28.07.2013 Views

tender document public works department (road) - Information ...

tender document public works department (road) - Information ...

tender document public works department (road) - Information ...

SHOW MORE
SHOW LESS

You also want an ePaper? Increase the reach of your titles

YUMPU automatically turns print PDFs into web optimized ePapers that Google loves.

TENDER DOCUMENT<br />

PUBLIC WORKS DEPARTMENT (ROAD)<br />

NATIONAL HIGHWAY WING, JHARKHAND<br />

NATIONAL HIGHAWAY DIVISION, CHAIBASA<br />

(A) Abstract of Tender Document :-<br />

Last date of receipt of <strong>tender</strong> - 12.03.2010<br />

Cost of B.O.Q - Rs. 500/-<br />

E.M. - Rs. 4,100/-<br />

01 Name of the work – Detailed Estimate for Construction of<br />

missing Km Post 5 th and sign board from<br />

Km 16 to 176 of N.H-75(E) for the Year<br />

- 2009-10.<br />

02 Estimated amount as per B.O.Q - Rs. 2,03,946.00<br />

03 Time required to complete the work as per N.I.T. - Up to 29 March 2010<br />

04 Number of item put to <strong>tender</strong> - 04 (Four)<br />

05 Rate quoted further below then (-) minimum 15% shall be invalid.<br />

06 Tender <strong>document</strong> consist of :-<br />

(a) N.I.T. Chapter 1 - Pages No – 03-09<br />

(b) General Rules for guidance of <strong>tender</strong><br />

Chapter 2 - Pages No – 10-11<br />

(c) Special conditions to Tender, Chapter 3<br />

(d) Summary of Bill of Quantity (B.O.Q.)<br />

- Pages No – 12-18<br />

Chapter 4 - Pages No – 19-20<br />

(e) Tender letter form chapter 5 - Pages No – 21<br />

(f) Appendix in Pages - Pages No - 22<br />

1


(B) <strong>Information</strong> Regarding Issue of Tender Document :-<br />

01. Full Name of Tenderer (Purchaser): .............................................................<br />

................................................................................................................................<br />

02. Present Address in full...………………………………………………………<br />

............................................................................................................................<br />

...................................................................................................................................<br />

.....................................................................................................................<br />

03. Regd. No. .................... Class .................. of.....................................................<br />

04. Cost of B.O.Q. Amounting to Rs...................................................................<br />

Received vide DD No ...................................... of ........................... dt …...........<br />

and Tender <strong>document</strong> issued to the Purchaser named above.<br />

2<br />

Signature Of Issuing Authority<br />

with Office Seal<br />

Note :- Payment by cash in lieu of Demand Draft shall not be accepted B.O.Q. Purchase<br />

by cash shall be treated invalid.


OFFICE OF THE EXECUTIVE ENGINEER<br />

National Highway Division, Chaibasa, Jharkhand<br />

Public Works Department (Road)<br />

NOTICE INVITING TENDER<br />

1.1. Introduction for Submission –<br />

1.1.1. Sealed <strong>tender</strong> on approved bill of quantity to be eventually drawn in P.W.D. Form<br />

No. F-2 will be received from experienced contractor registered in appropriate<br />

category in P.W.D. (Road) upto 03:00 P.M. on 12.03.2010. by Executive<br />

Engineer, National Highway Division, Chaibasa Superintending<br />

Engineer, National Highway Circle, Ranchi, Chief Engineer, National<br />

Highway Wing, Ranchi for the work mentioned in para 1.16 below and will be<br />

opened by the concerned receiving officer or person duly authorized by him on<br />

12.03.2010 at 03:30 P.M. in presence of <strong>tender</strong>er or their authorized agents<br />

whoever remain present.<br />

1.1.2. In case for some reasons or the other office of the <strong>tender</strong> receiving and opening is<br />

closed on the date for receipt of Tenders, those shall be received by the said office<br />

on the next working day at the same time and in the same manner as mentioned is<br />

para 1.1.1 above.<br />

1.1.3. The clause of the contract form in para 1.1.1 and in Chapter – II (General Rules<br />

for Guidance of Tender) and Chapter – III (Special Conditions) of Tender<br />

<strong>document</strong>s must be gone into by the <strong>tender</strong>er prior to submission of their <strong>tender</strong>.<br />

