Standard Contract Document For Road & Bridge Works On National Highways Volume - II
Standard Contract Document For Road & Bridge Works On National Highways Volume - II
OF MAHARASHTRA
(Variable )
Authenticated by
Shri __________________________
Designation ___________________
Signature ____________________
1
NAME OF WORK : Special Repairs to Takali Bridge in Km. 30/000 of Solapur
Vijapur Road section of NH 13 in the State of Maharashtra.
I N D E X
SECTION NO. PARTICULARS PAGE NO.
Section –I General information of contract 1 10
Section –V Offer 20 20
2
SECTION I
DETAILS OF WORKS
Name of Work: - Special Repairs to Takali Bridge in Km. 30/000 of Solapur Vijapur
Road section of NH 13 in the State of Maharashtra
(50 % in cash /Bank Guarantee /FDR/ TDR of any scheduled Bank ) duly pledged in the
name of Executive Engineer, National Highway Division , Solapur.
The Bank Guarantee shall be in the prescribed form as appended in the tender document
only on stamp paper of Rs. 100/- at the time of Agreement and 50% from R. A. Bills
Time Stipulated for Completion: - 6 Calendar Months which will include the monsoon
period , if any.
Signature of Contractor
3
GOVERNMENT OF MAHARASHTRA
Public works Department (National Highways)
Tender Notification under e-Procurement
(1st Call)
Online tenders in form B-1 Percentage basis are invited on behalf of Governor of Maharashtra
from qualified bidders for the following works under E-procurement procedure.
System Notice Name of Work Approximate Earnest Cost of Period of Class of
Tender No. value of work Money documents Completion contractor
No. ( Rs.) Deposit ( Rs.)
( Rs.)*
1 2 3 4 5 6 7 8
12 1. Special Repairs to 53,57,794/- 0.54 10,000/- Six Class IV
Takali Bridge in lakhs calendar (A) and
Km. 30/000 of months above
Solapur Vijapur including
Road section of NH monsoon.
13 in the State of
Maharashtra
TENDER SCHEDULE :
Period of download of bidding document : From 22 /03/2012 Time: 10.00 Hours
To 16 /04 /2012 Time: 17.30 Hours
Prebid conference date, time and venue : on 09/04/2012 @ 14.00 Hrs.
in the office of the Chief Engineer , National
Highways (P.W.) Maharashtra, 527, Fifth
Floor, Konkan Bhavan, Navi Mumbai.
Last date and time for receipt of queries for : Up to 02/04/2012 Time: 14.00 Hours
prebid conference online
Last date and time for online bid preparation : Date 20/04/2012 Time: 17.30 Hours
and hash submission (technical & financial )
Date and time for online bid data decryption : From 21/04/2012 Time: 17.31 Hours
and re-encryption (technical and financial)
To 23/04/2012 Time: 15.00 Hours
Receipt of bid security, tender document fees & : Up to 22/ 04/2012 Time: 17.30 Hours
affidavits in original
Time, date & place of opening technical bids : Date: 23/ 04/2012 Time: 15.01 Hours
In the Office of the Executive Engineer,
National Highway Division, Solapur.
Time, date & place of opening financial bids : Date: 27/04/2012 Time: 15.01 Hours
(if possible) In the Office of the Chief
Engineer, National Highways (P.W.)
Maharashtra, 527, Fifth floor, Konkan Bhavan,
Navi Mumbai.
4
:
Note :-
1. All eligible / interested contractors are mandated to get enrolled on the eProcurement portal
(http://maharashtra.etenders.in) in order to download the tender documents and participate in
the subsequent bidding process..
2. For any other queries regarding on line enrollment on the above mentioned website and digital
certificate, please contact to Sify Technoligies Ltd., Next tender (India) Pvt. Ltd on 020-
25315555/ 25315556 (Pune) or 022-26611117/ 26611287 (Extn.25 /26).
3. All Documents related to Tender are to be submitted by Tenderer online only. In addition, EMD,
Tender document fee and Affidavit should be submitted in original before the due date
mentioned in tender schedule through speed post/ registered/ in person, failing which online bid
of the tenderer shall not be opened.
4. Other details can be seen in the bidding documents. Right is reserved to reject any or all tenders
without assigning any reason thereof.
5. The electronic tendering system for national highway works of Govt of Maharashtra will be
available on a separate Sub Portal with URL http://pwdnh. maharashtra.etenders.in as part of
the Electronic Tendering system of Government of Maharashtra which is available on the Portal
http://maharashtra.etenders.in
Sd/-
Executive Engineer,
National Highway Division ,
Solapur.
5
GOVERNMENT OF MAHARASHTRA
PUBLIC WORKS DEPARTMENT
GENERAL INFORMATION OF CONTRACT
------------------------------------------------------------
8) Time stipulated for : 6 (Six) Calendar months from the date of written
order to start work including monsoon period.
9) Date of completion as per : ---------------------------------------------------------------
Agreement.
10) Actual Date of Completion : ---------------------------------------------------------------
Certified that the Volume II contains Page ------------ to -------------, Fly Leaves -------------
No. and Drawings --------------------No.
6
NOTICE INVITING TENDER
The Executive Engineer, National Highway Division , Solapur invites sealed tenders
in percentage rate form from eligible Contractors for the following Work.
7
TENDER SCHEDULE :
Period of download of bidding document : From / /2012 Time: 10.00 Hours
To / /2012 Time: 17.30 Hours
Prebid conference date, time and venue : on / /2012 @ 14.00 Hrs.
in the office of the Chief Engineer ,
National Highways (P.W.) Maharashtra,
527, Fifth Floor, Konkan Bhavan, Navi
Mumbai.
