AD_ID-45461-BOQ

download AD_ID-45461-BOQ

of 102

Transcript of AD_ID-45461-BOQ

  • 7/31/2019 AD_ID-45461-BOQ

    1/102

    GOVERNMENT OF JHARKHAND

    ROAD CONSTRUCTION DEPARTMENT

    ROAD CIRCLE, CHAIBASA

    ROAD DIVISION, JAMSHEDPUR

    BILL OF QUANTITY

    FOR

    B.O.Q. fo r t h e Work o f Rep lacem en t o f RCC Culver t No . 12 / 3 (s i ze -

    3 . 0 Mx2 . 0 M) i n Asa n ba n i -P a t a m d a Ro a d fo r t h e Ye a r - 2 0 1 1 -2 0 1 2

    DATE OF TENDER : 18.10.2011

    ESTIMATED COST : Rs. 1398760.00COST OF BOQ : Rs. 2500.00

  • 7/31/2019 AD_ID-45461-BOQ

    2/1022

    PUBLIC WORKS DEPARTMENT (ROAD)ROAD DIVISION, JAMSHEDPUR

    NOTICE INVITING TENDER (N.I.T.)

    CHAPTER-1

    Sealed tender on approved Bill of quantity to be eventually drawn in PWD form No F2 will

    be received from Registered illegible PWD/RCD contractors of appropriate category up to 15:00 PM

    18.10.2011 at Executive Engineer, R.C.D., Road Division, Jamshedpur for the workB.O.Q. for th

    Work of Replacem en t of RCC Cu lvert No. 12 / 3 (s ize-3.0 Mx2.0 M) i

    Asan ban i-Pa tamda Road for the Year - 2011-2012 of an estimated cost Rs 1398760.00 which will be opened on 18.10.2011 at 15:30 PM by the Executive Engineer, R.C.D

    Road Division, Jamshedpur. The tenderers or their authorized agent who ever desire may remain prese

    at the time of opening of tender on the above said office.

    The work is to be completed in all respects in calendar month from the date of written order

    to commence the work. The items of works plan, specification or any information in connection with thwork can be seen in the office of the Executive Engineer, R.C.D., Road Division, Jamshedpur on an

    working day during office hours before filing tender.

    Bill of Quantity/Tender document can be purchased from the office of Executive Enginee

    R.C.D., Road Division, Jamshedpur on payment ofRs. 2500.00 In shape of account payee Bank Draft favour of Executive Engineer, R.C.D., Road Division, Jamshedpur payable at Jamshedpur (No

    refundable) as mentioned in the tender Notice on 07.10.2011 to 17.10.2011 during working hour.

    EARNEST MONEY (E.M.)

    Tenderers are required to deposit EM amounting to Rs. 28000.00 in Shape of Nation

    Savings Certificate (8/6 issue) or in shape of 3/5 year Post Office time Deposit should be issued from anof the Post Offices within the State of Jharkhand but-these Should be duly pledged in favour of Executi

    Engineer, R.C.D., Road Division, Jamshedpur.

    1.1 Insurance guarantee Bond/Cash/Cheque/Bank Draft in place of those specified above shall not

    accepted.

    1.2 Duly pledged E.M. if any laying with the concerned E.E. against works already completed sh

    not be adjusted by transfer. In such cases the tenderer is required to get the same refunded and thattach the same with tender duty pledged afresh against the work for which tender is filled.

    1.3 Tender not submitted with required E.M. in the prescribed shape shall be out right rejected a

    will have no place in the comparative statement.1.4 Clauses 1.2 to 1.3 shall not apply to tenderer who are exempted from depositing E.M. But such

    tenderer must enclose Photostat copy of the exemption certificate issued by the compete

    authority in this respect.

    1.5 Tenderer should quote his/her/their rates on overall cost basis in percentage above or below (Bo

    in figure & word) over this mentioned in the bill of quantity issued by he authorized officer.

    1.6 In case the over all rates quoted by the tenderer is below the less 15% limit values then it will

    treated as unworkable & the tender may be treated as invalid.

  • 7/31/2019 AD_ID-45461-BOQ

    3/1023

    1.7 It will be obligatory for the tenderer to keep their office establishment fixed at a place in the sta

    of Jharkhand and communicated address and telephone No the authorities.

    1.8 Tenderer shall enclose photo state copy of her his their registration exemption certificate if any absence of which the tenders may not be considered.

    1.9 Sales tax, Income tax clearance certificate, Labour license & letter of Registration as Contractshould be submitted by the tenderers for work consisting more that 10,000/- otherwise the tende

    may be rejected.

    1.10 Competent Authority reserves the right to reject any or all the tenders received or to allot the wo

    to one or more contractors without assigning any reason.

    1.11 In case of successful tenderer, the amount of earnest money will be transferred towards a part

    the initial security deposit of 5% of the value of tender. Argumentation will be in the from N.S.C. (8th /6th issue) duly pledged to the Executive Engineer, R.C.D., Road Divisio

    Jamshedpur. The total security deposit will be 10% of the tendred amount and the remaining 5

    shall be recovered from the contractor by deduction from running account bills @ 5% of the totamount of each bill.

    1.12 The earnest money of successful tenderer which accompanies the tender will be forfeited in cathe tenderer denies to sign the agreement or contract or to deposit security money within 7 days

    being called upon to do so, after approval of tender by competent authority.

    If the contractors who are exempted from depositing E.M fail to deposit initial security monewithin 7 days of being called upon to do so or denies to sign the agreement all requisite sum

    money, will be forfeited by way of adjustment from any sum to be paid to him by the departme

    for other works including his security money & in addition he will be black listed and registratio

    will be cancelled.

    1.13 The NIT with general rules & special conditions will be a part of the contract documents.

    Executive Engineer

    RCD, Road Division, Jamshedpur

  • 7/31/2019 AD_ID-45461-BOQ

    4/1024

    CHAPTERII

    GENERAL RULES2.1 The complete tender with all its enclosures shall be enclosed in sealed envelope and delivered

    the addresses as mentioned in NIT. So as to reach one hour before the date and time as stipulatin N.I.T.

    2.2 The tendered should mention in his forwarding letter a list of all documents being submitted wi

    the tender.2.3 The tender shall contain the full name, address of residence and place of business of person

    persons filling the tender. In case there is subsequent change in address it must be informed to t

    concerned E.E., S.E., and C.E. by registered post with A.D.2.4 All pages of tender document, general rules and special condition must be initialed at the botto

    left hand corner and signed wherever required in the tender paper by the tenderer or a perso

    holding power of attorney authorized to sign on behalf of tendered/partners before submission

    the tender.2.5 In the event of the tender submitted by a firm it must be signed by each partner there of and in t

    event of absence of any of the partners the power of attorney authorizing the person who will sig

    must be enclosed. All Signatures should be dated.2.6 No tenderer shall file tender for more than the one work in one sealed envelope tenderer desiro

    of submitting tender form more than the one work shall submit tender in separate sealed envelop

    for each work on appropriate and duly purchased B.O.Q. The name of the work should be clear

    written on the sealed envelope.2.7 The rates quoted by the tender shall be inclusive of Income tax. Sales tax, Royalty or any oth

    Provincial and Central taxes applicable at that time.2.8 The tenderer shall be presumed to have carefully examined the conditions of the contract a

    specification of the work, The tendered will also be deemed to have inspected the work site and

    have satisfied herself himself/ their selves independently as to the nature extent and practicabili

    of all works & required roads approach & other means of communication & access to the siavailable accommodations regards the land and buildings that may be required for tempora

    purposes in connection with the contract work and also availability of construction materia

    location of work site including its climate other geological characteristics, availability of skillesemi skilled, un-skilled labourers. The consequence of the lack of necessary knowledge will be

    the risk and cost of tenderer.2.9 Generally Ministry of Surface Transport, Govt. of India MORTH specification would be follow

    for the execution of work. Items of work, which are not covered by MORT & H specificatio

    R.C.D., Jharkhand specification will be followed.

