the information and protection of traffic approaching or passing through the section of any existing cross roads. The contractor will ensure that all signs, barricades, pavement markings are provided as per the MOSRT&H specifications. Before taking up of construction on any section of the existing lanes of the highway, a Traffic Control Plan will be devised and implemented to the satisfaction of IC and ‘ Resident Engineer’

Along the Roads , all

vehicles used/Camps/

As per requirement

C19 Risk from Electrical Equipment(s)

The Contractor will take all required precautions to prevent danger from electrical equipment and ensure that - • No material will be so stacked or placed as to cause danger or inconvenience to any person or the public. • All necessary fencing and lights will be provided to protect the public in construction zones. All machines to be used in the construction will conform to the relevant Indian Standards (IS) codes, will be free from patent defect, will be kept in good working order, will be regularly inspected and properly maintained as per IS provision and to the satisfaction of the ‘Resident Engineer’.

Along the Roads/ periodically during construction

C20 First Aid The contractor will arrange for -

Along the Roads,

Section 6 - Employer’s Requirements 6-31

JKUSDIP Jammu/UT-01

Sl. Environmenta

l Issue Management Measures Location/

frequency

• a readily available first aid unit including an adequate supply of sterilized dressing materials and appliances as per the Factories Rules in every work zone • availability of suitable transport at all times to take injured or sick person(s) to the nearest hospital • Equipment and trained nursing staff at construction camp.

construction Camps

C21 Informatory Signs and Hoardings

The contractor will provide, erect and maintain informatory/safety signs, hoardings written in English and local language, wherever required as per IRC and MoRT&H specifications.

Along the Roads, construction Camps/ periodically during construction

C22 Road side Plantation Strategy

The contractor will do the plantation as per the tree plantation strategy prepared for the project. Minimum 80 percent survival rate of the saplings will be acceptable otherwise the contractor will replace dead plants at his own cost. The contractor will maintain the plantation till they handover the project The Environmental Expert of IC will inspect regularly the survival rate of the plants and compliance of tree plantation guidelines.

Along the Roads/ periodically during construction

C23 Potable Water

The Contractor will construct and maintain all labour accommodation in such a fashion that uncontaminated water is available for drinking, cooking and washing.

Along the Roads, construction Camps/construction site// periodically during construction

C24 Sanitation and Sewage System

The contractor will ensure that - • the sewage system for the camp are designed, built and operated in such a fashion that no health hazards occurs and no pollution to the air, ground water or adjacent water courses take place • separate toilets/bathrooms, wherever required, screened from those from men (marked in vernacular) are to be provided for women • adequate water supply is to be provided in all toilets and urinals

Along the Roads, construction Camps/Construction Sites// periodically during construction

C25 Waste Disposal

The contractor will provide garbage bins in the camps and ensure that these are regularly emptied and disposed off in a hygienic manner as per the Comprehensive Solid Waste Management Plan approved by the Environmental Expert of IC.

Along the Roads, construction Camps/ periodically during construction

C26 Clean-up Along the

Section 6 - Employer’s Requirements 6-32

JKUSDIP Jammu/UT-01

Sl. Environmenta

l Issue Management Measures Location/

frequency

Operations, Restoration and Rehabilitation

Contractor will prepare site restoration plans, which will be approved by the Environmental Expert of IC. The clean-up and restoration operations are to be implemented by the contractor prior to demobilization. The contractor will clear all temporary structures; dispose all garbage, and POL waste as per Comprehensive Waste Management Plan and as approved by IA

Roads, construction Camps

Table 3: Environmental Monitoring Plan

Environmental

Component Project Stage

Monitoring

Parameters Special Guidance Standards Location Freque

ncy Duration

Air

Construction Stage

SPM, RSPM,

SO2, NOx, CO

High volume sampler to be located 50 m from the spot mix / hot mix plant in the downwind

direction. Use method

specified by CPCB for analysis

Air (P&CP) Act,1981 and its

amendment

Hot mix Plant /Spot mix

plant

Three times in a Year for two years

Continuous 24

hours or for 1

full working day

SPM, RSPM,

SO2, NOx, CO

High volume Sampler to be located 40 m

from the earthworks

site downwind direction. Use

method specified by CPCB for analysis

Air (P&CP)

Act, 1981 and its

amendment.

Stretch of the road where construction

is in progress at the site

Three times in a Year

for two years

Continuous 24

hours or for 1 full working

day

Operatio

SPM, RSPM,

SO2, NOx, CO

High volume sampler to be

located near to fly over

specified by CPCB for analysis

Air(P&CP) Act,1981 and its

amendment

Stretch of the road where

movement of the vehicle will be take

place

Three times in a year

for one year

Continuous 24

hours or for 1 full working

day

Section 6 - Employer’s Requirements 6-33

JKUSDIP Jammu/UT-01

Environmental

Component Project Stage

Monitoring

Parameters Special Guidance Standards Location Freque

ncy Duration

Noise Levels

Construction Stage

Noise levels on

dB (A) scale

Free field at 1 m from the equipment

whose noise levels are

being determined

Noise standards by CPCB

At equipment yards

Once every 3 month

(max) for two

years, as required by the

engineer

Reading to be taken at 15

seconds

interval for 15 minutes every

hour and then

averaged

Operatio

Noise levels on dB (A)

scale

Equivalent Noise levels

using an integrated noise level

meter kept at a distance of 15 m from edge of Pavement

Noise standards by CPCB

As directed by the

Engineer (At maximum 4 locations)

Thrice a year for 1 years

Readings to be

taken at 15

seconds interval for 15

minutes every

hour and then

averaged.

Construction Sites and

Construction Camps (if

established)

Construction Stage

Monitoring of:

Storage Area

Drainage Arrangeme

nts Sanitation

in Construction Camps

To the

satisfaction of the EA

At storage area and

construction camps

Quarterly in the

construction stage

----

6. FLYOVER & ROAD LIGHTING: 6.1 Scope of Work The Scope of work of the contractor shall include the following:

(a) Supply, Installation, Testing & Commissioning of Flyover, Service Roads, Subways and Bus-Terminal lighting, control panels including supply & installation of all electrical

Section 6 - Employer’s Requirements 6-34

JKUSDIP Jammu/UT-01

components of the panel along with installation hardwares as well as accessories & connected civil work.

(b) Supply, installation, testing & commissioning of 415V AC Transmission and distribution

electrical system with poles/structures, conductors, Insulators, stay (guy) wires, earthing conductors, ground wire, 1100 V cables, pillar boxes etc. including related civil works along the proposed alignment of the project road to replace the existing electrical distribution systems which are coming if any on the proposed widening portion of the road.

(c) Supply, Installation, Testing & Commissioning of LT cables conforming to IS 1554 and

sizes conforming to BOQ including all civil works.

i) To co-ordinate with the Employer & the Power Development Department at Jammu to install transformers with secondary voltage of 415V near the flyover work site for feeding LT supply to the entire lighting system.

ii) To co-ordinate with the Employer & the Power Development Department at

Jammu for getting connection to the street lighting system through respective street lighting control panel and commissioning the system.

iii) To prepare site electrical drawings and obtain the necessary approval of the

Engineer, & Power Development Department. To get approval for the installation after completion of installation works of all electrical equipments/items of the system by the Engineer, Power Development Department at Jammu.

(d) Supply, Installation, Testing & Commissioning of Earthing system with Earth pits,

Earth electrodes and Earth flats/wires as per sizes indicated in BOQ with necessary approvals from line agency.

6.2 Shifting And Realignment Of Existing Ht & Lt Systems And Telephone Lines at

Proposed Worksite: The scope of work of the contractor shall include the following:

(a) To Co-ordinate with the Employer and concerned Line Authorities, in dismantling of the existing HT Supply Lines and 415V AC transmission and distribution lines and which are coming on the proposed widening portion of the road with towers/poles/structures, ACSR conductors, Insulators, stay (guy) wires, earthing conductors, ground wire, 1100 V cables, pillar boxes etc.

b) To Co-ordinate with the Employer and the concerned Line Authorities, in dismantling of

the existing street lighting poles, lighting fixtures, underground 1100 V cables and other accessories which are coming on the proposed widening of the road and re-erection of the same in the new alignment.

c) To Co-ordinate dismantling and shifting of the existing telephone poles and lines and re-

erection of the same in the new alignment in co-ordination with the Employer and the concerned Line Authorities and local authorities.

Section 6 - Employer’s Requirements 6-35

JKUSDIP Jammu/UT-01

6.3 Implementation Of Works Connected With Ht/ Lt Transmission & Distribution

System:

(a) The works shall conform to the following requirements: (i) Indian Electricity Act and rules & regulations framed there under. (ii) Fire insurance regulations (iii) Rules and regulations laid down by the Power Development Department and

other local statutory authorities like Power Development Department at Jammu. (iv) Any equipment, materials or fittings not specifically mentioned in this specification

or drawings, but are genuinely necessary for the safe and efficient operation and maintenance of the works as per sound Engineering practice and

prevailing statutory requirement shall also be supplied / fabricated / erected / tested / commissioned by the Contractor, and it is specifically agreed and understood that such items are also deemed to be included in the scope of work of the contractor within the quoted price and no extra payment will be made on this account.

(b) All safety procedures and practices shall be kept in view during execution of work in accordance with good practice. (Refer IS: 5216 – 1969 – guide for safety procedures and practices in electrical work).

(c) To take care of existing services and co-operate with other such Contractor at site and

shall coordinate his works with works of other contractors with the least amount of damage and interference to their works.

(d) At any point of time one responsible person should be kept from the beginning to end

of the job on full time basis. (e) All meters have to be calibrated in an approved testing laboratory before energisation

and test report should be furnished. (f) All rates quoted shall be inclusive of all sundry materials like hardware, clamps, cleats,

nuts and bolts, cement and sand, coke and salt, solders, fluxes including all consumables like electrodes, gases etc.

(g) After completion of all the activities described in the BOQ and Specification to the

entire satisfaction of Supply Co. / Engineer, the Contractor shall handover the same after energizing, testing and commissioning of the system as a whole along with “AS Built “ electrical drawings.

6.4 System Parameters: (a) Voltage: 415V+ 10% , 3 phase & neutral (b) Frequency: 50 c/s + 3 % (c) Ambient Temp.: 500C

Section 6 - Employer’s Requirements 6-36

JKUSDIP Jammu/UT-01

(d) Earthing system: solidly earthed (e) Control circuit : AC, 240V, SPN. 6.5 Relevant I.S. to be followed

1. IS:10322 (Part 5/Sec-3) 1987 - Luminaries - particular requirements for road and street lighting.

2. IS:7537 (Latest revision) - Road traffic signals.

3. IS:732 (Latest revision) - Code of practice for electrical wiring installations.

4. IS:8061 (Latest revision ) - Code of practice for design, installation and maintenance of service lines upto & including 650V.

5. IS:2309 (Latest revision) - Code of practice for the protection of allied structures against lightning.

6. IS:3043 (Latest revision) - Code of practice for Earthing.

7. IS:13947 (Latest revision ) - Specification for low-voltage switchgear and control gear

8. IS:13032 (Latest revision) - Miniature air break circuit breakers for voltages not exceeding 1000V.

9. IS:13947 Part-4, Section-4 - Contactors for voltages not exceeding 1000V AC.

10. IS:8623 (Part I) (Latest Revision) - Specification for low-voltage switchgear and control gear Assemblies.

11. IS:1554(Latest revision) - PVC insulated heavy duty electric cables for voltages upto & including 1100V AC & 1200V DC.

12. IS:9974 (Part 1) (Latest revision) - High pressure sodium vapour lamps (General requirements and tests).

13. IS:13947:Part1 - Degree of protection.

14. IS:1944 (Latest revision ) - Code of practice for lighting of public thoroughfares.

Section 6 - Employer’s Requirements 6-37

JKUSDIP Jammu/UT-01

15. IS:5216 (Latest revision) - Guide for safety procedures & practices in electrical works.

16. IS : 2551 - Danger notice plates.

17. IS : 104 - Ready mixed paint brushing, zinc chrome priming.

18. IS : 398 Part 1 to 5 - Aluminium conductors for overhead transmission purposes.

19. IS:1913 (Latest revision ) - Electrical light fitting, general & safety requirements.

6.6 Equipment Specifications The electrical equipment shall be designed based on the following basic requirements:- • The design ambient air temperature for all electrical equipment shall be considered as 500C • The percentage variation of voltage, frequency and combined voltage & frequency at all levels shall be considered as ± 10%, ± 5% and 10% (absolute sum) respectively for equipment design purpose • The equipment for 415 V system shall be designed suitable for solidly earthed system, The minimum fault level for various voltage levels shall be considered as under: a) 415 V : 35 MVA (50.0 KA) • The Contractor shall prepare the route layout drawings with due consideration to the proposed road and flyover alignment, site conditions and with due coordination with Supply Co. The route layout drawings shall be got approved from the Engineer before taking up the work • The Voltage boosters / stabilizers shall be provided to raise the voltage to overcome low voltage problem wherever found necessary. 6.7 Road Lighting Cubicle Panels (1) The Road lighting control panel shall conform to Bid Specifications. Since these are

to be installed in outdoor, these shall conform to IP55 degree of protection. The technical particulars, specification, rating and make of electrical components/items etc as well as construction features shall also conform to the drawing enclosed.

(2) At works, before dispatch of the panel, metal surfaces shall be cleaned free of rust,

given two coats of zimpholite primer and finished with two coats of epoxy based paint of shade 632 as per IS 5. An additional coat of epoxy based paint of shade 632 as per IS 5 shall also be applied on the panel after erection of the same at site.

Section 6 - Employer’s Requirements 6-38

JKUSDIP Jammu/UT-01

6.8 Enclosures & Protection

I. The enclosure shall be metal clad comprising of standard prefabricated 14 SWG MS sheet and assembled to form a free standing dead front structure.

II. The enclosure shall be totally enclosed dust and vermin proof housing conforming

to protection class IP 55. It shall have opening for natural ventilation. The opening shall be louvered with mesh.

III. Doors and openings shall be provided with neoprene gaskets.

6.9 Earthing

I. Copper earth bus of 25mm x 3mm shall be provided for the entire length of the panel. The frame work of the enclosure shall be connected to this earth bus. Provisions shall be made for connection from this earth bus to the main earthing busbar coming from the earth pit on both side of the panel.

II. The earth continuity conductor of each incoming and outgoing feeder shall be

connected to this earth bus. The armour of cables shall be properly connected with earthing clamp and the clamp shall be ultimately bonded with the earth busbar.

7 Lables Engraved PVC labels shall be provided for all incoming and outgoing feeders. Single

line circuit diagram showing the arrangements of circuit shall be pasted inside on the back of the panel door and covered with transparent laminated plastic sheet.

7.1 Name Plate

I. A name plate with the clear designation in bold letters shall be fixed at top of the control panel. A separate name plate giving feeder details shall be provided for each feeder.

II. Inside the panel the electrical components, equipments, accessories like control gear,

lamps, relays etc. shall suitably be identified by providing stickers. III. Name plates shall preferably be of 3 ply (Red-White-Red or Black-White-Black)

lamicoid sheet However black engraved perpex sheet name plates shall also be acceptable. Engraving shall be done with square grove cutters.

IV. Name plates shall be fastened by counter sunk screws and not by adhesives.

7.2 Danger Notice Plates

I. The danger notice plate shall be affixed in a permanent manner on operating side

of the panel indicating danger notice in Hindi and English and with a sign of skull

Section 6 - Employer’s Requirements 6-39

JKUSDIP Jammu/UT-01

and crossbones as per recommendations of IS 2551-1982. The letters, the figures , the sign of skull and crossbones shall be painted in single red colour as per IS 5-1978.

Il. Overall dimension of the danger notice plate shall be 200mm wide x 150mm high.

The danger notice plate shall be made from minimum 1.6mm thick sheet steel and after due pretreatment to the plate, the same shall be painted white with vitreous enamel paint on both front and rear surface of the plate.

7.3 Cable Entry

I. The panel shall have provisions of cable entry from bottom. The removable cable

gland plate be provided to make entry dust, light and vermin proof. II. The panel shall have provisions for fixing the multicore cable glands. III. The cable glands support plates shall be 4mm thick. IV. Cable gland shall be screwed type and made of brass and shall be double

compression type.

7.4 Mountings

I. All equipment in front of panel shall be flush mounting type. II. All equipment shall be so mounted that the removal and replacement may be

accomplished individually without interruption of service of others. III. All equipment inside the panel shall be so located that their terminals and adjustments

are readily accessible for inspection or maintenance. 7.5 Switch Fuse Unit

I. 415 V , TPN , 50 Hz switch fuse unit shall be provided as incomer. II. The isolator shall be load break type and the fuses shall be HRC cartridge link type. III. The isolator switch and the fuses shall comply with the requirements of relevant IS.

