volume-iadf.maharashtra.etenders.in/tpoimages/pwdnh/tender/tender102.pdf · public works department...
TRANSCRIPT
P.R. to Solapur- Aurangabad-Dhule Road
(NH-211) Km. 365/200 to Km. 367/00 & 370/00 to 379/760
(Job No.211- NH-6- MAH -2012-13- 878 )
Estimated cost: Rs.2,74,92,604.00
Name of work : P.R. to Solapur – Aurangabad – Dhule Road, NH – 211 Km.
365/200 to 367/00 and 370/00 to 379/760 in The State of Maharashtra.
II NN DD EE XX
Standard Contract Document For Road & Bridge Works on
National Highways
VOLUME -II
VOLUME -II
Volume-I
Periodical renewal in km365/200 to 367/00 & 370/00 to 379/760 of Solapur Aurangabad Dhule Road NH211 2012
Contractor Nos of Corrections Executive Engineer - 1 –
SR. No. PARTICULARS PAGE NO.
Section-I General Information of contract 2 7
Section-II Tender Data 8 14
Section-III Contract Data 15 17
Section-IV Scope of work 18 18
Section-V Offer 19 19
Section-VI Memorandum 20 22
Section-VII Declaration 23 23
Section-VIII Amendments to provisions in Volume I 24 32
Section-IX Schedules of Work
i) Schedule of Materials 34 36
ii) Schedule of Quantities and Rates 36 38
III) Schedule of Specifications 39 40
Section-X Work Specific Technical Specifications 41 41
Section-XI Forms for Supplementary Information F1 to F5 42 50
Section-XII Drawings 51 52
Section-XIII (i)Letter of Acceptance 53 54
(ii) Work order 62 62
Periodical renewal in km365/200 to 367/00 & 370/00 to 379/760 of Solapur Aurangabad Dhule Road NH211 2012
Contractor Nos of Corrections Executive Engineer - 2 –
SECTION I
DETAILS OF WORKS
Name of Work :- P.R. to Solapur – Aurangabad – Dhule Road,
NH – 211 Km. 365/200 to 367/00 and 370/00 to
379/760 in The State of Maharashtra.
Estimated cost put to tender :- Rs. 2,74,92,604=00
Earnest Money
:- Rs.1,50,000=00
Term Deposit Receipt of Schedule Bank having braches in Maharashtra
/Treasury Challan should be attached with the tender at the time of submission.
Total Security Deposit :- Rs.11,00,000=00
(50% in Cash/Bank Gurantee/FDR/TDR of any schedule Bank) duly pledged in the
name of Executive Engineer, National Highway Division, Aurangabad and 50% from
R.A.Bills
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. Time
stipulated for completion :- 4 calender Months which will include the
monsoon period.
TO BE FILLED BY THE CONTRACTOR
I/We have quoted my/our offer in percentage rate in words as well as
in figures specifying below/above. I/We further undertake to enter into contract with
Public Works Department
Signature of Contractor
Periodical renewal in km365/200 to 367/00 & 370/00 to 379/760 of Solapur Aurangabad Dhule Road NH211 2012
Contractor Nos of Corrections Executive Engineer - 3 –
GOVERNMENT OF MAHARASHTRA
PUBLIC WORKS DEPARTMENT
GENERAL INFORMATION OF CONTRACT
( To be filled in when the contract is drawn )
1) Name of Work : P.R. to Solapur – Aurangabad- Dhule Road,
NH- 211 Km. 365/200 to 367/00 and 370/00 to
379/760 in The State of Maharashtra.
2) Name of Contractor : M/s Shri___________________________________
__________________________________________
3) Date of receipt of
Tender
: On or before 25/12/2012 upto 17.30 hours
4) Amount of Contract : Rs. 2,74,92,604=00
5) Agreement no. :
6) No. & Date of work
Order
: __________________________________________
7) Date of
Commencement
: __________________________________________
8) Time stipulated for
completion of work
: 4 (Four) 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
: _________________________________________
11) Reference to Sanction
of Extension of Time
: 1) _________________________________
2) _________________________________
Certified that the volume II Contains page No 1 to 57
Periodical renewal in km365/200 to 367/00 & 370/00 to 379/760 of Solapur Aurangabad Dhule Road NH211 2012
Contractor Nos of Corrections Executive Engineer - 4 –
NOTICE INVITING TENDER
The Executive Engineer. National Highway Division, Aurangabad
invites sealed tenders in percentage rate form eligible Contractors for the following
Work.
1. NAME OF WORK
: P.R. to Solapur – Aurangabad- Dhule
Road, NH- 211 Km. 365/200 to 367/00
and 370/00 to 379/760 in The state of
Maharashtra.
2. AMOUNT OF WORK PUT TO
TENDER
: Rs. . 2,74,92,604=00
3. TIME LIMIT FOR COMPLETION
OF WORK
: 4 (Four) months, including monsoon.
4. AMOUNT OF EARNEST MONEY
: Rs.1,50,000=00
5. TENDER VALIDITY
: 120 days
6. DATE OF ONLINE DOWNLOAD
OF BLANK TENDER DOCUMENTS
: From 26/11/2012 to 25/12/2012
7. COST OF ONLINE TENDER
FORM
: Rs.
8. DATE & VENNUE OF PRE
TENDER CONFERENCE
: Dated : 14/12/2012 @ 14.00 Hrs.
In the office of the Chief Engineer,
National Highway (P.W.) Kokan Bhavan,
Room No. 526, 5th Floor, Navi Mumbai.
9. SECURITY DEPOSIT
: Rs. 11,00,000=00
10. AUTHORITY, DATE AND PLACE
OF RECEIPT OF ORIGINAL
DOCUMENTS
(i) DEMAND DRAFT OF TENDER
FEE
(ii) FDR/TDR/BANK
GUARANTEE/EARNEST
MONEY EXEMPTION
CERTIFICATE (ATTESTED)
TOWARDS EMD
(iii) ADDITIONAL FDR/TDR
MOBILIZATION OF HOT MIX
PLANT ( IF APPLICABLE)
(iv) ORIGINAL COPY OF
MEMORANDOM,
DECLIRATION (SECTION VII,
of volume II.)
(v) The hard copy of
:
On or before 28/12/2012 upto 14.00
Hrs
In any one of the following officers
i) Chief Engineer, National Highway
(P.W.) Kokan Bhavan, Room No. 526, 5th
Floor, Navi Mumbai.
Periodical renewal in km365/200 to 367/00 & 370/00 to 379/760 of Solapur Aurangabad Dhule Road NH211 2012
Contractor Nos of Corrections Executive Engineer - 5 –
uploaded document
Volume I & Volume II
(Technical & Financial Bid)
duly signed on each &
every page by bidder in
bound form (In separate
envelope
11. DATE, TIME & PLACE OF
OPENING OF TENDER
Technical Bid
Financial Bid
:
:
:
Office of the Superintending Engineer,
Special Project Circle, Aurangabad on
Dt. 28/12/2012 at 15.00 Hrs (If possible)
Office of the Chief Engineer, N.H. (P.W.)
Room No. 527, 5th Floor, Konkan Bhavan,
Navi Mumbai On Dt. 29/12/2012 at 15.00
Hrs (If Possible).
12 CLASS OF REGISTRATION : Class III and above
13 Qualification Criteria : Qualification of the prospective tenders
shall be based on the criteria described
in the Tender Document. The offer of
only those Tenders who satisfy the
qualification criteria Mentioned in the
tender documents shall be opened and
considered.
Note: The right to accept or reject any or all tenders without assigning any reason
is reserved by the Government.
Periodical renewal in km365/200 to 367/00 & 370/00 to 379/760 of Solapur Aurangabad Dhule Road NH211 2012
Contractor Nos of Corrections Executive Engineer - 6 –
GOVERNMENT OF MAHARASHTRA
Public works Department (National Highways)
Tender Notification under e-Procurement
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
Tender
No.
Notic
e No.
Name of Work Approximate
value of work (
Rs.)
Earnest
Money
Deposit
( Rs.)*
Cost of
documents
( Rs.)
Period of
Completion
Class of
contracto
r
1 2 3 4 5 6 7 8
1 P.R. to Solapur
Aurangabad Dhule road,
NH-211 Km 365/200 to
367/00 and 370/00 to
379/760 in the state of
Mahrashtra
2,74,92,604/-
1,50,000/- 10,000/- 4
(Months)
calendar
months
including
monsoon.
Class III
and
above
TENDER SCHEDULE :
PERIOD OF DOWNLOAD OF BIDDING
DOCUMENT : From 26 /11 /2012 Time: 10.00 Hours
To 21 /12/2012 Time: 17.30 Hours
PREBID CONFERENCE DATE,TIME AND
VENUE
: on 14/12/2012 @ 14.00 Hrs. in the office of the Chief
Engineer , National Highways (P.W.) Maharashtra, 527,
Fifth Floor, Konkan Bhavan, Navi Mumbai.