    2.10 The tenderer will submit a work programme of the work with the tender.

    2.11 All labours are to be paid as per minimum wages Act in force and as revised from time to timduring the construction of work.

    2.12 The tenderer will provide labour huts drinking water, and medical facilities to labour as site a

    keep the site clean at his own cost.2.13 The tenderer must return all the tender papers duly signed on each page while submitting t

    tender failing which the same may be considered invalid.

    2.14 On receipt of written order from the concerned Executive Engineer the successful tenderer wfirst deposit the balance amount of initial security deposit (ISD) within the specified period

    seven day and the enter into agreement with the E.E. on the basis of the stipulation in the approve

    tender documents along with subsequent negotiation terms as mutually agreed upon before issue work order. Written order to commence the work shall be issued by the E.E. after acceptance

    agreement by the competent authority.

    Executive EngineerRCD, Road Division, Jamshedpur

  • 7/31/2019 AD_ID-45461-BOQ

    5/1025

    CHAPTERIII

    SPECIAL CONDITIONS. F2 CONTRACT

    3.1 These are special conditions, which from a part of F-2 contract system and prevail in a

    ambiguity/contradiction.

    3.2 The successful tenderer herein after-called contractor must maintain a site order book at each wo

    site, which will be produced when asked for by the departmental officers for needful. Any order

    instruction, assed on the site order book by the inspecting officer should be communicated to tSDO, E.E., S.E and concerned inspecting officers by J.E. The site order book may be submitted

    E.E. with running on account bills, if needed but that must be submitted with final bill.

    3.3 The contractor should always remain available at the work site but where ever it is not possible f

    him, he must appoint a representative for the purpose who would be duly authorized by contractto receive instructions and carry out instruction of departmental officers, and also to receive lette

    He may also delegate him any other power as he thinks fit but in every case he will infor

    immediately the concerned J.E., SDO and E.E regarding appointment of such representative alonwith his name and identity by regd. AD post.

    3.4 It the royalty clearance certificate for mineral used in the work in not produced with the bill by tcontractor, royalty will deducted by the department from the running bill at the rates prevailing

    time of execution of work to which the bill relates. Production of royalty clearance certifica

    along with the final bill of the work, failing which final bill will not be paid and for such nonpayment or delay in payment the whole and full responsibility will be of the contractor alone.

    3.5 The contractor shall furnish sufficient plant equipments & labour & shall work at such hours &shifts as may be necessary to maintain the progress schedule. The working and shift hours sh

    comply with all Govt. rules and Regulation in force from time to time during the entire period

    construction.

    3.6 The contractor shall make adequate arrangement for the safety of the labourers during execution the work. He will be responsible for any compensation and the same will have to be paid by him

    decided by the competent authority.

    3.7 The contractor should get the sample of all materials approved by the E/I before collecting for u

    in work. The sample in sealed glass jars shall be kept in the custody of the E/I.

    3.8 The contractor shall have to get tested the strength of cement concrete ( both plain & reinforce

    for each days casting as per IRC codes. Although achievements of the prescribed cube strength is

    must, concrete having lower value may be rejected or accepted with a suitably reduced rate undspecific orders of the competent authority. The cost of concrete cube moulds, curing, carriage

    cubes to and from the testing laboratory and all other incidental charges incurred in the regard sh

    be borne by the contractor.

    3.9 The contractor shall, if, required by the E/I, arrange to test materials portion of work at his owcost or prove their quality, soundness and sufficiency if after test, quality of materials appears to

    inferior or the portion of work is found to be defective or unsound, the contractor may be asked remove and or pull down and re-execute the same at his own cost or in case such defect is fou

    out by department to the soundness of the structure, he shall be paid at suitably reduced rates fitems of work involved in such work. The contractor shall bear all cost in thus regard.

    3.10 All rejected materials will have to be removed from the site by the contractor after their rejecti

    within seven days of E.Es notice in writing other wise E.E. may arrange to remove them in anway he links fit and also recovery the cost from the contractor for such remove after lapse of sev

    days time.

    3.11 If the actual lead of materials like stone metal, stone chips, boulders, bricks and moorum etc

    round to be less than the lead provided in B.O.Q. than its payment will be made on proportionate

  • 7/31/2019 AD_ID-45461-BOQ

    6/1026

    reduced rate (reduction in rate will be made in the ratio of approved rate and rate provided in t

    B.O.Q.). It will be mandatory to obtain prior consent of the authority, who approved the tendebefore commencement of supply of such materials from the increased lead.

    3.12 It will be essential to do all items of bad work (in original) works in sequence from one end in

    scientific way so as to complete the work and it should not be done in haphazard way such

    collection of materials in some kilometers box cutting in other kilometers consolidation work patches etc. Contractor is to achieve progress in all items of work simultaneously K.M. wi

    quantity wise always from edge and so that the complete road is available for use in one stret

    from that and only after completing the work in particular K.M. work in next Km would be tak

    up.

    3.13 After completion of work the contractor will remove all debris, fill up vats etc. as desired by Eand leave the site clear and tidy at his own cost.

    3.14 The department reserves the right of omitting or suspending the construction of changing site eif considered necessary in subsequent stage.

    3.15 The following shall not be paid extra and the tendered rates shall be inclusive of these:

    (i) Site clearance such as clearing of shrubs, bush, wood under growth & small trees nexceeding 300mm girth measured at height of 900mm above ground.

    (ii) Setting out works, profile, layout etc.

    (iii) Vent battering and benching or excavation of foundation trenches.

    (iv) Forming (or leaving) Tell-tale or witness in borrows pits and their removal aftmeasurement. However deduction will be made in quantity of earthwork for those.

    (v) Excavation for inserting of planking and shuttering.

    (vi) Forming (or leaving) step in sides of deep excavation & their after measurement.

    (vii) Balling out rain water/and or surface water in case the excavated foundation trenches we

    filled up by during construction.

    (viii) Removing slips of fails in excavation.

    (ix) Making vats, platform, channel etc.

    3.16 The contractor may use his own machinery for the completion of the work within the tim

    stipulated in the contract. The carriage of machinery to different sites under this contract from onplace to another for the work will be the responsibility of the contractor and all expenses in thregard will be borne by him.

    3.17 CLAIM- Not admissible under following circumstances :

    A. Extra items of work done without written order of departmental officer.

    B. Incase of sudden fluctuation and/or increase in rates of labour, material, royalty, various taxes,railway freight, fuel, lubricants, carriage cost etc. at any stage of work.

    C. Short supply and/or non-supply and or delay of departmental materials and/or equipments.

    D. None- availability of labour of any category required for the work.

    E. Labour sitting idle due to any cause.

    F. Delay in communication in changes or modification in design, drawing & specification at any

    stage of the work.

    G. Loss sustained due to :

    i) Acts of enemies including agitation by public and riot.

    ii) Transportation and procurement difficulties.

  • 7/31/2019 AD_ID-45461-BOQ

    7/1027

    iii) Natural circumstances.

    iv) Any other circumstance which are beyond human control.

    3.18 Proportionate deduction shall be made from the bill of the contractors for less leads of materia

    like stone aggregates and moorum etc. from their sources of actual receipt in comparison to the

    provision in the bill of quantity but no extra payment will made for more leads if any involved.

    3.19 The contractor will have to establish a field laboratory for testing materials and works. Tcontractor shall, if required by the E/I, arrange to test the materials at site or get them tested

    recognized materials testing laboratories at his own cost to prove their soundness and sufficien

    as per specification laid down. The number of tests required for different items will be specified bE/I.