7.6 Contactors

I. Contactor shall be of the electromagnetic type rated for uninterrupted duty as defined in applicable standards.

II. Main contacts of contactors shall be provided with NO and NC auxiliary contacts, in

required numbers as shown in the control circuit diagram. III. Insulation class of operating coils shall be class E.

Section 6 - Employer’s Requirements 6-40

JKUSDIP Jammu/UT-01

IV. Operating coils of contactors shall be suitable for operation from the control supply

system shown in enclosed control scheme.

V Contactors shall be of the double break, non gravity type. 7.7 Sheet Metal Work

I. Sheet steel used for fabrication of cubicle shall be cold rolled and as per IS 2062:2006.

II. Doors, covers and gland plates shall be gasketed all around the perimeter. All

louvers shall have screens and filters. Panel shall be totally enclosed vermin proof, moisture proof and dust proof and shall meet to IP 55 protection classification.

III. Floor mounting panel shall be provided with channel base frame and shall be

dead front operated. IV. All sheet steel work shall be painted for surface protection and to prevent rusting.

7.8 System

The Panel shall be suitable for operation on 415 volt, 3 phase, 4 wire, 50 c/s, A.C. supply system.

7.9 Components

I. Panel shall comprise an incoming Switch fuse unit and requisite number of outgoing circuits protected by MCB. Three phase and neutral buses as well as an earth busbar of high conductivity copper shall be provided in the distribution board.

II. Panel shall be provided with a hinged front door. The incoming S/F unit shall be

mounted in such a way as to facilitate operation from the front. III. All internal electrical connections shall be carried out using 660 / 1100 volt grade,

PVC insulated, copper conductor of ISI approved make, having rated current carrying capacity to carry continuous full current of respective circuit at operating conditions prevailing at the project site.

IV. The panel internals shall be earthed using GI wires/ strips to earth busbar,

running throughout the length of the panel. 8 Miniature Circuit Breakers

Miniature circuit breakers for use on circuits shall comply with the requirement of

applicable standard.

Section 6 - Employer’s Requirements 6-41

JKUSDIP Jammu/UT-01

8.1 Indicating Lamps Indicating lamps shall be of filament type, with low watt consumption. Indicating lamp

shall be of the double contact, bayonet cap type rated for operation at 240 V AC. Indicating lamps shall be provided with series resistors to increase the lamp life . Lamps shall be provided with translucent lamp covers. Bulbs and lenses shall be interchangeable and easily replaceable from the front.

8.2 Watt Hour Meter

I. Watthour meter shall be of 3 phase two element type suitable for measurement of

unbalanced loads in 3 phase, 4 wire circuits. They shall be suitable for semi flush mounting on vertical plane.

II. Watt hour meter shall be suitable for operation from the secondary of CT. They shall

be provided with a separate 3 phase 4 wire type test terminal blocks for testing without disturbing CT secondary connection.

III. Meters shall be provided with potential indicating lamps and shall have reverse

running stops. IV. Watt-hour meter shall comply with IS14697.

8.3 Voltmeter

Voltmeter shall comply with BS – 90. The dial of the meter shall be square in shape of 10

x10 cm. size. The voltmeter shall be moving iron type, flush pattern, with dust and moisture proof enclosure.

8.4 Timer Switch

Time switch with single pole air break contacts suitable for 240 volts, 16 A complete with

starting motor driver clock “ON” and OFF” automatic arrangement at any predetermined time during each 24 hours shall be erected in the cubicle for street light circuit.

8.5 Lighting Fixtures

1 The types & makes and catalogue numbers of lighting fixtures offered by the

bidder shall be clearly mentioned in the bill of quantities. Fixtures shall be complete with bulb, ballast, starter, capacitor, igniter etc as required and duly wired. The ballast shall be copper wound.

2 Luminaries shall be approved by the of Engineer before installation.All fittings

shall be weather proof and rain proof type and shall conform to IP 65 class of protection.

Section 6 - Employer’s Requirements 6-42

JKUSDIP Jammu/UT-01

3. All luminaries shall be supplied complete with lamps suitable for operation on a supply voltage and the variation in supply voltage, frequency and combined voltage and frequency of + 10%, + 5% and 10 % respectively.

4. The luminaries and accessories shall be designed to have low temperature rise.

The temperature rise above the ambient temperature shall be as indicated in the relevant Standards.

5. Sodium vapour type luminaries shall be complete with accessories like lamps,

ballasts, power factor improvement capacitors and starters. These shall be mounted in the luminaries housing only.

6. Each luminaire shall have terminal block suitable for loop-in, loop-out and T-off

connection by 250/400 V, 1 core, PVC insulated copper conductor wires upto 2.5 sq. mm in size. In outdoor areas the termination at the fuse box shall be suitable of 1100 V, PVC insulated, aluminium conductor, armoured cables of sizes upto 25 sq. mm. Terminals shall be of stud or clamp type. The internal wiring should be completed by means of stranded copper wire upto 2.5 sq. mm size and terminated on the terminal block. Terminal blocks shall be mounted with minimum two fixing screws.

7. Mounting facility and conduit knock-outs for the luminaries shall be provided. 8 . Each luminary shall be provided with an earthing terminal suitable for connection

to the earthing conductor of PVC insulated flexible wire (copper). 9 All metal or metal enclosed parts of the luminary/ control gear box shall be

bonded and connected to the earthing terminal so as to ensure satisfactory earthing continuity.

10. The surface shall be scratch resistant and shall show no sign of cracking or

flaking when bent through 90 deg. over 1/2:” dia. mandrel.

8.6 Street/Road Lighting Fixture

1. Epoxy gray powder coated single piece die-cast aluminium housing for lamp and control gear accessories shall be provided .

2. The housing shall have synthetic/EPDM rubber gasket impregnated with

insecticide for preventing insects entry in the housing. 3. The lamp compartment shall be fixed with a pot/bowl type reflector and the

reflector design shall comply with the requirement of throw, spread and control adjustment in light distribution as per IS specification. The reflector shall be of aluminium and it shall be electrochemically brightened and anodized.

4. Either an elegantly shaped high transparency acrylic cover or a heat resistant

toughened clear glass cover shall be provided in the housing and secured with

Section 6 - Employer’s Requirements 6-43

JKUSDIP Jammu/UT-01

minimum five (5) nos. stainless steel toggle catches to make the luminaries insect, weather and dust proof.

5. Adjustable lamp holder bracket with porcelain GLS lamp holder shall be provided

for toe-in-angle adjustment. 6. The control gear compartment shall be equipped with copper wound polyester

ballast, power factor improving capacitor, electronic igniter, a lamp holder and mains connector, all duly wired.

7. The integral luminaries shall be provided with HPSV lamp. All the required control

gear accessories shall operate on 220/240V single phase nominal voltage. 8 The Luminaries shall be cut-off light distribution type or semi-cut off light

distribution type as per IS 1944

8.7 Fuse Boxes

1. The construction of fuse box shall conform to drawing enclosed. 2. The rating, make and technical specification of electrical items etc. in the fuse box

shall also conform to the details furnished in the Bid Document.

8.8 Conduits And Accessories Conduits for looping in and out of cables in the street lighting poles shall be GI conduits of class C with the diameter of 40mm. 8.9 Lighting Poles

1. The construction of the lighting pole shall conform to the drawing enclosed. Poles shall be coated twice with bituminous preservative solution on inside &

outside of the ground portion at works. When brought to site and before erection, one additional coat shall be applied with bituminous preservative solution. The remainder of the outside surface shall be given two coats of red oxide primer and finished with two coats of aluminium paint before dispatch to site after fabrication at works. Before erection at site, one coat of aluminium paint shall also be applied.

2. M.S. sleeves of 400 mm in length shall be welded in on the bottom portion of the

pole from the MS base plate of 300 mm × 300 mm × 5 mm thick in such a way that the centre of the sleeve shall be at the ground level i.e. half of the sleeve shall be buried and half in the muffing, where poles are installed on footpath at ground level.

3. Poles shall be erected in plumb complete with excavation suitable to bury the pole

to 15 to 20% of height of the pole. The pole shall be provided with cement

Section 6 - Employer’s Requirements 6-44

JKUSDIP Jammu/UT-01

concrete foundation in 1:2:4 proportion complete with suitable coping, muffing with plaster finish shall be provided above ground level upto 45cms in circular shape.

4. Rate of sleeve, G.I. pipe 32 / 40 mm, 1.5 mtrs, GI clamps of 18 gauge, concrete

foundation, coping, muffing, plastering is included in the rate of pole. 5. Suitable top section canopy (hood) shall be provided to the pole.

9 Wires

1. Wires shall be PVC insulated, flexible and shall be of 660V grade as per IS 694.

Conductor shall be multi stranded copper and size shall be upto 2.5 sq. mm. Red/Yellow/Blue wires for phases, Black wire for neutral and green wire for earth

shall be used. The sizes of the earth / neutral wires shall be the same as that of phase wire.

Three wires of 2.5 sq.mm stranded copper conductor shall be provided in PVC

sleeves from terminal box to fixture. 9.1 Earthing System The Earthing system shall be as per I.S. 3043 and shall comprise of earth pits with

electrodes, GI earth flat / wires. The specification of pits & materials shall conform to drawings enclosed and the BOQ.

9.2 Lt Cables

1. The cables to be used in the 415V AC 3 phase and neutral distribution system shall be rated for 1100V AC and shall be 4 core aluminium conductor, armoured, PVC insulated and PVC sheathed.

2. LT cable shall conform to IS 1554 and shall be suitable to operate at an ambient

air temp of 50deg C and ground temp of 40deg C.

9.3 Cable Termination

1. Epoxy cable termination kit (1100V grade) shall be used for termination of 1100V AC LT cables in poles/structures & solder-less lugs. The lugs shall be crimped with the conductors of the cables and termination shall be done accordingly with proper supports.

9.4 Inspection, Testing and Commissioning

a. The inspection of all items / equipments shall be carried out as per the approved drawings in presence of inspection agency employed by the Employer.

Section 6 - Employer’s Requirements 6-45

JKUSDIP Jammu/UT-01

b. Testing & commissioning of all the above equipment / items shall also be carried out at site for their required performance in the presence of Engineer.

c. The system in complete form shall be tested and commissioned to the

satisfaction of Engineer at site.

d. All testing and commissioning of the completed electrical works shall be the responsibility of the Contractor. He shall also obtain the necessary permission wherever required from the Power Development Department The Contractor shall arrange all instruments and equipment required for testing.

g. The inspection and testing shall be carried out in accordance with Indian

Electricity Rules 1956 and IS : 732 by the Contractor in the presence of Engineer or his representative and Supply Co. In the event of defects being found out, these shall be rectified as soon as possible and the installation retested by the Contractor.

h. Some of the tests and inspections to be carried out are:

(i) Testing of insulation resistance of all cables and wires. (ii) Testing of earth continuity path. (iii) Testing of polarity of single pole switches. (iv) Lighting circuits to be tested for insulation resistance to earth in the following

manner: • All switches ‘ON’ with the consuming devices in circuit. • All switches ‘ON’ with the consuming devices removed test for the IR value

between poles and Earth. • All switches ‘OFF’ with the consuming devices in position test for the IR

value between poles and Earth.

(v) Testing the earth resistance of earth pits and full earthing grid as a whole. (iv) Inspection & testing of cables:

• Before and after laying of cables at site, cables shall be tested for IR value and continuity test in the presence of Engineer or his authorized representative..

9.5 Filling and Compaction Filling of trenches shall be commenced immediately after laying of cables by useing

grades of materials required to be compacted either individually and in suitable combination.

Section 6 - Employer’s Requirements 6-46

JKUSDIP Jammu/UT-01

9.6 List of approved Materials

1 L.T. Switchgears - L&T, Siemens, Schneider, Havell, ABB

2 Cables - Tropodur, Gloster, Asian, Polycab, Finolex, Nicco, Incab

3 Sockets / lugs - Dowells, Jaison 4 PVC Wires - Finolex, Gazlet, Polycab, Nicco 5 Conduit - BEC, Vinco, BI, EWC 6 Lamps - Bajaj, Crompton, Philips 7 Light Fittings - Philips, Crompton, Bajaj 8 Meters - Atomatic Electric, Simpson, Meco, Indian

Meters 9 GI Pipes - Zenith, Tata, Jindal

----------- X -----------

Section 6 – Supplementary Information 6-47

JKUSIP Jammu/UT-01

Supplementary Information History, Geography and Climate of the Jammu city:

Jammu city having its roots in antiquity is situated in the Indian state of Jammu and Kashmir and acts as a gateway to the Jhelum Valley. It was established as a capital of the state by the Dogra kings in 1730 at the foothills of Shivalik Mountains. One of the fastest growing cities in northern India, it is the summer as well as economic/ commercial capital of the state. It has several institutions such as University of Jammu (1969), Engineering and Medical College, and places of tourist interest like a large palace, and a fort. The elevation of Jammu is between 307 to 450 m. It is well connected by road, railways and air and is about 585 km NW of Delhi and 290 km South of Srinagar by road while the aerial distance is just about 110 km.

The climate is sub tropical with minimum winter temperature going down to 0o and the maximum touching 47o C, although the normal range is 4 to 42. The average annual rainfall is 1000 mm, concentrated mostly in the monsoon months of July-September.

Jammu is situated in a rich but water deficient agricultural area subsisting on the alluvial plains of two major tributaries to the Mighty Indus River, the River Tawi and River Chenab. Maize, rice, pulses and wheat are the principal crops. It serves as a gateway to the Kashmir valley being the southernmost town of the state, and an entry port to several important Hindu and Muslim Temples and shrines like Mata Vaishno Devi, Amarnath etc. The Tawi River passes through Jammu dividing it roughly into two parts in the ratio of 3:1, along the left bank being the relatively better planned newer areas. A third urban area annexed by what is known as the Greater Jammu lies between the left bank of Tawi and the Bhalowal Nallah, both technically perennial sources of water.

Status of Road Network and Traffic Systems in Jammu:

The Jammu city is divided by the River Tawi, in East and West direction. The River

Tawi is accommodated with 2 main bridges. The first bridge carries the GL Dogra Road (NH1A)

and the second bridge, 1km upstream, crosses below Bahu Fort and connects to the Circular

Road of the old city. The Dogra – BC Road forms the main regional and intra-city traffic corridor,

which includes an extensive elevated expressway that avoids the heavily congested at-grade

intersections feeding into the old city from the west. In addition there is one NH Bypass road

that sweeps around the eastern limits of the city and crosses the River Tawi to link with the

NH1A Srinagar road, north of the city.

Section 6 – Supplementary Information 6-48

JKUSIP Jammu/UT-01

The physical growth of the city has resulted in a corresponding increase in the vehicular traffic in

a proportion greater than that of the population rise due to the improving economic status of the

city. Unfortunately, the road network capacity has not extended to cope with the increased traffic

demand, seriously resulting into frequent traffic congestion.

Jammu has 40% mass transit ridership, which is highest in India among similar cities. Adequate

measures to maintain the bus ridership have not been addressed. In year 1990, about 60% of

population was dependent on bus services. This figure dropped down to 40% in year 2005.

Improvement measures such as bus terminals, bus stops, bus parking are not addressed

adequately. As a result, buses are forced to stop on main carriageways to pick and drop-off

passengers. There is an urgent need for capacity augmentation of bus system infrastructure.

Traffic congestion within Jammu city is made worse by the inadequate public transport system

coupled with the absence of effective traffic management enforcement measures. Matadors

which is the only mode of Public transport within the city is run by private operators whose main

motive is profit. One of the major traffic hurdle on the city roads is the haphazard stopping of

mini-buses near the road junctions and anywhere on the main carriageway of road. This is so

because organized matador stops with facilities have not been provided on any road. There is

an urgent need to study this problem & come out with a implementable solution to

improve/augment public transport system with in Jammu city. There is also an urgent need to

improve traffic rotaries by improving their road geometrics & streamline pedestrian movement

including their safe road crossing.

Background

B.C. Road, the spinal cord of Jammu city transport network is at present experiencing

tremendous traffic congestion. Most of the roads are connected to the B.C. road and thereby

reduced the spacing between junctions. As a result significant traffic is merging/diverging and

crossing the road at frequent intervals.