Last date and time for receipt of queries : Up to / /2012 Time: 14.00 Hours
for prebid conference online
Last date and time for online bid : Date: / /2012 Time: 17.30 Hours
preparation and hash submission
(technical & financial )
Date and time for online bid data : From / /2012 Time: 17.31 Hours
decryption and re-encryption (technical To / /2012 Time: 15.00 Hours
and financial)
Receipt of bid security and tender : Up to / /2012 Time: 17.30 Hours
document fees in original
Time and date of opening technical bids : Date / /2012 Time : 15.01 Hours
Time and date of opening financial bids : Date / /2012 Time : 15.01 Hours
if possible
Place of opening of bids : Office of the Chief Engineer, National
Highways (P.W.) Maharashtra, 527, Fifth
floor, Konkan Bhavan, Navi Mumbai.
8
CHECK LIST FOR ACCOMPANIMENTS WITH THE TENDER
9
17 The contractor shall submit an affidavit (as per Yes No
format given on page No. 71) regarding
completeness, correctness and truthfulness of
documents submitted in Envelope No. 1
10
SECTION II
TENDER DATA
11
2.1.4 The tenderer should have the following machinery in his name or in the name of
the firm.
Note:-
1 The tenderer shall produce the documentary evidence in support of ownership of
plant and machinery.
N = Number of years prescribed for completion of work for which the bid is
invited.
Note: 1. The statements showing value of existing commitments and on going works
should be countersigned, by an officer not below the rank of Executive Engineer.
2. The tender is subject to be disqualified if the tenderer has made misleading or
false representations in the forms, statements and attachments submitted as proof
for the qualification requirement and /or record of past performance such as
abandoning the works, not properly completing the contract, inordinate delays in
completion litigation history or financial failure etc.
12
3. The updated current cost will be worked out as per the table below:-
13
5.0 Formats :
Format No. F- 1 to F-5 annexed herewith shall be submitted with complete and true
information in Envelope No. 1
The deadline for Hash submission of tender shall be as per that indicated in N. I. T.
(Sub Section of Section I of Volume II)
This date is on or before / /2012 up to 17.30 Hrs.
10.0 Tender Opening Authority : The Chief Engineer, National Highways (P.W.)
Place : Office of the Chief Engineer, National Highways
(P.W.), Konkan Bhavan, Navi Mumbai
Time : / /2012 @ 15.01Hrs.
14
SECTION III
CONTRACT DATA
6 Calendar
Month Including
Monsoon.
15
3 2 Levy of Compensation :
Section Milestone Cumulative If not achieved
III (Part duration with respect to physical target the compensation
period of completion ) to be achieved payable per day
1 2 months 30 % Rs. 5,000 per day
2 4 months 70 % Rs. 10,000 per day
3 6 months 100 % Rs. 150,00 per day
4 20 Defect Liability period :nty Thirty Six months from date of completion.
Section
III
5 38 (for the purpose of operation of this clause, this cost shall be worked out
Section from the D.S.R. prevailing at the time of acceptance of tender.)
III
6 54 Price Variation Clause :
Section 1) Labour Component : 1%
III 2) Material Component other than Bitumen and cement : 39%
3) POL Component : 3%
4) Bitumen Component :
5) HYSD & Mild Steel Component : Nil Volume I
6) Cement Component : -54
III.
Consumer Price Index (New Series ) for Industrial workers for Ratnagiri ------
Mumbai center.
Average price of H. S. D. for Mumbai Center.
Star Rates for
1. Bitumen VG30 Rs 47099.56 / MT.
2. Cement Rs. 5,600.00 /MT
16
9 30.4 Machinery Advance (Limit) : DELETED
Section Interest on Machinery Advance : N.A.
II D
10 24.1 Performance Security
Section I i) Performance Security for : DELETED
F
mobilisation of Plant
24.2 ii) Performance Security for : DELETED
Section I
F Maintenance
17
SECTION IV
SCOPE OF WORK
5 Other Features
i Traffic Control & Safety: The arrangement shall be made as per Clause No.7
Page no. 150-152 of section VII of Volume I
ii Shifting of Utility Not Applicable.
Services:
iii Clearances from Statutory Not Required.
Authorities:
iv Raw Materials and The tenderers shall inspect the site before submission
Quarries and get in hand information about availability of raw
material & quarries and seek his own sources of
v Availability if Water:
materials.
6 Schedule of Handing Over After the completion of work in all respects.
of Site :
7 Specific Condition of Refer clause No. 26.1.4 to 26.4 on Page No.33 -34 of
Maintenance Section II of Volume I
(Refer Clause 26 of
Section-II Vol-I):
18
SECTION V
OFFER BY TENDERER
I/ We hereby tender for the execution, for the Governor of Maharashtra (here in before and
here in after referred to as “Government ’’) for the work specified in the under written
memorandum within the time specified in such memorandum at in figure ------------%
above/ below in Words ------------------------------------------------------------------)
percent above / below ) the estimated rats entered in Schedule of quantities and rates
(Memorandum showing items of work to be carried out ) and in accordance in all respects
with the specifications, designs, drawings and instructions in writing referred to in tender
documents .
----------------------------------------------------------------------------------------------------------
OPENING OF TENDER
Tender is opened in the office of Chief Engineer (National Highways) P.W. Maharashtra,
5th floor, Konkan Bhavan, Navi Mumbai on dated / /2012 at 15.01 Hrs. in presence of
Contractor /Representatives / Officers signed on the attendance sheet.
