Post on 23-Aug-2020
Presentation onOutput- and Performance-based Maintenance
ContractBy M. K. Solanki
Welcome to Work Shop at ShimlaOn 6th Nov 2009
1
We welcome all the respected delegates ofWorld Bank , HPPWD and the representativesof eminent Contracting agencies of India.We are very thankful to World Bank ,who takethis step to introduce new way of contractingmaintenance work , we will appreciate yourvaluable comments on the document tomake this workshop more successful in theinterest of states and common man to utilizehis money in better way with improvedquality and better services
2
OPBMC designed to increase the effectiveness and efficiency of Road assets Management and Maintenance
Ensure physical condition of roads is adequate for the need of user for entire period of contract
OPBMC significantly expand the role of private sector to manage and conserve road assets .
Traditional road construction and maintenance contracts :
Contractor are responsible for execution of work which are generally defined by the Employer
Paid for unit of work executed for different items
3
Result of Traditional contract are in many cases less thanOptimal.
Incentive is wrong to contractor and try to carry outmaximum work in order to maximize its turnover.
Spending more money will not solve problem ( becauseof poor Quality of design provided by the client for whichcontractor is not responsible)
OPBMC addresses the issues of inadequate incentives During bidding process contractor compete among each
other by essentially proposing fixed Lump Sum price tobring the road to a certain service level and maintain
Contractor are not paid directly for input ( less or More) Monthly lump sum payment is made to contractor
irrespective of material or manpower consumed ,provided roads are below intervention level
4
For OPBMC contractor must not necessarily traditional work contractor but can (if allowed in the bidding document)
It could be any type of firm having the necessary technical , Managerial and financial capacity to full fill the contract
Contractor is responsible for designing and carry out the work , services and action he believe are necessary in order to achieve and maintain the service levels
Service levels are defined from road user’s perspective –( defined through out the document )
5
Road user services and comfort Road roughness Road and lane width Rutting Depression Skid resistance Visibility of road sign and marking Availability of each lane-km for use by traffic Response times to rectify defects that compromise the safety of
road users Attendance at road accidents Drainage off the pavement (standing water is dangerous for
road users)
6
Road Durability Longitudinal profile Road Roughness Pavement strength Vegetation control Slope Stabilization The extent of repairs permissible before a more
extensive periodic maintenance treatment is required Degree of sedimentation in drainage facilities
7
Management Performance Measures Delivery of regular progress reports to the Road Controlling
Authority Inventory updates and other data sharing requirements Maintenance history (so subsequent tenderers can price the
work).
Note – if contractor is not achieving service level , Provision of deduction is heavy
8
Pre-Procurement activities ( before awarding of Civil Work)1. Identification of Roads2. Prioritization of Roads based upon condition , importance (
workable approach during selection of network/Roads)3. Making of Road Network4. Prepare Road condition Report ( Very Good , Good , fair , Poor
and Very Poor)Hyperlinks to presentation\ROAD CONDITIONRATING .doc
5. Disseminate Road Condition to concern division for verificationand corrections if any
6. Preparation of Estimates for Routine maintenance , InitialRehabilitation , Period maintenance , Minor improvement ,Emergency
7. Preparation of Civil Contract document8. Approval Estimate9. Arrangement of Funding ( This should be dedicated funding)10. Advance starting of land acquisition and utility shifting to avoid
delay ( if some geometric improvement suggested at curvelocation )
9
11. Final Decisions of Employer on Bid Data Sheet , Contract Condition etc
12. Approval of Estimates from concerned authority 13. Advertisement of Tender ( Invitation for Bid)14. Pre Bid Meetings and site visit15. reply of queries of bidders16. Addenda If any17. Submission of Bid18. Opening of Bid ( Technical )19. Checking of documents requirement as per ITB
and BDS
10
20. Accept or reject bid if not full filling the requirement as per BDS and ITB
21. Start Technical evaluation ( Qualification ) if not qualified , reject Bid
22. Call bidders for financial opening and mark attendance , only authorized bidders shall be allowed
23. Check Bid as per clause 34.5 & 34.6 and other relevant clause for balance / unbalance bid
24. if bid is unbalanced or front loaded, front loaded amount shall be adjusted with the payment of routine maintenance‘s monthly payments – Contractor should be very care full before putting there rate and must have site visit and self assessment of the work
25. Speak bid loudly and check all the calculations for omission and mistake .
26. Get signature of all attendees and issue minutes of opening to participant
11
Part-1 –Bidding Procedures1. Section-1 Instruction to Bidders (ITB)2. Section-2 Bid Data Sheet ( all the essential amended
in BDS to ITB)3. Section-3 Evaluation and Qualification Criteria
(Without Prequalification)4. Section-4 Bidding Forms5. Section -5 Eligible Countries
Part-2 - Specifications1. Section-6(a) Technical Specification
Part-3-(Conditions of Contract and Contract Forms)
1. Section-7 General Condition of contract ( GC)2. Section-8 Particular condition of Contract( PC)3. Section-9 –Annex to the Particular condition-Contract
forms 12
Part-A General • 1. Scope of Bid- Here Client has to specify Name/
designation who is authorized to act as a Client onbehalf of State PWD/Government and the Name ofthe Project/ assignment in BDS and the Language ofcommunication (in BDS), Type of Maintenances {Maintenance services (Routine) , Rehabilitation (Initial Rehabilitation , Periodic Maintenance),Improvement works, Emergency works} along with theroad sections.