Traffic movements at Rehari Chowk on BC Road (a city section of NH1A) have been observed

to be as high as 42,250 vehicles over 16 hour duration. Motorized traffic is prevalent

contributing to about 98.3% of the total. The peak hour traffic flow is observed to be 3,654

vehicles. The junction also has heavy pedestrian movement in the tune of 18,500 persons over

16 hour duration. Among these, heaviest pedestrian traffic of 6,085 persons was observed

Section 6 – Supplementary Information 6-49

JKUSIP Jammu/UT-01

across Subash Nagar road between 0900-1000 hours. The intensity of pedestrian-vehicular

conflicts warrants controlled or assisted crossing for pedestrian traffic or ideally separation of

the pedestrians from vehicle movements.

Description of the Subproject The sub proposal is to segregate through traffic moving between Shakuntala Crossing and

Children’s Hospital Junction (length 1.50 km) with grade-separation facility. The BC road at

either end of this section is already of four lanes. The road section is on a moderate slope which

reduces speed of buses and heavy vehicles leaving the city causing traffic build ups. In addition,

local buses and auto-rickshaw have no place to stop, which increases traffic congestion.

Rehari Chowk is a five road junction where the roads to Subash Nagar, Sarwal and Rehari

Bridge/parade join the BC Road. In order to maintain straight through traffic on BC Road,

temporary barriers have been erected to prevent vehicles turning right from the main road. As a

result, right turn at the junction is restricted. Most of the traffic at Rehari Chowk at present is

taking a detour upto Ambphalla intersection and there by adding addition traffic on the

congested section between Ambphalla and Rehari intersections.

Ambphalla Chowk is a 4-legged intersection with a rotary arrangement at the intersection.

Traffic coming from New Plot and Nagrota side is effected since the rotary is not at the centre of

the road.

Scope of proposed Subproject - Package JKUSDIP Jammu/UT-01

In order to ensure smooth traffic flow on B.C. Road, Jammu (from Shakuntala Chowk to Ved

Mandir Road Junction), an integrated proposal of the Flyover with Grade Separators has been

proposed. This integrated proposal will provide grade separation facilities i) over Rehari Chowk

for outgoing traffic from Jammu City to Katra Side (Banihal Route) and ii) over both Ambphalla

and Rehari Chowk for incoming traffic to Jammu City from New Plot Area and Katra Side. The

left limb of the proposal is a two – lane Grade Separator (Carriageway width 7.5 m) of the length

of 450 m taking off at a distance of 280 m from Shakuntala Chowk and ending at RD 730

covering Rehari Chowk and thus reducing the conflict point for the outgoing traffic at this

overcrowded junction. The other limb of the Flyover of total length of 985 m has different

sections of different carriageway widths and runs over Rehari Chowk and Ambphalla Chowk

thus providing grade separation facility for incoming traffic at these two rounds – about.

Accordingly, following proposals, which are clearly indicated on the engineering drawings, have

been envisaged:

Section 6 – Supplementary Information 6-50

JKUSIP Jammu/UT-01

• 4 - lane portion of the Flyover (total width 17.2 m) of length 340 m (including ramp on

Shakuntala side only) starting from RD 280 upto RD 620 covering Rehari Chowk

intersection.

• From RD 620 the left limb of the Flyover (Carriageway width 7.5 m) will start descending

down and will terminate at RD 730, thus covering a length of 110 m including the ramp

length.

• From RD 620 the right limb of the Flyover (Carriageway width 7.5 m) will continue for a

length of 260 m upto RD 880 and will cover Ambphalla Chowk.

• From RD 880 another limb of the Flyover (Carriageway width 5.5 m) will extend towards

left and will terminate at New Plot Area covering a length of 130 m including the ramp

length.

• From RD 880 the main Flyover (Carriageway width 5.5 m) will still continue towards the

right (Katra Side) and will terminate at RD 1135 on B.C.Road covering a length of 255 m

including the ramp length.

• Provision/improvement of 1.5m wide foot-path and surface drains on either side .

• Provision of three nos.of Rotaries at Rehari Chowk, Ambphalla Chowk and at the Chowk

leading to New Plot area.

• Development of integrated Bus stop with all facilities - 4Nos.

• Construction of a pedestrian sub-way at Rehari Chowk.

• Widening and strengthening of Road from Shakuntala Chowk to Manda Forest in a

length of 1.5 kms (approx.).

 SURVEYS AND INVESTIGATION REPORT

GEOTECHNICAL INVESTIGATION REPORT

The Geotechnical Investigations for the proposed work was carried out at the time of preparation of initial reports during the year 2006-07. The same has been considered the basis of structural design. Copy of investigation report is attached as a preliminary reference to assist the bidders.

Section 6 – Supplementary Information 6-51

JKUSIP Jammu/UT-01

Section 6 – Supplementary Information 6-52

JKUSIP Jammu/UT-01

Section 6 – Supplementary Information 6-53

JKUSIP Jammu/UT-01

Section 6 – Supplementary Information 6-54

JKUSIP Jammu/UT-01

Section 6 – Supplementary Information 6-55

JKUSIP Jammu/UT-01

Section 6 – Supplementary Information 6-56

JKUSIP Jammu/UT-01

Section 6 – Supplementary Information 6-57

JKUSIP Jammu/UT-01

Section 6 – Supplementary Information 6-58

JKUSIP Jammu/UT-01

Section 6 – Supplementary Information 6-59

JKUSIP Jammu/UT-01

Section 6 – Supplementary Information 6-60

JKUSIP Jammu/UT-01

Section 6 – Supplementary Information 6-61

JKUSIP Jammu/UT-01

Section 6 – Supplementary Information 6-62

JKUSIP Jammu/UT-01

Section 6 – Supplementary Information 6-63

JKUSIP Jammu/UT-01

Section 6 – Supplementary Information 6-64

JKUSIP Jammu/UT-01

Section 6 – Supplementary Information 6-65

JKUSIP Jammu/UT-01

Section 6 – Supplementary Information 6-66

JKUSIP Jammu/UT-01

Section 6 – Supplementary Information 6-67

JKUSIP Jammu/UT-01

Section 6 – Supplementary Information 6-68

JKUSIP Jammu/UT-01

Section 6 – Supplementary Information 6-69

JKUSIP Jammu/UT-01

Section 6 – Supplementary Information 6-70

JKUSIP Jammu/UT-01

Section 6 – Supplementary Information 6-71

JKUSIP Jammu/UT-01

Section 6 – Supplementary Information 6-72

JKUSIP Jammu/UT-01

Section 6 – Supplementary Information 6-73

JKUSIP Jammu/UT-01

Section 6 Fly Over Drawings, Jammu 6-74

JKUSIP Jammu/UT-01

Section 6 - Fly Over Drawings

(All the Drawings mentioned below are included in Part-2 of Vol – I)

S. No. Drawing No. Title

1 STC/JMU/FO/00 General Notes

2 STC/JMU/FO/01 Plan At Deck Level

3 STC/JMU/FO/02 Plan at Road Level

4 STC/JMU/FO/03 Longitudinal Section

5 STC/JMU/FO/04 General Arrangement (Typical C.S of Bridge)

6 STC/JMU/FO/05 Dimensions of Piers & foundation

7 STC/JMU/FO/06 General Arrangement PSC - I Girder

8 STC/JMU/FO/07 General Arrangement PSC - I Girder

9 STC/JMU/FO/08 General Arrangement PSC - I Girder

10 STC/JMU/FO/09 Dimensions of PSC 1 -Girder

11 STC/JMU/FO/10 Cable Profiles of PSC 1- Girder

12 STC/JMU/FO/11 Miscellaneous Details

13 STC/JMU/FO/ELECT/12 Street Light Standard Drawing Feeder 1

14 STC/JMU/FO/ELECT/13 Street Light Standard Drawing Feeder 2

15 STC/JMU/FO/ELECT/14 Street Light Standard Drawing Feeder 3

16 STC/JMU/FO/ELECT/15 Street Light Standard Drawing Feeder 4

17 STC/JMU/FO/ELECT/16 Street Light Typical Fixtures

18 STC/JMU/FO/ELECT/17 Street Light Layout Of B.C. Road Flyover

J&K ECONOMIC RECONSTRUCTION AGENCY Jammu and Kashmir Urban Sector Development Investment Program- Project 1

(ADB loan No. 2331-IND)

BIDDING DOCUMENT for

Procurement of

The work of

Construction of Two lane Flyover/ Grade separators (two Nos.) at BC Road and Widening and strengthening of B C Road at Jammu (Following ADB’s Single Stage - Two Envelope Bidding Procedure)

Volume 1-Technical Bid- Part 2

Issued on: 20-10-2009

Invitation for Bids No.: JKUSDIP Jammu/ NCB-04

Package No.: JKUSDIP Jammu/UT-01 Employer: J&K Economic Reconstruction Agency Country: India

PART III - Conditions of Contract and Contract Forms

Section 7 - General Conditions of Contract

JKUSDIP Jammu/UT-01

Table of Contents

PART III CONDITIONS OF CONTRACT AND CONTRACT FORMS

Section 7 - General Conditions of Contract (GCC) ----------------------- 7-1 Section 8 - Particular Conditions of Contract (PCC) --------------------- 8-1

Section 9 - Contract Forms (COF) -------------------------------------------- 9-1 Section 6 - Drawings

Section 7 - General Conditions of Contract

JKUSDIP Jammu/UT-01

Section 7 - General Conditions of Contract The General Conditions of Contract (GCC) that follow are the Conditions of Contract for Construction for Building and Engineering Works Designed by the Employer, Multilateral Development Bank Harmonized Edition March 2006, prepared by the Fédération Internationale des Ingénieurs-Conseil, or FIDIC (FIDIC MDB version 2006). Any amendments and additions to the GCC, specific to the contract in hand, is introduced in Section 8 (Particular Conditions of Contract), Part A (Contract Data) and Part B (Special Provisions). Clause numbers in the PCC correspond to those in the GCC. As per GCC 1.5 (Priority of Documents), the PCC take precedence over the GCC. Part A (Contract Data) of the PCC includes data to complement the GCC. Part B (Specific Provisions), includes the amendments and additions to the GCC.

Section 8 - Particular Conditions of Contract 8-1

JKUSDIP Jammu/UT-01

Section 8 - Particular Conditions of Contract

The following Particular Conditions of Contract (PCC) shall supplement the General Conditions of Contract (GCC). Whenever there is a conflict, the provisions herein shall prevail over those in the GCC.

Part A - Contract Data

Conditions Ref. GCC Data

Employer’s name and address 1.1.2.2 & 1.3 J&K Economic Reconstruction Agency, Jammu represented by Chief Executive Officer

Engineer’s name and address 1.1.2.4 & 1.3 Team leader, Design and Supervision Consultant for the project-1 of JKUSDIP

Bank’s name 1.1.2.11 Asian Development Bank (ADB)

Borrower’s name 1.1.2.12 India

Time for Completion 1.1.3.3 30 months

Defects Notification Period 1.1.3.7 365 days

Electronic transmission systems 1.3 Facsimile

Governing Law 1.4 Jammu and Kashmir State, India

Ruling language 1.4 English

Language for communications 1.4 English

Time for access to the Site 2.1 7 days after issue of Notice to commence

Engineer’s Duties and Authority 3.1(b)(ii) Any Variations to the Accepted Contract shall require approval of the Employer.

Performance Security 4.2 The performance security will be in the form of an unconditional bank guarantee in the amount(s) of Ten (10) percent of the accepted Contract Price.

Normal working hours 6.5 8.00 AM to 6.00 PM, late working with prior approval of Engineer.

Delay damages for the Works 8.7 & 14.15(b) 0.05% of the final Contract Price per day, in the currencies and proportions in which the Contract Price is payable.

Maximum amount of delay damages 8.7 10% of the final Contract Price.

Provisional Sums 13.5.(b)(ii) 12.5%

Adjustments for Changes in Cost; Table(s) of Adjustment Data

13.8 Bid price quoted by bidder is subject to adjustment as stated in Part B - Specific provisions of Section 8, Particular Condition of Contract.

Total advance payment 14.2 20 % of the Accepted Contract Amount payable in the currencies and proportions in which the Accepted Contract Amount is payable.

Repayment amortization of advance payment

14.2(b) 40%

Percentage of Retention 14.3 5 % from each claim bill

Limit of Retention Money 14.3 5 % of the Contract Amount

Plant and Materials 14.5 Payment terms for plants and material if applicable shall be as indicated in Part B- Specific provisions of Section 8, Particular condition of contract.

Section 8 - Particular Conditions of Contract 8-2

JKUSDIP Jammu/UT-01

Minimum Amount of Interim Payment Certificates

14.6 2% of the Accepted Contract Amount.

Maximum total liability of the Contractor to the Employer

17.6 The product of 0.50 times the Accepted Contract Amount.

Periods for submission of insurance: a. evidence of insurance b. relevant policies

18.1 14 days from the date of commencement 28 days from the date of commencement

Maximum amount of deductibles for insurance of the Employer's risks

18.2(d) Nil

Minimum amount of third party insurance

18.3 Indian Rupees 1 million with no limit on the number of occurrence

Date by which the DB shall be appointed 20.2 Within 28 days of receipt of notice by either party

The DB shall be comprised of 20.2 One Member

List of potential DB sole members 20.2 To be informed in due course

Appointment (if not agreed) to be made by

20.3 Chairman of The Institute of Engineers India Jammu center

Section 8.1 - Particular Conditions of Contract 8.1-1

JKUSDIP Jammu/UT-01

Section 8.1 - Particular Conditions of Contract Part B -Specific Provisions

The Particular Conditions of Contract (PCC) Part B - Specific provisions, is to amend or for additions to the General Conditions of Contract (GCC-Section 7). Whenever there is a conflict, the provisions herein shall prevail over those in the GCC.

Table of Clauses 1. General Provisions ........................................................................................................................3

1.1 Definitions ................................................................................................................ 3 1.5 Priority of Documents .............................................................................................. 3 1.6 Contract Agreement ............................................................................................ 3

3. The Engineer ..................................................................................................................................3

3.4 Replacement of the Engineer .................................................................................... 3 3.6 Management meetings .................................................................................... 3

4. The Contractor ...............................................................................................................................3

4.2 Performance Security .............................................................................................. 3

6. Staff and Labour .............................................................................................................................4

6.1 Engagement of Staff and Labor ............................................................................... 4

7. Plant, Materials and Workmanship ............................................................................................4

7.1 Manner of Execution ............................................................................................... 4

12. Measurement and Evaluation ....................................................................................................4

12.3 Evaluation ................................................................................................................ 4

13. Variations and Adjustments ......................................................................................................5

13.8 Adjustment for changes in Cost ............................................................................... 5

14. Contract Price and Payment ......................................................................................................8

14.1 The Contract Price ................................................................................................... 8 14.5 Plant and Materials intended for the works ............................................................. 9 14.8 Delayed Payment .................................................................................................... 9 14.15 Currencies of Payment ......................................................................................... 10

15 Termination by Employer ........................................................................................................ 10

15.6 Corrupt and Fraudulent Practices .......................................................................... 10

Section 8 - Particular Conditions of Contract 8.1-2

JKUSDIP Jammu/UT-01

16. Suspension and Termination by the Contractor ................................................................... 10

16.4 Payment on Termination ....................................................................................... 10

Section 8.1 - Particular Conditions of Contract 8.1-3

JKUSDIP Jammu/UT-01

1. General Provisions

1.1 Definitions Insert following subparagraph 1.1.1.4 and 1.1.1.8 of Sub-Clause 1.1:

The word 'Tender' is synonymous with 'Bid', the words 'Tender documents' with 'bidding documents' and ‘letter of tender’ to ‘letter of technical bid or letter of price bid’.

1.5 Priority of Documents

Replace the list of documents with the list as given below:

(a) the Contract Agreement, (b) the Letter of Acceptance, (c) the Technical Bid /price bid (d) addendums (e) the Particular Conditions – Part A, (f) the Particular Conditions – Part B, (g) the General Conditions, (h) the Specification, (i) the Drawings, (j) other documents as listed in Contract

1.6 Contract Agreement

Replace the phrase “The Contract Agreement shall be based upon the form annexed to the Particular Conditions” by the following;

“The Contract Agreement shall be based upon the form as given in Section 9, Contract Forms”

3. The Engineer

3.4 Replacement of the Engineer

Replace the duration of 21 days with 7 days in first line of the sub clause.

3.6 Management meetings Insert this Sub-Clause at the end of Clause 3:

The Engineer or the Contractor’s Representative may require the other to attend a management meeting in order to review the progress with reference to the agreed program and arrangements for future work. The Engineer shall record the business of management meetings and supply copies of the record to those attending the meeting and to the Employer. In the record, responsibilities for any actions to be taken shall be in accordance with the Contract.