    3.20 Contractor has to maintain the road from the date of agreement till the date after six month frothe date of completion. During six month contractor have to rectify all the defects developed at h

    own cost. Contractor will be fully responsible regarding the quality and specification of the wor

    The work has to be durable.

    3.21 The contractor shall return empty bitumen drums to the department at PWD Godown at their own

    cost In case of loss of empty drums, the cost will be recovered from the contractor @ Rs. 140/Perdrum.

    Executive Engineer

    RCD, Road Division, Jamshedpur

  • 7/31/2019 AD_ID-45461-BOQ

    8/1028

    TENDERERS ARE REQUIRED TO QUOTE THEIR RATES IN FOLLOWING MANNER

    Name of Work :- B. O. Q. fo r t h e Wo r k o f Re p la c e m e n t o f RCC Cu l ve r

    No . 12 / 3 (s i ze -3 .0 Mx2.0M) in Asan ban i -Pa ta m da Roa

    fo r t h e Ye a r - 2 0 1 1 -2 0 1 2

    1) % Percent Above on the estimated rate as written in bill of quantity

    2) % Percent Below on the estimated rate as written in bill of quantity

    3) On estimated rate as written in bill of quantity

    (Strike out the items which are not applicable) Signature of Tenderer

    TENDERERS ARE REQUIRED TO FURNISH THE FOLLOWING INFORMATION

    1. Name and address of the tenderer :

    2. S.T. & I.T.C.C attached

    3. E.M. deposited & N.S.C./Pass Book attached

    4. Registration No. and Date

    5. Time of Completion6. Condition, if any

    7. Letter of registration as contractor attached

    8. Labour license attached

    9. Authorized and valid certificates (s) regarding the ownership of road Construction

    & Earth Moving Machineries in working condition attached for :

    a) Hot Mix ___________ Nos.

    b) Paver ___________ Nos.

    c) Tipper ___________ Nos.

    d) Diesel Road Roller ___________ Nos.

    e) Tar Boiler ___________ Nos.

    f) Earth Moving Machine ___________ Nos.

    ( For Tendered offering to use his/her/their own road Construction & Earth Moving

    Machineries as per clause 1.16 to 1.20 of NIT )

    Tenderer

  • 7/31/2019 AD_ID-45461-BOQ

    9/1029

    B.O.Q. for the Work of Replacement of RCC Culvert No. 12/3 (size-3.0Mx2.0M) in AsanbPatamda Road for the Year - 2011-2012

    a) Estimated Cost :- Rs.1398760.00 Date of Tender :- 18-10-2011

    b) Time of Completion :- 25-3-2011

    c) Cost of B.O.Q. :- Rs. 2500.00

    d) Earnest Money :- Rs. 28000.00

    Sl. No. Item of Work Qnty. Unit Rate Amo

    1. Excavation for Structures (Earth work in excavation of foundation ofstructures as per drawing and technical specification, including settingout, construction of shoring and bracing, removal of stumps and otherdeleterious matter, dressing of sides and bottom and backfilling withapproved material.) Ordinary Soil-Mechanical means- Depth Upto 3.0M NHSOR 12.1 I B(i)

    299.78 m3 41.28

    2 Providing and laying of Filter media with granular materials/stone crushedaggregates satisfying the requirements laid down in clause 2504.2.2. ofMoRTH specifications to a thickness of not less than 600 mm with smallersize towards the soil and bigger size towards the wall and provided overthe entire surface behind abutment, wing wall and return wall to the fullheight compacted to a firm condition complete as per drawing and

    technical specification. NH SOR 13.10

    58.77 m3 913.39

    3 PCC 1:3:6 in Foundation (Plain cement concrete 1:3:6 nominal mix infoundation with crushed stone aggregate 40 mm nominal sizemechanically mixed, placed in foundation and compacted by vibrationincluding curing for 14 days.) NH SOR 12.4

    6.99 m3 2930.94

    4 Plain/Reinforced cement concrete in open foundation complete as perdrawing and technical specifications.PCC-M15 NH SOR 12.8 A 213.76 m3 3159.32

    5 Plain/Reinforced cement concrete in sub-structure complete as perdrawing and technical specifications. RCC Grade M20, Height upto 5m,Using concrete Mixer NH SOR 13.5 E(p) Case-I 12.9 m3 3809.09

    6 Providing laying Furnishing and Placing Reinforced/Priestessedcement concrete in super-structure as per drawing and TechnicalSpecification. RCC M-30,using concrete mixer,solid slab,upto5.0M height NHSOR-14.1 .C Case-I (i) (p)

    15.75 m3 4584.00

    7 Supplying, fitting and placing HYSD bar reinforcement in sub-structurecomplete as per drawing and technical specifications. NH SOR 13.6

    2.419 MT 63044.16

    8 Providing and laying Cement concrete wearing coat M-30 grade includingreinforcement complete as per drawing and Technical Specifications. NHSOR 14.4 3.15 m3 8524.42

    9 Providing and laying boulders apron on river bed for protectionagainst scour with stone boulders weighing not less than 40 kg

    each complete as per drawing and Technical specification. Boulderlaid dry without crates. NH SOR 15.1.A

    18.86 m3 805.39

  • 7/31/2019 AD_ID-45461-BOQ

    10/10210

    10 Sand Filling in Foundation Trenches as per Drawing & TechnicalSpecification. NH SOR 12.3 72.73 m3 357.12

    11 Providing weep holes in Brick masonry/Plain/Reinforced concreteabutment, wing wall/return wall with 100 mm dia AC pipe, extendingthrough the full width of the structure with slope of 1V :20H towardsdrawing foce. Complete as per drawing and Technical specifications. NHSOR 13.8

    63.00 No. 95.04

    12 Back filling behind abutment, wing wall and return wall completeas per drawing and Technical specification . Granular materials NH

    SOR 13.9.A 187.34 m3 411.78

    13 Construction of Embankment with Material Deposited from RoadwayCutting (Construction of embankment with approved materials depositedat site from roadway cutting and excavation from drain and foundation ofother structures graded and compacted to meet requirement of table 300-2) Rolling with smooth wheeled Roller. NH SOR 3.17 (ii)

    206.70 m3 113.00

    14 Granular Sub-Base with Coarse Graded Material ( Table:- 400- 2)(Construction of granular sub-base by providing coarse gradedmaterial, spreading in uniform layers with motor grader on

    prepared surface, mixing by mix in place method with rotavator atOMC, and compacting with vibratory roller to achieve the desireddensity, complete as per clause 401) For Grading-I NH SOR 4.2 (i)

    33.74 m3 800.46

    15 Granular Sub-Base with Coarse Graded Material ( Table:- 400- 2)(Construction of granular sub-base by providing coarse gradedmaterial, spreading in uniform layers with motor grader onprepared surface, mixing by mix in place method with rotavator at

    OMC, and compacting with vibratory roller to achieve the desireddensity, complete as per clause 401) For Grading-II NH SOR 4.2(ii)

    7.20 m3 793.52

    16 Water Bound Macadam (Providing, laying, spreading andcompacting stone aggregates of specific sizes to water boundmacadam specification including spreading in uniform thickness,hand packing, rolling with vibratory roller 8-10 tonnes / Smooth 3

    wheeled Steel Roller in stages to proper grade and camber,applying and brooming requisite type of screening/ bindingMaterials to fill up the interstices of coarse aggregate, wateringand compacting to the required density.) By Manual Means-Grading-II Using Screenig Type-B (11.2mm Agg.) With smooth 3wheeled steel Roller. NH SOR 4.9A (II)( C )

    5.40 m3 1075.06

    17 Water Bound Macadam (Providing, laying, spreading andcompacting stone aggregates of specific sizes to water boundmacadam specification including spreading in uniform thickness,hand packing, rolling with vibratory roller 8-10 tonnes / Smooth 3

    wheeled Steel Roller in stages to proper grade and camber,applying and brooming requisite type of screening/ bindingMaterials to fill up the interstices of coarse aggregate, watering

    and compacting to the required density.) By Manual Means-Grading-III Using Screenig Type-B (11.2mm Agg.) With smooth 3

    wheeled steel Roller. NH SOR 4.9A (III) (b)