• 2. Source of Fund:- What is the source of funding (World Bank, Central Govt. State Govt. etc) (in BDS)
• 3. Corrupt Practices:- This clause cover all the corrupt, , fraudulent ,Coercive and Collusive practices , involvement of Personnel of firm or agency may lead to imposition sanction for indefinite period or for some specified time . This may also lead to rejection of Loan
13
• 4. Eligible Bidders• 5. Eligible Material and Goods
• Part-B Contents of Bidding Document. 6. Section of Bidding document
PART I Bidding ProceduresSection 1 - Instructions to Bidders (ITB)Section 2 - Bid Data Sheet (BDS)Section 3 - Evaluation and Qualification Criteria (EQC)Section 4 - Bidding Forms (BDF)Section 5 - Eligible Countries (ELC)
PART II Specifications-RequirementsSection 6 – Specifications ( Employer’s Requirement)
PART III Conditions of Contract and Contract FormsSection 7 - General Conditions (GC)Section 8 - Particular Conditions (PC)Section 9 - Contract Forms (COF)
14
7. Clarification of Bidding Document:- Site Visit, Pre-Bid Meeting8. Amendment of Bidding Document:-At any time prior to the deadline for
submission of bids, the Employer may amend the Bidding Document by issuing addenda
Part- C- Preparation of Bids9. Cost of Bidding:- Bidder Shall bear all cost of bid preparation and submission
ctc10. Language of Bid: - English 11. Documents Comprising the Bid
11.2 The Technical Bid shall comprise the following:(a) Letter of Technical Bid;(b) completed schedules as required, including priced
Bills of Quantities, in accordance with ITB 12 and 14(c) Bid Security or Bid Securing Declaration, in accordance
with ITB 19;(d) alternative bids, if permissible, in accordance with ITB 13;(e) written confirmation authorizing the signatory of the Bid
to commit the Bidder, in accordance with ITB 20.2;(f) documentary evidence in accordance with ITB 17
establishing the Bidder’s qualifications to perform the contract;
(g) Technical Proposal in accordance with ITB 16;(h) Any other document required in the BDS.
15
11. Documents Comprising the Bid11.2 The Technical Bid shall comprise the following:
(a) Letter of Bid;(b) completed schedules as required, including priced
Bills of Quantities, in accordance with ITB 12 and 14(c) Bid Security or Bid Securing Declaration, in accordance
with ITB 19;(d) alternative bids, if permissible, in accordance with ITB 13;(e) written confirmation authorizing the signatory of the Bid to
commit the Bidder, in accordance with ITB 20.2;(f) documentary evidence in accordance with ITB 17
establishing the Bidder’s qualifications to perform thecontract;
(g) Technical Proposal in accordance with ITB 16;(h) Any other document required in the BDS.
16
12. Letter of Bid and Schedules:- it should furnished as per section-4 forms which included bill of quantities . The form must be completed without any alteration .
13. Alternative bids: Not Allowed ( refer BDS)14. Bid prices and Discount : The prices and discounts quoted by the
Bidder in the Letter of Price Bid and in the Bill of Quantities shall conform to the requirements
. The Bidder shall fill in rates and prices for all items of the Works described in the Bill of Quantities
• Items against which no rate or price is entered by the Bidder will not be paid for by the Employer when executed and shall be deemed covered by the rates for other items and prices in the Bill of Quantities.
• The price to be quoted in the Letter of Price Bid, in accordance with ITB 12.1, shall be the total price of the Bid, excluding any discounts offered.
• The rate quoted by bidders are subjected to adjustment as per BDS and Condition of Contract
18
Contd--------------14. Bid prices and Discount :• All duties , taxes and other levies payable by contractor under
contract must be included in rates .• 15. Currency of Bid and Payment :-• Unit rates and prices Shall be in in INR;• The Rate of exchange shall be as per RBI 28 days prior to bid
submission ( refer BDS)-not applicable as contract is NCBForeign currency requirement shall include but not limited to the
specific requirement ,• Breakdown of local and foreign currency shall be provided by
the Bidder in summery of payment currency Schedule
19
16. Documents Comprising the Technical Proposal: • This includes , Methodology , equipment ,
Personnel , schedule , work program etc as per section-4 ( Bidding forms ) and to meet the requirement of section- VI of the bidding document ( Specification) .
17. Documents Establishing the Qualifications of the Bidder:- bidder shall submit as per section 3 ( Evaluation and qualification criteria and supply all information as per section-4 ( bidding Forms)
18. Period of Bid Validity : 120 days ( refer BDS) ,. It can be increase and decrease depend upon employer ‘s assessment .
20
19.Bid Security :- Shall be 2% of TPC , Insert final figure in BDS , Bid security shall be submitted in original form along bid ;
(a) an unconditional bank guarantee; (b) an irrevocable letter of credit; (c) a cashier’s or certified check (d) another security indicated in the BDSRefer BDS, 20. Format and Signing of Bid:-• Bidder shall prepare one original of the Technical and one
original of price bid as described in ITB 11 • Number of copies shall be as per BDS ,• Bid shall be signed by a person duly authorised to sign on
behalf of bidder
21
Part-D- Submission and Opening of Bids• 21. Sealing and Marking of Bids:-• Deadline for Submission of Bids : shall be as per entered date in
BDS• 23. Late Bids :- Shall be Rejected• 24. Withdrawal, Substitution, and Modification of Bids :- permitted
only before the due date of submission• 25. Bid Opening:-• Shall open Technical Bid in public at the address date and time as
specified in BDS in the presence of Bidders .• First, envelopes marked “WITHDRAWAL” shall be opened ;. Second, outer envelopes marked “SUBSTITUTION” shall be opened. Next, outer envelopes marked “MODIFICATION” shall be opened.