1.1.4. The plan specifications or any other information in connection with the concerned<br />

work can be seen in the office of the Executive Engineer, National Highway<br />

Division, Chaibasa or any working day during office-hours before the date of<br />

receipt of <strong>tender</strong>.<br />

1.1.5. There may be difference from Press notice in Estimated Cost, amount of contract<br />

quantum of work to be executed & delay in payment’s due to technological<br />

resource constraints.<br />

3


1.2. Sales of Tender Documents (B.O.Q.) –<br />

1.2.1 For purchase of Tender Documents, Intending <strong>tender</strong>er shall submit an<br />

application along with the certified copies of –<br />

1) Contract Registration Letter.<br />

2) Character Clearance Certificate.<br />

3) Income Tax and Sales Tax Clearance Certificate.<br />

4) Labour License Letter.<br />

5) Documents showing ownership of Machineries required to any one of the officers<br />

mentioned in para 1.1.i above latest up to 3.P.M. preceding the date of receipt of<br />

the <strong>tender</strong>.<br />

1.2.2 The applications received with complete accompaniment will thereafter be<br />

scrutinized by the officer-authorized for the purpose and the <strong>tender</strong> <strong>document</strong>s<br />

shall be issued to those <strong>tender</strong>er only who qualify for the purchase of Tender<br />

Document on payment of full cost of the same in the shape of account payee Bank<br />

Draft drawn in favour of EXECUTIVE ENGINEER, NATIONAL<br />

HIGHWAY DIVISION, CHAIBASA, payable at the STATE BANK OF<br />

INDIA, Main Branch CHAIBASA.<br />

1.2.3 The applications not accompanied with any of the <strong>document</strong>s stated in para 1.2.1<br />

may not be considered as qualifying purchaser of Bill of Quantity.<br />

1.3. Earnest Money (E.M.) –<br />

1.3.1 Each Tender must accompany the required amount of Earnest Money as shown in<br />

para 1.16 in the shape of the one or combination there of from along the<br />

following only.<br />

i. 8/6 years N.S.C. 8 th issue.<br />

ii. 3 or 5 years Post Office Time Deposit.<br />

The same must be pledged to Executive Engineer, National Highway Division,<br />

Chaibasa.<br />

4


1.3.2 Tender not accompanied with the Earnest Money in the manner as aforesaid shall<br />

be summarily rejected at the time of the opening except of those holding<br />

relaxation from the Govt. Of Jharkhand.<br />

1.4. Documents Accompanying Tender Paper –<br />

1.4.1 Under noted <strong>document</strong>s (Certified Photo copies) must be enclosed with the <strong>tender</strong><br />

paper.<br />

i. All those <strong>document</strong> required at the time of purchasing <strong>tender</strong> <strong>document</strong>s.<br />

ii. Description of machineries owned by the <strong>tender</strong>er in the Performa placed at<br />

Appendix – 1 of the <strong>tender</strong> <strong>document</strong> along with sale letter of the<br />

manufacturer.<br />

iii. An affidavit swearing that the Machinery Statement at Appendix – 3 is true.<br />

iv. The <strong>document</strong> required specifically for the work as enumerated in para 1.8<br />

below.<br />

v. In case of <strong>tender</strong> being a firm, the deed of the firm & the power of attorney<br />

if any.<br />

1.4.2 The <strong>tender</strong>s with incomplete <strong>document</strong> will rank lower to those <strong>tender</strong>s other wise<br />

similar.<br />

1.5. Ownership of Machineries –<br />

1.5.1 Tenderers who does not own machinery conforming to relevant standard laid<br />

down by M.O.R.T. & H. Govt. Of India, I.R.C. and Bureau of Indian Standard<br />

required for the work as notified in Para 1.16 should not purchase the <strong>tender</strong>er<br />

<strong>document</strong> for the work. In case the <strong>tender</strong> <strong>document</strong> are purchased by a <strong>tender</strong>er<br />

owning machines not conforming to M.O.R.T. & H. Govt. Of India / I.R.C. /<br />

Bureau of Indian Standard shall be summarily rejected.<br />

1.5.2 For bituminous work requiring use of Hot Mix Plants specifications as laid down<br />

in I.S. 5890-1970 only will be accepted. Empty bitumen drums shall be recovered<br />

at penal rate vide clause 3.6 (ii) of Chapter – 3 (Special Conditions) of <strong>tender</strong><br />

<strong>document</strong>.<br />

1.6. Quoting Rate/Time –<br />

1.6.1 Tenderers should quote their rates only at the space earmarked in the <strong>tender</strong><br />

<strong>document</strong>s purchased from the officers in Para 1.1.1 only for the purpose as<br />

5


overall on all items (and not item wise) in percentage above or below over the<br />

rates mentioned in B.O.Q. both figure and words.<br />

1.6.2 The quoted rates<br />

i. Must not have anamoly in figure and words.<br />

ii. Must be initialed in there is cutting or overwriting.<br />

iii. Must not be indefinite such as at ‘Estimated Rate’ or at ..................... above<br />

/ below excluding / including material etc. failing which the offer will be<br />

invalid.<br />

1.6.3 In case the amount of offer on over all rate quoted by a Tender is lower than that<br />

calculated by the following formula.<br />

(A – B)<br />

A<br />

× 15 %<br />

Where as A = Estimated Cost of Work.<br />

B = Cost of scarce Govt. Material.<br />

The offer will be treated as unworkable and will invalidate the offer, however if<br />

the formula results in a rate less than 15 % the lowest limit will be upto ( - ) 15 %.<br />