    5.40 m3 1114.60

  • 7/31/2019 AD_ID-45461-BOQ

    11/10211

    18 Built-Up-Spray Grout (Providing, laying and rolling of built-up-spray grout layer over prepared base consisting of a two layercomposite construction of compacted crushed coarse aggregatesusing motor grader for aggregates. key stone chips spreader maybe used with application of bituminous binder after each layer, andwith key aggregates placed on top of the second layer to serve asa Base conforming to the line, grades and cross-section specified,

    the compacted layer thickness being 75 mm) NH SOR 5.5

    66.00 m3 224.76

    19 Prime coat (Providing and applying primer coat with bitumenemulsion on prepared surface of granular Base including clearingof road surface and spraying primer at the rate of 0.60 kg/sqm

    using mechanical means.) NH SOR 5.1

    33.00 m2 23.45

    20 Dismantling of Structures (Dismantling of existing structures likeculverts, bridges, retaining walls and other structure comprising ofmasonry, cement concrete, wood work, steel work, including T&Pand scaffolding wherever necessary, sorting the dismantledmaterial, disposal of unserviceable material and stacking theserviceable material with all lifts and lead of 1000 metres)Lime/Cement Concrete, By Mechancal means,Cement ConcreteGrade M-15 & M-20 NH SOR 2.4 (i)-II A

    7.70 m3 279.00

    21 Dismantling of Structures (Dismantling of existing structures likeculverts, bridges, retaining walls and other structure comprising ofmasonry, cement concrete, wood work, steel work, including T&P

    and scaffolding wherever necessary, sorting the dismantledmaterial, disposal of unserviceable material and stacking theserviceable material with all lifts and lead of 1000 metres)Lime/Cement Concrete, By Manual means,Lime Concrete, CmentConcrete Grade M-10 & below NH SOR 2.4 (i)-I A

    12.11 m3 176.00

    22 Dismantling of Structures (Dismantling of existing structures likeculverts, bridges, retaining walls and other structure comprising of

    masonry, cement concrete, wood work, steel work, including T&Pand scaffolding wherever necessary, sorting the dismantledmaterial, disposal of unserviceable material and stacking theserviceable material with all lifts and lead of 1000 metres)Dismentling Brick/Tile Work in Cement Mortar, By Manualmeans,Lime Concrete, Cment Concrete Grade M-10 & below NHSOR 2.4 (ii)-B

    103.95 m3 142.00

    23 Excavation for Structures (Earth work in excavation of foundationof structures as per drawing and technical specification, includingsetting out, construction of shoring and bracing, removal of stumpsand other deleterious matter, dressing of sides and bottom,

    backfilling the excavation earth to the extent required and utilisingthe remaining earth locally for road work.) Ordinaary soil,Mechanical means (Depth upto 3.0M) NH SOR 3.13(i) B

    32.30 M3 30.00

    24 PCC 1:3:6 in Foundation (Plain cement concrete 1:3:6 nominal mixin foundation with crushed stone aggregate 40 mm nominal sizemechanically mixed, placed in foundation and compacted byvibration including curing for 14 days.) NH SOR 12.4

    9.69 M3 2930.94

  • 7/31/2019 AD_ID-45461-BOQ

    12/10212

    25 Stone masonry work in cement mortar 1:3 in foundation completeas drawing and Technical Specification. Random Rubble Masonry.NH SOR 12.7(b) 26.24 M3 2439.56

    26 Pointing with cement mortar (1:3 ) on brick work/stone masonry insubstructure as per Technical specifications . NH SOR 13.2 19.80

    10M2

    325.55

    27 Plain/Reinforced cement concrete in open foundation complete asper drawing and technical specifications. PCC-M15 NH SOR 12.8A

    0.86 M3 3159.32

    28 Labour Cess @ 1% of Estimated Cost (excluding C.P.)

    Executive EnginRCD, Road Div.

  • 7/31/2019 AD_ID-45461-BOQ

    13/10213

    GOVERNMENT OF JHARKHAND

    ROAD CONSTRUCTION DEPARTMENT

    ROAD CIRCLE, CHAIBASA

    ROAD DIVISION, JAMSHEDPUR

    BILL OF QUANTITY

    FOR

    Spec ia l Repa i r o f Dh a lbh um garh-Bh a lk i Road in k .m .

    2 (30 0m ),3 ,4 (20 0m ) fo r t h e Year 20 11 -12

    DATE OF TENDER : 18.10.2011

    ESTIMATED COST : Rs. 1492582.00

    COST OF BOQ : Rs. 2500.00

  • 7/31/2019 AD_ID-45461-BOQ

    14/10214

    PUBLIC WORKS DEPARTMENT (ROAD)ROAD DIVISION, JAMSHEDPUR

    NOTICE INVITING TENDER (N.I.T.)

    CHAPTER-1

    Sealed tender on approved Bill of quantity to be eventually drawn in PWD form No F2 will

    be received from Registered illegible PWD/RCD contractors of appropriate category up to 15:00 PM

    18.10.2011 at Executive Engineer, R.C.D., Road Division, Jamshedpur for the work Special repair Dhalbhumgarh-Bhalki Road in k.m. 2(300m),3,4(200m) for the Year 2011-12 of an estimated cost

    Rs 1492582.00 which will be opened on 18.10.2011 at 15:30 PM by the Executive Engineer, R.C.D

    Road Division, Jamshedpur. The tenderers or their authorized agent who ever desire may remain preseat the time of opening of tender on the above said office.

    The work is to be completed in all respects in calendar month from the date of written orderto commence the work. The items of works plan, specification or any information in connection with th

    work can be seen in the office of the Executive Engineer, R.C.D., Road Division, Jamshedpur on an

    working day during office hours before filing tender.

    Bill of Quantity/Tender document can be purchased from the office of Executive Enginee

    R.C.D., Road Division, Jamshedpur on payment ofRs. 2500.00 In shape of account payee Bank Draft favour of Executive Engineer, R.C.D., Road Division, Jamshedpur payable at Jamshedpur (No

    refundable) as mentioned in the tender Notice on 07.10.2011 to 17.10.2011 during working hour.

    EARNEST MONEY (E.M.)

    Tenderers are required to deposit EM amounting to Rs. 30000.00 in Shape of Nation

    Savings Certificate (8/6 issue) or in shape of 3/5 year Post Office time Deposit should be issued from an

    of the Post Offices within the State of Jharkhand but-these Should be duly pledged in favour of ExecutiEngineer, R.C.D., Road Division, Jamshedpur.

    1.1 Insurance guarantee Bond/Cash/Cheque/Bank Draft in place of those specified above shall not

    accepted.

    1.4 Duly pledged E.M. if any laying with the concerned E.E. against works already completed sh

    not be adjusted by transfer. In such cases the tenderer is required to get the same refunded and thattach the same with tender duty pledged afresh against the work for which tender is filled.

    1.5 Tender not submitted with required E.M. in the prescribed shape shall be out right rejected a

    will have no place in the comparative statement.

    1.5 Clauses 1.2 to 1.3 shall not apply to tenderer who are exempted from depositing E.M. But such

    tenderer must enclose Photostat copy of the exemption certificate issued by the compete

    authority in this respect.

    1.5 Tenderer should quote his/her/their rates on overall cost basis in percentage above or below (Bo

    in figure & word) over this mentioned in the bill of quantity issued by he authorized officer.

    1.6 In case the over all rates quoted by the tenderer is below the less 15% limit values then it will

    treated as unworkable & the tender may be treated as invalid.