All other envelopes holding the Technical Bids shall be opened one ata time, and the following read out and recorded:
a) the name of the Bidder;b) whether there is a modification or substitution;c) the presence of a Bid Security, if required; andd) any other details as the Employer may consider appropriate
22
• Employer will notify non responsive bid in writing • Employer shall conduct opening of price bid in the presence of
bidder’ s Representative and will sign the attendance register .• All envelopes containing Price Bids shall be opened one at a time and
the following read out and recorded:a) the name of the Bidder;b) whether there is a modification or substitution;c) the Bid Prices, including any discounts and alternative offers; andd) any other details as the Employer may consider appropriate
No bid shall be rejected at the opening of Price bid Part-E- Evaluation and Comparison of Bids
• 26. Confidentiality:- Information relating to the examination, evaluation, comparison, and post qualification of bids and recommendation of contract award, shall not be disclosed to Bidders or any other person not officially concerned with such process until information on contract ward is communicated to all bidders .
23
• 27. Clarification of Bids:• To assist in the examination, evaluation, and comparison of the
Technical and Price Bids, the Employer may, at its discretion, ask any Bidder for a clarification of its bid, without changing in the substance of Tech. or Price Bid
28. Deviations, Reservations, and Omissions: (This cover definitions to be used during evaluation )
29. Determination of Responsiveness:-• Bid’s responsiveness is to be based on the contents of the bid itself, as
defined in ITB11 ( Technical and Financial bid)• Employer will reject the bid if not submitted as per ITB 16 , all
conditional bid shall be rejected ;• Once rejected , subsequently may not be made responsive by
correction of material Deviation , omission or omission
24
30. Nonmaterial nonconformities:-• If bid is substantially responsive ,employer may waive any
nonconformities .• May also request that the bidder submit the necessary
information or documentation ,within reasonable time , to rectify nonconformities;
• Nonconformities shall not be related to any aspect of price Bid;
•
25
31. Correction of Arithmetic errors :-• Employer shall correct arithmetic error for
discrepancy in unit prices and total price ;• Unit price shall prevail;• If decimal point misplaced , Total price will
prevail• Figure in word shall prevail ;• If bidder does not accept correction of errors , its
bid shall be disqualified and bid security may beforfeited ;
32. Conversion to Single currency :• Shall be converted to single currency as
specified in BDS
26
33. Margin of Preference :-• Shall not apply ( refer BDS)34. Evaluation of Price Bid:-
• Employer shall use the criteria and Methodologies listed in the clause
• No other evaluation criteria or method shall be allowed • Shall consider Price Bid excluding contingencies and
provisional some• Shall consider daywork items for evaluation;• Price adjustment for correction of Arithmetic errors;• Price adjustment due to discount• Converting the amount in single currency after applying
all above adjustments • Adjustment of all nonconformities • Application of all the evaluation factor
27
Contd---------------------------------34. Evaluation of Price Bid:-
• The estimated effect of the price adjustment ,applied over the period of execution of contract shall not be taken in bid evaluation
• If the Bid is lowest and seriously unbalanced or front loaded in the opinion of Employer ,
• Employer may require detailed price analyses for any or all the items to demonstrate the consistency of bid as per proposed construction Methodologies ( refer 11.3 (d) BDS ).
• In such case , Employer may increase the performance security at the expense of bidder to a level sufficient to the Employer against Financial loss
35 .Comparison of Bid :-• Shall compare all responsive bid to determine lowest evaluated
bid as per ITB 36.2 36 . Qualification of Bidders :- as per section-III ,ITB17.137. Employer’s Right to Accept Any Bid, and to Reject Any or All
Bids28
Part- F- Award of Contract 38. Award Criteria :-• Employer shall award the work to Lowest evaluated and
substantially responsive bid ;39 . Notification of Award :-• Before expiry of Bid validity, the Employer shall notify the
successful Bidder, in writing, that its Bid has been accepted• Employer will publish in an English daily news paper or
Well Known freely accessible web site
40. Signing of Contract :- Within 28 days after receiving contract agreement
41. Performance security within 28 days after receiving notification of award , successful bidder shall furnish performance security in accordance with contract condition and the ITB 36.5 ;
29
Clause / Para Amended in Bid data Sheet
Bid data sheet require lots of input from Employer
ITB 1.1 ITB 1.1 ITB 1.1 ITB 2.1 ITB 2.1 ITB 4.1 (a), 4.8
ITB 7.1 ITB 7.4 ITB 10.1
ITB 11.1(h)
ITB 13.1
ITB 13.2
ITB 13.4
ITB 15.1
ITB 18.1
ITB 19.1
ITB 19.2(d)
ITB 19.8
ITB 20.1
ITB 20.2
ITB 22.1
ITB 25.1
ITB 25.3
ITB 32.1
ITB 33.1
ITB 34.6
Bid Data Sheet Clause /Para Amended
30
ITB 1.1
The number of the Invitation for Bids is: [Insert Invitation Number- ?]