4. The Contractor 4.2 Performance Delete third paragraph and substitute:

Section 8 - Particular Conditions of Contract 8.1-4

JKUSDIP Jammu/UT-01

Security The Contractor shall ensure that the Performance Security is valid and enforceable until the defects notification period and performance certificate is issued by the Engineer. If the terms of the Performance Security specify its expiry date, and the Contractor has not become entitled to receive the Performance Certificate by the date 28 days prior to the expiry date, the Contractor shall extend the validity of the Performance Security.

6. Staff and Labour

6.1 Engagement of Staff and Labor

Delete last paragraph and substitute: The Contractor is encouraged, to the extent practicable and reasonable, to employ staff and labor with appropriate qualifications and experience from sources within the Jammu and Kashmir state.

7. Plant, Materials and Workmanship

7.1 Manner of Execution

Insert additional paragraph at the end of Sub-Clause 7.1: The Contractor is encouraged, to the extent practicable and reasonable, to use Goods from sources within the Country.

12. Measurement and Evaluation 12.3 Evaluation Replace the para 4, 5 and 6 with following:

However, a new rate or price shall be appropriate for an item of work if following conditions are satisfied: (a) (i) the measured quantity of the item is changed by more than

30% from the quantity of this item in the Bill of Quantities or other Schedule, (ii) this change in quantity multiplied by such specified rate for this item exceeds 2% of the Accepted Contract Amount,

(iii) this item is not specified in the Contract as a “fixed rate item”; Or (b) (i) the work is instructed under Clause 13 [Variations and

Adjustments], (ii) no rate or price is specified in the Contract for this item, and (iii) no specified rate or price is appropriate because the item of work is not of similar character, or is not executed under similar conditions, as any item in the Contract.

Rates or Prices for the extra/new items In case of new items, unit rate or price shall be derived by the following methods, in the order of priority:

(a) at the accepted premium on CPWD schedule of rates, for 2007 for “extra/excess’ items

(b) In case of no such item exists in CPWD schedule, new

Section 8.1 - Particular Conditions of Contract 8.1-5

JKUSDIP Jammu/UT-01

rates shall be derived from existing rate of similar comparable item in BOQ.

(c) in case options a & b are not available, rate will be based on analysis of rates, to be prepared on the prevalent market rates and approved by the EA.

Rates or Prices for excess quantities In the event of excess quantities covered under clause 12.3(a)(i) and (ii), the Employer will derive the new rates as stated hereunder in the order of priority:

i) At his quoted premium on CPWD SCHEDULE for rates 2007 “extra/excess items “

ii) If it is not available in CPWD schedule of rates, it will be paid based on analysis of rates, to be prepared on the basis of prevalent market rates and approved by the EA.

Until such time as an appropriate rate or price is agreed or determined, the Engineer shall determine a provisional rate or price for the purpose of Interim Payment Certificate as soon as the concerned Works commences.

13. Variations and Adjustments

13.8 Adjustment for changes in Cost

Replace the existing price adjustment clause with following new clause: The amount payable to the Contractor and valued at base prices in accordance with the payment Schedule shall be adjusted for rises or falls in the cost of Labour, Material and Bitumen inputs to the Works, by the addition or deduction of the amounts determined by the formulae prescribed in this Sub-Clause. To the extent that full compensation for any rise or fall in costs to the Contractor is not covered by the provision of this or any other clause in the Contract, the Contract Price shall be determined to include amounts to cover the contingency of such other rise or fall in costs. The amount to be added to or deducted from the Interim Payment Certificates for changes in cost shall be determined from formulae as stated below: Adjustment Formula: The Price Adjustment factor shall be determined in general by the following formula.

Increase or decrease in the cost of Labour, bitumen and material shall be calculated quarterly. The first statement of price adjustment shall be prepared at the end of quarter in which the work was awarded and the work done from the date of start to the end of quarter shall be taken into account. For subsequent statement, cost of work done during every quarter shall be taken into account. At the completion of work, the work done during the last quarter or fraction, thereof, shall be taken into account.

For the purpose of reckoning the work done during any period, the bills

Section 8 - Particular Conditions of Contract 8.1-6

JKUSDIP Jammu/UT-01

prepared during the period shall be considered. The dates of recording measurements in the Measurement Book by the Engineer’s Representative shall be the guiding factor to decide the bills relevant to any period. The date of completion, as finally recorded by the Engineer’s Representative in the Measurement Book, shall be the criterion.

The index relevant to any quarter, for which such compensation is paid, shall be the arithmetical average of the indices relevant of the calendar month.

(A) LABOUR VL = 0.75 x PL / 100 x R x (IL1 - IL0 ) / IL0

VL = Increase or decrease in the cost of work during the quarter under consideration due to change in rates for labour. R = The value of the work done in rupees during the quarter under consideration excluding the cost of materials supplied by the department and other items as mentioned in this Clause. IL0= The base price for labour which is average consumer price index for industrial workers (wholesale prices) as published in Reserve Bank of India Journal / Labour Bureau Simla, for the area. IL1= The final price for labour which is average consumer price index for industrial workers (wholesale prices for the quarter of calendar year under consideration) as published in Reserve Bank of India Journal / Labour Bureau Simla for the area. PL= Percentage of labour components which is 30% of total cost of work.

(Note: In case of revision of minimum wages by the Government or other competent authority, nothing extra would be payable except the price escalation permissible under this Clause).

(B) Material: VM = 0.75 x PM / 100 x R x (IM1 - IM0 ) / IM0

VM= Increase or decrease in the cost during the quarter under consideration due to change in rates of material.

R= The value of the work done in rupees during the quarter under

consideration excluding the cost of materials supplied by the department.

IM0= The base price for material which is average wholesale price Index (all commodities) as published in Reserve Bank of India Journal.

IM1= The final price for material which is average wholesale price index (all commodities) for the quarter under consideration as published

Section 8.1 - Particular Conditions of Contract 8.1-7

JKUSDIP Jammu/UT-01

in Reserve Bank of India Journal. PM= Percentage of material components which is 65% of total cost of work

(C) Bitumen VB= 0.75 x PB / 100 x R x (IB1 - IB0 ) / IB0

VB= Increase or decrease in the cost during the quarter under consideration due to change in rates of bitumen.

R= The value of the work done in rupees during the quarter under

consideration excluding the cost of materials supplied by the department.

IB0= The base price for bitumen as supplied by Indian Oil Corporation (IOC)

IB1= The final price for bitumen as supplied by Indian Oil Corporation (IOC) PB= Percentage of bitumen components which is 5% of total cost of work

Base, Current and Provisional Indices: The base cost and indices or prices shall be those prices of the quarter prevailing on the day 28 days prior to the latest date for submission of Bid. Current indices or prices shall be those prevailing on the quarter for which a particular Interim Payment Certificate is related. If at any time the current indices are not available, provisional escalation can be paid on the basis of indices of the previous quarter in absence of non-publication of indices for concerned quarter by the RBI. Final adjustment amount will be payable to the Contractor when the current indices become available. Weighting of component: The weightings for Labour, material and bitumen components shall be 25%, 70%, and 5% respectively. Adjustable Amount: The adjustable amount of each Interim Payment Certificate shall be the difference between (i) the amount which, in the opinion of the Engineer, shall be due to the Contractor pursuant to Clause 13.7 including the amount at base rates and prices of the scheduled work carried out but excluding provisional sums and the value of materials on site, and (ii) the amount as calculated in (i) above and included in the last preceding Interim Payment Certificate issued by the Employer’s Representative. The adjustable amount shall exclude payments to nominated Sub-Contractors and any other amounts based upon actual cost or current prices. Adjusted Amount: The adjusted amount of each Payment Certificate shall be determined by applying the Price Adjustment Factor to the adjustable amount, and shall become payable to the Contractor, subject to any deductions there from for retention money, liquidated damages, and any other monies due to

Section 8 - Particular Conditions of Contract 8.1-8

JKUSDIP Jammu/UT-01

the Employer from the Contractor including the recovery of advance mobilization loan, if any.

Adjustment due to Shortfall in Progress: In the event the Contractor fails to attain the rate of progress, as per the approved program and schedule of progress, in the first or another quarter of the construction period and the shortfall in progress is covered up by him during subsequent quarter within the Intended Completion Period then the price adjustment of such work is expected to be done in the previous quarter shall be notionally given based upon the price index of that quarter in which such work was required to be done.

If the Contractor fails to complete the Works within the Time for Completion, adjustments of prices thereafter shall be made using either each index or price applicable on the date 49 days prior to the expiry of the Time for Completion, or the current index or price, whichever is more favorable to the Employer; provided that, if an extension of time is granted in accordance with Sub-Clause 8.3, the above provision shall apply to the extended time for completion.

14. Contract Price and Payment 14.1 The Contract

Price Delete sub-paragraph (e) and renumber subparagraphs (c) and (d) as (e) and (f).

Insert following subparagraphs after (b):

(c) the Contract Price shall include all taxes, duties and other charges imposed outside the Country on the production, manufacture, sale and transport of the Contractor's Equipment, Plant, Materials and supplies to be used on or furnished under the Contract, and on the services to be performed under the Contract.

(d) the Contractor's staff and labor will be liable to pay personal income taxes in the Country in respect of such of their salaries and wages as are chargeable under the Laws for the time being in force, and the Contractor shall perform such duties in regard to such deductions thereof as may be imposed on him by such Laws.

Insert following subparagraphs after renumbered para (f):

(g) notwithstanding the provisions of subparagraph (b), Contractor's Equipment, including essential spare parts therefore, imported by the Contractor for the sole purpose of executing the Contract shall be temporarily exempt from the payment of import duties and taxes upon initial importation, provided the Contractor shall post with the customs authorities at the port of entry an approved export bond or bank guarantee, valid until the Time for Completion plus six months, in an amount equal to the full import duties and taxes which would be

Section 8.1 - Particular Conditions of Contract 8.1-9

JKUSDIP Jammu/UT-01

payable on the assessed imported value of such Contractor's Equipment and spare parts, and callable in the event the Contractor's Equipment is not exported from the Country on completion of the Contract. A copy of the bond or bank guarantee endorsed by the customs authorities shall be provided by the Contractor to the Employer upon the importation of individual items of Contractor': Equipment and spare parts. Upon export of individual items of Contractor's Equipment or spare parts, or upon the completion of the Contract, the Contractor shall prepare, for approval by the customs authorities, an assessment of the residual value of the Contractor's Equipment and spare parts to be exported, based on the depreciation scale(s) and other criteria used by the customs authorities for such purposes under the provisions of the applicable Laws. Import duties and taxes shall be due and payable to the customs authorities by the Contractor on (a) the difference between the initial imported value and the residual value of the Contractor's Equipment and spare parts to exported; and (b) on the initial imported value that Contractor's Equipment and spare parts remaining in the Country after completion of the Contract. Upon payment of such dues within 28 days of being invoiced, the bond or bank guarantee shall be reduced or released accordingly; otherwise the security shall be called in the full amount remaining.

(h) “ERA will issue essentiality certificate under GOI notification No. 108/95 and 84/97 which will assist the Contractor to obtain any lawful exemptions from payment of Excise Duty or Import Duty on Plant and Materials, which are to be incorporated as a part of the Permanent Works. The Certificate will be issued in the format indicated in Section IX, which certifies the estimated quantities of materials that are to be incorporated into the permanent works. The responsibility for obtaining any such exemptions from Competent Authority will remain with the supplier/ Contractor and the ERA shall not in any way be responsible for admissibility of the claims or eligibility of the supplier/ Contractor.”

14.5 Plant and Materials intended for the works

Replace the entire clause with following:

Payment for the plant and material wherever applicable shall be made only when these are installed.

14.8 Delayed Payment

Replace second paragraph with the following:

The financing charges shall be at the rate of 8% per annum

Section 8 - Particular Conditions of Contract 8.1-10

JKUSDIP Jammu/UT-01

in the currencies the payments are due.

14.15 Currencies of Payment

Insert at the end of Sub-Clause 14.15:

Where any substantial changes in the expected foreign and local currency requirements of the Contractor occur during the execution of the Works, the foreign and local currency proportions of the balance of the Contract Price shall be amended by agreement between the Employer and the Contractor to reflect such substantial change, provided that

(a) the Contractor shall inform the Employer and the Engineer whenever such substantial change shall occur; or

(b) the Engineer may recommend a review of such expected requirements if in his judgment there is evidence of a change in the country of origin of Materials, Plant, or Services to be provided under the Contract which will result in any substantial change of such expected requirements.

15 Termination by Employer 15.6 Corrupt and

Fraudulent Practices

Replace the definitions of the terms “corrupt practice”, “fraudulent practice”, “collusive” and “coercive practice” with following:

a) “corrupt practice” means the offering, giving, receiving, or soliciting, directly or indirectly, anything of value to influence improperly the actions of another party;

b) “fraudulent practice” means any act or omission, including a misrepresentation, that knowingly or recklessly misleads, or attempts to mislead, a party to obtain a financial or other benefit or to avoid an obligation;

c) “coercive practice” means impairing or harming, or threatening to impair or harm, directly or indirectly, any party or the property of the party to influence improperly the actions of a party;

d) “collusive practice” means an arrangement between two or more parties designed to achieve an improper purpose, including influencing improperly the actions of another party.

16. Suspension and Termination by the Contractor

16.4 Payment on Termination

Delete subparagraph (c).

Section 9 – Contract Forms 9-1

JKUSIP Jammu/UT-01

Section 9 - Contract Forms This Section contains forms which, once completed, will form part of the Contract. The forms for Performance Security and Advance Payment Security, when required, shall only be completed by the successful Bidder after contract award.

Table of Forms

Letter of Acceptance ........................................................................................................................................ 2

Contract Agreement ......................................................................................................................................... 3

Performance Security ...................................................................................................................................... 4

Advance Payment Security ............................................................................................................................. 5

Draft format for Excise/Custom duty exemption........................................................................................... 6

Section 9 – Contract Forms 9-2

JKUSIP Jammu/UT-01

Letter of Acceptance [on letterhead paper of the Employer]

. . . . . . . date. . . . . . . To: . . . . . . . . . . name and address of the Contractor . . . . . . . . . . Subject: . . . . . . . . . . Notification of Award Contract No. . . . . . . . . . . This is to notify you that your Bid dated . . . . date . . . . consisting of the Technical Bid and the Price Bid for execution of the . . . . . . . . . .name of the contract and identification number, as given in the Contract Data . . . . . . . . . . for the Accepted Contract Amount of the equivalent of . . . . . . . . .amount in numbers and words and name of currency . . . . . . . . ., as corrected and modified in accordance with the Instructions to Bidders is hereby accepted by our Agency. You are requested to furnish the Performance Security within 28 days in accordance with the Conditions of Contract, using for that purpose the format of the Performance Security Form included in Section 9 (Contract Forms) of the Bidding Document.

Authorized Signature: .........................................................................

Name and Title of Signatory: ..............................................................

Name of Agency: ................................................................................

Attachment: Contract Agreement

Section 9 – Contract Forms 9-3

JKUSIP Jammu/UT-01

Contract Agreement

THIS AGREEMENT made the . . . . . .day of . . . . . . . . . . . . . . . . ., . . . . . . ., between . . . . . name of the Employer. . . . .. . . . . (hereinafter “the Employer”), of the one part, and . . . . . name of the Contractor. . . . .(hereinafter “the Contractor”), of the other part:

WHEREAS the Employer desires that the Works known as . . . . . name of the Contract. . . . .should be executed by the Contractor, and has accepted a Bid by the Contractor for the execution and completion of these Works and the remedying of any defects therein,

The Employer and the Contractor agree as follows:

1. In this Agreement words and expressions shall have the same meanings as are respectively assigned to them in the Contract documents referred to.

2. The following documents shall be deemed to form and be read and construed as part of this Agreement. This Agreement shall prevail over all other Contract documents.

- the Letter of Acceptance

- - the Technical Bid

- the Addenda Nos . . . . . insert addenda numbers if any. . . . .

- the Particular Conditions

- the General Conditions;

- the Specification

- the Drawings; and

- the completed Schedules,

- the Price Bid

3. In consideration of the payments to be made by the Employer to the Contractor as indicated in this Agreement, the Contractor hereby covenants with the Employer to execute the Works and to remedy defects therein in conformity in all respects with the provisions of the Contract.

4. The Employer hereby covenants to pay the Contractor in consideration of the execution and completion of the Works and the remedying of defects therein, the Contract Price or such other sum as may become payable under the provisions of the Contract at the times and in the manner prescribed by the Contract.

IN WITNESS whereof the parties hereto have caused this Agreement to be executed in accordance with the laws of . . . . . name of the borrowing country. . . . .on the day, month and year indicated above.