    1.7 It will be obligatory for the tenderer to keep their office establishment fixed at a place in the sta

    of Jharkhand and communicated address and telephone No the authorities.

  • 7/31/2019 AD_ID-45461-BOQ

    15/10215

    1.8 Tenderer shall enclose photo state copy of her his their registration exemption certificate if any

    absence of which the tenders may not be considered.

    1.9 Sales tax, Income tax clearance certificate, Labour license & letter of Registration as Contractshould be submitted by the tenderers for work consisting more that 10,000/- otherwise the tende

    may be rejected.

    1.10 Competent Authority reserves the right to reject any or all the tenders received or to allot the wo

    to one or more contractors without assigning any reason.

    1.11 In case of successful tenderer, the amount of earnest money will be transferred towards a part

    the initial security deposit of 5% of the value of tender. Argumentation will be in the from N.S.C. (8th /6th issue) duly pledged to the Executive Engineer, R.C.D., Road Divisio

    Jamshedpur. The total security deposit will be 10% of the tendred amount and the remaining 5

    shall be recovered from the contractor by deduction from running account bills @ 5% of the tot

    amount of each bill.

    1.12 The earnest money of successful tenderer which accompanies the tender will be forfeited in cathe tenderer denies to sign the agreement or contract or to deposit security money within 7 days

    being called upon to do so, after approval of tender by competent authority.If the contractors who are exempted from depositing E.M fail to deposit initial security mon

    within 7 days of being called upon to do so or denies to sign the agreement all requisite sum money, will be forfeited by way of adjustment from any sum to be paid to him by the departme

    for other works including his security money & in addition he will be black listed and registratio

    will be cancelled.

    1.13 The NIT with general rules & special conditions will be a part of the contract documents.

    Executive Engineer

    RCD, Road Division, Jamshedpur

  • 7/31/2019 AD_ID-45461-BOQ

    16/10216

    CHAPTERII

    GENERAL RULES2.15 The complete tender with all its enclosures shall be enclosed in sealed envelope and delivered

    the addresses as mentioned in NIT. So as to reach one hour before the date and time as stipulatin N.I.T.

    2.16 The tendered should mention in his forwarding letter a list of all documents being submitted wi

    the tender.2.17 The tender shall contain the full name, address of residence and place of business of person

    persons filling the tender. In case there is subsequent change in address it must be informed to t

    concerned E.E., S.E., and C.E. by registered post with A.D.2.18 All pages of tender document, general rules and special condition must be initialed at the botto

    left hand corner and signed wherever required in the tender paper by the tenderer or a pers

    holding power of attorney authorized to sign on behalf of tendered/partners before submission

    the tender.2.19 In the event of the tender submitted by a firm it must be signed by each partner there of and in t

    event of absence of any of the partners the power of attorney authorizing the person who will sig

    must be enclosed. All Signatures should be dated.2.20 No tenderer shall file tender for more than the one work in one sealed envelope tenderer desiro

    of submitting tender form more than the one work shall submit tender in separate sealed envelop

    for each work on appropriate and duly purchased B.O.Q. The name of the work should be clear

    written on the sealed envelope.2.21 The rates quoted by the tender shall be inclusive of Income tax. Sales tax, Royalty or any oth

    Provincial and Central taxes applicable at that time.2.22 The tenderer shall be presumed to have carefully examined the conditions of the contract a

    specification of the work, The tendered will also be deemed to have inspected the work site and

    have satisfied herself himself/ their selves independently as to the nature extent and practicabili

    of all works & required roads approach & other means of communication & access to the siavailable accommodations regards the land and buildings that may be required for tempora

    purposes in connection with the contract work and also availability of construction materia

    location of work site including its climate other geological characteristics, availability of skillesemi skilled, un-skilled labourers. The consequence of the lack of necessary knowledge will be

    the risk and cost of tenderer.2.23 Generally Ministry of Surface Transport, Govt. of India MORTH specification would be follow

    for the execution of work. Items of work, which are not covered by MORT & H specificatio

    R.C.D., Jharkhand specification will be followed.

    2.24 The tenderer will submit a work programme of the work with the tender.

    2.25 All labours are to be paid as per minimum wages Act in force and as revised from time to timduring the construction of work.

    2.26 The tenderer will provide labour huts drinking water, and medical facilities to labour as site a

    keep the site clean at his own cost.2.27 The tenderer must return all the tender papers duly signed on each page while submitting t

    tender failing which the same may be considered invalid.

    2.28 On receipt of written order from the concerned Executive Engineer the successful tenderer wfirst deposit the balance amount of initial security deposit (ISD) within the specified period

    seven day and the enter into agreement with the E.E. on the basis of the stipulation in the approve

    tender documents along with subsequent negotiation terms as mutually agreed upon before issue work order. Written order to commence the work shall be issued by the E.E. after acceptance

    agreement by the competent authority.

    Executive EngineerRCD, Road Division, Jamshedpur

  • 7/31/2019 AD_ID-45461-BOQ

    17/10217

    CHAPTERIII

    SPECIAL CONDITIONS. F2 CONTRACT

    3.1 These are special conditions, which from a part of F-2 contract system and prevail in a

    ambiguity/contradiction.

    3.2 The successful tenderer herein after-called contractor must maintain a site order book at each wo

    site, which will be produced when asked for by the departmental officers for needful. Any order

    instruction, assed on the site order book by the inspecting officer should be communicated to tSDO, E.E., S.E and concerned inspecting officers by J.E. The site order book may be submitted

    E.E. with running on account bills, if needed but that must be submitted with final bill.

    3.3 The contractor should always remain available at the work site but where ever it is not possible f

    him, he must appoint a representative for the purpose who would be duly authorized by contractto receive instructions and carry out instruction of departmental officers, and also to receive lette

    He may also delegate him any other power as he thinks fit but in every case he will infor

    immediately the concerned J.E., SDO and E.E regarding appointment of such representative alonwith his name and identity by regd. AD post.

    3.4 It the royalty clearance certificate for mineral used in the work in not produced with the bill by tcontractor, royalty will deducted by the department from the running bill at the rates prevailing

    time of execution of work to which the bill relates. Production of royalty clearance certifica

    along with the final bill of the work, failing which final bill will not be paid and for such nonpayment or delay in payment the whole and full responsibility will be of the contractor alone.

    3.5 The contractor shall furnish sufficient plant equipments & labour & shall work at such hours & shifts as may be necessary to maintain the progress schedule. The working and shift hours sh

    comply with all Govt. rules and Regulation in force from time to time during the entire period

    construction.

    3.6 The contractor shall make adequate arrangement for the safety of the labourers during execution the work. He will be responsible for any compensation and the same will have to be paid by him

    decided by the competent authority.

    3.7 The contractor should get the sample of all materials approved by the E/I before collecting for u

    in work. The sample in sealed glass jars shall be kept in the custody of the E/I.

    3.8 The contractor shall have to get tested the strength of cement concrete ( both plain & reinforce

    for each days casting as per IRC codes. Although achievements of the prescribed cube strength is

    must, concrete having lower value may be rejected or accepted with a suitably reduced rate undspecific orders of the competent authority. The cost of concrete cube moulds, curing, carriage

    cubes to and from the testing laboratory and all other incidental charges incurred in the regard sh

    be borne by the contractor.

    3.9 The contractor shall, if, required by the E/I, arrange to test materials portion of work at his owcost or prove their quality, soundness and sufficiency if after test, quality of materials appears to

    inferior or the portion of work is found to be defective or unsound, the contractor may be asked remove and or pull down and re-execute the same at his own cost or in case such defect is fou

    out by department to the soundness of the structure, he shall be paid at suitably reduced rates fitems of work involved in such work. The contractor shall bear all cost in thus regard.

