road cutting repair

Upload: ayan-roy

Post on 08-Apr-2018

218 views

Category:

Documents


0 download

TRANSCRIPT

  • 8/7/2019 Road cutting repair

    1/23

    F:B.soni/www.kotamc.org 1

    TTEENNDDEERR DDOOCCUUMMEENNTT

    Ref. of NIT : NIT No. 12 / 2010-11

    Name of Work : Road cutting repair work in municipal corporation

    area, Kota.

    Estimated Cost : Rs. 60.00 Lac

    Earnest Money : Rs. 1.20 Lac

    Tender Fees : Rs. 500.00

    Completion Period : 12 Month

    Date of Sale Tender : 13-12-2010 To 22-12-2010

    Date of Receiving Tender: 27-12-2010 (upto 5.00 pm)

    Date of Opening Tender : 28-12-2010 (at 11.00 am)

    Date of Technical Bid : 28-12-2010 (at 11.00 am)

    Date of Financial Bid : 03-01-2011 (at 11.00 am)

    Issued To M/s / Sh._____________________________________________________

  • 8/7/2019 Road cutting repair

    2/23

    F:B.soni/www.kotamc.org 2

    MMUUNNIICCIIPPAALL CCOORRPPOORRAATTIIOONN KKOOTTAA

    SSPPEECCIIAALL CCOONNDDIITTIIOONNSS OOFF CCOONNTTRRAACCTT

    PPoosstt QQuuaalliiffiiccaattiioonn ooffCCoonnttrraaccttoorrss

    Special conditions of contract for post qualification, as detailed herein under, shall be

    applicable in addition to all other terms and conditions already prescribed under

    standard agreement forms / rules and regulations relating to contracts.

    Name of Work : Road cutting repair work in municipal corporation

    area, Kota.

    APPLICABILITY :

    1. The requirement of post qualification of contractors would be applicable only for

    execution of works costing more than Rs. 50.00 lacs.

    PROCEDURE :

    2. Procedure for post qualification would be as follows :

    (i) Two envelop system would be adopted for potential assessment. Envelop-1 being

    the Technical Bid and Envelop-2 being the Financial Bid. Each envelop would be

    sealed separately and superscripted Envelop-1. Technical Bid and Envelop-2

    Financial Bid. Both envelops would be placed in a third envelop, duly sealed,

    bearing the name of the work and the name of the bidding contractor in this third

    envelop. Separate envelop of proof of earnest money, Income Tax and Sales Tax

    clearance certificate should also be kept. Sales Tax certificate valid upto last six

    months be considered.

    (ii) The technical bid envelop would be opened on the date and time specified in the

    Notice Inviting Tenders and the bid would be evaluated by a committee consisting

    of Additional Chief Engineer, Executive Engineer concerned and Accounts Officer

    Municipal Corporation Kota according to the criteria for post qualification laid

    down hereunder.

  • 8/7/2019 Road cutting repair

    3/23

    F:B.soni/www.kotamc.org 3

    (iii) Any decision taken by committee constituted as above can be received and required

    by Administration of Municipal Corporation Kota by calling the relevant record

    ruo-moto as on representation and after regarding season in writing. However the

    bidder may apt the current in the above said five year assessment period.

    (iv) The financial bid envelop would be opened only of those bidders who fulfill the

    post qualification criteria.(v) Demand Draft / Pay Order for Earnest Money and Tender Fees separately should

    be kept with Technical Bid.

    CRITERIA :

    3. Criteria for post qualification would be as follows :

    (i) The bidder should have executed at least 33.33% of the following quantities of

    work in any one of the last five financial years. However the bidder may opt the

    current in the above said five years assessment period.

    S.No. Item Quantities as per

    G Schedule

    Minimum required for

    post qualification

    1 Earth Work 2932.50

    Cum

    967.72

    Cum

    2 Cement Concrete Work 382.50

    Cum

    126.22

    Cum

    3 Wet Mix Macadam 1750.00Cum

    577.50Cum

    4 Open Graded Premix Carpet

    20 mm Thick

    15000.00

    Sqm

    4950.00

    Sqm

    5 Seat Coat Type A 15000.00

    Sqm

    4950.00

    Sqm

    6 BUSG 75 MM Thick 8000.00

    Sqm

    2640.00

    Sqm

    (ii) The bidder should have completed at least one work of similar nature in last 5 years

    including current year if opted by bidder of the value not less than 33.33% of the

    cost of the work (bid cost) updated to present price level.