Offer read out as ------------------- % above / below / at par with Schedule of quantities and
Rates ( In Words ---------------------------------------------------------------------------------)
19
SECTION VI
MEMORANDUM
(If several sub –works are included they should be detailed be detailed in a separate list )
a) Estimated Cost : Rs. 53,57,794/-
20
Treasury Challan No. -------------------- or Term Deposit receipt, for a period of one
year issued by a scheduled bank and duly endorsed in the name of Executive
Engineer National Highway Division ,Solapur a sum of Rs. 1,50,000/- representing
the earnest money is herewith forwarded. The amount of earnest money shall not
bear interest and shall be liable to be forfeited to the Government. Should I / We fail
to (1) abide by the stipulations to keep the offer open for the period mentioned
above or (2) sign and complete the contract documents as required by the Engineer
and furnish the security deposit as specified in item (c) of memorandum contained
in Paragraph 1 above within the time of limit laid down in clause (d) above. The
amount of earnest money may be adjusted towards the security deposit or refunded
to me /us if so desired by me/ in writing unless the same or any part thereof has been
forfeited as aforesaid.
I /We have secured exemption from payment of earnest money after executing the
bond in favour of the Government a necessary true copy of which is enclosed
herewith, should any occasion for forfeiture of earnest money for this work arise
due to failure on my/our part to (1) abide by the stipulation to keep the offer open
for the period mentioned above or (2) sign and complete the contract documents and
furnish the security deposit as specified in item (c) of the memorandum contained in
paragraph I above within the time limit laid down in clause (d) above, the amount
payable by me/us may, at the option of the Engineer, be recovered out of the amount
deposited in lump sum for securing exemption in so far as the same may extend in
terms of the said bond and in the event of the deficiency out of any other money
which are due or payable to me /us by the Government under any other contract or
transaction of any nature whatsoever or otherwise.
Should this tender be accepted I /We hereby agree to abide by and fulfill all the
terms and provisions of the conditions of contract annexed hereto so far as
applicable and in default thereof to forfeit and pay to Government the sum of money
mentioned in the said conditions.
21
Receipt No. ------------------------------- and dated ------------ from the Government
Treasury at -------------------------------- in respect of the sum of Rs. 1,00,000/- is
herewith forwarded representing the earnest money (a) the full value of which is to
be absolutely forfeited to Government should I/we not deposit the full amount of
Security deposit specified in the above memorandum, in accordance with Clause
1(A) of the said conditions of the contract, otherwise the said sum of Rs. 1,00,000/-
shall be refunded.
Witness
Executive Engineer,
National Highway Division ,Solapur
(or his duly authorized Assistant )
22
SECTION VII
Signature of contractor
23
SECTION VIII
24
5.3(d). Intending Tenderers should have valid Class II / III
Digital Signature Certificate (DSC) obtained from any
Certifying Authorities. In case of requirement of DSC,
Intending Tenderers should go to
http://maharashtra.etenders.in/mah/DigitalCerti.asp
and follow the procedure mentioned in the document
„Procedure for application of Digital Certificate‟.
5.3(e). The Intending Tenderers have to make a payment of
Rs 1024/- online as service charges for the use of
Electronic Tendering during Online Bid Data Decryption
and Re-encryption stage of the Tender.
5.3(f). For any assistance on the use of Electronic Tendering
System, the Users may call the below numbers:
Landline No. - 020 – 2531 5555 / 56
Landline No. - 022 – 2661 1117 (Ext 25 / 26)
Mobile No. - 91679 69601 / 04 / 14
5.3(g) Intending Tenderers should install the Mandatory
Components available on the Home Page of
http://maharashtra.etenders.in under the section
„Mandatory Components‟ and make the necessary
Browser Settings provided under section „Internet
Explorer Settings‟
I 2 6.3 The Non Variable Document (Volume I) and Variable
Document (Volume II) shall be downloaded by the intending
Tenderer.
I 2 7.1 In case any clarification is required by the Tenderer he may
submit his queries Online using the Post Query feature of the
system/ in writing till the deadline defined in the Tender
Schedule. The clarification for which request has been received
prior to deadline will be answered.
I 2 7.2 A Pre Tender Conference open to all prospective Tenderers
who have downloaded the tender document will be held at the
time and place as per Tender Data Volume II wherein the
prospective Tenderers will have an opportunity to seek
clarifications regarding the tender conditions and the Work.
Response to all the queries will be uploaded on the sub-portal
http//:pwdnh.maharashtra.etenders.in for the prospective
Tenderers to download.
I 2 7.3 The prospective Tenderers are free to ask any question as
regards any additional information/clarification using the Post
Query feature of the Online Tendering System and reply to the
same will be uploaded online by the authority over the sub-
portal of PWDNH. This clarification shall be referred to as
common set of deviations and shall form part of tender
documents and will also be common and applicable to all
Tenderers.
I 2 7.4 The condition regarding comment set of deviation is added 7.4
as under.
25
The point/points if any, raised in writing and/or verbally by the
Tender in pretender conference and not finding place in
C.S.D. issued after the probed conference, is/are deemed
rejected. In such case the provision in NIT shall prevail No.
individual correspondence shall be made thereafter with the
tender.