Signed by ......................................................... Signed by .............................................................

for and on behalf of the Employer for and on behalf the Contractor in the presence of in the presence of Witness, Name, Signature, Address, Date Witness, Name, Signature, Address, Date

Section 9 – Contract Forms 9-4

JKUSIP Jammu/UT-01

Performance Security

................................. Bank’s Name, and Address of Issuing Branch or Office ................................

Beneficiary: ................................ Name and Address of Employer ..........................................

Date: .........................................................................................................................

Performance Guarantee No.: ........................................................................................

We have been informed that . . . . . name of the Contractor. . . . . (hereinafter called "the Contractor") has entered into Contract No. . . . . . reference number of the Contract. . . . . dated . . . . . . . .with you, for the execution of . . . . . . name of contract and brief description of Works. . . . . (hereinafter called "the Contract").

Furthermore, we understand that, according to the conditions of the Contract, a performance guarantee is required.

At the request of the Contractor, we . . . . . name of the Bank. . . . . hereby irrevocably undertake to pay you any sum or sums not exceeding in total an amount of . . . . . name of the currency and amount in figures*. . . . . . (. . . . . amount in words. . . . . ) such sum being payable in the types and proportions of currencies in which the Contract Price is payable, upon receipt by us of your first demand in writing accompanied by a written statement stating that the Contractor is in breach of its obligation(s) under the Contract, without your needing to prove or to show grounds for your demand or the sum specified therein.

This guarantee shall expire, no later than the . . . . . Day of . . . . . . . . . . , . . . . . . **, and any demand for payment under it must be received by us at this office on or before that date.

This guarantee is subject to the Uniform Rules for Demand Guarantees, ICC Publication No. 458, except that subparagraph (ii) of Sub-article 20(a) is hereby excluded.

. . . . . . . . . . . . . . . . . . . . . . . . . . . . Seal of Bank and Signature(s)

- Note - All italicized text is for guidance on how to prepare this demand guarantee and shall be deleted from the final document.

1

The Guarantor shall insert an amount representing the percentage of the Contract Price specified in the Contract and denominated either in the currency(ies) of the Contract or a freely convertible currency acceptable to the Employer.

2 Insert the date twenty-eight days after the expected completion date. The Employer should note that in the event of an extension of the time for completion of the Contract, the Employer would need to request an extension of this guarantee from the Guarantor. Such request must be in writing and must be made prior to the expiration date established in the guarantee. In preparing this guarantee, the Employer might consider adding the following text to the form, at the end of the penultimate paragraph: “The Guarantor agrees to a one-time extension of this guarantee for a period not to exceed [six months][one year], in response to the Employer’s written request for such extension, such request to be presented to the Guarantor before the expiry of the guarantee.”

Section 9 – Contract Forms 9-5

JKUSIP Jammu/UT-01

Advance Payment Security ................................. Bank’s Name, and Address of Issuing Branch or Office .................................

Beneficiary: ............................... Name and Address of Employer ...........................................

Date: .........................................................................................................................

Advance Payment Guarantee No.: ..................................................................................

We have been informed that . . . . . name of the Contractor. . . . . (hereinafter called "the Contractor") has entered into Contract No. . . . . . reference number of the Contract. . . . . dated . . . . . . . .with you, for the execution of . . . . . . name of contract and brief description of Works. . . . . (hereinafter called "the Contract").

Furthermore, we understand that, according to the Conditions of the Contract, an advance payment in the sum . . . . . name of the currency and amount in figures*. . . . . . (. . . . . amount in words. . . . . ) is to be made against an advance payment guarantee.

At the request of the Contractor, we . . . . . name of the Bank. . . . . hereby irrevocably undertake to pay you any sum or sums not exceeding in total an amount of . . . . . name of the currency and amount in figures*. . . . . . (. . . . . amount in words. . . . . ) upon receipt by us of your first demand in writing accompanied by a written statement stating that the Contractor is in breach of its obligation under the Contract because the Contractor used the advance payment for purposes other than the costs of mobilization in respect of the Works.

It is a condition for any claim and payment under this guarantee to be made that the advance payment referred to above must have been received by the Contractor on its account number . . . . . Contractor’s account number. . . . . at . . . . . name and address of the Bank. . . . . .

The maximum amount of this guarantee shall be progressively reduced by the amount of the advance payment repaid by the Contractor as indicated in copies of interim statements or payment certificates which shall be presented to us. This guarantee shall expire, at the latest, upon our receipt of a copy of the interim payment certificate indicating that eighty (80) percent of the Contract Price has been certified for payment, or on the . . day of . . . . . ., . . .**, whichever is earlier. Consequently, any demand for payment under this guarantee must be received by us at this office on or before that date..

This guarantee is subject to the Uniform Rules for Demand Guarantees, ICC Publication No. 458.

. . . . . . . . . . . . . . . . . . . . . . . . . . . . Seal of Bank and Signature(s)

-- NNoottee -- All italicized text is for guidance on how to prepare this demand guarantee and shall be deleted from the final document. 1 The Guarantor shall insert an amount representing the amount of the advance payment denominated either in the currency(ies) of the advance payment as specified in the Contract, or in a freely convertible currency acceptable to the Employer. 2 Insert the expected expiration date of the Time for Completion. The Employer should note that in the event of an extension of the time for completion of the Contract, the Employer would need to request an extension of this guarantee from the Guarantor. Such request must be in writing and must be made prior to the expiration date established in the guarantee. In preparing this guarantee, the Employer might consider adding the following text to the form, at the end of the penultimate paragraph: “The Guarantor agrees to a one-time extension of this guarantee for a period not to exceed [six months][one year], in response to the Employer’s written request for such extension, such request to be presented to the Guarantor before the expiry of the guarantee.

Section 9 – Contract Forms 9-6

JKUSIP Jammu/UT-01

Draft format for Excise/Custom duty exemption

TO WHOMSOEVER IT MAY CONCERN

ESSENTIALITY CERTIFICATE

This is to certify that the work for _______________ (Package No. & Name of work) _________

has been awarded to M/s ____________(Name of Contractor) _________ _______amounting to

Rs.____________(Amount of Contract Agreement)______________only by the Economic Re-

Construction Agency (ERA) and that this project has duly been approved by Government of India.

The Project is funded by Asian Development Bank under loan agreement No.------IND between

Government of India and Asian Development and being implemented by the J&K Economic Re-

Construction Agency Government of Jammu and Kashmir.

It is certified that M/S_______________ (Name of Contractor)_______________ for the above

project requires to purchase ______________(Quantity of Material and name of

material)___________under work ____________(Package No. & Name of work) _________.

It is further certified that the aforesaid material is required for the execution of the said project.

The validity of this certificate is from _______________ to _____________.

Director Central, Jammu, ERA.

Chief Executive Officer, Jammu, ERA.

Director ( Finance ) ERA

Countersigned

Secretary, Finance Government of Jammu and Kashmir

Section 6 Fly Over Drawings, Jammu 6-74

JKUSIP Jammu/UT-01

Section 6 - Fly Over Drawings

(All the Drawings mentioned below are included in Part-2 of Vol – I)

S. No. Drawing No. Title

1 STC/JMU/FO/00 General Notes

2 STC/JMU/FO/01 Plan At Deck Level

3 STC/JMU/FO/02 Plan at Road Level

4 STC/JMU/FO/03 Longitudinal Section

5 STC/JMU/FO/04 General Arrangement (Typical C.S of Bridge)

6 STC/JMU/FO/05 Dimensions of Piers & foundation

7 STC/JMU/FO/06 General Arrangement PSC - I Girder

8 STC/JMU/FO/07 General Arrangement PSC - I Girder

9 STC/JMU/FO/08 General Arrangement PSC - I Girder

10 STC/JMU/FO/09 Dimensions of PSC 1 -Girder

11 STC/JMU/FO/10 Cable Profiles of PSC 1- Girder

12 STC/JMU/FO/11 Miscellaneous Details

13 STC/JMU/FO/ELECT/12 Street Light Standard Drawing Feeder 1

14 STC/JMU/FO/ELECT/13 Street Light Standard Drawing Feeder 2

15 STC/JMU/FO/ELECT/14 Street Light Standard Drawing Feeder 3

16 STC/JMU/FO/ELECT/15 Street Light Standard Drawing Feeder 4

17 STC/JMU/FO/ELECT/16 Street Light Typical Fixtures

18 STC/JMU/FO/ELECT/17 Street Light Layout Of B.C. Road Flyover

JKUSDIP Jammu//UT-01

J&K ECONOMIC RECONSTRUCTION AGENCY Jammu and Kashmir Urban Sector Development Investment Program –Project 1

(ADB loan No. 2331-IND)

BIDDING DOCUMENT for

Procurement of

the work of

Construction of Two lane Flyover/ Grade separators (two Nos.) at BC Road and Widening and strengthening of B C Road at Jammu

(Following ADB’s Single Stage - Two Envelope Bidding Procedure)

Volume 2-Price Bid

Issued on: 20 - 10 - 2009

Invitation for Bids No.: JKUSDIP Jammu/ NCB-04 Package No.: JKUSDIP Jammu/UT- 01 Employer: J&K Economic Reconstruction Agency Country: India

JKUSDIP Jammu//UT-01

Letter of Price Bid

Date: -----------------------2009

Package No.: JKUSDIP Jammu/UT-01

IFB No.: JKUSDIP Jammu/NCB-4

To: Chief Executive Officer, J&K Economic Re-construction Agency Jammu We, the undersigned, declare that:

(a) We have examined and have no reservations to the Bidding Documents, including Addenda issued in accordance with Instructions to Bidders (ITB) 8;

(b) We offer to execute in conformity with the Bidding Documents and the Technical Bid submitted for the work of: “Construction of Two lane Flyover/ Grade separators (two Nos.) at BC Road and Widening and strengthening of B C Road” at Jammu –(Package No. JKUSDIP Jammu/UT-01).

(c) The total price of our Bid, excluding any discounts offered in item (d) below is: INR--------------

(d) The discounts offered and the methodology for their application are:--------------

(e) Our Bid shall be valid for a period of One hundred twenty (120) days from the date fixed for the bid submission deadline in accordance with the Bidding Documents, and it shall remain binding upon us and may be accepted at any time before the expiration of that period;

(f) If our Bid is accepted, we commit to obtain a performance security in accordance with the Bidding Documents;

(g) We have paid, or will pay the following commissions, gratuities, or fees with respect to the bidding process or execution of the Contract: **

Name of Recipient Address Reason Amount

......................................... ....................................... ................................ .....................

......................................... ....................................... ................................ .................... . (h) We understand that this bid, together with your written acceptance thereof included in your

notification of award, shall constitute a binding contract between us, until a formal contract is prepared and executed; and

Page 1

JKUSDIP Jammu//UT-01

(i) We understand that you are not bound to accept the lowest evaluated bid or any other bid that you may receive.

Name .................................................................................................................................................

In the capacity of ...............................................................................................................................

Signed ...............................................................................................................................................

Duly authorized to sign the Bid for and on behalf of .........................................................................

Date ....................................................................................................................................... ** If none has been paid or is to be paid, indicate “none”

Page 2

JKUSDIP Jammu//UT-01

Preamble to Bill of Quantities 1. The Bill of Quantities are only indicative and the employer does not take any responsibility on their accuracy. The Bill of Quantities shall be read in conjunction with the Instructions to Bidders, General and Particular Conditions of Contract, Technical Specifications, and Drawings. 2. The quantities given in the Bill of Quantities are estimated and provisional, and are given to provide a common basis for bidding. The basis of payment will be the actual quantities of work ordered and carried out, as measured and verified by the Engineer and valued at the rates and prices bid in the priced Bill of Quantities, wherever applicable, and otherwise at such rates and prices as the Engineer may fix within the terms of the Contract. 3. The rates and prices bid in the priced Bill of Quantities shall, except as otherwise provided under the Contract, include all required construction equipment, labor, supervision, materials, erection, maintenance, insurance, profit, taxes, and duties, together with all general risks, liabilities, and obligations set out or implied in the Contract. 4. A rate or price shall be entered against each item in the priced Bill of Quantities. The cost of Items against which the Contractor has failed to enter a rate or price shall be deemed to be covered by other item rates and prices entered in the Bill of Quantities. 5. The whole cost of complying with the provisions of the Contract shall be included in the Items provided in the priced Bill of Quantities, and where no Items are provided, the cost shall be deemed to be distributed among the rates and prices entered for the related Items of Work. 6. General directions and descriptions of work and materials are not necessarily repeated nor summarized in the Bill of Quantities. References to the relevant sections of the Contract documentation shall be made before entering prices against each item in the priced Bill of Quantities. 7. Provisional Sums included and so designated in the Bill of Quantities shall be expended in whole or in part at the direction and discretion of the Engineer in accordance with the Conditions of Contract. It will be used by the Engineer for nominated sub-contractors, line agencies, third party inspecting agencies, charges levied by statutory electrical, telephone, or other authorities, or for other miscellaneous works. The use of provisional sum will also be for relocation of utilities above or under the ground that conflict with the existing or permanent line or level or the works; independent sampling and laboratory testing as directed by the Engineer, Replacement or Compensation for Plants and Trees removed due to the works; Permanent reinstatement of asphalt roads etc. as directed by the Engineer. 8. The method of measurement of completed work for payment shall be in accordance with the relevant codes of practice. 9. Rock is defined as all materials that, in the opinion of the Engineer, require blasting, or the use of metal wedges and sledge hammers, or the use of compressed air drilling for their removal etc. 10. The Bill of Quantities for the Works is to be read for the purpose of pricing, in conjunction with all other sections of the bid document. The prices quoted for various items in the Bill of Quantities shall be the all inclusive values of works described therein, including all costs, taxes, expenses and royalties, lift and lead charges which may be required in and for the execution of Works and remedying of any defects, together with all risks, liabilities and obligations set forth or implied in this bid document. The unit prices quoted shall apply only to the quantities actually executed. 11. Cost of temporary works like Construction and maintenance of road diversions including traffic control; Construction and maintenance of temporary dewatering and drainage arrangements, establishment and maintenance of contractor’s site office, store, establishment and maintenance of workshops, plant and equipment, including Project sign boards etc will be part of work and shall not be paid extra.

Page 3

JKUSDIP Jammu//UT-01

12. Bill of quantities also includes an item to cover possible extra /excess items . Lumpsum provision of such items is included in BOQ. Bidder will quote bid premium on CPWD SCHEDULE of rates of 2007 for “extra/excess items“. Same premium will be applicable for all variations without any limit. Any extra or excess items eligible for new rate which are available in CPWD schedule will be paid at the alloted premium.

Page 4

BOQ B.C. Road Flyover Page 5

Bill No. DESCRIPTION TOTAL AMOUNT (In Rupees)

1. General Items

2. Site Clearance / Dismantling

3. Earthwork

4. Flyover Works

5. Pavement Works

6. Drainage / Cross Drainage & Protective Works

7. Pedestrian Subway and Bus Bays

8. Road Signs, Marking & Appurtenances

9. Electrical Works

10. Environmental Items

11. Cost of extra/Excess item eligible for new rates

12. Sub Total (Item No.1 to 11)

13 Deduct any discount on Sub Total amount

14 Net Amount after discount

15 Provisional Sum 40,000,000

16 Total Bid Amount

Jammu and Kashmir Urban Sector Development Investment Program (ADB Loan No. 2331-IND)

Name of Work: Construction of Two lane Flyover/ Grade separators (two Nos.) at BC Road and Widening and strengthening of B C Road at Jammu

Contract Package No.: JKUSDIP Jammu/UT-01

Abstract of Costs

JKUSDIP Jammu//UT/01

BOQ B.C. Road Flyover Page 6

In Figures In WordsI II III IV V VI VI I VIII

1.1 CONTRACTUAL REQUIREMENTS

1.1.1 Performance Security LS 1 Job With first work payment certificate

1.1.2 Insurance of the Works LS 1 Job With first work payment certificate

1.1.3 Insurance of Construction Plant LS 1 Job With first work payment certificate

1.1.4 Third Party insurance LS 1 Job With first work payment certificate

1.2 SPECIFIC REQUIREMENTS

1.2.1Providing Engineer's temporary site office of 50 m2

area including furniture and other necessaryameneties.

LS 1 Job

After Completion of job and obtaining approval of Engineer , with interim work payment certificate

1.2.2Maintenance of Engineer's Site Office andLaboratory including cleaning, power, water supplyetc.