ITB 1.1
The Employer is: [Chief Engineer/ Secretary HP PWD ]The name of the NCB is: CW-1 [Insert Name of Contract Package]The identification number of the NCB is: [Insert ICB Identification Number]
A. General
ITB 1.1
31
32
ITB 1.1 The Roads included in the Bid are: Road/Li
nk / Section Number Road Name
Start Descripti
on
End Descripti
on
Road/ Section Length
Surface Type Terrain
SH-16 Shimla Kunihar Ramshehar
Nalagarh Ghanoli Road
7.00 Km 112.285Km
105.285 SDBC Hilly/
SH-09 SHALAGHAT ARKI KUNIHAR
BROTIWALA ROAD
0.00 Km 80.00 Km 80 SDBC Hilly
Road/Link /
Section Number Road Name
Road/ Section Length
Date to go into Other Works
End of Defect Liability Period
SH-16 Shimla Kunihar Ramshehar
Nalagarh Ghanoli Road
22-27,28-30,31-32,37-38,60.5-94 99-
April 2007 and July 2008
Dec 2008 and Dec 2009
These road lengths are comes under other work, List of Road section Under other works ( Tranche-I ,II & CRF ) are listed below
33
ITB 1.1 (a) Maintenance services referred in this document shall be read as Routinemaintenances for the execution purpose
ITB 1.1(b) Rehabilitation Works are required: Rehabilitation work have two Sub-Work(i) Initial Rehabilitation and (ii) Periodic maintenance, Initial Rehabilitationwork shall be completed by the bidder within 8 month of 1st Year to get theroad at serviceable level, quantities of Initial rehabilitation has to be work outby contractor and payment shall be on pro rata based within a span of 9Months. Periodic Maintenance shall be for four year, first year sections arealready identified, for next three year contractor has to identify the sectionbased upon road condition data collected in the month of Nov/Dec every year.Payment for periodic work shall be based upon area. Service level of Periodicsection shall be IRI ( in & Out) as per specification of Section of Roadssubjected to Periodic maintenance 1st year are listed below
Road & Section Number
Road Name Location Recommended Treatment Type
Specific Timing (if
necessary)Year 1 Start (Km) End (Km)
SH-16
Shimla KuniharRamsheharNalagarh GhanoliRoad
34.0 37.0 SDBC or PC with SealCoat
39.0 61.0 SDBC or PC with SealCoat
94.0 99.0 SDBC or PC with Seal Coat
103.0 104.0 SDBC or PC with Seal Coat
107.0 108.0 SDBC or PC with Seal Coat
SH-09 SHALAGHATARKI KUNIHARBROTIWALAROAD
0.0 1.0 SDBC or PC with Seal Coat
2.0 13.0 SDBC or PC with Seal
14.0 20.0 SDBC or PC with Seal
24.0 32.3 SDBC or PC with Seal
Total Length 58.3 Km
.
ITB 2.1 The Borrower is: GOVERNMENT OF INDIA/ Govt. of Himachal
ITB 2.1 The name of the Project is: Out put performance based Maintenance contract in the District of Shimla/Solan
ITB 4.1(a)
Not applicable
ITB 4.8 This bid is open to all eligible pre-registered contractors with the Government of Himachal or National Competition Bidders (NCB) Requirement
34
For clarification purposes only, the Employer’s address is:
Attention: Office of the Chief Engineer ( South Zone)Street Address: Floor/Room No.: City: Country: IndiaTelephone: Facsimile number: E-mail address:
A Pre-Bid meeting shall take place at the following date, time and place:Date: -----------------Time: 11:00 AMPlace: Shimla (HP)A site visit shall be organized by the employer and followed by a workshop for bidders at Shimla
B. Contents of Bidding Documents
ITB 7.1
ITB 7.4
35
ITB 10.1
The language of the bid is: English.
ITB 11.2 (h)
The Bidder shall submit with its Bid the following additional documents: Nil.
ITB 13.1
Alternative bids shall not be permitted.
ITB 13.2
Alternative times for reaching the required Service Levels and for the completion of the Rehabilitation and/or Improvement Works will not be permitted,
ITB 13.4
Alternative technical solutions for the Rehabilitation and/or Improvement Works shall not be permitted
C. Preparation of Bids
36
37
ITB 14.5
The contract is subject to Price adjustmentcommencing 12 months after the start date.
ITB 15.1
The currency of the bid shall be as follows: Indianrupees
ITB 18.1
The bid validity period shall be 120 days.
ITB 19.1
A bid security shall be required, the amount andcurrency of the bid security shall be INR 3.66 Million.
22 The Bid Security shall be payable at Shimla anddrawn in favour of the Executive Engineer DivisionShimla / Solan in the form of Demand Bank Draft orif Bank guarantee form is adopted it should be in
ITB 19.2 DeletedITB 20.1 In addition to the original of the bid, the
number of copies is: two (2)ITB 20.2 The written confirmation of authorization
to sign on behalf of the Bidder shall consist of: a letter confirming that the person nominated in Form ELI-1.1 is the authorized person representing the Contractor
C. Preparation of Bids
38
For bid submission purposes only, the Employer’s address is:
Attention: Street Address: Floor/Room No.: City: Country: India
The deadline for bid submission is:Date: [insert day and date]Time: [time] Indian standard time.
D. Submission and Opening of Bids
ITB 22.1
39
The opening of the Technical Bid shall take place at/on:
Employer’s Office: Street Address: Floor/Room No.: City: Country: India
Date: [insert day and date]Time: [time] Indian standard time.