    (iii) The bidder should have achieved a financial turnover of at least 33.33% of the cost

    of work (bid cost) in any one of the last five financial years. However, the bidder

    may opt the current year in the five years assessment period.

  • 8/7/2019 Road cutting repair

    4/23

    F:B.soni/www.kotamc.org 4

    (iv) The bidder should be able to deploy the machinery and equipment specified in

    Schedule III in the execution of work. This machinery and equipment should be

    available to the bidder on ownership or confirm lease basis for which appropriate

    proof on Non-Judicial stamp paper will have to be submitted.

    (v) Bid capacity : Bidder who meet the minimum qualification criteria will be qualified

    only if their acceptable bid capacity is more than the cost of work(bid cost). The bid capacity will be calculated as under.

    Bid capacity = (A ? N ? 3 B) Where

    (A) = Maximum value of civil engineering works executed in any one

    year during the last five years (updated to present price level) taking

    into account the completed as well as works in progress. However the

    bidders may opt. The current year in the five year assessment period.

    (N) = Number of years prescribed for completion of the works for

    which bids are invited.

    (B) = Value, at present price level, of existing commitments and on-

    going works (at hand) to be executed during N (period prescribed

    for completion of works for which bids are invited).

    NOTE :

    (i) The statements showing the value of existing commitments and on-going works as well as

    the stipulated period of completion remaining for each of the works listed should be

    countersigned by the Engineer-in-charge not below the rank of an Executive Engineer.

    (ii) The present price level for turn over cost of completed work & disputed amount of similar

    nature the previous years value shall be given weightage of 10% per year as follows.

    (a) for Last year - 1.00

    (b) for One year before - 1.10

    (c) for Two year before - 1.21

    (d) for Three year before - 1.33

    (e) for Four year before - 1.46for current year, the price level shall be 1.0

    LITIGATION HISTORY :

    Bidders should provide accurate information on any litigation or arbitration resulting from

    contracts completed or under execution by him over the last five years. The max value updated at

  • 8/7/2019 Road cutting repair

    5/23

    F:B.soni/www.kotamc.org 5

    the present price level of disputed amount claimed in litigation arbitration resulting from

    contracts executed in last five years shall be deducted from the calculated Bid capacity of the

    bidder. The details shall be furnished in Schedule VI.

    DOCUMENTATION :

    4. The bidder should be furnish the following documents alongwith the assessment Bid :(a) Information regarding financial resources and capability, in Schedule-I.

    (b) Information regarding works executed in the last five years in Schedule-II

    (A, B, C for Road, Bridge & Building works respectively).

    (c) Certificates from the concerned Engineer-in-charge in support and verification of

    the information furnished in Schedule-II.

    (d) Information regarding machinery and equipment required for deployment, as

    detailed in Schedule-III.

    (e) Information regarding details of maximum value of civil Engineering works

    executed in any one year during the last five years taking into account the

    completed as well as works in progress in Schedule-IV.

    (f) Information regarding existing commitments & on-going works to be completed in

    Schedule-V.

    (g) Information regarding details of litigation or arbitration contracts to be furnished in

    Schedule VI.

    IMPORTANT :

    5. The bidder must ensure that all the information required in the documents is furnished by

    him complete in all respects. He would not be allowed to withdraw any document, or to

    rectify any information furnished therein, after submitting the bid. The bidder should give

    an affidavit. If any information is found to be incorrect the offer of bidder shall be rejected

    and action as per rules shall be taken.

    REJECTION OF BIDS :

    6. The department reserves the right to reject any bid, or to disqualify any or all the bidders,

    without assigning any reasons.

