Nothing Special   »   [go: up one dir, main page]

2016 02 29 Volme 3 R6

Download as pdf or txt
Download as pdf or txt
You are on page 1of 4

RAJKOT MUNICIPAL CORPORATION

(RMC)

BID DOCUMENT FOR

CONSTRUCTION OF 4 LANE (2 LANE + 2 LANE) FLY OVER BRIDGE AT


MAVDI ROAD CROSSING ON 150FT RING ROAD AT RAJKOT CITY

CONTENTS

VOLUME – III: FINANCIAL BID

Sr. No Particulars
1.0 Instruction to bidders
2.0 Schedule – B
Rajkot Municipal Corporation Instruction to Bidders

CONSTRUCTION OF 4 LANE (2 LANE + 2 LANE) FLY OVER BRIDGE AT


MAVDI ROAD CROSSING ON 150FT RING ROAD AT RAJKOT CITY

SCHEDULE - B

INSTRUCTION TO BIDDERS

1.0 Schedule B is to be read for the purpose of pricing in conjunction with conditions
of contract, special condition of contracts, work plan and technical specifications
and drawings.

2.0 The rate of the Schedule B include all constructional plant, labour, supervision,
materials erection, maintenance, insurance, profit, overheads, government taxes
and duties, VAT, Labour well fare cess, together with all general risks, liabilities and
obligations, set out or implied in the Contract and including remedy of any defects
during the Defects Liability Period.

3.0 The rate of the schedule B shall be all inclusive value of the work described
including all costs and expenses which may be required in and for the
construction of work described together with all general risks, liabilities and
obligation set forth or implied in the document on which the tender is to be based.

4.0 The method of measurement and payment shall be as described under various
items and in the schedule B. Where specific definitions are not given, the method
described in MORTH / IS code will be followed. Should there be any detail of
construction or materials which have not been referred to the specification or in
the schedule B and drawings but necessity for which may be implied or inferred
there from, or which are usual or essential for completion of the work in the trades
the same shall be deemed to be included in the rates.

5.0 The quantities stated are to be considered approximate only and the unit rate of
the schedule B shall apply only to the quantities actually executed.

6.0 The bidder must quote his percentage above or below in online submission only.

7.0 The bidder is advised to note that the levels & details of the bridge shown in tender
drawings are tentative. The changes resulting into addition or reduction of quantity
due to any reason and to any extent shall be binding and shall be executed by
contractor without any contractual and financial implications. This shall be
applicable over & above any other stipulation given in tender or specification of
MORT&H, CPWD and R&B Gujarat or any other.

8.0 The schemes and dimensions shown on the tender drawing are tentative; the
same are likely to vary during actual execution and no extra / separate charges
shall be payable due to any variation in the quantity to any extent.

Signature of Bidders RMC


Rajkot Municipal Corporation Instruction to Bidders

9.0 The work shall be carried out as per “SPECIFICATIONS FOR ROAD AND BRIDGE
WORK” by the Ministry of Road Transport and Highways. (MoRT&H)Fifth Revision. In
column of “specification” the section number referred is the respective section of
“SPECIFICATIONS FOR ROAD AND BRIDGE WORK” by the Ministry of Road Transport
and Highways. (MoRT&H)Fifth Revision. For material section 1000 of MoRT&H shall
be adopted.

10.0 The rates for RCC work shall be inclusive of giving Architectural treatment like
providing grooves, recess, offset, projection, form mark, etc as directed by
Engineer-in-charge.

11.0 Concrete of grade M20 and above shall be prepared & mixed in Contractor’s
own fully automatic concrete batching plant having capacity – at least 18 m3 per
hour which shall be established at site and maintain it during progress of work. In
exceptional circumstances Ready Mix Concrete from other batching plant shall
be allowed with the approval of Engineer-in-charge.

12.0 The specification numbers stated in the detailed description of items of works
against each item are indicated for guidance of the Bidders. However, any of the
specification alluded to the specifications referred to in the Bill of Quantities and /
or any other specifications from “Technical Specifications” which in the opinion of
the Engineer are applicable for a particular item is deemed to have been
included in the scope of item and fully covered by the rates quoted for the items.
In case of any discrepancies between provision stated in the description of
individual items and those covered by the technical specifications, the provision in
the description of item shall have preference.

13.0 For all structural concrete work, cement of ordinary Portland Cement 53 grade
confirming to IS 12269 and having ISI mark shall be used. For other work cement 43
grade confirming IS 8112 respectively can be used on prior approval from RMC.
Cement shall have ISI mark and from reputed manufacturers of cement. Samples
of cement arranged by the Contractor shall be taken in presence of the Engineer-
in-Charge and got tested in accordance with provisions of the relevant BIS codes.
In case test results indicate that the cement arranged by the Contractor does not
conform to the relevant BIS codes, the same shall stand rejected and shall be
removed from the site by the Contractor at his own cost within three days.

14.0 Reinforcement Steel:


Reinforcement bars shall be Thermo Mechanically Treated (TMT) High Yield
Strength Deform (HYSD) Fe 500 D bars confirming to IS 1786. Re-rolled steel shall not
be used in the work. The steel to be used shall be procured from SAIL / VIZAG /
TATA / JINDAL / NATIONAL/ GALLENT / TISCO / SANGHI / BURNALA only for this
project. The Contractor shall have to obtain and furnish test certificates to the
Engineer-in-Charge in respect of all supplies of steel brought by him to the site of
work. Samples shall also be taken and got tested by the Engineer-in-Charge as per
the provisions in this regard in the relevant BIS codes. In case the test results

Signature of Bidders RMC


Rajkot Municipal Corporation Instruction to Bidders

indicate that the steel arranged by the Contractor does not conform to BIS codes,
the same shall stand rejected and shall be removed from the site of work within
three days. Payment for all type of testing shall be borne by contractor.

15.0 Contractor shall provide coupler in lieu of lap for Hysd/TMT bar of 20 mm and
above diameters if instructed by Engineer-in-charge and no separate payment will
be made on such account.

16.0 Structural Steel:


The Contractor shall procure Structural steel from the main reputed manufactures
such as TATA / SAIL / JINDAL only. The Contractor shall have to Obtain and furnish
test certificates to the Engineer-in-Charge. The Contractor shall have to obtain
and furnish test certificates to the Engineer-in-Charge in respect of all supplies of
steel brought by him to the site of work. Samples shall also be taken and got tested
by the Engineer-in-Charge as per the provisions in this regard in the relevant BIS
codes. In case the test results indicate that the steel arranged by the Contractor
does not conform to BIS codes, the same shall stand rejected and shall be
removed from the site of work within three days. Re rolled steel shall not be used in
the work.

17.0 Plot for Batching Plant, labour quarters, site office, material stock yard, testing
laboratory, etc. shall not be given by the Employer. The contractor shall make his
own arrangement at his own cost for the same.

18.0 Necessary diversion, barricading etc. shall be provided by contractor as instruction


given by Engineer-in-charge at his own cost.

Signature of Bidders RMC

You might also like