1.6.4 B.O.Q. also provides information as to the cut-off percentage (Calculated on<br />

guidance of 1.6.3) below which <strong>tender</strong>s will be invalid.<br />

1.6.4.1 The quoted rates shall be deemed to include all the taxes enforce in the state of<br />

Jharkhand on such <strong>works</strong> such as Sales, Tax, Income Tax, Royalties etc.<br />

1.6.5 Time allowed the compete the work should be carefully scrutinized by the Tender<br />

and in the case the notified time of completion is not suited, the <strong>tender</strong> may quote<br />

his own time.<br />

1.7. Work Discipline –<br />

1.7.1 Only M.O.R.T & H. Govt. of India / Bureau of Indian Standard / I.R.C.<br />

Specification shall be followed during the execution of work.<br />

1.7.2 Site order book will have to be maintained at site by the contractor.<br />

6


1.7.3 Works and Account codes & Financial rules of Govt. Of Jharkhand along with<br />

guidance from T.EC and M.O.R.T. & H. Govt. of India shall be concurrently<br />

applicable in the entire processes leading to final completion of work.<br />

1.8. Additional Document of Accompany Tender –<br />

1.8.1 Documents required to accompany the <strong>tender</strong> are enumerated in Para 1.4.<br />

However, the following additional <strong>document</strong>s must accompany the <strong>tender</strong> as<br />

referred to in Para 1.4.1 at Si (iv).<br />

i. A Certificate of competent authority showing similar nature of work<br />

executed by the <strong>tender</strong>.<br />

ii. A list of work at the hand <strong>tender</strong> containing information in Appendix – 1<br />

accompanying the <strong>tender</strong>.<br />

iii. A programme of work for the <strong>tender</strong> so as to complete the same within the<br />

time required by the <strong>tender</strong>.<br />

1.9. It will be obligatory for the <strong>tender</strong> to keep their offer open for acceptance for a<br />

period of 180 days from the date of its opening.<br />

1.10. Conditional Tender shall be outright rejected.<br />

1.11. Authority is reserved to reject any of all <strong>tender</strong>s received or to allot the work to<br />

one or more contractors without assigning any reason.<br />

1.12. In the case of successful <strong>tender</strong>er (hereinafter called contractor), the amount of<br />

E.M. will be transferred towards initial security deposit (I.S.D) which will have to<br />

augmented so that I.S.D. will be (five) 5% of the approved amount of <strong>tender</strong><br />

before execution of the agreement. The total Security Deposit shall be (Ten) 10 %<br />

of his <strong>tender</strong> amount and the remaining (five percent) 5 % shall be deducted from<br />

running bills.<br />

1.13. The Earnest Money of Successful <strong>tender</strong> which accompanied <strong>tender</strong> will be<br />

forfeited in case the <strong>tender</strong>er fails to turn up to sign the agreement or to deposit<br />

the balance amount of I.S.D. within Seven Days of being called upon to do so.<br />

7


1.14. Tender Notice through press this N.I.T. accompaniments of <strong>tender</strong> <strong>document</strong>s,<br />

specifications of M.O.R.T. & H. Govt. Of India, all correspondences leading to<br />

final disposal of <strong>tender</strong> will form a part of contract <strong>document</strong>s.<br />

1.15. Department Materials / Machineries will not be made available to the Contractor<br />

and the same shall have to be arranged by the contractor at his own cost.<br />

1.16. Description of work at do for –<br />

Name of work<br />

Estimated<br />

Cost (Rs.)<br />

Amount of<br />

Earnest<br />

Money (Rs.)<br />

Cost of<br />

B.O.Q.<br />

(Rs.)<br />

Time of<br />

Completion<br />

Owner Ship of<br />

Machinery<br />

required by the<br />

<strong>tender</strong>er<br />

1 2 3 4 5 6<br />

Detailed Estimated for<br />

construction of missing Km<br />

Post 5 th 2,03,946/- 4,100/- 500/- Up to 29<br />

and sign board<br />

from Km 16 to 176 of N.H.<br />

March 2010<br />

75(Ext) of Ranchi-<br />

Chaibasa-Jainthgar <strong>road</strong> for<br />

the year 2009-10<br />

8


Note:-<br />

1. In case Bulk – Bitumen is issued, arrangement for empty drums and its filling into<br />

empty drums and its transportation, handling etc. and other incidental expenses in<br />

this regard shall be born by contractor and it shall not be reimbursed in any case.<br />