Month 30Monthly (For Contract period of 30 months plus extension agreed on part of Employer)

1.2.3 Establishing Laboratory including equipments etc. LS 1 Job

After Completion of job and obtaining approval of Engineer , with interim work payment certificate

1.2.4 Site Photographs during execution of works as andwhen asked by the Engineer. LS 1 Job With final work payment certificate

1.2.5 Record Drawings LS 1 Job With final work payment certificate

Amount in INR

TOTAL BILL 1

Jammu and Kashmir Urban Sector Development Investment Program (ADB Loan No. 2331-IND)Name of Work: Construction of Two lane Flyover/ Grade separators (two Nos.) at BC Road and Widening and strengthening of B C Road at Jammu (Following ADB’s Single Stage - Two Envelope Contract Package No.: JKUSDIP Jammu/UT-01

Bill No.1. GENERAL ITEMS

Sl. No. Description of item Unit Qty Rate Eligibility of Payment

JKUSDIP Jammu//UT‐01

BOQ B.C. Road Flyover Page 7

In Figures In WordsI II III IV V VI VII

2.01

Clearing & grubbing of land including uprooting all vegetation, grass, bush shrubs,saplings and trees of girth up to 300 mm, removal of stumps of trees of girth of all sizesincluding removing stumps of trees cut earlier and disposal of unserviceable material asdirected by Engineer with all lifts and lead upto the dumping site as indicated by JammuMuncipal Corporation (As per MORT&H Specification Clause No.201). The words"lead upto 1000 mts." wherever mentioned in MORT&H Specification Clause No. 201shall be replaced by "upto all leads".

Ha 0.7

2.02

Cutting of trees of all girths above 300 mm including cutting of trunks, branches,uprooting and removal of all materials and filling depressions/pits by approved earth etc.complete, including liasioning with the concerned authorities. (As per MORT&HSpecification Clause No.201). The words "lead upto 1000 mts." wherever mentioned inMORT&H Specification Clause No. 201 shall be replaced by "upto all leads".

a) girth 300 mm to 600 mm Nos 57

b) girth above 600 mm to 900 mm Nos 18

c) girth above 900 mm to 1800 mm Nos 5

2.03

Dismantling of existing structures on roadway including sorting out the dismantledserviceable material, disposal of unserviceable material and utilising the serviceablematerial free of cost in permanent works as directed by the Engineer with all leads andlifts etc. complete, including making the required inventories and handing over theremaining dismantled materials to the concerned line departments. (As per MORT&HSpecification Clause Nos.112,202)

a) Brick/ Stone masonry Cum 3000

b) Plain Concrete Cum 300

c) Reinforced Concrete Cum 60

d) Bituminous pavement by mechanical means Cum 7400

e) MS Pipes, Guard rails, and Fencing LM 400

f) Footpaths and Medians Sqm 4000

g) Kerbs and Gutters LM 1500

2.04Scarifying the existing bituminous surface, picking up scarified material and disposingaway the unserviceable material as directed by engineer. (As per MORT&H SpecificationClause No.305.4.3)

Sqm 10100

TOTAL BILL 2

Jammu and Kashmir Urban Sector Development Investment Program (ADB Loan No. 2331-IND)Name of Work: Construction of Two lane Flyover/ Grade separators (two Nos.) at BC Road and Widening and strengthening of B C Road at Jammu (Following ADB’s Single Stage - Two Envelope Bidding Procedure)Contract Package No.: JKUSDIP Jammu/UT-01

Bill No. 2. SITE CLEARANCE / DISMANTLING

Sl. No. Description of item Unit Qty Rate Amount in INR

JKUSDIP Jammu//UT‐01

BOQ B.C. Road Flyover Page 8

In Figures In WordsI II III IV V VI VII

3.01

Earth work in excavation for road way in all types of strata other thanrock including dressing of bottom and sides of trenches making sectionto the required grade, camber and side slopes, stacking the excavatedsoil clear from the edge of excavation including disposal ofunserviceable and surplus soil as directed by the Engineer with all leadsand lifts etc. complete. (As per MORT&H Specification ClauseNos.112, 301,). The words "lead upto 1000 mts." wherever mentionedin MORT&H Specification Clause No. 301 shall be replaced by "uptoall leads".

a) Depth up to 3.0 m Cum 4200

3.02

Construction of sub grade and embankment with approved materialobtained from excavation of roads, drains, retaining walls, breast walls,toe walls, cross drainage works, trench excavation etc, transporting tosite, spreading, grading to required slope, with all leads and lifts. (Asper MORT&H Specification Clause Nos.112,301,305). The words"lead upto 1000 mts." wherever mentioned in MORT&H SpecificationClause No. 301 shall be replaced by "upto all leads".

Cum 6080

3.03

Construction of sub grade and embankment with approved materialhaving 4 day soaked CBR equal to or more than 8% obtained fromapproved borrow pits, spreading, grading to required slope. (As perMORT&H Specification Clause Nos.112,301,305). The words "leadupto 1000 mts." wherever mentioned in MORT&H SpecificationClause No. 301 shall be replaced by "upto all leads".

Cum 1520

TOTAL BILL 3

Jammu and Kashmir Urban Sector Development Investment Program (ADB Loan No. 2331-IND)Name of Work: Construction of Two lane Flyover/ Grade separators (two Nos.) at BC Road and Widening and strengthening of B C Road at Jammu (Following ADB’s Single Stage - Two Envelope Bidding Procedure)

Contract Package No.: JKUSDIP Jammu/UT-01

Bill No. 3. EARTHWORK

Sl. No. Description of item Unit Qty Rate

Amount in INR

JKUSDIP Jammu//UT‐01

BOQ B.C. Road Flyover Page 9

i

In Figures In WordsI II III IV V VI VII

4.01

Earthwork in excavation for foundation of structures in all types ofstrata other than rock including dressing of bottom and sides oftrenches, stacking excavated soil clear from the edges of the trenches,including disposal of unserviceable and surplus soil as directed by theEngineer and including backfilling the trenches with approved materialincluding watering, ramming, with all leads and lifts etc. complete. (Asper MORT&H Specification Clause Nos. 109,112,301,304). The words"lead upto 1000 mts." wherever mentioned in MORT&H SpecificationClause No. 301 shall be replaced by "upto all leads".

a) Depth up to 3.0 m Cum 4260

b) Depth from 3.0 m to 6.0 m Cum 2375

4.02

Providing and laying in situ cement concrete using stone metal of 20mmnominal size for leveling course below foundation, including necessaryformwork, centering, mixing in mechanized batch mix plant,compacting, curing by sprinkling / ponding of water for 7 days andfinishing as directed including all leads, lifts etc. complete. (As perMORT&H Specification Section Nos. 1000,1500,1700,2100)

M15 grade concrete Cum 330

4.03

Providing and laying in situ RCC in open foundation using stone metalof 20mm nominal size including necessary formwork, centering, mixingin batch mix plant, compacting, curing by sprinkling / ponding of waterfor 7 days and finishing as directed including all leads, lifts etc.complete. (excluding steel reinforcement) (As per MORT&HSpecification Section Nos. 1000, 1500, 1700, 2100)

M-35 Grade Concrete Cum 3300

Jammu and Kashmir Urban Sector Development Investment Program (ADB Loan No. 2331-IND)Name of Work: Construction of Two lane Flyover/ Grade separators (two Nos.) at BC Road and Widening and strengthening of B C Road at Jammu (Following ADB’s Single Stage - Two Envelope Bidding Procedure)Contract Package No.: JKUSDIP Jammu/UT-01

Bill No. 4. FLYOVER WORKS

Sl. No. Description of item Unit Qty Rate

Amount in INR

JKUSDIP Jammu//UT‐01

BOQ B.C. Road Flyover Page 10

In Figures In WordsI II III IV V VI VII

Sl. No. Description of item Unit Qty Rate

Amount in INR

4.04

Providing and laying in position RCC in substructure, retaining wall,return walls, box and framed structure, subways etc. using stone metal20mm nominal size including necessary formwork, centering, mixing inmechanized batch mix plant, compacting, curing and finishing asdirected and including all leads and lifts etc. complete. (excluding steelreinforcement) (As per MORT&H Specification Section Nos. 1000,1500, 1700, 2200)

M-35 Grade Concrete Cum 2200

4.05

Providing and laying pre-stressed concrete in precast post tensionedgirders with tone metal etc. complete including launching of girders upto 10m height.(excluding steel reinforcement) (As per MORT&HSpecification Section Nos. 1800)

M45 Grade Concrete Cum 2059

4.06

Providing and laying in situ M45 grade concrete in deck slab over PSCgirders with stone metal natural or crushed sand, OPC 43/53 grade,including centering and formwork, mixing in mechanized batch mixplant, compacting, curing by sprinkling/ponding water for 14 days andfinishing as directed by the Engineer.(excluding steel reinforcement)(As per MORT&H Specification Section Nos. 1500,1700,2300)

M45 Grade Concrete Cum 2170

4.07

Providing & laying High Yield Strength Deformed bars forreinforcement for foundation, substructure and superstructure, walls etc.Including cutting, bending, hooking by machine, tying in positionincluding binding wire, spacers, chairs, cover blocks as per detaileddrawing including all leads and lifts etc. complete. (As per MORT&HSpecification Section Nos. 1000,1600)

MT 1250

4.08

Providing and fixing in position to exact profile high tensile pre-stressing steel conforming to low Relaxation Pre-stressing steel strands -CI. II as per IS 14268 of specified ultimate strength, includingcutting, forming cables etc and further including laying bright metalsheathing of specified dia. , anchorages stage wise stressing , groutingand all enabling work for pre tensioning / post tensioning of steel etc.complete as per detailed drawings and as directed by the Engineer. (Asper MORT&H Specification Section Nos. 1000, 1800)

MT 88

JKUSDIP Jammu//UT‐01

BOQ B.C. Road Flyover Page 11

In Figures In WordsI II III IV V VI VII

Sl. No. Description of item Unit Qty Rate

Amount in INR

4.09Constructing reinforced cement concrete M-35 Grade crash barrier asper detailed drawing. (As per MORT&H Specification Section Nos.1500,1600,1700)

M35 Grade RCC LM 2600

4.10Drainage spouts of 100 mm dia complete as per drawing and TechnicalSpecification. (As per MORT&H Specification ClauseNos.2705,2708,2709)

No. 384

4.11

Providing 100 mm dia. runner and down take 'B' Class GI pipe to drainwater from drainage spouts with necessary fixtures as per drawing anddirections of the Engineer. (As per MORT&H Specification ClauseNos.2705,2708,2709)

LM 1512

4.12Providing and fixing in position true to line and level complete as perdrawing and Technical Specifications. (As per MORT&H SpecificationSection No.2000)

POT cum PTFE bearings

i) Fixed Bearings

Vertical Capacity - upto 100 T No. 72

ii) Sliding Bearings

Vertical Capacity - upto 100 T No. 285

4.13

Providing and fixing in position strip seal type expansion joints as perdetailed drawing and approved specifications including cost of allmaterials and fixtures, welding, preparing surface for receiving thejoints including all leads and lifts etc. complete.(As per MORT&HSpecification Section No.2600)

i) for movement of 40 mm LM 122

4.14

Painting with 2 coats of cement based paint on primer of approvedmake to concrete surfaces of Bridge above ground as directed by theEngineer. (As per MORT&H Specification Section / Clause No.800 /803)

Sqm 17850

JKUSDIP Jammu//UT‐01

BOQ B.C. Road Flyover Page 12

In Figures In WordsI II III IV V VI VII

Sl. No. Description of item Unit Qty Rate

Amount in INR

4.15

Providing and laying 25 mm thick mastic asphalt wearing coursewith paving grade bitumen meeting the requirements given in table500-29 prepared by using mastic cooker and laid to required leveland slope after cleaning the surefire including providing antiskidsurface with bitumen pre coated fine grained hard stone chippingof 13.2 mm nominal size at the rate of 0.005 cum per 10 sqmand at an appropriate spacing of 10 cm centre to centre in bothdirections pressed into surface when the temperature of surfaces isnot less than 100 (degree Celsius) protruding 1 mm to 4 mm overmastic surface all complete as per clause 515. (As per MORT&HSpecification Section Nos. 500,2700)

Sqm 169

4.16

Providing and laying 50 mm thick Asphalt Concrete in 2 layers of25mm each with hot mix hot laid Dense Bituminous Macadam with 5%bitumen of 60/70 Grade (compaction with Vibratory Roller) includingtack coat of 5kg/10sqm. (As per MORT&H Specification SectionNo.500)

Cum 17

4.17

Providing Weep Holes in plain concrete / reinforced concreteabutments, wing walls, return walls etc. as per drawing and technicalspecification including cost and conveyance of all materials, labours etc.as per direction of the Engineer.(As per MORT&H SpecificationSection / Clause Nos. 2200 / 2706 )

No. 100

4.18

Construction of reinforced earth walls with precast panels, reinforcingelements, capping beam including ground treatment, if required, with alltools and tackles, miscellaneous member, machinery complete as perdrawing and technical specifications. (As per MORT&H SpecificationSection Nos. 1000, 2200, 3100)

Sqm 1,531

4.19

Providing and laying in situ M 30 grade concrete in Friction &Approach Slab with stone metal, 20mm nominal size, includingcentering and formwork, mixing in mechanized batch mix plant,compacting, curing by sprinkling/ponding water for 14 days andfinishing as directed by the Engineer.(excluding steel reinforcement)(As per MORT&H Specification Section Nos. 1000,1500,2300,2700)

M30 Grade Concrete Cum 413

JKUSDIP Jammu//UT‐01

BOQ B.C. Road Flyover Page 13

In Figures In WordsI II III IV V VI VII

Sl. No. Description of item Unit Qty Rate

Amount in INR

4.20

Providing and laying in situ PCC/RCC M-20 in open foundation belowRE Wall Panels using stone metal, 20mm nominal size, includingnecessary formwork, centering, mixing in mechanized batch mix plant,compacting, curing by sprinkling/ponding of water for 7 days andfinishing as directed including all leads, lifts etc. complete. (excludingsteel reinforcement) (As per MORT&H Specification Section Nos.1000, 1500, 2100,)

M20 Grade Concrete Cum 73

4.21Providing Filter medium behind RE Wall Panels complete as perdrawing and Technical specification. (As per MORT&H SpecificationSection 2200 and Clause 710.1.4 of IRC-78)

Cum 839

4.22Filling in RE Wall Return with selected granular materials of approvedquality complete as per drawing and Technical Specification. (As perMORT&H Specification Section Nos. 700,3100.)