I 4 11.1 Scanned copy of Earnest Money as specified in Contract Data
Volume II should be submitted online with the tender and in
the form of a Term Deposit Receipt/FDR for a period of one
year issued by a branch located in State of Maharashtra of a
Nationalized / Scheduled Bank only and duly endorsed in the
name as specified in Contract Data Volume II from the date of
issue/receipt of the tender. Original copy of the Earnest Money
is to be submitted as per the Tender Schedule in NIT
I 4 11.6 In case, the envelope containing Tender Document Fee and
Earnest Money /Valid exemption certificate is received by the
concerned authority after the deadline prescribed in Tender
Schedule of NIT, the Tender of the perspective Tenderer shall
be rejected as non responsive.
I 4 12.1 to Clause No. 12.1 to 12.4 stands deleted and following clause
12.4 no.12.5 , 12.6 and 12.7 added.
12.5 The intending Tenderer shall be required to prepare the
bids in the templates provided online as a part of the
tender. The templates shall be form based in which the
intending Tenderer is required to fill in the information or
document based in which the intending Tenderer is
required to upload the relevant documents.
12.6 The information being filled in the form based templates
shall be encrypted using a valid Class II/III Digital
Certificate.
12.7 The documents that are required to be uploaded in the
templates available online are required to be first
uploaded in the online briefcase provided. The intending
Tenderer is required to ensure that the size of each
document does not exceed 5 MB.
I 5 13.1 The complete response is to be submitted online by filling the
templates and uploading the attachments wherever applicable.
The Original copy of the Earnest Money and Tender Fees is to
be submitted as per the deadline defined in the Tender
Schedule.The Original copies are to be submitted in sealed
envelope and marked on the left hand top corner "Tender for
the work of (As per Notice Inviting Tender in Volume II)". The
full name and address of the Tenderer and the name of
authorized agent delivering the sealed cover containing the
tender shall be written on the bottom left hand corner. The
sealed envelope marked as above shall be enclosed in another
envelope properly addressed and shall be sent through speed
post / R.P.A.D. or in person only, failing which the tenderer
can not participate in the bidding. The date and time of receipt
of Envelope shall strictly apply in all cases.
26
I 5 13.2 Manner of submission:
Submission of Bids will be preceded by online bid preparation
and submission of the digitally signed Bid Hashes (Seals)
within the Tender Time Schedule (Key Dates) published in the
Detailed Notice Inviting Tender. The Bid Data is to be prepared
in the templates provided by the Tendering Authority of
PWDNH. The templates may be form based, extensible tables
and / or uploadable documents. In the form based type of
templates and extensible table type of templates, the Intending
Tenderer are required to enter the data and encrypt the data
using the Digital Certificate.
In the uploadable document type of templates, the Intending
Tenderer are required to select the relevant document /
compressed file (containing multiple documents) already
uploaded in the briefcase.
Notes:
a. The Intending Tenderer upload a single document or a
compressed file containing multiple documents against
each uploadable option.
b. The Hashes are the thumbprint of electronic data and are
based on one – way algorithm. The Hashes establish the
unique identity of Bid Data.
c. The bid hash values are digitally signed using valid Class –
II or Class – III Digital Certificate issued any Certifying
Authority. The Intending Tenderer are required to obtain
Digital Certificate in advance.
d. After the hash value of bid data is generated, the Intending
Tenderer cannot make any change / addition in its bid data.
I 5 13.2.1(b) Index page denoting the documents attached
I 5 13.2.1(d) Scanned copy of Earnest Money in the form prescribed in
clause 11 above.
I 5 13.2.1(e) Scanned copy of additional FDR/TDR as per the requirements
mentioned in Contract Data Volume II for mobilization of hot
mix plant. (Original copy to be submitted along with the Earnest
Money and Tender Fee)
I 5 13.2.1(h) Attested copy of Valid Maharashtra Value Added Tax
Registration certificate form Sales Tax Commissioner.
I 6 13.2.1(p) Distance of Hot Mix Plant from farthest points stands –
DELETED.
I 6 13.2.2 The following documents should be uploaded in "Envelope
No.2":
I 6 13.3 In the event of tender being submitted by firm, it must be
digitally signed by the nominated partner or a person holding
power of attorney to digitally sign the bid.
I 6 13.4 Clause 13.4 stands deleted.
27
I 6 13.5 The offer in percentage should be provided both in words and
figures at Section V of Volume II.
I 6 14 Dead line for submission of tender
The tender submitted (As per Tender Data Volume-II). The
Engineer-in-Charge may at his discretion extend the deadline
for hash submission by issuing an online addendum in which
case, all rights and obligations of the Government and
Tenderers previously subjected to the original dead line of
hash submission shall therefore be subjected to new deadline
as extended.
Close for Bidding (Generation of Super Hash Values):
After the expiry of the cut – off time of Bid Preparation and
Hash Submission stage to be completed by the Intending
Tenderer has lapsed, the Tender will be closed by the Tender
Authority.
The Tender Authority from PWDNH shall generate and digitally
sign the Super Hash values (Seals).
Decryption and Re-encryption of Bids (submitting the Bids
online):
After the time for generation of Super Hash values by the
Tender Authority from PWDNH has lapsed, the Intending
Tenderer have to make the online payment of Rs. 1,024/-
towards the fees of the Service Provider.
After making online payment towards Fees of Service Provider,
the Intending Tenderer are required to decrypt their bid data
using their Digital Certificate and immediately re-encrypt their
bid data using the Public Key of the Tendering Authority of the
PWDNH. The Public Key of the Tendering Authority is attached
to the Tender during the Close for Bidding stage.
Note: The details of the Processing Fees shall be verified
and matched during the opening of Envelope -1.