2. Issue rate of the Bulk-Bitumen shall be equal to that of the packed Bitumen and<br />

the contractor shall not question the issuing authority regarding the type to be<br />

delivered.<br />

3. Damaged or Flattened empty bitumen drums will not be taken back and therefore<br />

its cost will be recovered @ Rs. 160/- (Rs. One Hundred Sixty) cash only per<br />

empty drum.<br />

4. Hire charge of Road-Roller noted above does not include the cost of P.O.L. but its<br />

cost is included in the <strong>department</strong>al rates mentioned in chapter – 5 of the <strong>tender</strong><br />

<strong>document</strong>s, therefore the contractor has to bear the additional cost of P.O.L.<br />

which shall neither be repaid to him nor any claim shall be accepted in this regard.<br />

5. Roller shall be delivered at a place where it is available but the same shall be<br />

carried to the work site by the contractor at his own cost and he will return back<br />

the roller to the nearest N.H. Stores as per the direction or E/I at his own cost<br />

Expenditure on this account shall not be reimbursed.<br />

9


CHAPTER – 2<br />

GENERAL RULES FOR GUIDANCE OF TENDER<br />

1.1 The complete <strong>tender</strong> with all enclosures shall be contained in sealed envelope and<br />

delivered to any one of the receiving officers mentioned in Para 1.1 so as to reach<br />

him on the day & before the time stipulated in the N.I.T.<br />

1.2 The <strong>tender</strong>er may mention in a forwarding letter list of all <strong>document</strong>s submitted<br />

with the <strong>tender</strong>.<br />

1.3 The <strong>tender</strong> shall contain the full name, address residence and place of business of<br />

person of persons or persons filling the <strong>tender</strong>. In case there is subsequent change<br />

in address, it must be informed to the concerned E.E and S.E. N.H. Circle, Ranchi<br />

by registered post.<br />

1.4 All pages of the <strong>tender</strong> <strong>document</strong>s including copy of Tender Notice through press<br />

shall be initialed at the lower left hand corner by the <strong>tender</strong>er of a person holding<br />

power of attorney, authorizing him to sign on behalf of the <strong>tender</strong>er before<br />

submission of the <strong>tender</strong>. Failure to comply with this clause will invalidate the<br />

offer.<br />

1.5 In the event of the <strong>tender</strong> being submitted by a firm. It must be signed by each<br />

partner there of and in absence of any of the partners, it should be signed on his<br />

behalf by a person holding power of attorney authorized him to do so and the<br />

same shall be produced on demand. All signatures shall be dated.<br />

1.6 No <strong>tender</strong>er shall file <strong>tender</strong> for more than one work in one scaled envelop, if<br />

<strong>tender</strong>er desires to submit for more than one work, he shall submit <strong>tender</strong> in<br />

separate sealed envelope for each work on appropriate and duly purchased bill of<br />

quantity, The name of the work shall be written on the scaled envelope.<br />

1.7 The rates to be quoted by the <strong>tender</strong>er in items of percentage of total estimated<br />

amount will be inclusive of the cost of materials, transport charges up to <strong>works</strong>ite,<br />

royalty and all types of state and central taxes P.O.L. charges wages of staff,<br />

labour chowkidar etc. The complete rate as above only will be considered by the<br />

<strong>department</strong>.<br />

1.8 Quoting rates of each item separately will be liable for rejection unless otherwise<br />

specifically asked for.<br />

1.9 Tenderers must inspect the site and satisfy himself/themselves independently,<br />

before filling the <strong>tender</strong>.<br />

1.10 It will be presumed that the <strong>tender</strong>er has carefully examined the bill of quantities,<br />

specifications and conditions of the contract approved quarries. <strong>road</strong>, ghats, river<br />

10


conditions, railways stations, leads, plots access <strong>road</strong>s site etc. complete and<br />

satisfied himself as to the nature, extent of the liability of the work, <strong>road</strong>,<br />

approaches, means of communication and access to the site, required land,<br />

buildings available for accommodation that may be required for temporary<br />

purposes in connection with contract of <strong>works</strong> availability of the labour in<br />

connection with the completion of the work and all other aspects incidental to the<br />

work before quoting rates. The consequences of lack of necessary knowledge will<br />

be at the risk and cost of the <strong>tender</strong>er. No claim either for the cost or for extension<br />

of time will be entertained on any of these or similar ground. Delay in allotment<br />

of wagons shall not be a ground for time extension.<br />

1.11 Income Tax, Sales Tax, Royalty, Cess etc, Shall be deducted at source from each<br />

bill as per relevant rules of the Government prevailing now and as amended or<br />

revised from time to time covering entire period of the work.<br />

1.12 If the <strong>tender</strong>er is registered as contractor in a class other than that for which<br />

he/they is/ are filling this <strong>tender</strong> he/ they should furnish details of registration in<br />

other class as well.<br />

11


CHAPTER – 3<br />

Special Conditions<br />

3.1 Only those <strong>tender</strong>ers are required to submit the <strong>tender</strong>s who own at least under<br />

mentioned machinery which should strictly conform the standards laid down by<br />