Cum 3679

TOTAL BILL 4

JKUSDIP Jammu//UT‐01

BOQ B.C. Road Flyover Page 14

In Figures In WordsI II III IV V VI VII

5.01

Providing and laying Granular Sub Base conforming to Grading II ofTable 400.2 with specified graded stone metal and sand mixed in placeand laid with mechanical means spreading with motor grader andcompacting with vibratory roller having minimum 80 - 100 KN staticweight to achieve desired density of 98% of MDD including allmaterial, labour, machinery with all leads and lifts etc. complete. (Asper MORT&H Specification Section No.400)

Cum 3100

5.02

Providing and laying Wet Mix Macadam with paver finisher inspecified thickness, each layer not exceeding 200 mm compactedthickness including premixing in pug mill/plant well graded crushedstone aggregate, with watering and spreading by to required profile andcompacting with vibratory roller having minimum 80-100 KN staticweight to achieve desired density of 98% of MDD including allmaterial, labour, machinery with all leads and lifts etc. complete. (Asper MORT&H Specification Clause No.406)

Cum 2900

5.03

Providing and applying Primer Coat using bituminous emulsioncomplying to IS: 8887 over prepared surface of granular base withemulsion at a temperature between 20 - 60 deg. C and applying auniform coat with the aid of self propelled bitumen pressure sprayingbar with nozzles of constant volume of pressure system @0.6Kg/Sqmincluding all material, labou, machinery with all leads and lifts etc.complete. (As per MORT&H Specification Clause No.502)

Sqm 21200

Jammu and Kashmir Urban Sector Development Investment Program (ADB Loan No. 2331-IND)Name of Work: Construction of Two lane Flyover/ Grade separators (two Nos.) at BC Road and Widening and strengthening of B C Road at Jammu (Following ADB’s Single Stage - Two Envelope Bidding Procedure)Contract Package No.: JKUSDIP Jammu/UT-01

Bill No. 5. PAVEMENT WORK

Sl. No. Description of item Unit Qty Rate Amount in INR

JKUSDIP Jammu//UT‐01

BOQ B.C. Road Flyover Page 15

In Figures In WordsI II III IV V VI VII

Sl. No. Description of item Unit Qty Rate Amount in INR

5.04

Providing and laying Dense Bituminous Macadam grade – II in twolayers of each 75 mm compacted thickness on prepared surface using60 / 70 grade bitumen @ 4.5% of bitumen by weight of mix includingproviding necessary aggregates with specified gradation mixing withmechanical means in hot mix plant of suitable capacity of batch mixtype and electronically controlled mixing of the specified temperature,transporting and laying the mix with self propelled paver finisher withelectronic sensor device in full width and initial compaction withminimum 80 - 100 KN static weight vibratory roller/pneumatic tyreroller having minimum 150 – 250 KN weight having a tyre pressure ofat least 0.7 MPa and finished with minimum 60 – 80 KN weightsmooth wheeled tandem roller to achieve desired density including allmaterial, labour, machinery with all leads and lifts (excluding tackcoat) complete. (As per MORT&H Specification Clause No.507)

Cum 2950

5.05

Providing and applying Tack Coat using bituminous emulsioncomplying to IS: 8887 over prepared surface of bituminous layer withemulsion at a temperature between 20 - 60 deg. C and applying auniform coat with the aid of self propelled bitumen pressure sprayerwith self heating arrangement and spraying bar with nozzles ofconstant volume or pressure system @ 0.25 kg/sqm including allmaterial, labour, machinery with all leads and lifts etc. Complete. (Asper MORT&H Specification Clause No.503)

Sqm 21200

5.06

Providing and laying Bituminous Concrete in a single layer of 50 mmcompacted thickness on prepared surface using modified bitumen ofgrade approved by the engineer including providing necessaryaggregates with specified gradation mixing with mechanical means inhot mix plant of suitable capacity of batch mix type and electronicallycontrolled mixing to the specified temperature, transporting and layingthe mix with self propelled paver finisher with electronic sensor devicein full width and initial compaction with minimum 80 - 100 KN staticweight smooth wheeled roller followed by intermediate rolling withminimum 80 - 100 KN static weight vibratory roller / pneumatic tyreroller having minimum 150 - 250 KN weight having a tyre pressure ofat least 0.7 MPa and finished with minimum 60 - 80 KN weightsmooth wheeled tandem roller to achieve desired density including allmaterial, labour, machinery with all leads and lifts etc. complete(excluding tack coat) and including cement filler @2% by weight ofmix. (As per MORT&H specification Clause Nos.501,508)

Cum 1490

TOTAL BILL 5

JKUSDIP Jammu//UT‐01

BOQ B.C. Road Flyover Page 16

i

In Figures In WordsI II III IV V VI VII

6.01

Earth work in excavation in all types of strata other than rock fordrains, retaining walls, breast walls, toe walls and channels etc.,including dressing of bottom and sides of trenches, stacking theexcavated soil clear from the edge of excavation including disposal ofunserviceable and surplus soil as directed by the Engineer with all leadsand lifts etc. complete. (As per MORT&H Specification ClauseNos.112,301,). The words "lead upto 1000 mts." wherever mentionedin MORT&H Specification Clause No. 301 shall be replaced by "uptoall leads". a) Depth up to 3.0 m Cum 12100

b) Depth from 3.0 m to 6.0 m Cum 3600

6.02

Providing and laying M10 in-situ cement concrete using stone metal,20mm nominal size, for leveling course including necessary formwork,centering, mixing in mechanized batch mix plant, compacting, curingby sprinkling/ponding of water for 7 days and finishing as directedincluding all leads, lifts etc. complete (As per MORT&H SpecificationSection Nos.1000,1700 & 2100)

Cum 529

6.03

Providing and laying in situ PCC/RCC M20 grade for trenches, drains,precast cover, retaining walls, toe walls, head walls including coping.with stone metal, natural or crushed sand, including necessary formwork, centering, mixing with mechanical mixers, compacting vibrating, curing by sprinkling/ponding of water for 14 days and finishing as directed by the Engineer including all leads and lifts etc.complete(excluding reinforcement) (As per MORT&H SpecificationSection Nos.1000,1700 & 2100,2200)

Cum 2950

6.04

Providing & laying High Yield Strength Deformed bars forreinforcement for foundation, substructure and superstructure, wallsetc. including cutting, bending, hooking by machine, tying in positionincluding binding wire, spacers, chairs, cover blocks as per detaileddrawing including all leads and lifts etc. complete. (As per MORT&HSpecification Section Nos.1000,1600)

MT 135

Jammu and Kashmir Urban Sector Development Investment Program (ADB Loan No. 2331-IND)Name of Work: Construction of Two lane Flyover/ Grade separators (two Nos.) at BC Road and Widening and strengthening of B C Road at Jammu (Following ADB’s Single Stage - Two Envelope Bidding Procedure)Contract Package No.: JKUSDIP Jammu/UT-01

Bill No. 6. DRAINAGE / CROSS DRAINAGE AND PROTECTIVE WORKS

Sl. No. Description of item Unit Qty Rate Amount in INR

JKUSDIP Jammu//UT‐01

BOQ B.C. Road Flyover Page 17

In Figures In WordsI II III IV V VI VII

Sl. No. Description of item Unit Qty Rate Amount in INR

6.05

Providing Weep Holes in plain concrete / reinforced concreteabutments, wing walls, return walls etc. as per drawing and technicalspecification including cost and conveyance of all materials, laboursetc. as per direction of the Engineer.(As per MORT&H SpecificationSection / Clause Nos. 2200 / 2706 )

No. 400

6.06

Providing and laying dry stone pitching 230 mm thick underneathleveling course as specified and as per drawing and as directed byEngineer with all leads and lifts etc. complete. (As per MORT&HSpecification Clause No.2504)

Cum 550

6.07

Providing and laying cement concrete pre-cast kerbs in M-20 gradeconcrete as per drawing and directed by Engineer with all leads lifts etc.complete. (As per MORT&H specification Section Nos.1000, 1500,1700, & 2100)

LM 5400

6.08

Providing and constructing Kerb inlets as shown in drawing andspecifications and as directed by Engineer with all leads and lifts etc.for depth up to 1m. (As per MORT&H Specification SectionNos.1000,1500,1700, & 2100)

No. 600

6.09Providing and constructing in M-20 grade concrete, RCC precast slabcovers as shown in drawing and specifications and as directed byEngineer with all leads and lifts etc.

Cum 280

6.10

Providing and laying interlocking 60mm thick concrete paving blocksin footpaths and medians excluding sand bed etc. complete as perdrawing and specifications. . (As per MORT&H Specification SectionNo.600)

Sqm 3800

6.11Providing and laying in position to the level, grade 150mm dia. PVCpipe for entry of water in drain etc. complete as per drawing and / or asdirected by the Engineer.

LM 130

6.12Filling below paver blocks selected granular materials of approvedquality completeb as per drawing and / or as directed by the Engineer. Cum 1100

JKUSDIP Jammu//UT‐01

BOQ B.C. Road Flyover Page 18

In Figures In WordsI II III IV V VI VII

Sl. No. Description of item Unit Qty Rate Amount in INR

6.13

Providing and laying in situ cement concrete using stone metal, 20mmnominal size, for leveling course below base slab including necessaryformwork, centering, mixing in mechanized batch mix plant,compacting, curing by sprinkling/ponding of water for 7 days andfinishing as directed including all leads, lifts etc. complete. As perMORT&H Specification Section Nos. 1000,1500,1700,2100)

for M15 grade concrete Cum 318

6.14

Providing and laying in situ / precast different grades of controlledconcrete, plain or reinforced for works such as foundations /substructure / superstructure/solid slab / arches / box culverts / portals /girders / chambers etc. with stone metal, 20 mm nominal size, includingnecessary form work and centering, mixing in mechanized batch mixplant, compacting, curing by sprinkling / ponding of water forminimum 14 days, finishing as directed and including all leads and liftsetc. complete.(excluding steel reinforcement). As per MORT&Hspecification Section Nos. 1000,1500,1700,2100

M-30 - Base Slab Cum 1120

M-30 – Walls Cum 1240

M-30 - Top Slab Cum 110

6.15

Providing & laying High Yield Strength Deformed bars forreinforcement for foundation, substructure and superstructure, wallsetc. Including cutting, bending, hooking by machine, tying in positionincluding binding wire, spacers, chairs, cover blocks as per detaileddrawing including all leads and lifts etc. complete. (As per MORT&Hspecification Section Nos. 1000,1600)

MT 230

6.16

Providing and laying in situ cement concrete with M 20 gradecontrolled concrete for flooring apron with stone metal, 20 mm nominalsize, including cost of necessary form work, centering, mixing withmechanical mixers, compacting, vibrating, curing by sprinkling/ponding of water for 14 days, finishing as directed including all leadsand lifts etc. complete. (As per MORT&H specification Section No.1000, 1500, 1700,2100 & 2503)

Cum 5

6.17Providing and laying boulder apron as per drawings and TechnicalSpecifications. (As per MORT&H specification Section No. 2503) Cum 5

TOTAL BILL 6

JKUSDIP Jammu//UT‐01

BOQ B.C. Road Flyover Page 19

In Figures In WordsI II III IV V VI VII

7.01

Earthwork in excavation for foundation for structures in all types ofstrata other than rock including dressing of bottom and sides oftrenches, stacking excavated stuff clear from the edges of the trenches,including disposal of surplus spoil as directed by the Engineer andincluding backfilling the trenches with approved material includingwatering, ramming, with all leads etc. complete. (As per MORT&HSpecification Clause Nos. 112,301,304). The words "lead upto 1000mts." wherever mentioned in MORT&H Specification Clause No. 301shall be replaced by "upto all leads".

Depth upto 3 m Cum 350

Depth between 3 - 6 m Cum 180

7.02

Providing and laying dry stone pitching 230 mm thick underneathleveling course as specified and as per drawing and as directed byEngineer with all leads and lifts etc. complete. (As per MORT&HSpecification Clause No.2504)

Cum 36

7.03

Providing and laying in situ cement concrete M-15 using stone metal,20 mm nominal size, for levelling course below base slab includingnecessary formwork, centering, mixing in mechanized batch mix plant,compacting, curing by sprinkling/ponding of water for 7 days andfinishing as directed including all leads, lifts etc. complete (As perMORT&H Specification Section Nos. 1000, 1500, 1700, 2100)

M15 grade concrete Cum 25

Jammu and Kashmir Urban Sector Development Investment Program (ADB Loan No. 2331-IND)Name of Work: Construction of Two lane Flyover/ Grade separators (two Nos.) at BC Road and Widening and strengthening of B C Road at Jammu (Following ADB’s Single Stage - Two Envelope Bidding Procedure)Contract Package No.: JKUSDIP Jammu/UT-01

Bill No. 7. PEDESTRIAN SUBWAY AND BUS BAYS

Sl. No. Description of item Unit Qty Rate Amount in INR

JKUSDIP Jammu//UT‐01

BOQ B.C. Road Flyover Page 20

In Figures In WordsI II III IV V VI VII

Sl. No. Description of item Unit Qty Rate Amount in INR

7.04

Providing and laying in position RCC in substructure, retaining wall,return walls, box and framed structure, subways etc. using stone metal,20 mm nominal size, including necessary formwork, centering, mixing in mechanized batch mix plant, compacting, curing and finishing asdirected and including all leads and lifts etc. complete. (excluding steelreinforcement) (As per MORT&H Specification Section Nos. 1000,1500, 1700, 2200)

M-30 in Base Slab Cum 64

M-30 in Walls Cum 114

M-30 in Top Slab Cum 54

7.05

Providing & casting in situ C.C. M30, using stone metal, 20 mmnominal size, for R.C.C. slabs, beams, staircase, waist slab and landingsor ramps as per detailed designs and drawings or as directed includingcentering, form work compacting and roughening if special finishing isto be provided, and curing complete. (Excluding reinforcement). (As perMORT&H Specification Section Nos. 1000, 1500, 1700, 2300)

M30 Grade Concrete Cum 12

7.06

Providing & laying High Yield Strength Deformed bars forreinforcement for foundation, substructure and superstructure, walls etc.including cutting, bending, hooking by machine, tying in positionincluding binding wire, spacers, chairs, cover blocks as per detaileddrawing including all leads and lifts etc. complete. (As per MORT&HSpecification Section Nos. 1000 & 1600)

MT 25

7.07

Providing Weep Holes in plain concrete / reinforced concreteabutments, wing walls, return walls etc. as per drawing and technicalspecification including cost and conveyance of all materials, labours etc.as per direction of the Engineer.(As per MORT&H SpecificationSection / Clause Nos. 2200 / 2706 )

No. 400

7.08

Providing and laying polished Kota stone flooring, landing 25 mm to 30mm thick and required width in plain/diamond pattern on a bed of 1:6cement mortar including cement float, filling joints with neat cementslurry, curing, polishing and cleaning etc. complete as per drawing anddirections of the Engineer.

25mm thick Sqm 100

JKUSDIP Jammu//UT‐01

BOQ B.C. Road Flyover Page 21

In Figures In WordsI II III IV V VI VII

Sl. No. Description of item Unit Qty Rate Amount in INR

7.09

Providing and laying in required positions skirting or dado includingrisers of polished kotah stone slabs 20 mm thick and required width on1:4 cement plaster including cement float filling joints with cementslurry, curing, rubbing, polishing and cleaning etc. complete as perdrawing and directions of the Engineer.

20 mm thick Sqm 19

7.10Providing / fixing decorative granite stone slabs 16 mm thick, claddingin ups and downs pattern as per detailed drawing and directions of theEngineer.

Sqm 280

7.11

Providing and laying 30 - 35 mm thick precast polished chequeredcement tiles for treads/ risers / flooring etc. with nosing of treads mouldas directed by Engineer-in-charge on bed of 1:4 Cement Mortar (1cement : 4 sand) in required positions including cement float, filling thejoints with neat cement slurry, curing, polishing and cleaning etc.complete as per drawing and directions of the Engineer.

Sqm 70

7.12

Providing and constructing Brick Masonry for walls, pillars, etc.with standard size approved modular bricks in 1:4 cement mortar forfull required height including scaffolding, watering, racking out joints,for facing, dubbing if required, curing etc. and all lifts, leads andconveying as per drawing, specification and direction, etc. complete. Asper MORT&H Specification Section No.1300

Cum 22

7.13

Providing internal cement plaster 20 mm thick in two coats in cementmortar 1:4 with neeru finish to concrete, brick surface in allpositions including scaffolding and curing complete. (As perMORT&H Specification Section Nos.1300 & 2200)

Sqm 185

7.14

Providing ceiling cement plaster 6 mm thick in a single coat in cementmortar 1:4 with neeru finish to concrete surfaces in all positionsincluding scaffolding and curing complete. (As per MORT&HSpecification Section Nos.1300 & 2300)

Sqm 150

7.15

Providing and applying white wash in two coats on old / newplastered or masonry surface and asbestos cement sheets includingscaffolding and preparing the surface by brushing and brooming downcomplete as per directions of the Engineer.

Sqm 335

JKUSDIP Jammu//UT‐01

BOQ B.C. Road Flyover Page 22

In Figures In WordsI II III IV V VI VII

Sl. No. Description of item Unit Qty Rate Amount in INR

7.16

Providing and applying colour wash of approved colour and shade intwo coats on new surface including scaffolding brushes andbrooming down etc. complete (excluding base coat of white wash) asper directions of the Engineer.

Sqm 335

7.17

Providing and fixing 300 mm high stainless steel hand-rail consisting of50 mm dia horizontal pipe of stainless steel grade (304) with 50 mmdia. MS sleeve, anchor plate, epoxy grout and stainless steel cap withnecessary anchoring arrangements etc. all complete as per drawing andspecifications or as directed.