At this time, the Intending Tenderer are also required to upload
the files for which they generated the Hash values during the
Bid Preparation and Hash Submission stage.
The Bid Data and Documents of only those Intending Tenderer
who have submitted their Bid Hashes (Seals) within the
stipulated time (as per the Tender Time Schedule), will be
available for decryption and re-encryption and to upload the
relevant documents from Briefcase. A Intending Tenderer who
has not submitted his Bid Preparation and Hash Submission
stage within the stipulated time will not be allowed to decrypt /
re-encrypt the Bid data / submit documents during the stage of
Decryption and Re-encryption of Bids (submitting the Bids
online).
I 6 15 Receipt of Tender After Deadline
The Tenderers will have to carry out their respective tasks
within the deadlines defined in the Tender Schedule.
28
I 7 16.2.1 The Tendering Authority will first open the Envelope 1
documents of all Intending Tenderers online and after
scrutinizing these documents will shortlist the Intending
Tenderer who are eligible for Financial Bidding Process. The
shortlisted Tenderers will be intimated by email / online.
I 7 16.2.2 The contents in Envelope No.1 will be verified by the tender
opening authority (stipulated in Tender Data Volume II) to
check their validity as per requirements. If any particular
document of any tender is either missing or does not meet the
requirements specified in clause No.13.2.1 of Volume I then a
note to that effect will be recorded by the tender opening
authority online at the time of short listing of Envelope -1.
I 7 16.2.3 The Envelope No.2 of the tenderer whose Envelope No.1 does
not contain the specified documents or any of the specified
document is missing or do not satisfy the requirements as
regards qualification criteria stipulated in Tender Data Volume
II, such tenders will be rejected. The Envelope No.2 of such
tender shall not be opened and a note to that effect will be
made online at the time of short listing of Envelope -1.
I 7 16.2.4 After the analysis and scrutiny of documents and evaluation
with respect to qualification criteria is over, the tender opening
authority shall intimate the date and time of opening of
Envelope No. 2 to the qualified Tenderers. The Envelope No. 2
shall be opened as per the tender schedule.
I 7 16.2.5 In pursuant to clause 16.2.4 above, the Envelope No.2 of
qualified Tenderers shall be opened serially. The percentage
above or below over the estimated cost put to tender by the
Department, quoted by each qualified Tenderer shall then be
read out by tender opening authority and shall be reflected
online for information of those present/participated.
I 8 19.1(c) Deleted.
to
19.1 ( e)
I 8 19.1(f) The Tenderer has not uploaded the documents or Filled the
templates as stated in clause 13.2 of Instructions To
Tenderers.
I 8 20.1 & Deleted.
20.2
II 15 4.4 Clause 4.4 of Section-II, Volume-I shall be read as under
“Contractor shall submit reports on progress of work informs
and statement etc. at periodical intervals in the form of
progress chart, forms statement and/or reports as may be
approved by Engineer-in-charge.
II 23 17.4 Clause regarding “Site office” stands deleted.
II 25 18.3.3 Clause regarding “Prestressing Steel and Structural Steel”
to18.3.4 stands deleted.
II 32 24.8.2 Clause regarding” Videography” stands deleted.
29
II 33 26.1 Clause regarding” Maintenance During Contract Period” stands
deleted.
II 36 30 Clause 30(30.1,30.2,30.2.1, 30.2.2, 30.2.3) of Section-II of
Volume-I regarding “Advance Payment & Secured advance on
Materials” stands deleted.
II 36 30.3 Clause regarding “Mobilisation Advance” stands deleted.
II 37 30.4 Clause regarding “Mobilisation Advance” stands deleted.
III 67 48 Clause 48 read as under :-
The rates to be quoted by the contractor must be inclusive of
Value Added Tax (VAT) No. extra payment on this account will
be made to the contractor.
III 74 57 Read as under .
The tender rates are inclusive of all taxes, rates cesses and
are also inclusive of the leviable tax in respect of sale by
transfer of property in goods involved in the execution of work
contract under the provision of Rules 58 of Mah. Value Added
Tax Act 2005 for the purpose of levy of tax.
IV 76 1 Clause regarding “(A) Cement Content” change of “cement
content” stands deleted. However Additional Specifications in
Volume II on page 54 onwards shall prevails.
IV 77 2.1 & 2.2 Clause regarding “(B) Mix Design Concrete Mixes: stands
deleted. However Additional Specifications in Volume II on on
page 54 onwards shall prevails.
IV 82 6 Clause regarding “Roughness Index” stands deleted.
to
83
IV 84 7.1 Clause regarding (D) Specification for Rigid pavement” stands
to to deleted.
100 21.17
V 111 6.8(iii) (5) Clause regarding “Structural Concrete for Pavement Quality
to Concrete” stands deleted.
112
V 112 7 Clause regarding Training of Personnel stands deleted.
Additional Conditions
1) Value Added Tax deduction 2% from the registered contractors under the MVAT Act
2005 and 4% from the unregistered contractors under MVAT Act,2005 will be deducted
from the gross bill of the contractor for measured works or Advance payment and/or
secured advance.
2) The contractor shall also arrange to provide field laboratory at plant site along with all
necessary equipment and materials for testing of grade of Bitumen procured by him.
30
Additional Conditions
Building and other construction works welfare cess :-
As per Govt. of Maharashtra, Industry, energy and Labour Department G.R.No.BCA-
2009/Pra. Kra.108/Kamgar-7-A dated 17-06-2010 and P.W. Department‟s letter No.BDG-
2010/Pra Kra. 277/Building 2 dated 28-09-2010. The Building and other construction
workers welfare cess shall be deducted 1% of value of work done from respective bill
amount.