(Ph.No.022-27574303/Fax.No.022-27574272)
LAST DATE AND TIME FOR RECEIPT OF
QUERIES FOR PRE BID CONFERENCE ONLINE
OR BY E-MAIL
: Up to 7/12/2012 Time: 14.00 Hours
LAST DATE AND TIME FOR ONLINE BID
PREPARATION AND HASH SUBMISSION
(TECHNICAL AND FINANCIAL )
: Date 25/12/2012 Time: 17.30 Hours
DATE AND TIME FOR ONLINE BID DATA
DECRYPTION AND RE-ENCRYPTION
(TECHNICAL AND COMMERCIAL)
: From 26/12 /2012 Time: 17.31 Hours
To 28/12/2012 Time: 15.00 Hours
AUTHORITY, DATE AND PLACE OF RECEIPT OF
ORIGINAL DOCUMENTS
(I) DEMAND DRAFT OF TENDER FEE
(II) FDR/TDR/BANK GUARANTEE/ EARNEST
MONEY EXEMPTION CERTIFICATE
(ATTESTED) TOWARDS EMD
(III) ADDITIONAL FDR/TDR FOR
MOBILIZATION OF HOT MIX PLANT (IF
APPLICABLE)
(IV) ORIGNAL COPY OF MEMORANDOM,
DLERATION, (SECTION VII)
(V) The Hard Copy of uploaded document Volume
: 28/12/2012 Upto 14.00 Hrs.
In any one of the following offices
(i) Chief Engineer , National Highway (P.W.),
Room No,526, 5th Floor,Konkan Bhavan, Navi
Mumbai.
(ii) Superintending Engineer, Spcial Project
Circle,
Aurangabad
(iii) Executive Engineer, National Highway
Division
Aurangabad.
Periodical renewal in km365/200 to 367/00 & 370/00 to 379/760 of Solapur Aurangabad Dhule Road NH211 2012
Contractor Nos of Corrections Executive Engineer - 7 –
I & Volume II ( Technical & Financial bid)duly
signed on each & every page by bidder in
bound form (In separate Envelope for Technical
and Financial bid)
TIME , DATE & PLACE OF OPENING
TECHNICAL BIDS : Date: 28/12/2012 upto: 15.01 Hours
In the office of the Superintending Engineer,
Spcial Project Circle, Aurangabad
Time, date & place of opening financial bids :
Date: 29 /12/2012 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.
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. For participating in tenders below Rs. 5 crore the registered vendors have to
apply for empanelment on the sub portal of PWDNH (http://pwdnh.maharashtra.etenders.in) in an
appropriate class of registration. The empanelment shall be approved by the Assistant Chief Engineer,
Office of the Chief Engineer, National Highways (P.W.) Maharashtra, Room No. 526, Konkan Bhavan,
Navi Mumbai. on receipt of application with valid registration certificate Only empanelled vendors will
be allowed to participate in such tenders.
2. For any other queries regarding on line enrollment on the above mentioned website and digital certificate,
please contact to Sify Technoligies Ltd., Nextender (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 ,
Aurangabad
Periodical renewal in km365/200 to 367/00 & 370/00 to 379/760 of Solapur Aurangabad Dhule Road NH211 2012
Contractor Nos of Corrections Executive Engineer - 8 –
LIST OF DOCUMENTS TO BE UPLOADED WITH THE TENDER
Sr. No. Brief details of document required
1. Letter of Submission of tender.
2. Index page denoting the documents attached and their page numbers.
3. Attested copy of valid Registration Certificates.
4. Scanned copy of FDR/TDR/EMD exemption certificate.
5.
Additional FDR/TDR as per requirements mentioned in Contract Data
Volume II for mobilization of hot mix plant (If Applicable).
6. Attested copy of registered partnership deed/Memorandum and articles of
association.
7. Power of Attorney (If Applicable).
8. Attested copy of valid VAT Registration Certificates and its clearance
certificate.
9. Details of works of similar nature & magnitude amounting to. Rupees as
prescribed in tender data Vol –II carried out by the Tenderer in last three
years. (From F-1of Section VI).
10. Details of other works tendererd for and in hand (From F-II of Section VI).as
on the date of submission of this tender.
11. List of machinery and plants available with the tenderer which will be used
exclusively for this work( Form F-3 of section VI).
12. List of Technical Personnel on roll of the tenderer at present and those likely
to be available for this work ( Form F-4 of section VI).
13. The documents for qualification criteria including annual turnover, bid
capacity as mentioned in Tender Data Volume II.
14. The documentary proof of owning the machineries.
15. Activities work schedule in (Form F-5 of section VI).
16. A Sketch Map showing the distance between the work site and Plant site with Km.
Nos.
17. Scanned copy of common set of deviation /additional stipulations issued by
the department.
18 Scanned copy of Tender fees.
19 Scanned copy of Memorandum .(Section VI of Volume II).
20. Scanned copy of Declaration (Section VII of Volume II).
21. The hard copy of uploaded documents of volume I and Volume II
(Technical and financial bid ) duly signed on each and every page by the
bidder in bounded form
( in separate envelope for Technical and financial bid).
Periodical renewal in km365/200 to 367/00 & 370/00 to 379/760 of Solapur Aurangabad Dhule Road NH211 2012
Contractor Nos of Corrections Executive Engineer - 9 –
SECTION II
TENDER DATA
1.0 Scope of Tender.
1.1 Sealed tenders are invited for the work as defined in Section IV of this Volume
by the Executive Engineer, National Highway Division, Aurangabad on behalf
of Governor of Maharashtra, from registered Contractors of eligible Class of
the Public Works Department and Irrigation Department of Maharashtra
State, estimated to cost as noted against the work and detailed in Section II,
III and IV of this Volume.
The conditions in Volume II will supercede the conditions in Volume I
2.0 QUALIFICATION CRITERIA.
2.1 Qualification will be based on Applicant’s meeting all the following minimum pass/fail
criteria regarding the Applicant’s general and particular experience, personnel and equipment
capabilities, and financial position, as demonstrated by the Applicant’s response in the forms
attached to the Letter of Application. Subcontractor’s experience and resources shall not be
taken into account in determining the Applicant’s compliance with the qualifying criteria.
To qualify for more than one contract, the applicant must demonstrate having experience
and resources sufficient to meet the aggregate of the qualifying criteria for each contract given
in the paragraphs 2..4,2.5,2.6 and 2.9 below.
2.2 Base year and escalation
The base shall be taken as (Particular year to be mentioned) – 2012-13.
Following enhancement factors will be used for the cost of works executed and the financial
figures to a common base value for works completed in India.
Year before Multiplying factor
One 1.1
Two 1.21
Three 1.33
Four 1.46
Five 1.61
Periodical renewal in km365/200 to 367/00 & 370/00 to 379/760 of Solapur Aurangabad Dhule Road NH211 2012
Contractor Nos of Corrections Executive Engineer - 10 –
Applicant should indicate actual figures of costs and amount for the works executed by them
without accounting for the above mentioned factors.
In case the financial figures and value of completed works are in foreign currency, the above
enhanced multiplying factors will not be applied. Instead, current market exchange rate (State
Bank of India BC selling rate as on the last date of submission of bid) will be applied for the
purpose of conversion amount in foreign currency in Indian rupees.
2.3 General Experience
The applicant shall meet the following minimum criteria
(a) Average annual financial turnover (defined as billing for works in progress and
completed in all classes of civil engineering construction works only) over the last five
years of Rs 207.00 Lakhs
Note :- This annual turnover shall be certified by the Chartered Accountant.
Government or Semi Government works mentioned in Form F-1 shall be
considered for annual turnover during respective years.
(b) Experience in successfully completing or substantially completing at least one contract
of highway (Road workof IRQP on National Highway) of at least Rs 207 lakhs within
the last five years.
The works may have been executed by the Applicants as prime contractor or as member
of joint venture or subcontractor. As subcontractor, he should have acquired the
experience of execution of all major items of works under the proposed contract. In
case the project has been executed by a joint venture, weightage towards experience of
the project would be given to each joint venture in proportion to their participation in
the joint venture.
Substantially completed works means those works which are at least 90 % completed as
on the date of submission (i.e. gross values of work done upto the last date of
submission is 90% or more of the original contract price) and continuing satisfactorily.
For these, a certificate from employer shall be submitted along with application incorporating
clearly the name of the work, contract value, billing amount, date of commencement of works
satisfactory performance of the Contractor and any other relevant information.
(c ) Executed in any one year , the minimum quantities of the followings items
of work during the last three years.
Bituminous work
(a)BUSG Nil Cum
(b)BM 850 Cum
(c) SDBC (25mm) 1600 Cum
Periodical renewal in km365/200 to 367/00 & 370/00 to 379/760 of Solapur Aurangabad Dhule Road NH211 2012
Contractor Nos of Corrections Executive Engineer - 11 –
Note :-
1. In case of joint Venture the criteria under 2.3(b) above shall be satisfied by
any one of the partners individually.