M.O.R.T.&.H., Govt. of India. I.R.C. and Bureau of Indian Standard.<br />

i) Hot-Mix Plant with Electronic Control.<br />

ii) Paver Finisher.<br />

iii) Front End Loader.<br />

iv) Tandom Roller<br />

v) Vibratory Roller<br />

iv) Tar-Boiler.<br />

vii) Tipper Trucks.<br />

viii) Tyre mounted Bitumen boiler with Bitumen Sprayer.<br />

ix) Compressor Machine for Various Works.<br />

3.2 Contractor shall submit a list of machinery as per format given below:-<br />

Availability of key items of contractors Equipments essential for carrying out the<br />

work.<br />

Name of<br />

Equipment<br />

Requirements<br />

No./Capacity of<br />

machine to be used for<br />

this work<br />

Owned<br />

Availability Proposal<br />

12<br />

Nos./<br />

Capacity<br />

Age/<br />

Conditions<br />

Remarks


3.3 (a) The methodology and equipment to be used on the project shall be furnished<br />

by the contractor to the Engineer-in-Charge well in advance of<br />

commencement of work and approval of the Engineer-in-Charge be obtained<br />

prior to its adoption and use.<br />

(b) The contractor shall give a trial run of the equipment for establishing its<br />

capability to achieve the laid down specifications and tolerance to the<br />

satisfaction of the Engineer-in-Charge before commencement of the work. If<br />

so desired by the Engineer-in-Charge.<br />

(c) All equipments provided shall be of proven efficiency and shall be operated<br />

and maintained at all times in a manner acceptable to the Engineer-in-Charge.<br />

(d) No equipment of personnel will be removed from site without permission of<br />

the Engineer-in-Charge.<br />

3.4 Contractor shall submit the list of personnel available with their firm as per format<br />

given below:-<br />

Qualification an Experience of key personnel required for administration and<br />

execution of contract (Attached biographical data).<br />

Position Name Qualification<br />

13<br />

Year of<br />

Experience<br />

(general)<br />

Year of<br />

Experience in<br />

the proposed<br />

position.


3.5 All terms and conditions given in the Press Tender Notice and Chapter 1 to 4 of the<br />

Tender Document and those stipulated in the P.W.D. form F-2 will be concurrently<br />

binding on the contractor, wherever stipulations of one differ from the other, those<br />

suited best in the interest of the Government shall prevail over the other.<br />

3.6 The contractor should always remain available at the <strong>works</strong>-site but where it is not<br />

possible for him, he must appoint a representative who would be duly authorized by<br />

the contractor to receive instruction and carry out instruction of <strong>department</strong>al<br />

officers, and also to receive letters. He may also delegate him any other powers as<br />

he thinks fit but in every case he will inform immediately the concerned J.E, S.D.O.<br />

and E.E. regarding appointment of such representative along with his name and<br />

authenticated photo for his identify by registered post. In case of failure to do so as<br />

aforesaid instruction given to any representative of the contractor engaged in work<br />

will be deemed to have been received by the contractor.<br />

3.7 The successful <strong>tender</strong>s hereinafter called contractor must maintain site order book at<br />

each work – site which will be produced when asked of by the <strong>department</strong>al officers<br />

for needful as stipulated in the N.I.T.<br />

3.8 The M.O.R.T.&.H. Govt. of India specifications for Road & Bridge <strong>works</strong> (3 rd<br />

Revision) will form part of the contract <strong>document</strong> and the contractor will be legally<br />

bound to the various stipulations made therein unless and otherwise specifically<br />

relaxed or waived wholly or partly through a special clause in the contract<br />

<strong>document</strong>.<br />

3.9 (a) The bitumen shall be 60 / 70 penetration grade or as directed by the Engineer<br />

– in – Charge to I.S. 73 specifications such as penetration, softening point,<br />

solubility, flash-point, ductility, lose on heating etc.<br />

(b) The Bitumen shall be procured by the contractor only from the Government of<br />

India undertaking oil Company.<br />

(c) The contractor shall have to report and submit the <strong>document</strong>s to the Executive<br />

Engineer within 48 hours of the receipt of the bitumen from the oil company.<br />

(d) The contractor shall test the bitumen as per I.S. 73 in his own laboratory<br />

established at the site with his own qualified technician and submit the test results<br />

within seven days from the receipt of bitumen from oil company.<br />

(e) The Executive Engineer himself or his authorized representative shall collect<br />

the bitumen sample from the procured bitumen and test it as per I.S. 73 in the<br />

<strong>department</strong>al laboratory within seven days from the receipt of bitumen sample.<br />