Section II General Conditions of Contract (Page No.45) condition relating to
insurance of contract works is added Sr. No.37 as under.
Contractor shall take out necessary Insurance Policy / Policies (viz. Contractors All Risks)
Insurance Policy, Erection all risks Insurance Policy etc. as decided by the Directorate of
Insurance) so as to provide adequate insurance cover for execution of the awarded
contract work for total contract value and complete contract period compulsorily from the,
“Directorate of Insurance, Maharashtra State, Mumbai” only. Its postal address for
correspondence is “264, MHADA, First Floor, Opp. Kalanagar, Bandra (East), Mumbai-400
051”.(Telephone No.265904403 / 26590690 and Fax Nos 26592461 / 26590403. Similarly
all workmen‟s appointed to complete the contract work are required to insure under
workmen‟s compensation insurance policy. Insurance Policy / Policies taken out from any
other company will not be accepted. If any contractor has effected insurance with any
insurance with any insurance company, the same will not be accepted and the amount of
premium calculated by the Government Insurance Fund will be recovered directly from
amount payable to the contractor for the executed contract work and paid to the Directorate
of Insurance Fund, Maharashtra State, Mumbai. The Director of insurance reserves the
right to distribute the risks of insurance amount the other insurers.
31
SECTION IX
SCHEDULES OF WORK
i) Schedule of materials.
32
SCHEDULE OF MATERIALS
(To be Brought by the Contractor at his own cost )
NAME OF WORK :- : Special Repairs to Takali Bridge in Km. 30/000 of Solapur Vijapur Road section of NH 13 in the State
of Maharashtra
Sr. No. Item of work Approximate Quantity to be Unit Remarks
brought
1 Bitumen VG30 16.43 Metric Tonne
33
SCHEDULE ‘A’
(Schedule of Materials to be supplied by the Department)
NAME OF WORK :- Special Repairs to Takali Bridge in Km. 30/000 of Solapur Vijapur Road section of NH 13 in the State of
Maharashtra
Sr. No. Item of Material Approximate Quantity to Unit Rate at which the materials will beplace of
be supplied charged to the contractor delivery
In Figure In Words
Nil
Note : 1) The persons or firm submitting the tender should see that the rates in the above schedule are filled up by the Executive Engineer on
the issue of the form prior to submission of the tender.
2) Contractors will have to make arrangement themselves for securing structural steel under the permit to be obtained by themselves.
Department will however tender necessary help to contractor.
3) Empty Tar drums are the property of department. If the Contractor has not returned empty tar drums to department recovery at the
rate of Rs. 50/- per drum will be made from the contractor.
4) 40% of the empty cement bags issued to the contractor are to be returned to the department. Otherwise recovery at the rate of Rs. 5/-
per bag will be made from the contractor.
34
SCHEDULE ‘B’
NAME OF WORK : Special Repairs to Takali Bridge in Km. 30/000 of Solapur Vijapur Road section of NH 13 in the State of
Maharashtra
SCHEDULE OF QUANTITIES AND RATES
Sr. Item of Work Quantity Estimated Rate in Unit Amount
No. Figure Word
1 2 3 4 5 6 7
1 Item No.1:- Removal of existing cement concrete wearing 2485.00 126.90 Rupees One Hundred One square 315346.50
coat including its disposal complete as per technical Twenty Six and Paise
specifications without causing any detrimental effect to any meter
Ninety only
part of the bridge structure and removal of dismantled
material with all lifts and lead upto 1000 m(Thickness 75
mm )
2 ItemNo. 2 :- Providing laying and of strip seal expansion 84.00 10549.90 Rupees Ten Thousand One 886191.60
joint catering to maximum horizontal movement upto 70 Five Hundred Forty Nine
mm complete as per approved drawing and standard Running
and Paise Ninety only meter
specifications to be installed by the manufacturer / supplier
to their authorized representative ensuring compliance to
the manufactures instruction for installation
35
Sr. Item of Work Quantity Estimated Rate in Unit Amount
No. Figure Word
1 2 3 4 5 6 7
3 Item No. 3 :-Providing & laying 25 mm thick mastic asphalt 2485.00 717.65 Rupees Seven Hundred One square 1783360.25
wearing coarse on top of deck slab including prime coat Seventeen and Paise Sixty meter
with paving grade bitumen meeting the requirements given Five only.
in table 500-29* , prepared by using mastic cooker and laid
to recquired level and slope after cleaning the surface
including providing skid surface with bitumen precoated
fine grained har stone chipping of 9.5 mm nominal size at
the rate of 0.005 cum per 10 sqm and at an approximate
spacing of 10 cm center to center in both direction ,
pressed into surface when the tempreture of surfaces not
less than 100 deg. C protruding 1mm to 4 mm over mastic
surfaces, all complete as per clause 515.