2. The Joint venture of the partner/partners satisfying individually/jointly as the
case may be the criteria specified under clause 2.3(b) and clause 2.3(c)
above shall only be considered as valid for qualification criteria.
3. In case of information for clause 2.3(b) & 2.3(c) a certificate from an officer
not below the rank of Executive Engineer shall be furnished in Technical bid
only. Copy of these Certificates shall be got attested from an officer of P.W.D.
or Irrigation Department of Maharashtra not below the rank of Executive
Engineer.
2.4 Equipment capabilities
The Applicant should own or should have assured ownership to the following key items of
equipment, in full working order, and must demonstrate that, best on known commitments;
they will be available for the work in proposed contract.
Sr. No.
Type of Equipment
(Confirming to Section 500 & 106 of MORTH
Specification for Road and Bridge Works IVth Revision 2001)
Maximum
Age as on
1-1-2012
Minimum
Number
Required
1. Tipper/ Trucks 5 - 7 8 No.
2. Front end loaders 5 02 Nos.
3. Smooth Wheeled Rollers 5 01 No.
4. Vibratory Rollers 5 02 Nos.
5. Hot Mix Plant with Electronic Control (Minimum
80-100 (DM-50)TPH capacity Drum Mix Type)
5
01 Nos.
6. Paver Finisher with electronic sensor 5 01 Nos.
7. Bituminous Sprayer 5-7 01 Nos.
8. Tandem Roller 5 01 No.
9. Air Compressors 5 01 Nos.
10 Static roller 5 01 Nos
11 Water Tanker 01 Nos
12 Excavator 01Nos
Periodical renewal in km365/200 to 367/00 & 370/00 to 379/760 of Solapur Aurangabad Dhule Road NH211 2012
Contractor Nos of Corrections Executive Engineer - 12 –
Note:-
1. The tenderer shall produce the documentary evidence in support of
ownership of plant and machinery mentioned above as Sr.No. 1 to 9.
2. The Tenderer shall made available the key item of equipments in full
working order for use in the proposed contract on hire/ lease
agreement for hiring the equipments at Sr.No……. to …….. on Rs.100/-
stamp paper should have to be submitted by the bidder in technical
bid.
2.5 Personal capabilities
The Applicant must have suitably qualified personal to fill the following positions. The
Applicant will supply information on a prime candidate and alternate for each position, both
of whom should meet the experience requirements specified below.
Sr
No.
Position Qualification Total
Experience
In
similar
works
As manager
of similar
works
Required
number
1. Project
Manager
B.E. (Civil) 10 years 5 years 5 years 1
2. Site
Engineer
B.E. (Civil) 3 years 2 years - 2
3. Plant
Engineer
B.E. (Civil) 3 years 2 years - 1
4. Quantity
Surveyor
B.E. (Civil) or
Diploma (civil)
3 years
7 years 2 years - 1
5. Soil &
Material
Engineer
B.E.(Civil) or
Diploma (Civil)
3 years
7 years 2 years
- 1
2.6 Financial Position
The Applicant should demonstrate that he has access to, or has available, liquid assets
(aggregate of working capital, cash in hand and uncommitted bank gurantees) and /or credit
facilities of not less than 10 percent of the value of the contract/contracts applied for (
construction cash-flow may be taken as 10 percent of the estimated value of the contract /
contracts)
2.7 The audited balance sheets for the last five years should be submitted, which must
demonstrate the soundness of the Applicant’s financial position, showing long-term
profitability including an estimated financial projection for the next two years. If necessary,
the employer will make enquiries with the applicant’s bankers.
Periodical renewal in km365/200 to 367/00 & 370/00 to 379/760 of Solapur Aurangabad Dhule Road NH211 2012
Contractor Nos of Corrections Executive Engineer - 13 –
2.8 Litigation History
The Applicant should provide accurate information on any litigation or arbitration resulting
from contracts completed or under execution by him over the last five years. A consistence
history of awards against the applicant or any partner of a joint venture may result in failure
of the applicant.
2.9 Bid Capacity
Applicant who meets the minimum qualification criteria will be qualified only if their
available bid capacity is more than the total bid value. The available bid capacity will be
calculated as under:
Assessed Available Bid capacity = (A x N x 2 - B),
Where,
A = Maximum value of works executed in any one year during the last five years (updated to
the current price level ) rate of inflation may be taken as 10 percentage per year which
will taking into account the completed as well as works in progress.
B = Value at current price level of the existing commitments and on going works to be
completed during the next 4 months, and
N = Number of years prescribed for completion of the works for which bids are invited.
Note: In case of a Joint Venture, the available bid capacity will be applied for each partner
to the extent of his proposed participation in the execution of the works.
2.10. Disqualification
Even though the applicants meet the above qualifying criteria, they are subject to be
disqualified if they have :
made misleading or false representation in the form, statements submitted; and / or
records of poor performance such as abandoning the works, rescinding of contract for
which the reasons are attributable to the non-performance of the contractor, consistent
history of litigation awarded against the Applicant or financial failure due to
bankruptcy.
The rescinding of contract of a joint venture on account of reasons other than non-
performance, such as Most Experienced partner of joint venture pulling out, court
directions leading to breaking up to a joint venture before the start of work, which are
not attributable to the poor performance of the contractor will, however, not affect the
qualification of the individual partners.
4.6 JOINT VENTURE - deleted
4.6.1 Joint ventures must comply with the following requirements:
(a) Following are the minimum qualification requirements;
Periodical renewal in km365/200 to 367/00 & 370/00 to 379/760 of Solapur Aurangabad Dhule Road NH211 2012
Contractor Nos of Corrections Executive Engineer - 14 –
(i) The lead partner shall meet not less than 50 percent of all the qualifying criteria
given in para 4.4.3 & 4.4.6 above. The joint venture must collectively satisfy the criteria of
para 4.4.3 & 4.4.6 above. The experience of the other joint venture partners shall be
considered if it is not less than 30 percent of the qualifying criteria given in para 4.4.3 & 4.4.6
above. However, in case one of the joint venture partners is proposed to be included primarily
to provide financial strength to the joint venture, such joint venture partner shall have to
commit to provide liquidity support to the project to the extent of 10 percent of the value of
the contract.
(ii) The joint venture must satisfy collectively the criteria of para 4.4.4 and 4.4.5
above for which purpose the relevant figures for each of the partners shall be added together
to arrive at the joint venture’s total capacity. Individual members must each satisfy the
requirements of para 4.4.7 & 4.4.8 above.
(b) The formation of a joint venture after prequalification, any change in a pre-qualified joint
venture, will be subject to the written approval of the Employer prior to the deadline for
submission of bids. Such approval shall be denied if (i) partners withdraw from a joint
venture and the remaining partners do not meet the qualifying requirements; (ii) the new
partners to a joint venture are not qualified individually or as another joint venture; or (iii) in
the opinion of the Employer, a substantial reduction in competition may result.
(c) Bid shall be signed so as to legally bind all partners, jointly and severally, and shall be
submitted with a copy of the joint venture agreement providing the ‘joint and several’ liability
with respect to the contract.
4.6.2 Qualification of a joint venture does not necessarily qualify any of its partners
individually or as a partner in any other joint venture. In case of dissolution of a joint venture,
each one of the constituent firms may qualify if they meet all the qualification requirements,
subject to the written approval of the Employer.
(b) Name & Address of the Tenderer:
3.1 Tenderer Name
Address
Contact Numbers: (Office)
(Residence)
(Mobile)
E-Mail I.D.
3.2 Authorised Representative of the Tenderer.
Periodical renewal in km365/200 to 367/00 & 370/00 to 379/760 of Solapur Aurangabad Dhule Road NH211 2012
Contractor Nos of Corrections Executive Engineer - 15 –
Name
Address
Contact Numbers: (Office)
(Residence)
(Mobile)
4.0 Formats:
Format No. F-1 to F-8 annexed herewith shall be submitted with complete and
true information in Envelope No.1.
5.0 Documents to be enclosed:
The documents as indicated in Clause 13.2.1 and Clause 13.2.2 of Section I
Volume I are Mandatory and shall be enclosed with the tender.
The fallowing documents are however not mandatory for submission in the
tender of present work .
1. Additional FDR/TDR as per requirements mentioned in Contract Data
Volume II for Mobilization of Hot Mix Plant.
2. Details of works of similar nature and magnitude amounting to Rupees as
prescribed
6.0 Pre Tender Conference
i) Place : CHIEF ENGINEER , National Highway (P.W.)
Konkan Bhavan, Room No.526, 5th Floor,
Navi Mumbai
ii) Time : 14.00 HOURS ON DATED 14/12/2012
iii) Authority for Replies : Chief Engineer, National Highway (P.W.),
Konkan Bhavan, Room No.526, 5th Floor,
Navi Mumbai
7.0 Deadline for hash submission of Tender:
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 25/12 / 2012 upto 17.30 Hrs .