(f) The work from this procured bitumen shall only be allowed if the test results<br />

of the bitumen sample conducted as per I.S. 73 are found to be satisfactory.<br />

14


(g) No advance payment shall be made to the Contractor by the <strong>department</strong><br />

against the supplied/procured bitumen.<br />

(h) if any type of dispute in either bitumen procurement or its specification the<br />

3.10<br />

decision of the concerned. Superintending Engineer will be final and binding.<br />

The contractor shall have to abide by the labour Act and Minimum wages. Act VI<br />

Act forced in the Area from time to time.<br />

3.11 The contractor will provide necessary facility to the labourers and Insurance<br />

Coverage as per rules.<br />

3.12 The contractor shall make adequate arrangement for the safety of the labourers<br />

during execution of the work. He will be responsible for accident if occurs at his<br />

<strong>works</strong> site. Adequate compensation for the same will have to be paid by him as<br />

decided by the competent authority.<br />

3.13 The contractor shall furnish sufficient plant, equipments and labour and shall work<br />

such hour and shift as may be necessary to maintain the progress schedule. The<br />

working and shift hours shall comply with all Government Rules and Regulations in<br />

force form time to time during the entire period of construction.<br />

3.14 (a) Normally plants/equipments required for the job................. are notified in<br />

N.I.T. However, even if any such equipment not specifically indicated in<br />

N.I.T. is required for the nature of the work explained in the project the same<br />

will have to be arranged by the Contractor and it shall be obligatory for the<br />

contactor to ensure that the same have been manufactured conforming to the<br />

relevant I.R.C. or Bureau of India Standard Specifications for the machine in<br />

question as required in the N.I.T.<br />

(b) Any equipment including Power roller if available and if supplied by the<br />

<strong>department</strong> it’s hire charge, running charges, weekly maintenance and<br />

cleaning charges will be born by the Contractor.<br />

(c) Any equipment including Power Roller obtained from the <strong>department</strong> shall be<br />

subject to sufficient uses. In case it remains idle to contractor’s fault, a penalty<br />

at the rate of double the Hire charge as per S.O.R. prevalent at the time of<br />

Issue of equipment will be realized from the contractor.<br />

(d) The Contactor will be responsible for return of the Government Machinery in<br />

good condition and will pay for its maintenance and repair. Hire Charge for<br />

Idle period or repair period shall be payable by the contractor.<br />

(e) In the event of any loss of the Govt. articles the value of the articles shall be<br />

recoverable from the contractor.<br />

15


3.15 (a) The <strong>department</strong>al materials shall be issued to the Contractor on proper Hand<br />

Receipt and further rules to this effect shall be subject to the N.I.T.<br />

Agreement, P.W.D. codes and <strong>department</strong>al instructions.<br />

(b) Where it was envisaged that container is to be returned, the same shall be<br />

returned in good condition. In case contractor does not return the same in<br />

good condition the cost of container shall be charged at recovery/prevalent<br />

rates. If the container is not returned at all the cost of the same along with<br />

materials will be recovered from the contractor’s bill at Panel Rate (since<br />

when the contractor does not return the container at all, it will be deemed that<br />

there has been misuse of <strong>department</strong>al materials and cost of materials along<br />

with container shall be recovered at panel rate)<br />

3.16 The materials shall be supplied from the approved quarries. Before using the<br />

materials in <strong>works</strong>, samples of materials are got to be approved from the Competent<br />

Authority.<br />

3.17 Quality Control Test shall be carried out as required as per M.O.R.T.&.H.,<br />

Specifications, Govt. of India. If the quality of materials fails below the acceptable<br />

standard, the contractor shall have to remove such inferior materials at his own cost.<br />

3.18 The contractor shall rectify at his own cost if in case the work is found to be<br />

defective during checking and liability period.<br />

3.19 Steel Bars, Joists, Angles etc. will issued in length if available in the <strong>department</strong>al<br />

stores. Their cut pieces in length less than 10 cm. shall not be taken back.<br />

3.20 The contractor will have to use his own machinery as per clause 1.5 for the<br />

construction of the work within the time specified in the contract. The carriage of<br />

machinery to different sites under the contract, from one place to another for this<br />

work will be the responsibility of the contractor and all expenses in this regard will<br />

be born by him.<br />

3.21 For work costing more then Rs. 50 lakhs, it will be obligatory for the contractor to<br />

keep properly equipped testing laboratory near the work site at his own cost where<br />

he will get the sample tested by the <strong>department</strong>.<br />

3.22 It will be the responsibility of the contractor to pay royalty of Mine’s materials. The<br />

contractor shall submit form “M” & “N” duly filled as per ‘Bihar’ Mines and<br />