36
Sr. Item of Work Quantity Estimated Rate in Unit Amount
No. Figure Word
1 2 3 4 5 6 7
4 Item No. 4 :- Providing and laying hot mix hot laid 40 99.40 11545.41 Rupees Eleven Thousand One cubic 1147613.97
milimetre thickness bituminous concrete with 40-60 TPH Five Hundred Forty Five meter
Hot mix plant with 6.50% bitumen by weight of total mix and Paise Forty One only.
including cement filler at the rate of 2% by weight of total
mix including diversion of traffic supplying of all material
with all leads and lifts heating bitumen and chips of various
sizes in drum mix type hot mix plant decanning all mixed
material in hydraulic tipper conveying mixed material to
work site by maintaining proper temperature preparing and
cleaning the base laying bituminous concrete by self
propelled paver finisher including compacting with power
roller and vibratory roller including providing and applying
tack coat by self propelled towed bituminous pressure
sprayer for uniform spraying at the rate or 3 Kilogram per
10 Square Metre with Bitumen 60/70 grade on existing
black topped surface including transportation of bitumen
from factory to plant site etc. complete. Using 60/70 Grade
bitumen .
5 Item No. 5:- Providing R.C.C. railing of cast in situ R.C.C. 80.00 1448.40 Rupees One Thousand One Running 115872.00
posts with M-20 C.C of trap /granite/quartzite/geneiss Four Hundred Forty Eight meter
metal for horizontal and vertical members as per detailed and Paise Forty only.
drawing including reinforcement scaffolding centering
formwork compaction finishing and curing with watering
chemical compound etc. complete.
6 Item No. 6 :-Providing railing of mild steel angle past 2M 350.00 2466.45 Rupees Two Thousand One Running 863257.50
centre to centre of section 75mm x 75mm x 10mm or Four Hundred Sixty Six meter
equivalent /channel section of height 1.05 above bridge and Paise Forty Five only
surface with minimum anchor length of 30cm including
hold fast of 25mm diametre mild steel. bar welded at the
37
bottom and concerting of 1:3:6 of size 39cm x30cm x30cm
with three rows of 40mm "B"class G.I.pipe provided at 30
on centre including scaffold and with one coat of
anticorrosive paint and over it two coats of oil painting
curing of concrete.complete
7 Item No.7:- Providing and fixing sign boards of 1.80 meter 8.64 12180.00 Rupees Twelve Thousand 105235.20
x 1.20 meter size or other suitable similar size made out of One Hundred Eighty and
14 guage Mild Steel sheet with retro reflective sheeting of Paise Nil only
high intensity grade as per M.O.T. specification No.801-3
(1993) with white reflective back ground, lettering symbol
figuring, bordering of black non reflective paint including
3.45 meter long Mild steel angle two posts 50 millimeter x
50 millimeter x 5 millimeter size duly painted with white
and black bands with bracing of vertical post of bottom of
board with 50 millimeter x 50 millimeter x 5 millimeter
size Mild steel angle including fixing the boards of Mild
steel angle frame with galvanised nuts and bolts and
washers as per I.R.C. 67. 1977 including conveying fixing
in ground with cement concrete 1:4:8 block of size 0.45 x
0.45 x 0.45meter with 7 year guarantee for sheeting etc.
complete, B) Mild Steel Board
8 Item No. 8:-Providing and applying water based cement 1207.00 116.75 Rupees One Hundred 140917.25
paint to unplastered concrete surface after cleaning the Sixteen and Paise Seventy
surface of dirt dust ,oil grease ,efflorescence and applying Five only
paint @ of 1 litre for 2 Sqm.
5357794.27
Say Rs. 5357794.00
Rupees Fifty Three Lacks Fifty Seven Thousand Seven Hundred Ninety Four Only
38
SCHEDULE ‘C’
NAME OF WORK : Special Repairs to Takali Bridge in Km. 30/000 of Solapur Vijapur Road section of NH 13 in the
State of Maharashtra
SCHEDULE OF SPECIFICATION
Item of Work Reference to MORT&H Additional Specifications
Specification for Road & bridge
work (Fourth Revision) 2001 &
P.W.D. Standard Specification
Specification Page No.
Sr.
No
1 2 3 4 5
1 Item No.1:- Removal of existing cement concrete wearing MORT&H
coat including its disposal complete as per technical Clause No 2809
specifications without causing any detrimental effect to any
part of the bridge structure and removal of dismantled
material with all lifts and lead upto 1000 m(Thickness 75 mm
)
2 ItemNo. 2 :- Providing laying and of strip seal expansion joint MORT&H
catering to maximum horizontal movement upto 70 mm Clause No 2607
complete as per approved drawing and standard
specifications to be installed by the manufacturer / supplier to
their authorized representative ensuring compliance to the
manufactures instruction for installation
3 Item No. 3 :-Providing & laying 25 mm thick mastic asphalt MORT&H
wearing coarse on top of deck slab including prime coat with Clause No 515
paving grade bitumen meeting the requirements given in &2702
table 500-29* , prepared by using mastic cooker and laid to
recquired level and slope after cleaning the surface including
39
providing skid surface with bitumen precoated fine grained
har stone chipping of 9.5 mm nominal size at the rate of
0.005 cum per 10 sqm and at an approximate spacing of 10
cm center to center in both direction , pressed into surface
when the temperature of surfaces not less than 100 deg. C
protruding 1mm to 4 mm over mastic surfaces, all complete
as per clause 515.