ITB 25.3 The Letter of Bid and Bills of Quantities shall be initialed by representatives of the Employer attending Bid opening. If initialization is required, it shall be conducted as follows: The Employer’s representative in charge of the Bid opening shall initial the Letter of Bid and all pages of the Bill of Quantities
ITB 25.1
40
ITB 32.1 Not Applicable
ITB 33.1 Not Applicable
The combined price for the Rehabilitationworks [ (i) initial Rehabilitation (ii) PeriodicaMaintenance works] and Improve ment workmay not exceed the following threshold: The amount “35% of the contract price”
ITB 34.6
E. Evaluation and Comparison of Bids
41
42
The currency that shall be used for bid evaluation and comparison purposes to convert all bid prices expressed in various currencies into a single currency is Indian Rupees. The source of exchange rate shall be: Reserve Bank of India.The rates of exchange shall be the selling rates 28 days prior to the deadline for submission of bids published by the Reserve Bank of India.
ITB 35.1 A margin of preference shall not apply.
ITB 34.1
Employer shall evaluate the bid as per clause 34 and 36 of ITB , no other method , factor criteria shall be used .the
bidder shall provide the information as requested in the forms included in Section IV, Bidding forms
Table of Content 1. Evaluation
In addition to the criteria listed in ITB 34.2 (a)-(e) the following criteria shall apply 1.1 Adequacy of Technical Proposal with requirements1.2 Alternative completion time – Not permitted 1.3 Technical alternatives –Not applicable1.4 Bid Evaluation Criteria ; from Clause 2.1 to 2.6
43
44
Table of Content
2.3 Financial Situation2.3.1 Historical Financial Performance2.3.2 Average Annual Construction Turnover2.3.3 Financial Resources
2.4 Experience2.4.1 General Construction Experience2.4.2 Specific Experience
2.5 Personnel2.6 Equipment
45
1. Evaluation1.1 Adequacy of Technical Proposal :-
• Employer will check in addition to clause ITB 36.2 • Technical Schedules & Technical Proposal • Assessment of the Bidder's technical capacity to
mobilize key equipment and personnel • The requirements stipulated in Section 6
(Employer's Requirements).1.2Alternative completion time : Not applicable
1.3Technical Alternative :- Not applicable
46
2. Qualification2.1 Eligibility
2.1.1 Nationality Hyperlinks to presentation\qualification.doc• Bidder should be from Member /Eligible Country if funded by
Bank as per section-5 in accordance with ITB 4.2 and must meet the requirement , Document requirement ( ELI-1,ELI-2)2.1.2 Conflict of Interest:-
• No conflict of interest as per clause 4.3 , Must meet the Requirement , if conflict is their BID shall be Rejected , Document requirement ( Letter of Technical Bid)2.1.3 Government ineligibility :
• Not having been declared ineligible by World Bank as describe ITB 4.4 , if yes bid shall be rejected /disqualified . Document requirement (Letter of Technical Bid)2.1.4 Government-owned Entity:-
• As Per ITB 4.5 , Govt. owned enterprises must be legally and financially autonomous , Must meet the requirement Document requirement ( ELI-1,ELI-2 with Attachments )
47
2. Qualification2.2 Pending Litigation
2.2.1 Pending Litigation: • All pending litigation shall be treated as solved , but the not be more than 50% of the bidders net worth , Must meet the requirement , Document requirement ( Form LIT-1)
2.3 Financial Situation2.3.1 Historical Financial Performance:-
• Bidder will submit audited balance Sheet or other financial Statement acceptable to Employers ( Last Three Years);
• Employer will assess the Financial soundness of the bidder• {Net worth shall be = Total assets – Total Liabilities • Net worth shall be more than 10% of the Total Project Cost ; • Each Partner must meet the requirement ,One partner Must meet requirement • Document requirement ( Form FIN-3.1 with Attachments )} Employer to decide
48
2. Qualification2.3.2 Average Annual Construction Turnover
• Shall be = 2*V/T, Where V= Estimated Cost , T= Total Duration of Project e.g V= 2000 Million , T= 5 year ,
AATO= 2*2000/5= 800 Million • Each Partner 30% , one partner 40% ;
Document requirement ( form FIN-3.2)
2.3.3 Financial Resources. Fund require to run the Project for Six Month• Monthly requirement shall be straight line projection
of estimated cash flow over the contract period• INR ---------- Million for 6 month or -------Million Per
month• Document requirement ( form FIN-3.3) , Each Partner
(30%) at least one Partner 40%and All Partnerand single Entity Must meet the requirement
49
2. Qualification2.4 Experience
2.4.1 General Construction Experience• Experience Under Construction Contracts in the role of
Contractor , Sub Contractor, or Management of contract in last 5 year • Must meet the Requirement ; • Document requirement (Form Exp-1)
2.4.2 Specific Construction Experience:-• (a) Contracts of Similar Size and Nature:-
>At least 3 project in last 5 year;>Value of each must be 50 Lakh ( These figure
should be decided by employer) 80% of the Estimated Cost
>Completed or Substantially completed (80%) similar work to the proposed works>Similarity shall be based upon Physical Size, Complexity , Methods , Technology etc as defined in section-6 • 50
2. Qualification2.4.2 Specific Construction Experience:-
• (a) Construction Experience in Key Activities:-i) X* cubic meters of sub-base course placed inone month and over a 12 month period.ii) Y* Cubic meters of base course placed in onemonth and over a 12 month period.iii) Z* tons of bituminous concrete per monthplaced in road paving and over a 12 monthperiod.iv)………… meters of concrete placed per monthand over a 12 month period [This will be more
applicable for contracts with large bridges], etc.