    7. (i) If a bid is not accompanied with the requisite documents mentioned in clauses

  • 8/7/2019 Road cutting repair

    6/23

    F:B.soni/www.kotamc.org 6

    4 (a) to 4(g), or is not in accordance with the procedure specified in para 2, or is not

    accompanied with the Earnest Money & Tender Fees, Income Tax & Sales Tax

    clearance certificate it would be liable for rejection.

    (ii) Furnishing of incorrect or incomplete information or concealment of any information

    required in the bid documents, would render the bid liable for rejection.

    8. The Income Tax & Sales Tax clearance certificate should be kept in separate envelope,which shall be kept in third envelope, in which envelope no.1 of technical bid and

    envelope no. 2 of financial bid would be placed. Only after evaluation of correctness of

    Earnest Money & Tender Fees, Income Tax and Sales Tax clearance certificates, the

    technical bid would be opened.

    ___________________ Executive Engineer

    (Signature of Bidder) Municipal Corporation Kota

  • 8/7/2019 Road cutting repair

    7/23

    F:B.soni/www.kotamc.org 7

    Schedule I

    FINANCIAL RESOURCES AND CAPABILITY

    (Reference Clause 4 (a))

    1. Name of Bidder

    2. Total financial turnover achieved

    by the bidder in the last three

    financial years.

    S.N. Year Turnover

    (i)

    (NOTE : Balance Sheets and Profit & Loss

    Accounts for the last three financial years should

    be enclosed.)

    3. Total Financial turnover projected

    in the current financial year.

    4. Has the bidder ever been debarred

    from tendering for Central

    Government / any State

    Government / any Government

    undertaking?

    Yes / No. If yes, give details5. Has the bidder ever been declared

    insolvent?

    Yes / No. If yes, give details

    6. Name (s) and Branch (s) of

    bidders Bankers.

    Declaration :-

    I / We hereby certify that the above information is correct to the best of my / our knowledge and

    belief.

    Date : Signature of Bidder

    (With seal, wherever applicable)

  • 8/7/2019 Road cutting repair

    8/23

    F:B.soni/www.kotamc.org 8

    ScheduleScheduleScheduleSchedule II AII AII AII A

    Reference Clause 4 (b)

    Details of Quantity of Works Executed During Last Five Financial Years

    Principal Items of WorkS.

    N.

    Name of Work

    (with agreement

    no. & date)

    Place

    (Dist.

    State)

    Financial

    Year

    1 2 3 4 5 6 7 8 9 10 11 12

    Note : Certificates from concerned engineers-in-charge should be enclosed in support and

    verification of the above statement.

    (Signature of Bidder)

  • 8/7/2019 Road cutting repair

    9/23

    F:B.soni/www.kotamc.org 9

    Schedule II C

    Existing Commitments and On-going works

    S.

    N.

    Description of Work Place

    &

    State

    Estimated

    Value of

    Works

    (Rs. inLac)

    Stipulated

    Period of

    Completion

    Date when

    Decision is

    Expected

    (Rs. inLac)

    Remarks

    in any

    1 2 3 4 5 6 7

    (Signature of Bidder)

  • 8/7/2019 Road cutting repair

    10/23

    F:B.soni/www.kotamc.org 10

    Schedule III

    Reference Clause 4 (d)

    Details of minimum machinery and equipment required to be deployed by the contractor in

    the execution of the tendered work.

    Name of Bidder : ____________________________________________________

    Item Minimum

    Nos.

    Source of Availability

    (owned)

    ROAD WORK

    1 Hydraulic Excavator 1

    2 Water Tanker 2

    3 Mechanical Mix Plant 1

    4 Smooth Wheel Roller 2

    5 Truck / Tractor / Trallor, Mounted Tanker

    100 Gallon Capacity

    2

    CEMENT CONCRETE PACEMENT WORK

    1 Needle Vibrator 3

    2 Plate Vibrator 3

    3 Concrete Mixer 2

    I/We hereby certify that the above information is correct to the best of my knowledge andbelief.

    I/We hereby undertake to deploy the machinery and equipment, listed above as and when

    required in the execution of this work.