4 Item No. 4 :- Providing and laying hot mix hot laid 40 Clause No. 111 page 1) The mode of measurement shall be one Cubic
millimeter thickness bituminous concrete with 40-60 TPH Hot 112 13 to 14 metre of the compacted volume of work carried out.
mix plant with 6.50% bitumen by weight of total mix including 113 14 to 17 2) The work shall be carried out in day's time and
cement filler at the rate of 2% by weight of total mix including 501 17 to 19 weathered dry climate
diversion of traffic supplying of all material with all leads and 503 139 to 154 3) Memorandum mix plan shall be have the features
lifts heating bitumen and chips of various sizes in drum mix 504 900 157 to 160 conforming to ministry of surface transport
type hot mix plant decaying all mixed material in hydraulic 500 179 to 183 specification CL No. 504.3.4
tipper conveying mixed material to work site by maintaining 337 to 361 for 4) Bitumen of Indian standard grade of 60/70
proper temperature preparing and cleaning the base laying plant and penetration shall be used .
bituminous concrete by self propelled paver finisher including machinary 5) For controlling traffic and construction and
compacting with power roller and vibratory roller including maintenance of diversion no extra payment shall be
providing and applying tack coat by self propelled towed done.
bituminous pressure sprayer for uniform spraying at the rate 6) The work shall be measured on cubic meter basis
or 3 Kilogram per 10 Square Metre with Bitumen 60/70 grade and levels taken of existing profile and finishing
on existing black topped surface including transportation of work in position 7) The
bitumen from factory to plant site etc. complete. Using 60/70 representative of the contractor should sign register
Grade bitumen . day to day account of asphalt to be used daily in
taken of this acceptance. 8)Inday or break
down rolling shall be done with 8 to 10 Metric tone
weight smooth roller and
Item No. 5:- Providing R.C.C. railing of cast in situ R.C.C. MORT&H
posts with M-20 C.C of trap /granita/quatzite/geneiss metal Clause No
2703,1500,1600
for horizontal and vertical members as per detailed drawing ,1700
including reinforcement scaffolding centering formwork
compaction finishing and curing with watering chemical
compound etc. complete.
40
6 Item No. 6 :-Providing railing of mild steel angle past 2M BR 51 ( C ) 145 1.} As per instruction of the Engineer in charge of
centre to centre of section 75mm x 75mm x 10mm or B-7 38 the work 2 } The work shall be carried out in
day times and dry weathered climate
equivalent /channel sction of height 1.05 above bridge
surface with minuum anchor length of 30cm including hold
fast of 25mm dia m.s. bar welded at the bottom and
concerting of 1:3:6 of size 390cm x30cm x3cm with three
rows of 40mm "B"class G.I.pipe provided at 30 on centre
including scaffold and with one coat of anticorrosive paint
and over it two coats of oil painting curing of
concertet.complete
41
SECTION X
1. The work shall be carried out as per the M.O.R.T. & H. specification for roads
and bridges published vide fourth revision on August 2001 and reprinted in
March.
2. The stability & design of counterfort retaining wall shall be calculated & got
approved from the competent authority before execution of work as per the
guidelines of I.R.C. 78-2000 Standard Specifications & Code of Practice for
Road Bridges Section VII Foundation & Sub Structure.
43
SECTION XI
44
FORM F-1
DETAILS OF WORKS OF SIMILAR NATURE & MANGINTUDE AMOUNTING TO RS. (AS SPECIFIED IN
TENDER DATA VOLUME II) CARRIED OUT BY TENDERER
NAME OF TENDERER
Sr. No. Name of Work Name and Address of Place Tendered Cost Time in Date of Principal
Organisation for whom the which completion features in
work is done completed brief
1 2 3 4 5 6 7 8
45
FORM F-2
DETALS OF OTHER WORKS TENDERED FOR AND IN HAND AS ON THE DATE OF SUBMISSION
NAME OF TENDERER :-
Sr. No. Name of Name and Place Tendered Work in Anticipated Estimated Works Stipulated Remarks
Work Address of Cost hand (cost of date of Cost tendered date of
Organisation remaining Completion where period of
Work) decision is completion
expected
1 2 3 4 5 6 7 8 9 10 11
46
FORM F-3
LIST OF MACHINERY AVAILABLE WITH THE TENDERED WHICH WILL BE USED FOR
EXECUTION OF THE CONTRACT
NAME OF TENDERER
Sr. No. Name of No. of Kind and Capacity Age of Present Present Location Whether the
Equipment Units make Machinery condition address of machinery is
of organization hypothecated to
Machinery where machinery any bank or
is in use institution
1 2 3 4 5 6 7 8 9
47
FORM F-4
STATEMENT SHOWING TECHINCAL PERSONNEL AVAILABLE WITH CONTRACTOR WHICH CAN BE
SPARED EXCLUSIVELY FOR THIS WORK
NAME OF TENDERER :-
48
FORM F-5
Name of Work :-
SAMPLE FORM
FORM F -5
ACTIVITY (WORK) SCHEDULE.
Sr. Item of Activity (Work) Monthwise Programme (in the form of a Bar Chart)
No. 1st, 2 nd, etc. are Months from the date of work order
1st 2 nd 3 rd 4 th 5 th 6 th 7 th 8 th 9 th 10 th 11 th 12 th
49
100 Rs. Bond
xɨÉÖxÉÉ ºÉiªÉ|ÉÊiÉYÉÉ ±ÉäJÉ (Affidavit)
50
SECTION -XIII
51
LETTER OF ACCEPTANCE
NO.-------------------------------------
Office of the Executive Engineer,
National Highway Division ,
Solapur
To,
M/s -------------------------------
-------------------------------------
-------------------------------------
Dear Sir,
Your Tender for the work cited under subject above as quoted by -----------
----% above/below /at par with schedule of rates is hereby accepted by -------------
---------
52
WORK ORDER
NO.-------------------------------------
Office of the Executive Engineer,
National Highway Division , Solapur
To,
M/s --------------------------------------
----------------------------------------
----------------------------------------
53