8.0 Tender Opening (Financial)
Periodical renewal in km365/200 to 367/00 & 370/00 to 379/760 of Solapur Aurangabad Dhule Road NH211 2012
Contractor Nos of Corrections Executive Engineer - 16 –
i) Authority : Chief Engineer, National Highway (P.W.),
Konkan Bhavan, Navi Mumbai
ii) Place : Konkan Bhavan, Room No.526, 5th Floor,
Navi Mumbai
iii) Time : 15.01 Hours 29/12/2012 ( If Possible)
9.0 Authority to sign the Agreement:
On behalf of Governor of Maharashtra the agreement will be signed by
Executive Engineer , National Highway Division, Aurangabad.
Periodical renewal in km365/200 to 367/00 & 370/00 to 379/760 of Solapur Aurangabad Dhule Road NH211 2012
Contractor Nos of Corrections Executive Engineer - 17 –
SECTION III
CONTRACT DATA
Sr.
No.
Clause No.
Section
Particulars
1.
Chief Engineer is : Chief Engineer
National Highway (P.W.)
Konkan Bhavan, Room No.526,
5th Floor, Navi Mumbai
Phone No. 022-27574272
Fax No. 022-27574272
E-Mail id:
Superintending
Engineer is
: Superintending Engineer
Special Project Circle,
Aurangabad
Telephone no.0240-2331954
Fax No. 0240-2331214
E-Mail I.D.
Executive Engineer is : Executive Engineer
National Highway Division
Aurangabad.
Telephone no.0240-2351162
Fax No. ____________________
E-Mail I.D.
2.
11 Section-I
22 Section-II
a) Estimated cost put to Tender
2,74,92,604=00
b) Earnest Money
1,50,000=00
c) Security Deposit
i) Cash ( Not less than amount of
Earnest Money )
ii) To be deducted from Running
Account Bills
Total
Rs. 5,50,000=00
Rs 5,50,000=00
Rs. 11,00,000=00
d) Percentage if any to be deducted
from bills so as to make up the total
amount required as Security Deposit
by time, half the work as measured
by the cost, is done.
4 %
f) Time allowed for the work from date
of written order to commence
04 calendar
Months
Periodical renewal in km365/200 to 367/00 & 370/00 to 379/760 of Solapur Aurangabad Dhule Road NH211 2012
Contractor Nos of Corrections Executive Engineer - 18 –
including
Monsoon.
3
2
Section III
Levy of Compensation :
Milestone
(part duration with
respect to period of
completion )
Cumulative
physical target
to be achieved
If not achieved the
compensation
payable per day
Periodical renewal in km365/200 to 367/00 & 370/00 to 379/760 of Solapur Aurangabad Dhule Road NH211 2012
Contractor Nos of Corrections Executive Engineer - 19 –
7
Grade of Bitumen : 60/70 Grade
Milestone
No.
No. of
Days
from the
date of
work
order
1 30 26 % Rs 2500/-
2 60 50 % Rs 5000/-
3 90 76 % Rs 7500/-
4 120 100% Rs 10000/-
(Compensation is not cumulative)
4
20
Section III
Defect Liability period:
12 (Twelve) months from date of completion.
5
38
Section III
For the purpose of operating of this clause, this cost shall be
worked out from the D.S.R. prevailed at the time of
acceptance of tender.
6
54
Section III
Price Variation Clause:
1) Labour Component : 27 %
2) Material Component : 45 %
3) POL Component : 28 %
4) Bitumen Component : Actual
5) Cement Component : Actual
6) Steel : Actual
7) Hume Pipe : Actual
Consumer Price Index (New series) for Industrial workers
for Nanded Centre.
Star Rates for
1. Bitumen 60/70 Rs. 44460.75 /MT.
2. Cement Rs. Nill
3. Steel Rs. Nill
4. Hume pipe 1200/1000 Rs. Nill
Type NP-4
3.
Periodical renewal in km365/200 to 367/00 & 370/00 to 379/760 of Solapur Aurangabad Dhule Road NH211 2012
Contractor Nos of Corrections Executive Engineer - 20 –
8
30.3
Section II D
Mobilization Advance (Limit) : 5 % of Contract
Amount
Interest on Mobilization Advance : 14 %
9
24.1
Section I F
Performance Security for : Rs. 15.00 Lakhs
Mobilization of plant
10
24.2
Section I F
Performance Security for : 5 %
Maintenance (amount of work done
to be deducted form each bill)
11
33
Section II F
4
Section V B
6
Section IV C
Deductible Amount for Non Provision of Amenities:
i) Field laboratory Rs. 2400.00 Per
ii) Site Office day
iii) Whether the Government land for Yes
establishing field laboratory & site
office will be made available ?
iv) In case field laboratory and site
office (along with equipment, furniture No
and amenities) is established at Govt.
land by the Contractor. Whether it will
be the property of Government ?
v) Whether the Roughness Index test Yes
is intended to be carried out by the
Contractor .
12
13.2 (p) &
24.1.1
Section I
The distance of Hot-mix plant from the farthest point
45 km.
Periodical renewal in km365/200 to 367/00 & 370/00 to 379/760 of Solapur Aurangabad Dhule Road NH211 2012
Contractor Nos of Corrections Executive Engineer - 21 –
SECTION IV
SCOPE OF WORK
1. Introduction : P.R. to Solapur – Aurangabad- Dhule Road, NH- 211
Km. 365/200 to 367/00 and 370/00 to 379/760 in
the state of Maharashtra.
2. Site Location / Site Data : On Solapur – Aurangabad- Dhule Road, NH- 211
Km. 365/200 to 367/00 and 370/00 to 379/760
3. Brief Description of Work The scope of work includes following.
P.R. to km 365/200 to 367/00 and km 370/00 to 379/760 of NH-211
A) B. M. 50 mm thick (3.3 % Bitumen content) for rectification of
Rough/ Damaged patches inVG-30 (60/70 grade bitumen.)
B) 25 mm S. D. B. C. with 5.25% BitumenVG-30, for surfacing with 5%
additional for camber correction .
C) 10 cm thick Hard murrum for side shoulders of 1.50
m wide.
D) Thermoplastic reflective paint for centerline
marking.
4. Obligatory Conditions in the Proposed Work if any : As detailed in Vol-I and
Vol-II.
5. Other Features:
i) Traffic Control & Safety : As per Section VII of Vol-I
ii) Shifting of Utility Services : As per requirement and as directed by
Engineer in charge.
iii) Clearances from Statutory Authorities : As per prevailing laws and
rules and from competent authorities.
iv) Raw Materials and Quarries : Contractor Shall do the necessary survey
before tendering for the work.
v) Availability of Water : Will be the responsibility of Contractor.
6. Schedule of Handing Over of Site : On the date of Work Order.
7. Specific Condition of Maintenance ( Refer Clause 26 of Section II Vol I )
Periodical renewal in km365/200 to 367/00 & 370/00 to 379/760 of Solapur Aurangabad Dhule Road NH211 2012
Contractor Nos of Corrections Executive Engineer - 22 –
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 rates 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.
Signature of Contractor
& Seal
----------------------------------------------------------------------------------------------------------------------
OPENING OF TENDER
Tender is opened in the office of Executive Engineer___________________ ________
Superintending Engineer_______________on dated ___________________ in presence of
Contractor/ Representatives/ Officers signed on the attendance sheet.
Offer quoted is not having any corrections/having ___________ corrections.
Offer read out as _________% above/below/ at par with Schedule of quantities and
Rates ( In words ________________________________________________________)
Divisional Accounts Officer Executive Engineer/ Superintending Engineer
Periodical renewal in km365/200 to 367/00 & 370/00 to 379/760 of Solapur Aurangabad Dhule Road NH211 2012
Contractor Nos of Corrections Executive Engineer - 23 –
SECTION VI
MEMORANDUM
( If several sub-works are included they should be detailed in a separate list )
a) Estimated Cost
: Rs. 2,74,92,604,=00
b) Earnest Money : Rs 1,50,000=00
c) Security Deposit : Rs. 11,00,000=00
This will be deposited as under
i) In Cash
Rs
5,50,000=00
ii) To be deducted from
Running bills
Rs
5,50,000=00
d) Give schedule (where
necessary) of dates by
which various items are to
be completed.
: Time allowed for the work from date of
written order to commence 04 Calendar
Months including Monsoon.
Should this tender be accepted I/We
hereby agree that this offer shall remain
open for acceptance for a minimum period
of 120 days from the date fixed for opening
the same (i.e. Envelop No. 2 ) and thereafter
until it is withdrawn by me/us by a notice in
writing duly addressed to the authority
opening the tenders and sent by
registered post A.D. or otherwise delivered
at the office of such authority.
Periodical renewal in km365/200 to 367/00 & 370/00 to 379/760 of Solapur Aurangabad Dhule Road NH211 2012
Contractor Nos of Corrections Executive Engineer - 24 –
Treasury challan No. ______________ dated _________ 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, Aurangabad a sum of Rs. 1,50,000=00
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/us 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.
Periodical renewal in km365/200 to 367/00 & 370/00 to 379/760 of Solapur Aurangabad Dhule Road NH211 2012
Contractor Nos of Corrections Executive Engineer - 25 –
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.