Mineral Act, 1972.<br />

3.23 The contractor shall display a sign board at work-site about the work as on the<br />

format prescribed by the Engineer-in-Charge.<br />

3.24 The contractor shall furnish his programme of construction for execution of the<br />

work within the stipulated time schedule together with methodology of construction<br />

16


of each item of work and obtain the approval of the Engineer-in-Charge prior to<br />

actual commencement of work.<br />

3.25 In case of slippage from the approved work programme at any stage the contractor<br />

shall furnish revised programme to make up the slippage within the stipulated time<br />

schedule and obtain the approval of the Engineer-in-Charge of the revised<br />

programme.<br />

3.26 Setting out the work as spelt out in Clause 109.1 M.O.R.T.&.H. specifications for<br />

Road and Bridge <strong>works</strong> (3 rd Revision) will be carried out by the Contractor.<br />

3.27 Action in respect of <strong>public</strong> utilities will be taken by the contractor as envisaged in<br />

clause 110.1 of M.O.R.T.&.H. Govt. of India specification for Road and Bridge<br />

<strong>works</strong> (3 rd Revision).<br />

3.28 Action for arrangement for traffic during construction will be taken by the contractor<br />

as envisaged in the contract <strong>document</strong> and spelt out in clause 112.1 of<br />

M.O.R.T.&.H. Govt. of India specification for Road and Bridge <strong>works</strong> (3 rd<br />

Revision).<br />

3.29 The onus of achieving quality of work will be on the contractor who will take<br />

actions as stipulated in section-900 of Ministry’s specification for Road and Bridge<br />

work (3 rd Revision).<br />

3.30 The following shall not be paid extra and the <strong>tender</strong>ed rates shall be inclusive of<br />

these :-<br />

i. Site clearance such as clearing of shrubs, bush, wood under growth and small<br />

tree not exceeding 10 to 12 inches in girth measured at height of 3’-0, above<br />

ground.<br />

ii. Setting out <strong>works</strong> profile, layout etc.<br />

iii. Unauthorized battering or benching or excavation of foundation trenches.<br />

iv. Forming or laying “Tell – tale or witness” in borrow pits and their removal<br />

after measurement. However, deduction will be made in quantity of each work<br />

for these.<br />

v. Excavation for inserting of planking and shuttering.<br />

vi. Forming (or leaving) stop in sides of deep excavation and their removal after<br />

measurement.<br />

vii. Bailing out rain water/and or surface water along with consequential desilting<br />

in the case the excavated foundation trenches were filled up by these during<br />

entire period of construction.<br />

viii. Removing slips or fills in excavation.<br />

ix. Erecting and /or establishing N.M.P. yard, Site-Store, Site-Office etc.<br />

17


x. Making value mixing platform, watering channel etc.<br />

3.31 Claims :-<br />

Claims are not admissible under following circumstance :-<br />

a) Extra item of <strong>works</strong> done without written order of <strong>department</strong>al officer.<br />

b) in case of sudden fluctuation and / for increase in rates of labour materials,<br />

royalty, various Govt. Taxes, railway – freight, fuel, lubricants, carriage cost,<br />

spare part of vehicles at any stages of work.<br />

c) Short supply and / or no-supply, delay in supply of <strong>department</strong>al materials / or<br />

equipment if any . or petrol, diesel, K-Oil etc.<br />

d) Non-availability of local labour of any category required for the work.<br />

e) Labour sitting idle due to any cause.<br />

f) Delay in communication of decision regarding any change or modification in<br />

design, drawing, specification, alteration – addition etc.<br />

g) Loss sustained due to :-<br />

i) Acts of enemies including agitation by Public Rangdari and Riot.<br />

ii) Transportation and procurement difficulties.<br />

iii) Natural Calamities.<br />

iv) Any other circumstances which are beyond control.<br />

3.32 The contractor shall make his own sufficient arrangement to receive<br />

communications of the <strong>department</strong>. In case, this is not complied with a proof of postal<br />

dispatch of any communication shall be deemed to have been served on him.<br />

18


Chapter – 4<br />

BILL OF QUANTITY<br />

1. Name of Work :- Detailed Estimated for construction of<br />

missing Km Post 5 th and sign board<br />

from Km 16 to 176 of N.H. 75(Ext) of<br />

Ranchi-Chaibasa-Jainthgar <strong>road</strong> for<br />

the year 2009-10<br />

.<br />

2. Cost of Tender Document :- Rs. 500/-<br />

3. Estimated amount as per B.O.Q. :- Rs. 2,03,946/-<br />

4. Cost of Departmental Materials (Bitumen) :- -----<br />

5 Number of items included in Tender :- 4 (Four)<br />

6 Time of completion as per N.I.T. :- Up to 29 March 2010<br />

7. Lowest Limit of valid <strong>tender</strong> rate :- 15%<br />

19


Bill of Quantity<br />

Name of Work :- Detailed Estimate for construction of missing Km Post 5 Th and sign board from<br />