    3.10 All rejected materials will have to be removed from the site by the contractor after their rejecti

    within seven days of E.Es notice in writing other wise E.E. may arrange to remove them in anway he links fit and also recovery the cost from the contractor for such remove after lapse of seve

    days time.

    3.11 If the actual lead of materials like stone metal, stone chips, boulders, bricks and moorum etc

    round to be less than the lead provided in B.O.Q. than its payment will be made on proportionate

  • 7/31/2019 AD_ID-45461-BOQ

    18/10218

    reduced rate (reduction in rate will be made in the ratio of approved rate and rate provided in t

    B.O.Q.). It will be mandatory to obtain prior consent of the authority, who approved the tendebefore commencement of supply of such materials from the increased lead.

    3.12 It will be essential to do all items of bad work (in original) works in sequence from one end in

    scientific way so as to complete the work and it should not be done in haphazard way such

    collection of materials in some kilometers box cutting in other kilometers consolidation work patches etc. Contractor is to achieve progress in all items of work simultaneously K.M. wi

    quantity wise always from edge and so that the complete road is available for use in one stret

    from that and only after completing the work in particular K.M. work in next Km would be tak

    up.

    3.13 After completion of work the contractor will remove all debris, fill up vats etc. as desired by Eand leave the site clear and tidy at his own cost.

    3.14 The department reserves the right of omitting or suspending the construction of changing site eif considered necessary in subsequent stage.

    3.15 The following shall not be paid extra and the tendered rates shall be inclusive of these:

    (ii) Site clearance such as clearing of shrubs, bush, wood under growth & small trees nexceeding 300mm girth measured at height of 900mm above ground.

    (x) Setting out works, profile, layout etc.

    (xi) Vent battering and benching or excavation of foundation trenches.

    (xii) Forming (or leaving) Tell-tale or witness in borrows pits and their removal afmeasurement. However deduction will be made in quantity of earthwork for those.

    (xiii) Excavation for inserting of planking and shuttering.

    (xiv) Forming (or leaving) step in sides of deep excavation & their after measurement.

    (xv) Balling out rain water/and or surface water in case the excavated foundation trenches we

    filled up by during construction.

    (xvi) Removing slips of fails in excavation.

    (xvii) Making vats, platform, channel etc.

    3.16 The contractor may use his own machinery for the completion of the work within the tim

    stipulated in the contract. The carriage of machinery to different sites under this contract from onplace to another for the work will be the responsibility of the contractor and all expenses in thregard will be borne by him.

    3.22 CLAIM- Not admissible under following circumstances :

    A. Extra items of work done without written order of departmental officer.

    B. Incase of sudden fluctuation and/or increase in rates of labour, material, royalty, various taxes,railway freight, fuel, lubricants, carriage cost etc. at any stage of work.

    C. Short supply and/or non-supply and or delay of departmental materials and/or equipments.

    D. None- availability of labour of any category required for the work.

    E. Labour sitting idle due to any cause.

    F. Delay in communication in changes or modification in design, drawing & specification at any

    stage of the work.

    G. Loss sustained due to :

    i) Acts of enemies including agitation by public and riot.

    ii) Transportation and procurement difficulties.

  • 7/31/2019 AD_ID-45461-BOQ

    19/102

  • 7/31/2019 AD_ID-45461-BOQ

    20/10220

    TENDERERS ARE REQUIRED TO QUOTE THEIR RATES IN FOLLOWING MANNER

    Name of Work :- S p e c ia l Re p a i r o f Dh a l bh u m ga r h -Bh a l k i R oa d i n k . m

    2(30 0m ),3 ,4 (20 0m ) fo r t h e Year 20 11 -12

    1) % Percent Above on the estimated rate as written in bill of quantity

    2) % Percent Below on the estimated rate as written in bill of quantity

    3) On estimated rate as written in bill of quantity

    (Strike out the items which are not applicable) Signature of Tenderer

    TENDERERS ARE REQUIRED TO FURNISH THE FOLLOWING INFORMATION

    1. Name and address of the tenderer :

    2. S.T. & I.T.C.C attached

    3. E.M. deposited & N.S.C./Pass Book attached

    4. Registration No. and Date

    5. Time of Completion

    6. Condition, if any7. Letter of registration as contractor attached

    8. Labour license attached

    9. Authorized and valid certificates (s) regarding the ownership of road Construction

    & Earth Moving Machineries in working condition attached for :

    a) Hot Mix ___________ Nos.

    b) Paver ___________ Nos.

    c) Tipper ___________ Nos.

    d) Diesel Road Roller ___________ Nos.

    e) Tar Boiler ___________ Nos.

    f) Earth Moving Machine ___________ Nos.

    ( For Tendered offering to use his/her/their own road Construction & Earth Moving

    Machineries as per clause 1.16 to 1.20 of NIT )

    Tenderer

  • 7/31/2019 AD_ID-45461-BOQ

    21/10221

    Special Repair of Dhalbhumgarh-Bhalki Road in k.m. 2(300m),3,4(200mfor the Year 2011-12

    a) Estimated Cost :- Rs 1492582.00 Date of Tender - 18.10.2011

    b) Time of Completion :- 25.03.2012c) Cost of B.O.Q. :- Rs. 2500.00

    d) Earnest Money :- Rs. 30000.00

    Sl. No. ParticularsQuantit

    y UnitRate

    In figure In word

    1 2 3 4 5 61 Providing stone metal grade-III (53 mm to 22.4 mm size) with stone

    metal screening materials type-B (11.2 mm size) in road embankmentin proper grade, camber or super elevation laid loose in thickness (1.33times the desired completed thickness) compacted by road roller withcost of water, all leads and lifts including higher charge of road roller, allcomplete as per specification and direction of E/I.Hire charge of road roller without depreciation and major repair.

    45.53 M3 1300.72

    Rupeesone

    thousandthree

    hundred &paisa

    2 Providing 50mm thick compacted built up spray grout over W.B.M.surface in proper grade, camber and super elevation with stone metalgrade - III (20mm. To 37 mm size) @ 0.66 M3 key stone of size of 12mm. ungraded @ 0.13 M3 and bitumen@25 kg. (Including tack

    coat@10 kg.) all per 10 M2 surface including cost of cleaning thesurface properly with iron brush and broom, cost of heating bitumen torequired temperature with of fuel, rolling, providing light, barrier, dangersignal, chowkidar, returning the empty drums in good condition to thegodown and hire charge of roller as per specification and direction ofE/I.Hire char e of road roller without de reciation and ma or re air.

    607.20 M2 200.42

    Rupees

    twohundred &paisa forty

    two.

    3 Providing 50mm. thick built up compacted spray grout over bitumenoussurface in proper grade, camber of super elevation with stone metalgrade-III (20mm to 37mm size) @ 0.66M3 key stone or screeningmeterial of size 12 mm ungraded @ 0.13 M3 and bitumen @ 20kg.(including tack coat @ 5kg) all per 10M2 surface including cost ofcleaning the surface properly with iron brush and broom, cost of heating

    bitumen to required temperature with of fuel, rolling, providing light,barrier, danger signal, chowkidar, returning the empty drums in goodcondition to the godown and hire charge of roller as per specificationand direction of E/I.

    2410.50

    M2 174.90

    Rupeesone

    hundredseventy

    four &paisa ninty

    4 Providing 20 mm. thick open graded premix carpet over bitumenoussurface (old surface) in proper grade, camber or super elevation withstone chips of 12 mm and 10 mm size in ratio of (2:1) @ 0.27 M3 andbitumen @ 19.6 kg. including tack coat @ 5kg. All per 10M2 surfaceincluding cost of heating the aggregate and bitumen to requiredtemperature with cost of fuel, cleaning the surface properly with ironbrush and broom, rolling, providing light, barrier, danger signal andchowkidar, carriage of bitumen drums up to 8 k.m. lead from godown towork site and returning the empty drum in good condition to the godown

    and higher charge of road roller all complete as per specification anddirection of E/I. Higher charge of road roller without depreciation andmajor repair.