Receipt No. ___________and dated ________from the Government
Treasury at ___________ in respect of the sum of Rs.1,50,000/- 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. 1,50,000/-
shall be refunded.
Contractor (Address) + Signature of Contractor
before submission of Tender
Dated the day of 20__
Witness
(Address) + Signature of witness
to Contractors Signature
(Occupation) + Signature of Officers
by whom accepted
The above tender is hereby accepted by me on behalf of Governor of
Maharashtra.
Executive Engineer,
National Highway Division,
Aurangabad
Dated the day of 20--
Periodical renewal in km365/200 to 367/00 & 370/00 to 379/760 of Solapur Aurangabad Dhule Road NH211 2012
Contractor Nos of Corrections Executive Engineer - 26 –
SECTION VII
DECLARATION OF THE CONTRACTOR
I / We hereby declare that I / We have made myself / ourselves thoroughly
conversant with the local conditions regarding all materials and labour on which I /
We have based my / our rates for this tender. The specifications, local existing
condition and lead of materials on this work have been carefully studied and
understood by me / us before submitting this tender. I / we undertake to use only
the best materials approved by the Engineer-in-Charge or his duly authorized
representative, before starting the work and to abide by his decision. I/ We shall
maintain / rectify the entire works as per M.O.R.T. & H. specification as soon as the
damage occurs up to the expiry of defect liability period without putting forth any
reasons for the failure.
Signature of contractor
Periodical renewal in km365/200 to 367/00 & 370/00 to 379/760 of Solapur Aurangabad Dhule Road NH211 2012
Contractor Nos of Corrections Executive Engineer - 27 –
SECTION VIII
AMENDMENTS TO PROVISION IN VOLUME-I (Note – Amendments if any to provisions in Volume-I to be included here)
1 Amendment to Section I , Page -1 Clause 3.
To be eligible for award of Contract the Tenderers shall provide satisfactory evidence to the
Government of their eligibility, capability and adequacy of resources to carry out the
Work/Contract effectively. For this purpose all the tenderers are required to complete the
necessary online forms and upload appropriate supporting documents wherever applicable
2 Amendment to Section I , Page -1 Clause 3.4
In the event of the tender being submitted by a firm, it must be digitally signed by any one Partner or the Power of Attorney holder
3 Amendment to Section I , Page -1 Additional condition.
5.3 IMPORTANT INSTRUCTIONS TO INTENDING TENDERERS FOR USING
ELECTRONIC TENDERING SYSTEM
5.3(a). All eligible/ intending Tenderers are mandated to get enrolled on the eTendering
portal (http://maharashtra.etenders.in) in order to download the tender documents and
participate in the subsequent bidding process. For participating in the tenders below 5
Cr. the registered vendors have to apply for empanelment on the sub-portal of PWDNH
in an appropriate Class of Registration. The empanelment will have to be approved by
the Assistant Chief Engineer(National Highway), Office of The Chief Engineer, National
Highway (P.W.) Maharashtra, Room 526, Konkan Bhavan, Navi Mumbai Phone 022-
27574303. Only empanelled vendors will be allowed to participate in such tenders.
5.3(b). Intending Tenderers have to Fill online the reference details of Demand draft /
Pay Order towards the cost of Tender Documents as mentioned in the Notice Inviting
Tender, ) before downloading the Tender Document. Scanned copy of the Instrument
towards Tender Document fee is to be submitted online. Original Copy is to be
submitted as mentioned in the Notice Inviting Tender.
5.3(c). Intending Tenderers should download the Tender Documents from the
eTendering portal http://pwdnh.maharashtra.etenders.in.
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.
Periodical renewal in km365/200 to 367/00 & 370/00 to 379/760 of Solapur Aurangabad Dhule Road NH211 2012
Contractor Nos of Corrections Executive Engineer - 28 –
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’
4 Amendment to Section I , Page -2 Clause 6.3
The Non Variable Document (Volume I) and Variable Document (Volume II) shall be downloaded by the intending Tenderer 5 Amendment to Section I , Page -2 Clause 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.
6 Amendment to Section I , Page -2 Clause 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.
7 Amendment to Section I , Page -2 Clause 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
8 Amendment to Section I , Page -2 Clause 7.4
The condition regarding comment set of deviation is added 7.4 as under. 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.
9 Amendment to Section I , Page -4 Clause 11.1
Scanned copy of Earnest Money or Earnest Money Exemption Certificate 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
Periodical renewal in km365/200 to 367/00 & 370/00 to 379/760 of Solapur Aurangabad Dhule Road NH211 2012
Contractor Nos of Corrections Executive Engineer - 29 –
branch located in State of Maharashtra of a 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. Certificate or TDR/FDR copy of the Earnest Money or Earnest Money Exemption is to be submitted as per the Tender Schedule in NIT
10 Amendment to Section I , Page -4 Clause 11.6
All documents related to tender are to be submitted by Tenderes online only. In addition
EMD, Affidavit, Declaration, Memorandum in given format and DD of processing fees
should be submitted in original through registered/ Speed Post only within the deadline
prescribed in Tender Schedule of NIT, failing which the tenderer cannot participate in the
bidding and shall be rejected as non-responsive.
The hard copy of scan contract document Volume-I and Volume-II (Technical & Financial
bid) duly signed on each and every page by the bidder must be submitted by the bidder in
sealed envelop in bound form (Separate envelop for Technical and Financial bid) to the Chief
Engineer, National Highway (P.W.), Konkan Bhavan, Navi Mumbai / Superitending
Engineer, Special Project Circle, Aurangabad/ Executive Engineer, National Highway
Division, Aurangabad on or before stipulated date of opening of financial bid.
11 Amendment to Section I , Page -4 Clause 12.1. to 12.4
Clause No. 12.1 to 12.4 stands deleted and following clause 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
12 Amendment to Section I , Page -5 Clause 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.
Periodical renewal in km365/200 to 367/00 & 370/00 to 379/760 of Solapur Aurangabad Dhule Road NH211 2012
Contractor Nos of Corrections Executive Engineer - 30 –
13 Amendment to Section I , Page -5 Clause 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.
14 Amendment to Section I , Page -5 Clause 13.2.1(b)
Index page denoting the documents attached
15 Amendment to Section I , Page -5 Clause 13.2.1(d)
Scanned copy of Earnest Money in the form prescribed in clause 11 above
16 Amendment to Section I , Page -5 Clause 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).
17 Amendment to Section I , Page -5 Clause 13.2.1(h)
Attested copy of Valid Maharashtra Value Added Tax Registration certificate form Sales Tax Commissioner.
18 Amendment to Section I , Page -6 Clause 13.2.2
The following documents should be uploaded in "Envelope No.2":
19 Amendment to Section I , Page -6 Clause 13.3
In the event of tender being submitted by firm, it must be signed by the nominated partner or a person holding power of attorney to sign the bid.
Periodical renewal in km365/200 to 367/00 & 370/00 to 379/760 of Solapur Aurangabad Dhule Road NH211 2012
Contractor Nos of Corrections Executive Engineer - 31 –
20 Amendment to Section I , Page -6 Clause 13.4
Clause 13.4 stands deleted.
21 Amendment to Section I , Page -6 Clause 13.5
The offer in percentage should be provided both in words and figures at appropriate place in
Volume II.
22 Amendment to Section I , Page -6 Clause 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 submission of tender by issuing an addendum in which
case, all rights and obligations of the Government and Tenderers previously subjected to the
original dead line 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. 1,038/- 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).
23 Amendment to Section I , Page -6 Clause 15
Receipt of Tender After Deadline
Periodical renewal in km365/200 to 367/00 & 370/00 to 379/760 of Solapur Aurangabad Dhule Road NH211 2012
Contractor Nos of Corrections Executive Engineer - 32 –
The Tenderers will have to carry out their respective tasks within the deadlines defined in the Tender Schedule.
24 Amendment to Section I , Page -7 Clause 16.2.1
The Tendering Authority will first open the Envelope 1 documents of all Intending Tenderer
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.
25 Amendment to Section I , Page -7 Clause 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.
26 Amendment to Section I , Page -7 Clause 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.
27 Amendment to Section I , Page -7 Clause 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.
28 Amendment to Section I , Page -7 Clause 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.
29 Amendment to Section I , Page -8 Clause 19.1(c) to 19.1 (e) Deleted.
30 Amendment to Section I , Page -8 Clause 19.1 (f) The Tenderer has not uploaded the documents or Filled the templates as stated in clause 13.2 of Instructions To Tenderers.
31 Amendment to Section II , Page -15 Clause 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.
32 Amendment to Section II , Page -21 Clause 15.1
Clause 15.1 section II of Volume-I shall be read as under. It is obligatory on the part of agency to obtain N.O.C. regarding Water (Prevention and Control of Pollution) Act
Periodical renewal in km365/200 to 367/00 & 370/00 to 379/760 of Solapur Aurangabad Dhule Road NH211 2012
Contractor Nos of Corrections Executive Engineer - 33 –
1974 and regarding Air (Prevention and control of Pollution) Act 1981 from the Maharashtra Pollution Control Board before starting of crusher, Hot Mix plant for the work within 30 days from the date of work order. Failure to do so, the contract will be terminated and security deposit along with performance, security will be forfeited.