    Date : Signature of Bidder

    (With seal, wherever applicable)

  • 8/7/2019 Road cutting repair

    11/23

    F:B.soni/www.kotamc.org 11

    Schedule IV

    Details of Maximum Value Civil Engineering Works Executedin any one year during the last five years taking intoaccount the completed as well as works in progress

    S.

    N.

    Name of

    Work (withAgreement

    no. & date)

    Client Place

    (District/ State)

    Financial

    Year

    Cost of

    Workas per

    Work

    Order

    Stipulated Date

    ofCommencement

    Stipulated

    Date ofCompletion

    Value

    Workof

    during

    year

    1 2 3 4 5 6 7 8 9

    (Signature of Bidder)

  • 8/7/2019 Road cutting repair

    12/23

    F:B.soni/www.kotamc.org 12

    Schedule V

    Existing Commitments and On-going Works

    S.

    N.

    Description of

    Work

    Place &

    State

    Contract

    No. &

    Date

    Value of

    Contract

    (Rs. Lac)

    Stipulated

    Period of

    Completion

    Value of

    Works to

    be

    Completed

    (Rs. Lac)

    Anticipated

    Date of

    Completion

    1 2 3 4 5 6 7 8

    Note : Certificates from concerned engineers-in-charge should be enclosed in support and

    verification of the above statement.

    (Signature of Bidder)

  • 8/7/2019 Road cutting repair

    13/23

    F:B.soni/www.kotamc.org 13

    Schedule VI

    Details of Litigation or Arbitration Contracts

    S.N. Name of Work

    (with Agreement

    No. & Date)

    Client Work

    Order

    Amount

    Disputed

    Amount

    Claimed in

    Litigation /Arbitration

    Date of

    Raising

    Disputed

    Amount

    Actual

    Award

    Amount

    if theCase is

    Decided

    Case of

    Litigation

    & Matter

    inDispute

    1 2 3 4 5 6 7 8

    (Signature of Bidder)

  • 8/7/2019 Road cutting repair

    14/23

    F:B.soni/www.kotamc.org 14

    TTEENNDDEERR DDOOCCUUMMEENNTT

    Ref. of NIT : NIT No. 12 / 2010-11

    Name of Work : Road cutting repair work in municipal

    corporation area, Kota.

    Estimated Cost : Rs. 60.00 LacEarnest Money : Rs. 1.20 Lac

    Tender Fees : Rs. 500.00

    Completion Period : 12 Month

    Date of Sale Tender : 13-12-2010 To 22-12-2010

    Date of Receiving Tender: 27-12-2010 (upto 5.00 pm)

    Date of Opening Tender : 28-12-2010 (at 11.00 am)

    Date of Technical Bid : 28-12-2010 (at 11.00 am)

    Date of Financial Bid : 03-01-2011 (at 11.00 am)

    Issued To M/s / Sh._____________________________________________________

  • 8/7/2019 Road cutting repair

    15/23

    F:B.soni/www.kotamc.org 15

    MMUUNNIICCIIPPAALL CCOORRPPOORRAATTIIOONN KKOOTTAA

    Name of Work : Property Connection Works in Existing Sewerage

    System.

    SSPPEECCIIAALL CCOONNDDIITTIIOONNSS OOFF CCOONNTTRRAACCTT

    1. Work will be carried out as per Rajasthan PWD specification unless otherwise specified. In

    general, any item not included in the work will be carried out as per instructions of the Engineer-

    in-charge.

    2. All arrangements regarding water, T & P required for the job will be made by the contractor.

    3. Sales tax and other taxes if any, will be paid by the contractor as per rules. He is bound to follow

    labour laws and fair wages clause.

    4. In case any material is required to be tested, the contractor will make all arrangements at his own

    cost, testing charges would be borne by the Contractor.

    5. The work shall be completed within the period as mentioned in Notice inviting Tender /

    Agreement / Bid.

    6. Rates provided in the G Schedule, are inclusive of all leads and lifts, no extra lead / lift shall be

    paid over and above that.

    7. It there is any clerical or typing error in the G Schedule. The rates and nomenclature as given in

    the BSR on which the G Schedule is based will be final.

    8. The quantum of work / items can be increased or decreased at the discretion of the Engineer-in-

    charge.