Km 16 to 176 of N.H-75(E) for the Year - 2009-10.<br />

Time of Completion - Up to 29 March 2010<br />

203946.00<br />

Amount :- Rs<br />

S. Item<br />

Item of work Quantity Unit Rate (Rs) Amount<br />

No.<br />

No.<br />

1 8.14 Kilo Metter Stone (Reinforced cement<br />

concrete M15 Grede Km Stone of standard<br />

design as per IRC: 8 – 1980, fixing in<br />

position including painting and printing etc)<br />

(i) 5 th Km Stone (Precost)<br />

(ii) Ordinary km stone (Precast)<br />

20<br />

28<br />

51<br />

No.<br />

No.<br />

1794.00<br />

1085.00<br />

50232.00<br />

55335.00<br />

2 8.6 Direction and place Identification signs with<br />

size more than 0.9 sqm size board.<br />

(Providing and erecting direction and place<br />

identification retro- reflectorised sign asper<br />

IRC : 67 made of encapsulated lens type<br />

reflective sheeting vide clause 801.3, Fixed<br />

over aluminium sheeting, 2mm thick with<br />

area exceeding 0.9 sqm supported on a mild<br />

steel angle iron post 75 mm x 75 mm x 6<br />

mm, 2Nos. firmly fixed to the ground by<br />

means of properly designed foundation with<br />

M 15 grade cement concrete 45 cm x 45 cm<br />

x 60 cm, 60 cm below ground level as per<br />

approved drawing) 09 No. 10135.00 91215.00<br />

3 8.8 Painting Two coats on New concrete<br />

Surfaces (Painting two coats after filling the<br />

surface with synthetic enamel paint in all<br />

shades on new plastered concrete surfaces) 70.13 Sq.m 32.00 2244.00<br />

4 8.3 Printing new letter and figures of any shade<br />

(Printing new letter and figures of any shade<br />

with synthetic enamel paint black or any<br />

other approved colour to give an even<br />

shade)<br />

Hindi –<br />

English & Roman -<br />

9840 Cm ht Per Letter 0.30 2952.00<br />

9840 Cm ht Per Letter 0.20 1968.00<br />

Total 203946.00<br />

E.E<br />

N.H. Division<br />

Chaibasa


Chapter – 5<br />

(TO BE FILLED BY TENDERER)<br />

From : Name of contractor or Firm<br />

Permanent Address Present Address<br />

P.O :-<br />

P.S :-<br />

Dist :-<br />

Registration No :-<br />

To,<br />

The Executive Engineer Superintending Engineer Chief Engineer<br />

National Highway Division National Highway Circle, National Highway<br />

Chaibasa Ranchi Wing, Jharkhand<br />

Ranchi<br />

Sub :- Name of work for which <strong>tender</strong> is being filled.<br />

Detailed Estimated for construction of missing Km Post 5 th and sign board<br />

from Km 16 to 176 of N.H. 75(Ext) of Ranchi-Chaibasa-Jainthgar <strong>road</strong> for the year<br />

2009-10<br />

.<br />

Sir,<br />

I/We offer the <strong>tender</strong> as follows based on rates given in B.O.Q :-<br />

At the same rates.<br />

At .................................................................Percent below.<br />

At .................................................................Percent above.<br />

And undertake to compete the said work with ..................................Days/months<br />

Earnest money amounting to Rs. .....................................................<br />

has been deposited in the shape of .................................................<br />

.........................................................................................................<br />

Full <strong>tender</strong> <strong>document</strong> duly signed along with desired <strong>document</strong> are enclosed.<br />

List of enclosures :-<br />

a) Character certificate form D.C/S.P<br />

b) Affidavit regarding Machineries, equipments.<br />

c) Income Tax Clearance Certificate.<br />

d) Sales Tax Clearance Certificate.<br />

e) Labour Licenses.<br />

f) Registration letter of Department.<br />

g) Appendix.<br />

Dated Signature of Tenderer in full<br />

21


Appendix<br />

(See Para 1.8.1.11)<br />

(To be filled up by the Tenderer)<br />

Statement of all such <strong>works</strong>, which were allotted to the contractor but have not been completed so far<br />

Name of the Contractor : Registration No. .................<br />

Sl.<br />

No.<br />

Name of Work<br />

Agreement<br />

Number<br />

Agreement<br />

Amount<br />

Date of<br />

Start<br />

Stipulated dt. of<br />

Completion as<br />

per agreement.<br />

22<br />

Extended date<br />

of completion<br />

if any<br />

Upto date<br />

value of<br />

work done as<br />

per last bill<br />

Reason for<br />

delay in<br />

completion<br />

of work.<br />

Full Signature of the Tenderer

Hooray! Your file is uploaded and ready to be published.

Saved successfully!

Ooh no, something went wrong!