33 Amendment to Section II , Page -23 Clause 17.4
Clause regarding “Site office” stands deleted.
34 Amendment to Section II , Page -23 Clause 17.5
Clause regarding “Laboratory for testing” stands deleted . However laboratory at plant site having equipment as specified under 5.1(a), 5.1(b), 5.1 (c) & 5.1(e) on page No.105 to 107 of Volume-I, will have to be provided as directed by the Engineer in charge.
35 Amendment to Section II , Page -25 Clause 18.3.3 to 18.3.4
Clause regarding “Prestressing Steel and Structural Steel” stands deleted
36 Amendment to Section II , Page -26 to 28 Clause 18.5.1 to 18.8.8
Clause regarding “Cement concrete” stands deleted.
37 Amendment to Section II , Page -36 Clause 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.
38 Amendment to Section II , Page -36 Clause 30.3
Clause regarding “Mobilisation Advance” stands deleted.
39 Amendment to Section II , Page -37 Clause 30.4
Clause regarding “Mobilisation Advance” stands deleted
40 Amendment to Section III , Page -67 Clause 48
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.
41 Amendment to Section III , Page -69 to 72 Clause 54 : Price
Variation Clause Deleted 42 Amendment to Section III , Page -74 Clause 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.
43 Amendment to Section IV , Page -76 Clause 1 regarding,
“(A) Cement Content” change of “cement content” stands deleted
44 Amendment to Section IV , Page -77 Clause 2.1 & 2.2 regarding,
“(B) Mix Design Concrete Mixes: stands deleted.
45 Amendment to Section IV , Page -81
Clause 48 read as under :-
.
Periodical renewal in km365/200 to 367/00 & 370/00 to 379/760 of Solapur Aurangabad Dhule Road NH211 2012
Contractor Nos of Corrections Executive Engineer - 34 –
Clause 5.3 Clause stands deleted.
46 Amendment to Section IV , Page -84 to 100 Clause 7.1 to 21.7 regarding
(D) Specification for Rigid pavement” stands deleted.
47 Amendment to Section V , Page -107 Clause 5 (d) regarding,
“Cement of Concrete testing” stands deleted.
48 Amendment to Section V , Page -111 to 112 Clause 6.8 (iii) regarding,
“Structural Concrete for bridge work and Pavement Quality Concrete” stands deleted.
49 Amendment to Section V , Page -112 Clause 7,
regarding Training of Personnel stands deleted.
50 Amendment to Section V , Page -114 Clause 9.0 to 9.4,
“(E) Load Test of Structural concrete” stands deleted.
51 Amendment to Section VII , Page -146 to 149 Clause 6,
“Traffic safety measures during reconstruction of cross drainage structure when Traffic
can be passed over part width” stands deleted.
52 Amendment to Section VII , Page -150 to 156 Clause 7,
“Traffic safety measures during widening of roads where traffic can be passed over part
width” stands deleted.
53 Additional Conditions :
3) 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.
54 Amendment to Section V , Page -103 Clause 3.5
3.5 In order to ensure proper grade of bitumen that is to be used for bituminous work,
following procedure shall be adopted.
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 should inform the schedule of arrival of Bouzers to the Engineer-in- charge from time.
The condition relating to produce for testing grade of bituminous work is added Sr.No.3.5 as under.
a) The schedule of arrival of bouzers and the procurement of bitumen obtained from the Government refinery shall be submitted by the contractor before preparation of the bitumen mix.
Periodical renewal in km365/200 to 367/00 & 370/00 to 379/760 of Solapur Aurangabad Dhule Road NH211 2012
Contractor Nos of Corrections Executive Engineer - 35 –
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.
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
b) The necessary instruments /machineries (with latest calibration) on plant/site for testing of materials shall be made available by the contractor.
c) The original challan and delivery memo of the bitumen obtained from the Government refinery shall be submitted to the Engineer in charge and the same shall recorded in the measurement Book of that work.
d) Engineer in charge shall collect the sample of the bitumen received from the Govt. refinery prior to unloading that plant, and shall verify the quality from the Govt. laboratory and the results obtain shall be recorded. If he is satisfied with the results then only he shall permit in writing to the contractor to unload the bitumen in the presence of Engineer in charge or his authorized representative.
e) The workwise register shall be maintained on the plant containing Boozers number, challan number, delivery memo number, Net weight of the bitumen, grade of the bitumen and the name of the officer who conduct the tests.
55. Additional Condition Building and other construction works welfare less :-
56. Section II General Conditions of Contract (Page No.45) condition relating to
insurance of contract works is added Sr. No.37 as under.
Periodical renewal in km365/200 to 367/00 & 370/00 to 379/760 of Solapur Aurangabad Dhule Road NH211 2012
Contractor Nos of Corrections Executive Engineer - 36 –
SECTION IX
SCHEDULES OF WORK
i) Schedule of materials.
ii) Schedule of quantities and rates.
III) Schedule of specification.
IV) Schedule of execution of work (Bar Chart)
Periodical renewal in km365/200 to 367/00 & 370/00 to 379/760 of Solapur Aurangabad Dhule Road NH211 2012
Contractor Nos of Corrections Executive Engineer - 37 –
SCHEDULE OF MATERIALS
(To be Brought by the Contractor at his own cost)
Name of work :- P.R. to Solapur –Aurangabad- Dhule Road NH- 211 Km 365/200 to
Km. 367/00 & Km. 370/00 to Km. 379/760 in the state of Maharashtra.
Sr.
No.
Item of work Approximate Quantity to
be brought
Unit Remarks
1
Bulk Bitumen VG-30(60/70
grade)
355.35
MT
To be
brought by
the agency
Note :- i) Bulk Bitumen shall be procured by the contractor from reputed Govt.
refineries
ii) The original gate pass of bitumen shall be submitted to the department
immediately.
iii) It will be mandatory for the contractor to furnish the schedule for arrival of
bouzer well in advance to the engineer in charge.
Periodical renewal in km365/200 to 367/00 & 370/00 to 379/760 of Solapur Aurangabad Dhule Road NH211 2012
Contractor Nos of Corrections Executive Engineer - 38 –
SCHEDULE 'A'
(Schedule of Materials to be supplied by the Department)
Name of work :- :- P.R. to Solapur –Aurangabad- Dhule Road NH- 211 in Km
365/200 to Km. 367/00 & Km. 370/00 to Km. 379/760 in the state of Maharashtra.
Sr.
No.
Item of Material Approximate
Quantity to
be supplied
Unit Rate at which the
materials will be
charged to the
contractor
Place of
delivery
in Figure In Words
----------------- NIL ---------------
All Material is to
be brought by the
contractor himself.
Periodical renewal in km365/200 to 367/00 & 370/00 to 379/760 of Solapur Aurangabad Dhule Road NH211 2012
Contractor Nos of Corrections Executive Engineer - 39 –
SCHEDULE-B
(Schedule Of Quantities and Rates )
Name Of Work :-PR. to Solapur – Aurangabad- Dhule Road, NH- 211 Km. 365/200 to 367/00 and 370/00 to 379/760 in The State of
Maharashtra.
Ite
m
No.
Qty. Item of Work Specification
No. and
Page No.
Rate in Rs. Unit Amount
In Fig.
In Words
1 2 3 4 5 6 7 8
1 103680.00 Providing and applying tack coat by self
propelled or towed bitumen pressure
sprayer for uniform spraying at specified
temperature at the specified rate of 3
Kilogram /10 Square metre on existing
Black Top surface etc. complete as
directed by Engineer-in-charge. (By Using
Bulk Asphalt 60/70 grade)
M.O.R.T.H.
2001 Cl. No.
503 Page
No. 157
20.85 Rs.Twenty & Paise
Eighty Five Only
One
Square
Metre
2161728.00
2 1120.00 Providing and laying hot mix hot laid
bituminous macadam 5o milimeter thick
(average) with 3.30% bitumen by weight
of total mix for levelling course to
remove irregularities, including diversion of
traffic, supply of materials heating
bitumen and chips mixing bitumen and
chips in drum mix type hot mix plant
laying bituminous macadam by self
propelled paver finisher with hydrostatic
controls and automatic sensor device
including compacting with vibratory roller
(excluding tack coat) etc. complete as
M.O.R.T.H.
2001 Cl. No.
504 Page
No. 160
5615.28 Rs. Five Thousand Six
Hundred Fifteen &
Paise Twenty Eight
Only
One Cubic
Metre
6289113.60
Periodical renewal in km365/200 to 367/00 & 370/00 to 379/760 of Solapur Aurangabad Dhule Road NH211 2012
Contractor Nos of Corrections Executive Engineer - 40 –
directed by Engineer in charge. (By Using
Bulk Asphalt 60/70 grade)
Ite
m
No.