    9. The contractor is expected to have visited the site or work and acquainted himself of general

    terrain, type of materials, their availability and other relevant information related to the work by

    personally inspecting before tendering for the work.

    10. No condition are to be observed by the contractor, competent authority shall have right to reject

    such tenders / bids.

    11. Any item not covered by schedule G shall be covered by the BSR on which schedule G is

    based, Percentage above / bellow as per approved tender shall be allowed.

    12. The validity of tendered rate will be open for acceptance for works upto 180 days.

    13. Machineries and other tools and plants may be given on hire to the contractor if available with

    MCK. The cost of transportation of T & P to the site of work and back to MCK workshop shall be

    borne by the contractor. If the machinery is not available, the contractor shall make his own

    arrangements.

  • 8/7/2019 Road cutting repair

    16/23

    F:B.soni/www.kotamc.org 16

    14. In case of MCK owned machinery, idle days for mechanical defects shall not be counted for

    calculating the days of hire charges.

    15. Other terms and conditions of contract shall be as per agreement. The contractor agreement is

    available in MCK office which can be seen & studied in office hours. The successful bidder has to

    sign the contractor agreement within seven days from date of issue of the work order.

    16. The security deposit @ 10% of the gross amount of the running bill shall be deducted from each

    running bill and shall be refunded as per rules on completion of the contract as per terms and

    conditions. However, the amount of security deposit deducted from running bills shall not be

    converted into any mode of securities like bank guarantee. FDR etc. The earnest money deposited

    shall however be adjusted while deducting security deposit from first running bill of the

    contractor. There will be no maximum limit of security deposit.

    However, a contractor may elect to deposit full amount of 10% security deposit in the shape of

    bank guarantee or any acceptable form of security before or at the time of executing agreement. In

    that case earnest money may be refunded only after deposition of full 10% as above. However, in

    case during execution cost of works exceeds as shown at the time of depositing 10% as above,

    balance security deposit shall be deducted from the Running Account Bills.

    17. The acceptance of bid / tender shall vest with the competent authority as per schedule of powers

    in force at the time of sanction who does not bind himself to accept the lowest tender / bid and

    reserves to himself the authority to reject any or all of the tenders / bids received without

    assigning a reason.

    18. Defect liability period of work will be 5 (Five) years.

  • 8/7/2019 Road cutting repair

    17/23

    F:B.soni/www.kotamc.org 17

    GGEENNEERRAALL

    CCOONNDDIITTIIOONNSS

    1. Tenders are hereby invited for Road cutting repair work in municipal corporation area, Kota.

    2. Tenders, which should always be placed in sealed covers with the name of the work written on the

    envelops, will be received by the Executive Engineer, Municipal Corporation Kota.

    3. Tenders are to be submitted on a prescribed form, which can be obtained if down loading from the

    Municipal Corporation Kota website www.kotamc.org.

    4. The tenders rates must be written clearly both in figures and words. Over writing in the rates will

    not be entertained. Complete address of the tendered must be given in the tender.

    5. All tender documents must be signed completely.

    6. The work is to be completely finished to the satisfaction of Engineer-in-charge within stipulated

    period of completion.

    7. Tender Fees & Earnest Money, @ 2% (two percent) of the estimated cost of the work shall be

    deposited separately in the form of demand draft / pay-order in favour of Chief Executive Officer,

    Municipal Corporation, Kota enclosed with technical bid.

    8. The security deposit @ 10% of the gross amount of the running bill shall be deducted from each

    running bill and shall be refunded as per rules on completion of the contract as per terms and

    conditions. However, the amount of security deposit deducted from running bills shall not be

    converted into any mode of securities like bank guarantee. FDR etc. The earnest money depositedshall however be adjusted while deducting security from first running bill of the contractor. There

    will be no maximum limit of security deposit.

    However, a contractor may elect to deposit full amount of 10% security in the shape of bank

    guarantee or any acceptable form of security before or at the time of executing agreement. In that

    case earnest money may be refunded only after deposition of full 10% as above. However, in case

    during execution cost of woks exceeds as shown at the time of depositing 10% as above, balance

    security deposit shall be deducted from the Running Account Bills.