* Quantities shall be project wise ( Shall be 80% ofestimated quantities)
51
2.5 Personnel
52
No. Position
Total Work Similar
Experience (years)
In Similar Works Experience
(years)
Key Professional
1 Road Manager 12 10
2 MaintenanceEngineer
10 6
3 Work Supervisor 8 5
2.6 Equipments
* Equipment requirement shall be project specific • Alternatively Undertaking similar to personnel • Incase of Failure , Bid shall be rejected /Disqualified
54
No. Equipment Type and Characteristics Minimum Number required
1 Tipper truck 62 Loader / back hoe (0.5 m3
bucket)1
3 Excavator (.0.75 m3 bucket) 14 Asphalt plant (40 t/hr capacity) 15 Asphalt paver 16. Bitumen distributor (2000 litre) 17. Motorized grader (min.120 hp) 18. Water Bowser 19. 8-10 ton vibratory steel drum
roller2
10. 10 ton pneumatic tyre rolled 111. Vibrating plate/rammer 212. Emulsion sprayer 113. Tractor or Rubber Tyred Dozer
with adjustable Back Blade1
14. Mini Vibrating Roller 115. Tandem Roller 116. Backhoe/Loader 117 Power broom or Tractor
Mounted Compressor1
18 6 Tonne truck for PatrolMaintenance Unit
1
55
Section-IV Bidding Forms 1. Letter of Bid Hyperlinks to presentation\Letter of Bid.doc2. Appendix to Bid
Bill of Quantities for Maintenance ServicesHyperlinks to presentation\Schedule of Prices for Maintenance Services.doc
Bill of Quantities for Initial RehabilitationBill of Quantities for Periodic MaintenanceBill of Quantities for Minor ImprovementBill of Quantities for Emergency Works
3. Technical Proposal Hyperlinks to presentation\Technical Proposal.doc4. Evaluation and Qualification Data5. Current Commitments / Financial Resources6. Form of Bid Security
Letter of Technical BidTechnical SchedulesInstructionsTechnical Schedule 1 – Key PersonnelCurriculum Vitae of Key PersonnelTechnical Schedule 2 – Major EquipmentForm EQU – 1: Details of Proposed EquipmentTechnical Schedule 3 – Site OrganizationTechnical Schedule 4 – Contractor’s WorkforceTechnical Schedule 5 – Method Statements and Other DetailsTechnical Schedule 6 – Preliminary Works ProgramTechnical Schedule 7 – Quality Assurance SystemTechnical Schedule 8 – Subcontractors
56
Bidder’s QualificationForm ELI – 1: Bidder’s Information SheetForm ELI – 2: JV Information SheetForm LIT – Pending LitigationForm FIN – 1: Financial SituationForm FIN – 2: Average Annual Construction TurnoverForm FIN – 3: Financial ResourcesForm FIN – 4: Current Contract Commitments / Works in ProgressForm EXP – 1: General Construction ExperienceForm EXP – 2(a): Specific Construction ExperienceForm EXP – 2(b): Specific Construction Experience in Key Activities
57
58
Hyperlinks to presentation\Specifications.doc SURFACE DEFORMATION.ppt Standard Jobs.ppt
59
Item Service Level
Measurement/
Detection
Time allowed for repairs or Tolerance
permitted
Potholes Permitted maximum dimension of any single pothole Fair 40cmGood 30cmVery Good 15cmExcellent not allowedPermitted maximum number of accumulated potholes with an equivalent diameter greater than 15 cm in any continuous 1,000m section.Fair 12 NoGood 8 NoVery Good 4 NoExcellent Nil
Visual inspection. Ruler
No tolerance allowed
Pavement edge breaks
There shall not be loose or broken off pavement edges greater than, Fair 200mmGood 15mmVery Good 150mmExcellent 100mm
Visual inspection
Repairs must be completed within
56 days56 days28 days28 daysafter their detection
60
Rutting There shall not be ruts deeper than:
Fair 5cmGood 4cmVery Good 3cmExcellent 2cmRutting of more than fifteen (15)mm shall not be present in morethan 5 percent of any of the roadsections defined in the contract.
Measured with horizontal straight edge one and a half (11/2) m in length placed perpendicularly across lane; rut depth measured as space between horizontal straight edge and lowest point of rut, using a small ruler with scale or wedge in mm.
Rutting above threshold value must be eliminated within 56 days56 days28 days28 days
Depressions There shall not be depressions deeper than:
Fair 7.5cmGood 7.5cmVery Good 5cmExcellent 3cm
Depressions of more than ten (3)cm shall not be present in morethan 5 percent of any of the roadsections defined in the contract.
Measured with horizontal straight edge one and a half (11/2) m length placed perpendicularly across lane; rut depth measured as space between horizontal ruler and lowest point of rut, using a small ruler with scale or wedge in mm.
Rutting above threshold value must be eliminated within
56 days
56 days28 days28 days
Cracking in pavement(A crack is a linear opening (generally singular) in a pavement with a width of more than 3 mm.)
There shall not be any cracks more than 3 mm wide.
Fair GoodVery GoodExcellent
Crack widths measured with small transparent ruler or wedge.For isolated cracks, the “cracked area” includes 0.3 m on each side of the crack, multiplied by the length of the crack plus 0.3 m at each end.
Cracks more than 3 mm wide must be sealed within 28 days28 days28 days28 daysAfter their detection.