Qty. Item of Work Specification
No. and
Page No.
Rate in Rs. Unit Amount
In Fig.
In Words
1 2 3 4 5 6 7 8
3 2105.15 Providing and laying hot mix hot laid semi
dense bituminous concrete 25 Milimeter
thick, Bitumen 5.25% by weight of total
mix including supplying all materials,
heating bitumen and chips, in batch type
or continuous or drum type hot mix plant
laying semi dense concrete with self
propelled paver finisher including
compacting with vibratory roller etc.
complete (excluding tack coat) etc.
complete as directed by Engineer in
charge. (By Using Bulk Asphalt 60/70
grade)
M.O.R.T.H.
2001 Cl. No.
508 Page
No. 174
8015.00 Rs. Eight Thousand
Fifteen & Paise Nil
Only
One Cubic
Meter
16872777.00
Periodical renewal in km365/200 to 367/00 & 370/00 to 379/760 of Solapur Aurangabad Dhule Road NH211 2012
Contractor Nos of Corrections Executive Engineer - 41 –
4 3576.00 Supplying spreading and compacting
hard murum/ kankar at the road side,
including conveying and stacking etc.
complete As directed by Engineer-in-
charge.
Rd. 23 Page
No. 202
466.43 Rs. Four Hundred Sixty
Six & Paise Forty Three
Only
One Cubic
Meter
1667969.00
,
Periodical renewal in km365/200 to 367/00 & 370/00 to 379/760 of Solapur Aurangabad Dhule Road NH211 2012
Contractor Nos of Corrections Executive Engineer - 42 –
Ite
m
No.
Qty.
Item of Work
Specification
No. and
Page No.
Rate in Rs. Unit
Amount
In Fig. In Words
1 2 3 4 5 6 7 8
5 5560.00 Providing and laying of hot applied
thermoplastic compound from approved
manufacturer 2.5 mm thick @ 5kg / sqm
area, including Reflecting glass beads as
per IRC:35. The finished surface to be level
uniform and free from streaks and holes as
per MORTH Specification 803. A) 10 cm
width of strip.
M.O.R.T.H.
2001 Cl. No.
803, Page
No.321
55.00 Rs. Fifty Five & Paise
Nil Only
Rg. m 305800.00
6 2352.00 Providing and laying of hot applied
thermoplastic compound from approved
manufacturer 2.5 mm thick @ 5kg / sqm
area, including Reflectorising glass beads
as per IRC:35. The finished surface to be
level uniform and free from streaks and
holes as per MORTH Specification 803.
A) 15 cm width of strip.
M.O.R.T.H.
2001 Cl. No.
803, Page
No.321
83.00 Rs. Eighty Three &
Paise Nil Only
Rg. m 195216.00
Total Rs. 27492604.00
Rupees Two Crore Seventy Four Lacs Ninety Two Thousand Six Hundred Four And Paise Nil
Only.
Periodical renewal in km365/200 to 367/00 & 370/00 to 379/760 of Solapur Aurangabad Dhule Road NH211 2012
Contractor Nos of Corrections Executive Engineer - 43 –
Schedule C
Name of Work :-P.R. to Solapur – Aurangabad- Dhule Road, NH- 211 Km. 365/200 to 367/00 and 370/00to 379/760 in The State of
Maharashtra.
Memorndum showing the Specifications For the items of work to be carried out by the Contractor
Sr.
No. Item of Work
Standard specifications as per book
published by Govt. of Maharastra
vol.I & II 1979-1981 edition
specification P.No / I.No or MORTH
Specification
Additional Specification if
any
1 2 3 4
1 Providing and applying tack coat by self propelled or
towed bitumen pressure sprayer for uniform spraying
at specified temperature at the specified rate of 3
Kilogram /10 Square metre on existing Black Top
surface etc. complete as directed by Engineer-in-
charge. (By Using Bulk Asphalt 60/70 grade)
M.O.R.T.H. 2001 Cl. No. 503 Page
No. 157
General requirement for
Bituminous clause no. 201
Page No.139 to 152 MORT&H
Tack coat Clause No.503
Page No.157 B.M. 504 Page
No.160 to 163
Q.C. Testing 900 Page No.337
to 343
General 101 to 126 Page No.
3 to 36
2 Providing and laying hot mix hot laid bituminous
macadam 50 Milimeter thick (average) with 3.30%
bitumen by weight of total mix for levelling course to
remove irregularities, including diversion of traffic,
supply of materials heating bitumen and chips mixing
bitumen and chips in drum mix type hot mix plant
laying bituminous macadam by self propelled paver
finisher with hydrostatic controls and automatic
sensor device including compacting with vibratory
roller (excluding tack coat) etc. complete as directed
by Engineer in charge. (By Using Bulk Asphalt 60/70
grade)
M.O.R.T.H. 2001 Cl. No. 504 Page
No. 160
Periodical renewal in km365/200 to 367/00 & 370/00 to 379/760 of Solapur Aurangabad Dhule Road NH211 2012
Contractor Nos of Corrections Executive Engineer - 44 –
Sr.
No. Item of Work
Standred specifications as per book
pablished by Govt. of Maharastra
vol.I & II 1979-1981 edition
specification P.No / I.No or MORTH
Specification
Additional Specification if
any
1 2 3 4
3.
Providing and laying hot mix hot laid semi dense
bituminous concrete 25 Milimeter thick Bitumen
5.25% by weight of total mix including supplying all
materials, heating bitumen and chips, in batch type or
continuous or drum type hot mix plant laying semi
dense concrete with self propelled paver finisher
including compacting with vibratory roller etc.
complete (excluding tack coat) etc. complete as
directed by Engineer in charge. (By Using Bulk Asphalt
60/70 grade)
M.O.R.T.H. 2001 Cl. No. 508 Page
No. 179
4 Supplying spreading and compacting hard murum/
kankar at the road side, including conveying and
stacking etc. complete As directed by Engineer-in-
charge.
Rd. 23 Page No. 202
5 Providing and laying of hot applied thermoplastic
compound from approved manufacturer 2.5 mm
thick @ 5kg / sqm area, including Reflecting glass bits
as per IRC:35. The finished surface to be lead uniform
and free from streaks and holes as per MORTH
Specification 803.
A) 10 cm width of strip.
M.O.R.T.H. 2001 Cl. No. 803, Page
No.320 to 321 (Road Marking)
6 Providing and laying of hot applied thermoplastic
compound from approved manufacturer 2.5 mm
thick @ 5kg / sqm area, including Reflecting glass
beads as per IRC:35. The finished surface to be lead
M.O.R.T.H. 2001 Cl. No. 803, Page
No.320 to 321 (Road Marking)
Periodical renewal in km365/200 to 367/00 & 370/00 to 379/760 of Solapur Aurangabad Dhule Road NH211 2012
Contractor Nos of Corrections Executive Engineer - 45 –
uniform and free from streaks and holes as per MORTH
Specification 803.
A) 15 cm width of strip.
Periodical renewal in km365/200 to 367/00 & 370/00 to 379/760 of Solapur Aurangabad Dhule Road NH211 2012
Contractor Nos of Corrections Executive Engineer - 46 –
SECTION- X
WORK SPECIFIC TECHNICAL SPECIFACTIONS
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. Contractor shall have to submit methodology of work for approval to the
Engineer in-charge before execution of work.
Periodical renewal in km365/200 to 367/00 & 370/00 to 379/760 of Solapur Aurangabad Dhule Road NH211 2012
Contractor Nos of Corrections Executive Engineer - 47 –
SECTION- XI
FORM OF SUPPLIMENTERY INFORMATION (FORM F1-F8)
Periodical renewal in km365/200 to 367/00 & 370/00 to 379/760 of Solapur Aurangabad Dhule Road NH211 2012
Contractor Nos of Corrections Executive Engineer - 48 –
FORM F-1
DETAILS OF WORKS OF SIMILAR NATURE and MAGNITUDE
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
Organisation for whom
the work is done
Place Tendered
Cost
Time in
which
completed
Date of
completion
Principal
features
in brief
1 2 3 4 5 6 7 8
Periodical renewal in km365/200 to 367/00 & 370/00 to 379/760 of Solapur Aurangabad Dhule Road NH211 2012
Contractor Nos of Corrections Executive Engineer - 49 –
FORM - F-2
DETAILS OF OTHER WORKS TENDERED FOR AND IN HAND AS ON THE DATE OF SUBMISSION
NAME OF TENDERER :-
Sr.