    9. The MCK reserves the right to accept / reject any or all of the tenders without assigning any

    reason whatsoever and its decision will be final.

    10. Tender forms, as obtained from the Municipal Corporation Kota website www.kotamc.org should

    be returned with all enclosures to the office on the date of receipt of tenders.

    11. No refund is claimable for tenders not accepted or for returned or for tenders not submitted.

    12. The rates quoted by the tender will remain in force upto 4 months from the date of tender.

  • 8/7/2019 Road cutting repair

    18/23

    F:B.soni/www.kotamc.org 18

    13. All tenders, in which any of the prescribed conditions are not fulfilled or which have been vitiated

    by errors in calculations, totaling or other discrepancies or which contain over-writing in figures

    or words or corrections not initialed and dated, will be liable to rejection.

    14. In case of any typographical error in unit / rates or specification, same will be governed by PWD

    BSR 2009 of Rajasthan.

    15. Make / quality of any material supplied by contractor or supplier should be approved by Engineer-

    in-charge.

    16. Contractors will not claim the refund of earnest money before expiry of validity period.

    17. The work will be executed strictly according to the PWD (BSR) specification / MoRTH / IRC

    specification.

    18. The labour laws in force during the execution of work shall be binding on the contractor.

    19. All taxes royalty and octori shall be borne by the contractor.

    20. The contractor shall hand over the material received from excavation to the engineer in charge

    and in case of loss of material the same shall be recovered from contractor at the prevailing BSR

    rate however the contractor is fully responsible for the safe custody of material till the completion.

    21. Any other conditions mention by the contractor in tender shall not be acceptable by the

    undersigned and the undersigned shall have the right to the reject the conditional tender.

    22. All testing charges will be borne by the contractor if any.

    23. The cement produce from mini cement plant will not be allowed. The quality of cement to be used

    should be approved from engineer-in-charge.

    24. The condition / requirements of bid may be relaxed in the interest of MCK.

    25. Only A & AA class enlisted contractor of other Govt. / Semi Govt. Deptt. Will be eligible to

    participation tender.

    26- dk;Z dh nks"k fuokj.k vof/k Defect Liability Period dk le; 5 o"kZ dk gksxkA dk;Z dh okLrfod iw.kZrk

    frfFk ls ikp o"kksZ esa izR;sd ,d o"kZ ckn izHkkjh vfHk;Urk ls lUrks"ktud izek.k&i= tkjh gksus ds i'pkr~ S.D.

    fuEu izdkj ls ns; gksxhA

    ,d o"kZ i'pkr~ & 10% of S.D.

    nks o"kZ i'pkr~ & 10% of S.D.

    rhu o"kZ i'pkr~ & 10% of S.D.

    pkj o"kZ i'pkr~ & 10% of S.D.

    ikp o"kZ i'pkr~ & 60% of S.D.

    27- ;fn fufonk esa izLrqr nj ] izpfyr ch- ,l- vkj- ftl ij fufonk vk/kkfjr gS ls ftruh izfr'kr de vk;sxh]

    mruh jkf'k d cSad xkjUVh @ Mh- Mh- foHkkx esa dk;kZns'k ls iwoZ tek djkuk gksxkA ftls okLrfod dk;Z iw.kZrk

    frfFk ds 28 fnu ckn dk;Z larks"ktud gksus ij ykSVkbZ tkosxhA fufonk Lohdfr i= ds tkjh gksus ds 7 fnu ds

    vUnj cSad xkajVh @ Mh- Mh tek djkuk gksxkA vU;Fkk vekur jkf'k tCr dj 6 ekg ds fy fufonk esa Hkkx ysus

    ls izfrcfU/kr dj fn;k tk;sxkA

  • 8/7/2019 Road cutting repair

    19/23

    F:B.soni/www.kotamc.org 19

    28- nks"k fuokj.k vof/k ds nkSjku fdlh foHkkx @ ,tsUlh }kjk dh xbZ jksM+ dfVax] ukyh ,oa lh- lh- dk;Z bR;fn

    dh ejEer laosnd }kjk dh tkosxhA ftldk Hkqxrku fuekZ.k foHkkx }kjk vyx ls fd;k tk;sxkA tks fd fufonk