61
62
Multiple cracks in the pavement
(Multiple cracks are interlocking openings generally less than 3mm in width and maybe:
- Crocodile type
- blocks less than 200mm spacing
For any 50m section of the pavement, the cracked area cannot be more than twenty (20) percent of the pavement surface.
Fair
Good
Very Good
Excellent
Multiple cracking of more than ten (10) percent shall not be present in any one (1) km road section defined in the contract.
For multiple cracks and cracks crossing each other, the “cracked area” is equivalent to a square area, parallel to the lanes, which fully encloses the cracks, and where the closest crack is at least 0.25 m away from the sides of the square.
Areas with multiple cracks must be sealed within
56 days
42 days
28 days
28 days
After their detection.
Cleanliness of the pavement surface and shoulders.
The road surface must always be clean and free of soil, debris, trash and other objects.
Where poses a danger to traffic safety:
Fair
Good
Very Good
Excellent
Where does not pose a danger to traffic safety
Fair
Good
Very Good
Excellent
Visual inspection Dirt, debris and obstacles must be removed within:
14 hrs
10 hrs
8 hrs
3 hrs
14 days
7 days
5 days
3 days
Ravelling Ravelled or stripped sections must not exist greater than the percentage below over the section area:
Fair 15%
Good 10%
Very Good 5%
Excellent 5%
Visual inspection. Ravelled or stripped areas must be sealed within
56 days
56 days
28 days
28 days
After their detection.
Patching Patches completed by the contractor (i) shall be square or rectangular, (ii) shall be level with surrounding pavement, (iii) shall be made using materials similar to those used for the surrounding pavement, and (iv) shall not have cracks wider than three (3) mm.
Fair
Good
Very Good
Excellent
Visual inspection (for detection of shape and material used)
Ruler or straight edge (to check if patch is level with surrounding pavement
Small transparent ruler or wedge in mm (for cracks)
Non-complying patches must be repaired within days after their detection
28 days
28 days
14 days
7 days
Height of shoulders vs. height of pavement
[can be plus (high) or minus (low)]
Difference in height at edge of pavement shall not be more than:
Fair 7.5cm
Good 5cm
Very Good 5cm
Excellent 3cm
Measured with straight and ruler, with scale in mm.
Repairs must be completed within
56 days
56 days
28 days
28 days
after their detection
Paved shoulders Must always be
sealed to avoid water penetration without deformations and erosions free of potholes and erosions
Fair
Good
Very Good
Excellent
Visual inspection Repairs must be completed within
56 days
56 days
28 days
28 days
After the detection.
63
Roughness
In this contract IRI shall be applicable for the road undertaken by contractor under Periodic Maintenance
BBD- not applicable in this contract , but Measurement are compulsory
64
Item Service Level Measurement/Detection Time allowed for repairs or tolerance permitted
Maximum Roughness value for any one-km section of new pavement
Average value for any one-km road section must be less than the threshold value given below (roughness value average)All Service Levels atYear 1 Milestone 3500 mm/kmCompletion Report (exit Criteria)4000 mm/km (year 4/5)
Measured with calibrated equipment (Bump Integrator)
No tolerance allowed.
Pavement Width
65
Road Number Service Level Measurement/Det
ection
Time allowed for repairs or
tolerance permitted
SH-09SH-16
Pavement width must be at least as wide as specified
below:
3.40 meters6.5/4.0 meters
* ABOVE WIDTH are for reference , Actual shall be
Kmwise refer inventory Details
Manual measurement using a metallic measuring tape
No tolerance allowed
The accepted maximum negative tolerance: less than the width of the specified pavement width is:
Fair 300mm
Good 200mm
Very Good150mm
Excellent 100mm
Item Service Level Measurement/Detection Time allowed for repairs or Tolerance permitted
Information,Warning andTraffic regulatory signs
Sign has to be present, complete, clean, legible and structurally sound; and clearly visible at night
Visual inspection Absent or defective signs must be repaired or replaced within fourteen (14) days.OtherFair 28 daysGood 28 daysVery Good 14 daysExcellent 14 days
Horizontal demarcation: and/or pavement paint
Have to be present, legible and firmly attached to pavement. Micro spheres must be firm and visible.
Visual inspection Absent or defective pavement demarcation and markings must be repair or replaced within fourteen (28) days.Fair 56 daysGood 56 daysVery Good 28 daysExcellent 28 days
Kilometer posts and guide posts
Have to be present, complete, clean, legible and structurally sound; surface painted or otherwise covered.
Visual inspection Absent or defective kilometer and guide posts and must be repair or replaced within twenty eight (28) daysFair 56 daysGood 56 daysVery Good 28 daysExcellent 28 days
Guardrails, parapets and barriers
Have to be present, clean, without any significant damage, without corrosion.
Visual inspection Guardrails, parapets and barriers damaged by accidents must be repaired or replaced within: Where not pose a danger to traffic:Fair 28 daysGood 14 daysVery Good 7 daysExcellent 7 daysWhere pose a danger to traffic:Immediately remove danger and complete repair as above
66
Drainage Service Levels Vegetation Service Levels Structures Service Levels Service Levels of Embankment slope
Removal of slides
67
The results of each formal inspection of the Service Levels and other performance criteria will be recorded by the Engineer in the form of a Memorandum
If at the date indicated in the Memorandum, the Contractor has not remedied the cause for non-compliance, independent of the reason given for their failure to do so, the Contractor is subject to Payment Reductions
Payment Reductions are variable over time The calculation of the initial amounts of payment
reductions, and the formula for their adjustment over time, is to be based on the following rules
68
69
CRITERIA CONDITIONS FOR APPLICATION OF PAYMENT REDUCTIONS UNIT RATES FOR NON COMPLIANCE
REFERENCETO
TECHNICALSPECIFICATI
ONS(PARAGRAPH
NO.)