LM 110

7.18

Providing and fabricating structural steel work in rolled sections, fixedwith connecting plate or angle cleats in main and cross beams, hip andjack rafters, purlins connecting to truss members and the like as perdetailed design and drawing or as directed including cutting,fabricating, hoisting, erecting, fixing on position, making riveted /bolted / welded connections and one coat oil anti-corrosive paint overit. two coats of oil paint complete. (As per MORT&HSpecification Section No.1900)

MT 2

7.19

Providing and fixing rolling shutter fabricated from 80 x 1.25-mm m.s.interlocked together entire length laths with lock plate of 3.15 mmthickness reinforced with 35 x 35 x 5 mm angle section fitted withsliding bolts and handles for both sides, deep M.S. channel section ofdepth and thickness not less than 65 mm and 3.15 mm respectively withhold fasts arrangement, M.S. bracket plate 300 x 300 x 3.15 mmminimum size and shape with square bar. suspension shaft ofminimum 32 mm diameter, hood cover of M.S. sheet not less than0.90 mm thickness and of any size at top and safety devicesincluding manual operation or mechanical gear operation arrangementconsisting of worm gear wheels and worms of high grade cast iron ormild steel and one coat of red lead primer and two coats of approvedshade and colour oil paint and two coats of approved shade and colouroil paint etc. complete. (As per MORT&H Specification SectionNo.1900)

Sqm 40

7.20Providing, fixing of Galvanised M.S. Corrugated Sheet (0.63 mm thickGrade A) of approved make & specification as per direction of engineer,with all fixings confirming to IS:277/2003

Kg 340

TOTAL BILL 7

JKUSDIP Jammu//UT‐01

BOQ B.C. Road Flyover Page 23

In Figures In WordsI II III IV V VI VII

8.01Pavement marking with Thermoplastic Paint as per IRC 67-2001 andMORT&H Specification Clause 802

a) Lane /centre line / transverse marking Sqm 260

b) Directional arrows, lettering etc. Sqm 200

8.02

Supplying and fixing direction and place identification sign board madeout of 2 mm thick aluminum sheet on two vertical MS post of size65X65X6 mm, 3 meter long with hold fasts, stove enameled paint ,reflective letter, symbol, complete (MORT&H Specification Section800 and Clause 801) and IRC: 67-2001

Sqm 100

8.03

Supplying and fixing cautionary/warning reflective sign board made outof 2 mm thick M.S. sheet as per IRC-67 -2001, stove enameled paint,reflective symbol fixed on angle iron of size 65X65X6 mm of 3m longcomplete (MORT&H Specification Section 800 and Clause 801) 60 cmequilateral triangle

No. 10

8.04

Supplying and fixing mandatory/regulatory reflective sign board fixedon 3 meter, long angle irons of size 65X65x6mm. Complete as per IRC-67-2001, made of 2mm thick M.S. sheet, stove enameled paint andreflective symbol. (MORT&H Specification Section 800 and Clause801) 60 cm Diameter.

No. 10

8.05

Supplying and fixing informatory reflective signboards made of 2mmthick MS sheet stove enameled paint as per IRC-67-2001 fixed on MSpost of size 65X65X6mm of 3 meter long complete (MORT&HSpecification Section 800 and Clause 801) 80X60 cm with size ofsquare 40cm

No. 10

8.06Providing & fixing road delineators complete as per drawing andTechnical Specification and as directed by the Engineer. (MORT&HSpecification Section 800 and Clause 805)

No. 200

Jammu and Kashmir Urban Sector Development Investment Program (ADB Loan No. 2331-IND)Name of Work: Construction of Two lane Flyover/ Grade separators (two Nos.) at BC Road and Widening and strengthening of B C Road at Jammu (Following ADB’s Single Stage - Two Envelope Bidding Procedure)Contract Package No.: JKUSDIP Jammu/UT-01

Bill No. 8. ROAD SIGNS, MARKINGS AND APPURTANCES

Sl. No. Description of item Unit Qty Rate Amount in INR

JKUSDIP Jammu//UT‐01

BOQ B.C. Road Flyover Page 24

In Figures In WordsI II III IV V VI VII

Sl. No. Description of item Unit Qty Rate Amount in INR

8.07

Providing & fixing reinforced cement concrete M15 kilometer stone ofstandard design and size including excacations & fixing in postions inC.C 1:4:8 using 40mm & down size granite/trap/basalt and clean sievedapproved sand, plastering the exposed faces with cm 1:3, 12 mm thick,including with all leads, loading, unloading, curing, formwork etc.complete (MORT&H Specification Clause 804)

a) 5th Km stone No. 1

b) Ordinary Km stone No. 2

8.08

Providing and fixing reinforced cement concrete M15 boundary posts ofstandard design and size including excavation and fixing in positionusing 20mm & down size hard sand stone and clean sieved approvedsand and plastering the exposed faces with cm 1:3, 12mm thick,including painting, etc., with cost of all materials, labour, with all leads,loading, unloading, curing, formwork etc., all complete as per technicalspecifications and direction of the Engineer, (MORT&H Specificationsclause 806, IRC Publication no. 25)

No. 130

TOTAL BILL 8

JKUSDIP Jammu//UT‐01

BOQ B.C. Road Flyover Page 25

In Figures In WordsI II III IV V VI VII

9.01

Supply and errection of MS swaged tubuler pole as per IS 2713-1980(part I & II) and made out from steel of ultimate tensile strength410MPa (42kgf/sqmm) with MS base base plate in position, includingexcavation of pit, filling the same with C.C. of M-20 grade (1:1.5:3)from bottom to 50 cm above the ground level with the help of steelframe of 40 cm dia upto bottom section of 114.3 mm OD & 50 cm diabeyond 114.3 mm OD, duly finished with cement plaster, GI cablesleev, earthing terminal, cable entry, rubber paint upto CC level, redoxide in remaining portion, duly finished with two coats ofAluminium/enamel paint, approved by engineer incharge. The pole shallbe as per following specification , including earthing for all poles &including 3Cx2.5 sqmm CU wire from J.B to luminaries

a) 9 Mtr Single armTop 1.75 mtr/76.1mm/3.25mm, middle 1.75 mtr/88.9mm/3.25mmBottom 5.5 mtr/114.3mm/3.65mm single arm Plate 300x300x5mm

No. 123

b) 9 Mtr Long Double arm armTop 1.75 mtr/76.1mm/3.25mm, middle 1.75 mtr/88.9mm/3.25mmBottom 5.5 mtr/114.3mm/3.65mm single arm Plate 300x300x5mm

No. 20

9.02

Supply and errection of MS swaged tubuler poleon bridge parapet as perIS 2713-1980 (part I & II) and made out from steel of ultimate tensilestrength 410MPa (42kgf/sqmm) with MS base base plate in position,GI cable sleev, earthing terminal, cable entry, rubber paint upto CClevel, red oxide in remaining portion, duly finished with two coats ofAluminium/enamel paint, approved by engineer incharge & including3Cx2.5 sqmm CU wire from J.B to luminaries The pole shall be as perfollowing specification 9 Mtr Single armTop 1.75 mtr/76.1mm/3.25mm, middle 1.75 mtr/88.9mm/3.25mmBottom 5.5 mtr/114.3mm/3.65mm single arm Plate 300x300x5mm

No. 63

Jammu and Kashmir Urban Sector Development Investment Program (ADB Loan No. 2331-IND)Name of Work: Construction of Two lane Flyover/ Grade separators (two Nos.) at BC Road and Widening and strengthening of B C Road at Jammu (Following ADB’s Single Stage - Two Envelope Bidding Procedure)

Contract Package No.: JKUSDIP Jammu/UT-01

Bill No. 9. ELECTRICAL ITEMS

Sl. No. Description of item Unit Qty Rate Amount in INR

JKUSDIP Jammu//UT‐01

BOQ B.C. Road Flyover Page 26

In Figures In WordsI II III IV V VI VII

Sl. No. Description of item Unit Qty Rate Amount in INR

9.03Supply and fixing of pole overhang of 1.5 meter made of steel tube asper IS 2713-1980 (part I & II) with required nipple complete withpainting etc as reqd.

a) Single arm No. 203

b) Double arm No. 20

c) Bracket suitable for wall mounted No. 4

9.04

Providing & Fixing IP-65 protected street light luminaire on bracketsuitable for HPSV/ MH LAMP, made out from powder coated singlepiece die cast aluminium housing, electrochemically brightened andanodized POT optics aluminium reflector, heat resistant and toughenedglass cover and accessories like copper ballast, electronic ignitor,capacitor, holder prewired up to terminal block etc. as requiredincluding making connection testing etc. as required (without lamp)

1 X 250 Watt No. 223

9.05

Providing & Fixing IP-65 protected wall mounted light luminaire onbracket suitable for HPSV/ MH LAMP, made out from powder coatedsingle piece die cast aluminium housing, electrochemically brightenedand anodized POT optics aluminium reflector, heat resistant andtoughened glass cover and accessories like copper ballast, electronicignitor, capacitor, holder prewired up to terminal block etc. as requiredincluding making connection testing etc. as required (without lamp)

1 X 150 Watt No. 4

9.06 Providing & Fixing High pressure sodium vapour/ High pressuremercury vapour/ Metal halide/ Halogen lamp as required.

HPSV tubular lamp

a) 250 Watt No. 223

b) 150 Watt No. 4

9.07 Providing & Fixing Outdoor cubicle panel with Servo ControlledAutomatic Voltage Stabilizer as per specification

A) 50kVA

Providing & Fixing 125 amp SFU. Rating for incoming supplyL&T/Siemens/ABB . No. 1

B) 40kVA

JKUSDIP Jammu//UT‐01

BOQ B.C. Road Flyover Page 27

In Figures In WordsI II III IV V VI VII

Sl. No. Description of item Unit Qty Rate Amount in INR

Providing & Fixing 100 amp SFU. Rating for incoming supplyL&T/Siemens/ABB . No. 1

C) 15kVA

Providing & Fixing 63 amp SFU. Rating for incoming supplyL&T/Siemens/ABB No. 1

D) 25kVA

Providing & Fixing 63 amp SFU. Rating for incoming supplyL&T/Siemens/ABB No. 1

9.08

Providing & Fixing testing & commissioning of kiosk type weatherproof out door main cubical panel size 750mm X 1250 mm X 500 mm(app.) made out of 14 gauge MS sheet front and back both side openable due hinged door with locking arrangement by providing both sideheld draft and all required hard wares. The cubical should be dust andvermin proof . The steel structure shall be made free fromburrs,scales,grease and treated by chemical degrading, pickling andphosphate coating followed by coat of zimpholite primer and finally twocoats of enamal gray paint. The cubical should be mounted with hardware on angle iron frame size 50 X 50 X 6 mm and 1500 legs dulypainted framed begouted 750 mm below ground level with cementconcrete 1:3:6 in 150 X 150 X 750 mm and providing brick masonaryalong angle iron frame above G.L. They shall be in two sectioncomprising as follows:

A) Kiosk-1-50kVA

a) Providing & Fixing 125 amp MCCB. Rating for incoming supplyL&T/Siemens/ABB .b) Providing fixing timer switch , of full running service standeredmounting with base of standarad make including the cost of contactorand 40 amp. 50 Hz. 440/400 volt.

c) P/F photo senser complete assembly

B) Kiosk-2-40kVA

a) Providing & Fixing 100 amp MCCB. Rating for incoming supplyL&T/Siemens/ABB .b) Providing & fixing timer switch , of full running service standeredmounting with base of standarad make including the cost of contactorand 40 amp. 50 Hz. 440/400 volt.

c) P/F photo senser complete assembly

No. 1

No. 1

JKUSDIP Jammu//UT‐01

BOQ B.C. Road Flyover Page 28

In Figures In WordsI II III IV V VI VII

Sl. No. Description of item Unit Qty Rate Amount in INR

C) Kiosk-3-15kVA

a) Providing & Fixing 40 amp MCCB. Rating for incoming supplyL&T/Siemens/ABB .b) Providing & fixing timer switch , of full running service standeredmounting with base of standarad make including the cost of contactorand 40 amp. 50 Hz. 440/400 volt.

c) P/F photo senser complete assembly

D) Kiosk-4-25kVA

a) Providing & Fixing 60 amp MCCB. Rating for incoming supplyL&T/Siemens/ABB .b) Providing & fixing timer switch of full running service standeredmounting with base of standarad make including the cost of contactorand 40 amp. 50 Hz. 440/400 volt.

c) P/F photo senser complete assembly

9.09

Plate Earthing as per IS:3043 with G.I. Earth plate of size 600mm x600mm x 6.0mm by embodying 3 to 4 mtr. below the ground level with20 mm dia. G.I. 'B' class watering Pipe including all accessories likenut, bolts, reducer ,nipple, wire meshed funnel, and C.C. finishedchamber covered with hinged type with locking arrangement C.I. Cover,C.I. Frame of size300mm x 300mm complete with alternate layers ofsalt and coke/charcoal, testing of earth resistance as required.

No. 15

9.09a 6 SWG G.I. Wire LM 1650

9.09b 25mm x 3mm G.I. Strip LM 180

9.10

Supplying and making one end termination with heavy duty singlecompression brass gland SIBG type, aluminium lugs duly crimped withcrimping tool, PVC tape etc for following size of Armoured PVCinsulated & PVC sheathed/ XLPE aluminium conductor cable of 1100volt grade as required of size.

a) 4 x 16.0 sq.mm No. 207

b) 3.5 x 25.0 sq.mm No. 124.2

c) 3.5 x 35.0 sq.mm No. 82.8

d) 3.5 x 50.0 sq.mm No. 20

No. 1

No. 1

JKUSDIP Jammu//UT‐01

BOQ B.C. Road Flyover Page 29

In Figures In WordsI II III IV V VI VII

Sl. No. Description of item Unit Qty Rate Amount in INR

9.11Marshalling Box for Street Light Pole complete with connector strip 2no MCB for Phase as required 200x250x100mm, 1.6mm sheetthickness.

No. 223

9.12

Providing & Laying XLPE insulated & P.V.C. sheathed cable of 1.1 KVgrade with aluminium conductor Armoured of IS:7098-I approved makein ground as per IS:1255 including excavation of 30cmx75cm sizetrench, 25 cm thick under layer of sand,IInd class bricks covering,refilling earth,compaction of earth, making necessary connection,testing etc. as required of size.Armoured Group-I

a) 16.0 Sq.mm, 4 core LM 1800

b) 25.0 Sq.mm, 3.5 core LM 1713

c) 35.0 Sq.mm, 3.5 core LM 1650

d) 50.0 Sq.mm, 3.5 core LM 637

9.13 Providing & Fixing MS (Iron Steel) misc. Items Kg 1000

9.14 Providing & Laying Conduit Pipes for Road crossing cables

100mmPipe LM 630

9.15 Providing & Laying PVC Pipes for Over Bridge cables

100mmPipe LM 1770

Subway & Bus Bay Lighting

9.16Concealed point wiring by using PVC insulated copper conductorsalong with same size of PVC insulated copper conductor for earthingand 3 plate ceiling rosea) Group control Point wiring 4points controlled by one 15A S.P.switchconcealed manner No. 12

b) Group control Point wiring 8points controlled by one 15A S.P.switchconcealed manner No. 16

9.17 Fixing of recess type decorative fluorescent fixture (mirror optics)suitable for 2x40/36 tubes with 2x40/36 fluorescent tubes No. 16

9.18 Decorative fluorescent fixture with 1x40/36w fluorescent (FXT278) No. 12

9.19 S/L Aluminum armoured cables on walls or trnches

a) 2 core x 4 sqmm LM 60

JKUSDIP Jammu//UT‐01

BOQ B.C. Road Flyover Page 30

In Figures In WordsI II III IV V VI VII

Sl. No. Description of item Unit Qty Rate Amount in INR

b) 2 core x 6 sqmm LM 50

TOTAL BILL 9

JKUSDIP Jammu//UT‐01

BOQ B.C. Road Flyover Page 31

In Figures In Words

I II III IV V VI VII

10.01 Monitoring of following environmental parameters as per directions ofEngineer / Environmental Expert / Officer.

Air Pollution Samples 38

Noise Pollution Samples 52

TOTAL BILL 10

Jammu and Kashmir Urban Sector Development Investment Program (ADB Loan No. 2331-IND)Name of Work: Construction of Two lane Flyover/ Grade separators (two Nos.) at BC Road and Widening and strengthening of B C Road at Jammu (Following ADB’s Single Stage - Two Envelope Bidding Procedure)Contract Package No.: JKUSDIP Jammu/UT-01

Bill No. 10. ENVIRONMENTAL ITEMS

Sl. No. Description of item Unit Qty

Rate Amount in INR

JKUSDIP Jammu//UT‐01

BOQ B.C. Road Flyover Page 32

In Figures In WordsI II III IV V VI VII

11.01Cost of extra/ excess items, not detailed in the BOQ or otherwiseeligible for new rates under contract provisions. To be paid as perCPWD schedule of rates of 2007

Lumpsum 10,000,000

* Bidder will quote his tender premium over the CPWD schedule of rates. If not quoted any premium, it will be considered at par with schedule of rates.

TOTAL BILL 11

Jammu and Kashmir Urban Sector Development Investment Program (ADB Loan No. 2331-IND)Name of Work: Construction of Two lane Flyover/ Grade separators (two Nos.) at BC Road and Widening and strengthening of B C Road at Jammu (Following ADB’s Single Stage - Two Envelope Bidding Procedure)

Contract Package No.: JKUSDIP Jammu/UT-01

Bill No. 11: Extra Excess items

Sl. No. Description of item Unit Amount

Premium in % over the CPWD schedule of rates 2007*

Amount in INR

JKUSDIP Jammu//UT‐01