    Lohdr nj ij ns; gksxkA

    29- dk;Z ds nkSjku lkbZV ijNagar Nigam at WorkdkReflective Type Board yxkuk gksxkA

    Signature of Tenderer Executive Engineer

    With Full Postal Address Municipal Corporation Kota

    _____________________________

    _____________________________

    _____________________________

  • 8/7/2019 Road cutting repair

    20/23

    F:B.soni/www.kotamc.org 20

    MUNICIPAL CORPORATION KOTA

    G SCHEDULE (NIT NO. 12/2010-11) (WORK NO. 5)

    Name of Work : Road cutting repair work in municipal corporation area, Kota.

    Estimated Cost : Rs. 60.00 Lacs Earnest Money : Rs. 120000/- (2%)

    Tender Cost : 500/- Completion Period : 12 Months

    Date of Sale of Tender : 13-12-2010 to 22-12-2010

    Date of Receipt Tender : 27-12-2010 (6:00 PM)

    Date of Opening Tender : 28-12-2010 (11.00 AM)

    Date of Opening Technical : 28-12-2010 (11.00 AM)

    Date of Opening Financial : 03-01-2010 (11.00 AM)

    Issued To:___________________________________________________________________

    C.R.No.______________________________Dated__________________________________

    S.N. Particulars Qty. Rate (Rs.) Amount (Rs.)

    1 Earth Work in excavation in foundation trenches or

    drains including dressing of sides and ramming of

    bottoms, lift upto 1.5 mtr. including taking out the

    excavated soil and depositing and refilling of jhiri with

    watering and ramming and disposal of surplus

    excavated soil as directed within a lead of 50mtr.

    All kinds of soil.

    382.50

    Cum

    55.0

    P.Cum 21037.50

    2 Transportation of excavation of earth from site with

    loading and unloading etc. complete with all lead and

    lift.

    382.50

    Cum

    46.0

    P.Cum 17595.00

    3 Providing and laying in position cement concrete

    including curing compaction etc. complete in specified

    grade excluding the cost of centering and shuttering

    All work upto plinth level.

    (a) 1 : 4 : 8 (1 cement : 4 coarse sand : 8 graded

    stone aggregate 40mm nominal size).

    (b) 1 : 1.5 : 3 (1 cement : 1.5 coarse sand : 3

    graded stone aggregate 20mm nominal size).

    229.50

    Cum

    153.00

    Cum

    1551.0

    P.Cum

    2365.0

    P.Cum

    355954.50

    361845.00

    4 Removal of Unsuitable Soil with Disposal upto 1000m

    Removal of unsuitable soil including excavation, loading

    and disposal upto 1000m lead but excluding

    compaction ground supporting embankment sub grade

    replacement by suitable soil, which shall be paid

    2550.00

    Cum

    24.0

    P.Cum 61200.00

  • 8/7/2019 Road cutting repair

    21/23

    F:B.soni/www.kotamc.org 21

    separately as per Clause 303.5.2 as per technical

    specification clause 302.3.11.

    5 Providing and applying tack coat with bitumen emulsion

    (RS-1) using emulsion distributor at the rate of 0.20 to

    0.25 kg. per sqm on the prepared bituminous surface

    cleaned with Hydraulic broom as per technical

    specification clause 503.

    15000.00

    Sqm

    8.0

    P.Sqm 120000.006 Providing, laying and rolling of open graded premix

    carpet of 20 mm thickness composed of 13.2 mm to 5.6

    mm aggregates either using penetration grade bitumen

    or emulsion to required line, grade and level to serve as

    wearing course on a previously prepared base,

    including mixing in a suitable plant, laying and rolling

    with a three wheel 80-100 kN static roller capacity

    finished to required level and grades to be followed by

    seal coat of either Type A or Type B or Type C as per

    Technical Specification Clause 508.