REFERENCETO
INSPECTIONMETHODOLOG
Y(PARAGRAPH
NO)
Road Usability Interruption of motorized trafficanywhere along a new road or road section. Excluding exemptions.
20% of monthly lump sum for the entire road and all other affected roads included in the contract for each day of non-compliance.
C3.1 C3.6.2(a)
Road User Comfort
Potholes: Either the maximum size or number exceed the threshold values anywhere in a one km section.
30% of the monthly lump sum for one km applied to each one-km section which does not comply
C3.2C C3.2..2
Patching (by contractor): Repaired defects completed by the Contractor not meeting the required standard and not repaired within the time frame set by the Engineer, the one-km does not comply.
10% of the monthly lump sum for one kmapplied to each one-km section which does notcomply
C3.2 C3.2.2
Crack in pavement: Where crack greater than 3mm exist and are not repaired within designated response time one-km does not comply
30% of the monthly lump sum for one kmapplied to each one-km section which does notcomply
C3.2 C3.2.2
Multiple cracks: Where multiple cracksgreater than 10% in any 50m section, theone-km does not comply
30% of the monthly lump sum for one kmapplied to each one-km section which does notcomply sum for one km applied to each one
C3.2 C3.2.2
Road User Comfort
Pavement and shoulder (cleanliness);Where pavement and shoulder are notcleaned within the set response time, theone-km does not comply.
30% of the monthly lump sum for one kmapplied to each one-km section which doesnot comply
C3.2.2 C3.2.2
Road User Comfort
Rut depth: Either the maximumdepth or % tolerance for defineddepth exceed the Service Levelvalues, the one km does notcomply.
30% of the monthly lump sumfor one km applied to each one-km section which does notcomply
C3.2.2 C3.2.2
Depressions: Either themaximum depth or % tolerancefor defined depth exceed theService Level values, the one kmdoes not comply.
30% of the monthly lump sumfor one km applied to each one-km section which does notcomply
C3.2.2 C3.2.2
Ravelling or Stripping: Thepercentage allowance for any50m length and/or one-km lengthare exceeded, the one-km doesnot comply.
20% of the monthly lump sumfor one km applied to each one-km section which does notcomply
C3.2.2 C3.2.2
Loss of pavement edge: Wherepavement edge loss exceeds thespecified width, the one-km doesnot comply
30% of the monthly lump sumfor one km applied to each one-km section which does notcomply
C3.2.2 C3.2.2
Shoulder Degradation (Shoulderheight vs pavement height):Where shoulder height is higheror lower than the pavement bythe specified limit, the one-kmdoes not comply.
30% of the monthly lump sumfor one km applied to each one-km section which does notcomply
C3.2.2 C3.2.2
70
Road User Comfort
Paved Shoulder: If any two of the requirements for paved roads exist within any one-km, the one-km for shoulder does not comply.
10% of the monthlylump sum for one kmapplied to each one-kmsection which does notcomply
C3.2.2 C3.2.2
Vegetation height(maximum): Themaximum heightmeasured anywhere in aone-km section is abovethe threshold value
20% of the monthlylump sum for one km,applied to each one-kmsection which does notcomply.
C6.1 C6.4
Vegetation (clearance):The vertical clearancebetween the road surfaceand the lowest point oftree or other plan andsign visibility is less thanthe threshold
20% of the monthlylump sum for one km,applied to each one-kmsection which does notcomply.
C6.1 C6.4
Traffic Signage and Safety Devices: One or more traffic signs or safety devices are absent, destroyed, non-legible, incorrectly placed or non-functional
20% of the monthly lump sum for one km, applied to each one-km section which does not comply.
C4.1 C4.4
71
RoadDurability
Roughness average for complete road orroad section for old and new pavement ormaximum for any one-km: Does not meetthe required response time set by theEngineer to bring the road or roadse3ction within the set threshold.
Liquidated damagesshall be applied at therate of Rs 100 per 100meter travel lane foreach day of non-compliance over the time
C3.3.1 C3.6.2(c)
Useable road surface width: The useableroad width in any 50m length in any roador road section is below the thresholdvalue minus the tolerance allowed, theone-km section does not comply
10% of the monthly lumpsum for one km appliedto each one-km sectionwhich does not comply.
C3.3.3 C3.2
Drainage cleanliness and condition ofdrainage structures (lateral ditches): Ifunacceptable obstructions and conditionexist in more than one 50m subsection, orone culvert, the one-km section does notcomply
50% of the monthly lumpsum for one km, appliedto each one-km sectionwhich does not comply
C5.1 C5.4
Slope stabilization: If more than 2unacceptable locations are not repairedwithin the required time limits, the one-kmsection does not comply
50% of the monthly lumpsum for one km, appliedto each one-km sectionwhich does not comply
C8.1 C8.4
Structure: If more than 2 unacceptableconditions exist in any structure, the one-km does not complyStream Maintenance: If any obstruction orerosion exceeds the acceptable timelevels, the one-km does not comply
10% of the monthly lumpsum for one km, appliedto each one-km sectionwhich does not comply10% of the monthly lumpsum for one km, appliedto each one-km sectionwhich does not comply
C7.1 C7.4
72
Payment and reduction.doc
73