    5205.00

    M2 125.05

    Rupeesone

    hundredtwenty five

    & paisa

    five.

  • 7/31/2019 AD_ID-45461-BOQ

    22/10222

    5 Providing liquid seal coat type "B" over open graded premix carpet withbitumen @ 6.8 kg. per 10 M2 and clean granular sand or fine grit @0.06 M3 per 10 M2 surface incliding cost of heating the aggregate andbitumen to require temperature with cost of fuel, cleaning the surfaceproperly with iron brush and broom, rolling, providing light, barrier,danger signal, chowkidar carriage of bitumen drums up to 8 k.m. leadfrom godown to work site and returning the empty drum in goodcondition to the godown and higher charge of road roller all complete asper specification and direction of E/I. Hire charge of road roller withoutdepreciation and major repair.

    5205.00

    M2 36.93

    Rupeesthirty six &paisa nint

    three.

    6Earth work in road embankment and shoulders with hard soil (videclassification of soil item - A) obtained from borrow pits or any othersources free from logs, stump roots, rubbish or any other ingredientslikely to deteriorate or effect the stability of the embankment includingbreaking the clods maximum to 60 mm cube, placing the earth in layersnot exceeding 225 mm in loose thickness, rough dressing includingcost of cutting and removing shrubs and roots falling in borow area allcomplete as per approved design, specification and direction of E/I(Mode of measurement - Section measurement after requiredcompaction). With initial lead of 30M and lift of 1.5M.

    450.00 M3 63.47

    Rupeessixty three

    & paisaforty

    seven.

    7 Rolling and compacting of road embankment in all kinds of soilincluding hard and gravelly soil mixed with boulders by road roller inlayers not exceeding 225mm in loose thickness so as to achieve

    following maximum dry density at OMC uniformly including mixing therequired quantity of water including cost of supply and carraige of waterwith all leads and lifts finishing the surface to proper grade chamber orsuper elevation including cost of hire charge of road roller providinglight barrier denger single , chowkidar ,all complete as per specificationand direction E/I 90 to 95%MDD without depreciation and majorrepair.

    450.00 M3 11.01Rupeeseleven &

    paisa one

    Total

    8 Labour cess @ if 1% of estimeted cost exception C.P i.e on Rs.

    Executive EngineeRCD, Road Div.Jamshedpu

  • 7/31/2019 AD_ID-45461-BOQ

    23/102

  • 7/31/2019 AD_ID-45461-BOQ

    24/10224

    Bill Of Quantity for repair of Hata --Tiring road for the year 2011--12

    a) Date of Tender - 18.10.2011

    b) Time

    c) Cost of

    d)

    Sl.no Item of workquantit

    yunit

    rate

    In figure In word

    1/6.3.19 Providing20mm thick open graded premixe

    carpet over bitumious surface (old surface)in

    proper grade camber or soper elevation with

    stone chips of12mm and 10mm size in ratio of(2:1) @0.27cum and [email protected] including

    tack coat @5.0kg all per 10 M2 surface

    including cost of heatingthe aggregate and

    bitumen to reqired temperature with cost fuelcleaning the surface properly with iron brush

    aand broom,rolling , light barrier,dager signal

    chowkidar, carriage of bitumen drum upto 8kmlead from godown to work site and returning

    the empty drum in good condition to the

    godown and hire charge of road roller all

    complete as per specification and direction E/ I

    Hire char e of road roller without de reciation

    699 M2 121.12

    Rupees One

    hundredtwoenty & Paisa

    twelve.

    2/6.3.17 Providing liquid seal coat type "B" over open gradedpremix carpet with bitumen @ 6.8 kg. per 10 M2 and

    clean granular sand or fine grit @ 0.06 M3 per 10M2 surface incliding cost of heating the aggregateand bitumen to require temperature with cost of fuel,cleaning the surface properly with iron brush andbroom, rolling, providing light, barrier, danger signal,chowkidar carriage of bitumen drums up to 8 k.m.lead from godown to work site and returning theempty drum in good condition to the godown andhigher charge of road roller all complete as perspecification and direction of E/I. Hire charge of roadroller without depreciation and major repair.

    699 M2 30.70Rupees Thrirty

    paisa seventy .

    3/6.4.5 Providing and fixing at site RCC(1:2:4)ordinarykm

    post(350mmx250mmx1110mm.withrounding

    at top175mmhigh)with20mm nominal size

    graded stone aggregate and clean sandincluding cost earth cutting, fixing the post

    properly in cement concrete block (1:4:8) with

    40mm nominal size graded stone metal and

    clean course sand of qapproved quality

    including cost of shuttering,

    7 EACH 1066.26

    Rupees one

    thousand sixty

    six & paisa

    twenty six.

  • 7/31/2019 AD_ID-45461-BOQ

    25/102

  • 7/31/2019 AD_ID-45461-BOQ

    26/10226

    10/'13.4 Stone masonry work in cement mortar 1:3 forsubstructure com lete as er drawin and Technical

    A Random Rubble Masonry

    Abutmwnt

    24.57 M3 2409.10

    Rupees two

    thousand four

    hundred nine &

    aisa ten.11/'14.1 Furnishing and Placing Reinforced cement concrete in

    su er-structure as er drawin and Technical S ecificationB RCC Grade M25

    Case I Using Concrete Mixer(i) For solid slab super-structure, 20-30% of (a+b+c)

    8.175 M3 4515.89

    Rupees four

    thousand five

    hundred fifteen

    & aisa ei ht12/'14.4 Providing and laying Cement concrete wearing coat M-30

    grade including reinforcement complete as per drawingand Technical Specifications 1.22 M3 8418.54

    Rupees eight

    thousand four

    hundred

    ei hteen & aisa13/'13.5 Plain/Reinforced cement concrete in sub-structure

    com lete as er drawin and technical s ecificationsB PCC Grade M20

    (p) Height upto 5m

    1.21 M3 3671.53

    Rupees threethousand six

    hundred seventy

    one & paisa fifty

    14/'14.2 a) Supplying, fitting and placing HYSD barreinforcement in super-structure complete as per drawingand technical specifications 0.32 MT 63708.54

    Rupees sixty

    three thousadnseven hundred

    ei ht & aisa15/'13.4 Stone masonry work in cement mortar 1:3 for

    substructure com lete as er drawin and Technical

    A Random Rubble Masonry

    1.22 M3 2409.10

    Rupees twothousand four

    hundred nine &

    16/9.5.1

    2

    Providing cement flush pointing(1:3)do --do -all

    complete job as per specification and direction

    of E/ I26.31 M2 58.58

    Rupees fifty

    eight & paisa

    fifty eight.

    17/'13.9 Back filling behind abutment, wing wall and return wallcom lete as er drawin and Technical s ecification

    B Sandy material

    36.518 M3 503.92Rupees five

    hundred three &aisa nint two.

    18/9.5.1

    Providing 12 mmthick cement plaster (1:3) with approvedquality of sand of requisiteFM(2.5 to3.0) washed andscreened including curring ,scaffolding,where everrequired and its removal royalty and all taxescomplete asper specification and direction of E/I

    32.94 M2 94.01Rupees ninty

    four & paisa one.

    19/9.5.1

    0

    providing 1.5 mm thick punning including curing etc allcomplete job as per specification and direction of E/I 32.94 M2 27.78

    Rupees twenty

    seven & paisa

    sevent ei ht.

  • 7/31/2019 AD_ID-45461-BOQ

    27/10227

    20/6.4.1

    0

    Painting post with two coat enamel paint of

    approved shade and make after clening the

    surface thoroughly at site all complete as

    direction of E/ I

    14.31 M2 49.36

    Rupees fourty

    nine & paisa

    thiry six.