    Case 1 By Manual Means (i) Bitumen (S-90)

    15000.00

    Sqm

    86.0

    P.Sqm 1290000.00

    7 Providing and laying seal coat sealing the voids in a

    bituminous surface laid to the specified levels, grade

    and cross fall using Type A, Type B and Type C as per

    Technical Specification Clause 510.

    (A) By Manual Means Case 1 : Type A

    (i) Bitumen (S-90)

    15000.00

    Sqm

    49.0

    P.Sqm 735000.008 Providing and laying Built up spay grout (BUSG)

    patching 75mm thick in two layers (each layer

    consisting of spreading aggregate crusher broken @

    0.50 cum per 10 sqm area as per MoRTH specification,

    laying first layer after application of tack coat @ 3.75 kg.

    per 10 sqm including cost of tack coat, rolling with 8-10

    tone power road roller, application of first spray of

    binder @ 15 kg per 10 sqm, spreading & rolling of

    second layer of coarse aggregate with 8-10 tone power

    road roller, application of second spray of binder @ 15

    kg per 10 sqm and laying key aggregate on the to of

    second layer and rolling with 8-10 tone power road

    roller including heating and spraying of binder, cleaning

    the area of patch potholes cut to regular shape with

    vertical sides, removing all loose and disintegrated

    8000.00

    Sqm

    196.0

    P.Sqm 1568000.00

  • 8/7/2019 Road cutting repair

    22/23

    F:B.soni/www.kotamc.org 22

    material, key aggregate, rolling & hire charges of

    machinery, T&P, cost of fuel, bitumen etc. complete.

    9 Providing, laying, spreading and compacting stone

    aggregate to wet mix macadam specification including

    premixing to material with water at OMC in mechanical

    mixer (Pug Mill), carriage of mixed material by tipper to

    site, laying in uniform layers in sub-base/base courseon a well prepared sub-base and compacting with

    smooth wheel roller of 80 to 100 kN weight to achieve

    the desired density including lighting, barricading and

    maintenance of diversion, etc as per Tables 400.11 &

    400.12 and Technical Specification Clause 406.

    By Mechanical Means with 1 km lead.

    1750.00

    Cum

    773.0

    P.Cum 1352750.00

    10 Transportation of excavation of earth from site with

    loading and unloading etc. complete with all lead and

    lift.

    2550.00

    Cum

    46.0

    P.Cum 117300.00

    Total 6000682.00

    Terms & Conditions:

    1. Conditional tender shall not be accepted.

    2. In case of any error in rates or nomenclature, the same shall be paid as per B.S.R. of P.W.D.

    2009.

    I / We hereby agree to execute the work :

    At the rate_________________________________% above/below (in words)

    At the rate_________________________________% above/below (in Figures)

    Signature of Contractor Executive EngineerMunicipal Corporation, Kota

  • 8/7/2019 Road cutting repair

    23/23

    Jheku vf/kkk"kh vfHk;Urk]uxj fuxe dksVkA

    fo"k; %fo"k; %fo"k; %fo"k; % viuh fufonk gsrqlgefr ds laca/k esaAviuh fufonk gsrqlgefr ds laca/k esaAviuh fufonk gsrqlgefr ds laca/k esaAviuh fufonk gsrqlgefr ds laca/k esaA

    egksn;]

    fo"k;kUrxZr fuosnu gS fd eSa lR;fu"Bk iwoZd viuh fuEu lgefr izLrqr djrk gw %&

    1 fufonk izi= ij esjs Lo;a ds gLrk{kj gSA

    2 fufonk nj Lo;a esjs }kjk Hkjh xbZ gSA

    3 esjs }kjk izLrqr jftLVsku esjk Lo;a dk gS ,oe~ iw.kZr;k oS/k gSA

    4 dk;Z esjs }kjk gh lEikfnr fd;k tk;sxk ,oa blsSubletugha fd;k tk;sxkA

    5 fdlh Hkh izdkj dh xyr tkudkjh ds fy;s eSa Lo;a mkjnk;h jgwxkA

    fnukad % -------------------------- gLrk{kj laosndgLrk{kj laosndgLrk{kj laosndgLrk{kj laosnd