No
Name of
Work
Name and
Address of
Organisation
for whom
the work
done
Place Tendered
Cost
Work in
hand (cost
of
remaining
Work)
Anticipated
date of
completion
Estimated
cost
Works
tendered
where
decision is
expected
Stipulated
date of
period of
comple-
tion
Remarks
1 2 3 4 5 6 7 8 9 10 11
Periodical renewal in km365/200 to 367/00 & 370/00 to 379/760 of Solapur Aurangabad Dhule Road NH211 2012
Contractor Nos of Corrections Executive Engineer - 50 –
NAME OF TENDERER :-
Sr. No. Name of
Equipment
No. of
Units
Kind
and
Make
Capacity Age of
Machinery
Present
condition
of
Machinery
Present Location
with name and
address of
organization
where machinery
is in use
Whether the
machinery is
hypothecated to
any Bank or
Institution
1 2 3 4 5 6 7 8 9
FORM -F-3
LIST OF MACHINERY AVAILABLE WITH THE TENDERER WHICH WILL
BE USED FOR EXECUTION OF THE CONTRACT
Periodical renewal in km365/200 to 367/00 & 370/00 to 379/760 of Solapur Aurangabad Dhule Road NH211 2012
Contractor Nos of Corrections Executive Engineer - 51 –
FORM F-4
STATEMENT SHOWING TECHNICAL PERSONNEL AVAILABLE WITH CONTRACTOR WHICH CAN BE SPARED EXCLUSIVELY FOR THIS WORK
NAME OF TENDERER :-
Sr.
No.
Designation Name Qualification Professional
experience of
work carried out
Remarks
1 2 3 4 5 6
Periodical renewal in km365/200 to 367/00 & 370/00 to 379/760 of Solapur Aurangabad Dhule Road NH211 2012
Contractor Nos of Corrections Executive Engineer - 52 –
FORM F -5
ACTIVITY (WORK) SCHEDULE.
Sr.
No.
Item of Activity (Work) Monthwise Programme (in the form of a Bar Chart)
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 13 th
Periodical renewal in km365/200 to 367/00 & 370/00 to 379/760 of Solapur Aurangabad Dhule Road NH211 2012
Contractor Nos of Corrections Executive Engineer - 53 –
Form F – 6
STATEMENT SHOWING WORK DONE IN ALL CLASSES OF CIVIL ENGINEER CONSTRUCTION WORKS DURRING LAST THREE YEARS
NAME OF TENDERER :-
Sr.
No.
Name of Work Amount
put to
tender /
tendered
cost
Agreement
No.
Date of
Commencement
Amount of work done
during each of last three
years.
Amount of
work still
remaining
to be
executed.
Remarks.
2009-10 2010-11 2011-12
1 2 3 4 5 6 7 8 9 10
Grand Total
Out ward No. and date of certificate issuing Authority.
Periodical renewal in km365/200 to 367/00 & 370/00 to 379/760 of Solapur Aurangabad Dhule Road NH211 2012
Contractor Nos of Corrections Executive Engineer - 54 –
FORM F – 7
STATEMENT SHOWING WORK DONE IN ALL CLASSES OF CIVIL ENGINEER CONSTRUCTION WORKS DURRING LAST THREE YEARS
NAME OF TENDERER :
Sr.
No.
Name of
Division
Total Amount
put to tender
/ tendered
cost
Total Nos.
Agreement
Amount of work done during each of last
three years
Amount of
work still
remaining to
be executed.
Remarks.
2009-10 2010-11 2011-12
1 2 3 4 5 6 7 8 9
Grand Total
Cheeked and Found correct
Siganature Siganature
Name Name
Executive Engineer Divisional Accounts Officer.
Periodical renewal in km365/200 to 367/00 & 370/00 to 379/760 of Solapur Aurangabad Dhule Road NH211 2012
Contractor Nos of Corrections Executive Engineer - 55 –
FORM F-8
STATEMENT SHOWING QUANTITIES OF WORK EXECUTED IN ANY ONE YEAR DURING LAST THREE YEARS
NAME OF TENDERER :-
Sr.
No.
Name of
Work
Year Agreement
No.
Quantities of work Performed Remark
Earth work
Cum
B.U.S.G.
Sqm
Cement
Concrete
Cum
Hot mix
BM/SDBC
Cum
1 2 3 4 5 6 7 8 9
2009 – 2010
2010 – 2011
2011– 2012
Note : - This is only a standard form . Details are to be furnished in this format in the form of type written statements
which shall be enclosed in Envelope No.1
Periodical renewal in km365/200 to 367/00 & 370/00 to 379/760 of Solapur Aurangabad Dhule Road NH211 2012
Contractor Nos of Corrections Executive Engineer - 56 –
BAR CHART
Name Of Work :- PR. to Solapur – Aurangabad- Dhule Road, NH- 211 Km. 365/200 to 367/00 and 370/00 to 379/760 in state of
Maharashtra.
Programme chart
Period 1 st Month 2 st
Month 3 st Month 4 st Month
84.49 49.29 35.2
1 Tack coat
39.09 2
50mm BM.
10.2
3 25mm SDBC
4 Providing H.M.
5.56 5.56 5
Thermoplastic paint
Activity Rs. 98.48
Cumulative Amount in Lakh 40% period=Amount Rs.27.49
Lakh
80% period=Amount Rs.192.44 Lakh
100% period=Amount Rs. 274.92 Lakh
10 %of contract Amt 70 %of contract
Amt 100 %of contract
Amt 274.92 27.49 192.44 274.92 1 st Milestone 30 days 36%period Rs. 98 Lakh 2 st Milestone 60 days 66%period Rs. 181 Lakh 3 st Milestone 90 days 87%period Rs. 240 Lakh 4 st Milestone 120 days 100%period Rs. 275 Lakh
Periodical renewal in km365/200 to 367/00 & 370/00 to 379/760 of Solapur Aurangabad Dhule Road NH211 2012
Contractor Nos of Corrections Executive Engineer - 57 –
TYPICAL CROSS SECTION OF ROAD
Executive Engineer,
National Highway Division
Aurangabad
7.00 M
S.D.B.C. 25mm tk
BM 50 MM tk with 3.3% bitumen
Periodical renewal in km365/200 to 367/00 & 370/00 to 379/760 of Solapur Aurangabad Dhule Road NH211 2012
Contractor Nos of Corrections Executive Engineer - 58 –
SECTION- XIII
LETTER OF ACCEPTANCE AND WORK ORDER
Periodical renewal in km365/200 to 367/00 & 370/00 to 379/760 of Solapur Aurangabad Dhule Road NH211 2012
Contractor Nos of Corrections Executive Engineer - 59 –
SECTION -XIII
FORMAT OF LETTER FOR ACCEPTANCE AND WORK ORDER
LETTER OF ACCEPTANCE
NO.-------------------------------------
Office of the Executive Engineer,
National Highway Division, Aurangabad
To,
M/s -------------------------------
-------------------------------------
-------------------------------------
Subject: - Acceptance of tender for the [Name of Work]
--------------------------------------------------------------
--------------------------------------------------------------
Reference: - Your tender dated ---------------
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 -------------
---------
It is requested to deposit the security deposit amount of Rs. ---------------- in
the form of Term Deposit receipt/ cash or in the form of Bank Guarantee within
10 day from the receipt of this acceptance letter.
Failure to deposit the Security Deposit within the time stipulated will be
treated as non response and subsequently will lead to forfeiture of earnest
money.
D. A. Nil Executive Engineer
National Highway Division,
Aurangabd
Periodical renewal in km365/200 to 367/00 & 370/00 to 379/760 of Solapur Aurangabad Dhule Road NH211 2012
Contractor Nos of Corrections Executive Engineer - 60 –
WORK ORDER
NO.-------------------------------------
Office of the Executive Engineer,
National Highway Division, Aurangabad
To,
M/s --------------------------------------
----------------------------------------
----------------------------------------
Subject: Work Order Tender for the Work of ------------------------------------------------
--------------------------------------------------------------------------------
i) Estimated Cost Rs.-----------------
ii) Tendered cost Rs. -----------------
Reference: i) Your tender dated -------------------
ii) Your letter No.-----------------------
Dear Sir,
With reference to this office letter cited above, you have deposited ---------
-----% initial security deposit of Rs. ------------------------------------ Rs.-----------------------------
---------------------------------------------) in form of --------------------------------------------------------
----valid upto ---------------------------
Your tender for the above work Rs.----------------------------------------------------------
-------------- (Rs. ------------------------------------------------------------) has been accepted by
------------------ vide letter No. -------------------------- dated -----------------------------
Hence the tender is hereby accepted on behalf of Governor of
Maharashtra, subject to confirmation of Bank Guarantee.
You are requested to submit your work programme within --------------days
and start the work forthwith i.e. effect from -------------- under the guidance /
supervision of --------------------------, N. H. Sub Division, ------------- & complete the
work within the stipulated period i.e. time -----------------Months / year.
A copy of Agreement registered under No. ------------ Please acknowledge
the receipt,
D. A. : Certified copy of Executive Engineer,
Agreement National Highway Division
Aurangabad
1) Copy submitted to Accountant General Mah –II (A &E), Nagpur for
information.
2) Copy submitted to Superintending Engineer, -------------- Circle ---------for
information
3) Copy forwarded to AE Gr. I / SDE / SDO N. H. Sub Division, --------- for
information and necessary action along with true copy of Agreement
4) Copy to Auditor at Division Office along with true copy of Agreement.