    21/'13.10 Providing and laying of Filter media with granularmaterials/stone crushed aggregates satisfying therequirements laid down in clause 2504.2.2. of MoRTHspecifications to a thickness of not less than 600 mm withsmaller size towards the soil and bigger size towards thewall and provided over the entire surface behind

    abutment, wing wall and return wall to the full heightcompacted to a firm condition complete as per drawingand technical specification.

    3.66 M3 860.05

    Rupees eight

    hundred sixty &

    paisa five.

    22/'13.8 Providing weep holes in Brick masonry/Plain/Reinforcedconcrete abutment, wing wall/return wall with 100 mmdia AC pipe, extending through the full width of thestructure with slope of 1V :20H towards drawing foce.Complete as per drawing and Technical specifications

    10 EACH 95.04Rupees ninty

    five & paisa four.

    23/'13.8 Providing weep holes in Brick masonry/Plain/Reinforcedconcrete abutment, wing wall/return wall with 100 mmdia AC pipe, extending through the full width of thestructure with slope of 1V :20H towards drawing foce.Complete as per drawing and Technical specifications

    8 EACH 3620Rupees threethousand six

    hundred twenty

    & aisa zero.24/'13.4 Stone masonry work in cement mortar 1:3 for

    substructure com lete as er drawin and TechnicalA Random Rubble Masonry

    15.8 M3 2409.10

    Rupess two

    thousand four

    hundred nine &aisa ten.

    25/5.7.1 Providing 12 mmthick cement plaster (1:3) with approvedquality of sand of requisiteFM(2.5 to3.0) washed and

    screened including curring ,scaffolding,where everrequired and its removal royalty and all taxescomplete asper specification and direction of E/I

    118.7 M2 94.21

    Rupees ninty

    four & paisatwenty one.

    Labour cess @ if 1% of estimeted cost exceptionC.P i.e on Rs. 6303.91.00

  • 7/31/2019 AD_ID-45461-BOQ

    28/10228

    Government of Jharkhand

    Road Construction Department

    R.C.D. Road Circle, Chaibasa

    NAME OF DIVISION : - R.C.D. ROAD DIVISION, JAMSHEDPUR

    NAME OF SUB R.C.D. ROAD SUB DIVISION, JAMSHEDPUR

    NAME OF THE WORK BIL OF QUANTITY FOR ORDINARYREPAIRE OF MANGO -PARDIH ROAD (0 to4.425 k.m.)

    ESTIMATED COST : - Rs.495875.00

    YEAR : - 2011-2012

  • 7/31/2019 AD_ID-45461-BOQ

    29/10229

    Bill Of Quantity for repair of Mango-- Pardih (Link N.H.32)road for

    the year 2011--12a) Date of Tender - 18.10.2011

    b) Time

    c) Cost of

    d)

    Sl.no Item of work quantity unit rateIn figure In word

    1/6.3.20 Providing 50 mm average leveling courseof

    thikness varying from 25mm to75mm

    consisting of lean bituminous macadam in

    proper grade ,camber,or super elevation

    with stone agregate of 40mm,20mm,and10mm sizein ratio of

    (7:9:4)@0.67M3surface and

    bitumen@43kg/M3of stone aggregate for

    primixing and [email protected]/10M2including cost of

    heatingthe aggregateand bitumen to

    reqired temperature with cost fuelcleaningthe surface properly with iron brush aand

    broom,rolling , light barrier,dager signal

    chowkidar, carriage of bitumen drumupto

    8km leadfrom godown to work siteand

    returing the empty drum in good condition

    to the godown and hire charge of road

    rollerall complete as per specification

    398 M2 229.69

    Rupees

    two

    hundred

    twoentynine &

    paisa

    sixty

    nine.

    2/6.319 Providing20mm thick open graded premixecarpet over bitumious surface (old

    surface)in proper grade camber or soper

    elevation with stone chips of12mm and

    10mm size in ratio of (2:1) @0.27cum and

    [email protected] including tack coat

    @5.0kg all per 10 M2 surface including cost

    of heatingthe aggregate and bitumen to

    reqired temperature with cost fuel cleaningthe surface properly with iron brush aand

    broom,rolling , light barrier,dager signalchowkidar, carriage of bitumen drum upto

    8km lead from godown to work site and

    returning the empty drum in good condition

    to the godown and hire charge of road

    roller all complete as per specification and

    direction E/ I

    Hire charge of road roller without

    1648 M2 125.02

    Rupees

    One

    hundred

    twoenty

    five &

    paisazero

    two.

  • 7/31/2019 AD_ID-45461-BOQ

    30/10230

    3/6.4.5 Providing and fixing at site

    RCC(1:2:4)ordinary km

    post(350mmx250mmx1110mm.withroundi

    ng at top175mmhigh)with20mm nominal

    size graded stone aggregate and clean sand

    including cost earth cutting, fixing the post

    properly in cement concrete block (1:4:8)with 40mm nominal size graded stone

    metal and clean course sand of qapproved

    quality including cost of shuttering,

    curing,carriage,finishing,making

    plateform,including bending,bindingand

    5NOS EACH 1066.26

    Rupees

    One

    thousan

    d sixty

    six &

    paisa

    twentysix.

    4/6.4.9 Painting numbering and writingposts with

    two coats of enamel paints of approved

    shade and make after cleaning the surface

    thoroughly and writing the necessary

    information at site,all complete as per IR

    specification and direction of E/ I

    5NOS EACH 204.33

    Rupees

    Two

    hundred

    four &

    paisa

    thirty

    5/10.1.20Earth work in bed clearance or desilting ofcanals F.S discharge between8.5

    cumeces(300cusecs) and 0.14 cumeces (5

    cusecs) and renovation of pyines etc

    disposal of excavated earthetc and in

    ordinary soil including rough dressing with

    369 M3 47.25

    RupeesFourty

    seven &

    paisa

    twenty

    five.

    6 Carriage of sluge including loading at source

    and unloading at suitable place etc all

    complete job as per direction of E/ I 369 M3 90.72

    Rupees

    Ninty &

    paisaseventy

    7/6.1.2 Earth work for removal of over burdan form

    road shoulder (vide classificatio of soil itemA), free from logs , stumps, roots, rubbish or

    any other ingradients likely to deteriorate

    or effect the stability of the embankment

    with all leads and lifts including brecking the

    clods maximum to 60mm cube placing the

    earth in layer not exceeding 225mm in

    loose thickness rough dressing including

    cost of cutting and removing shurbs androots falling in barrow area all complete as

    1200 M3 57.45

    Rupees

    Fifty

    seven &

    paisa

    fourty

    five.

    8 Carriage of sluge including loading at source

    and unloading at suitable place etc all

    complete job as per direction of E/ I720 M3 104.33

    Rupees

    One

    hundred

    four &

    paisa

    thirty

  • 7/31/2019 AD_ID-45461-BOQ

    31/10231

    9 Providing liquid seal coat type "B" over opengraded premix carpet with bitumen @ 6.8 kg. per10 M2 and clean granular sand or fine grit @0.06 M3 per 10 M2 surface incliding cost ofheating the aggregate and bitumen to requiretemperature with cost of fuel, cleaning thesurface properly with iron brush and broom,rolling, providing light, barrier, danger signal,chowkidar carriage of bitumen drums up to 8k.m. lead from godown to work site and returningthe empty drum in good condition to the godown

    and higher charge of road roller all complete asper specification and direction of E/I. Hire chargeof road roller without depreciation and major

    1648 M2 38.05

    Rupees

    Thirty

    eight &

    paisazero

    five.

    Labour cess @ if 1% of estimeted costexception C.P i.e on Rs. 4467.39

  • 7/31/2019 AD_ID-45461-BOQ

    32/10232

    GOVERNMENT OF JHARKHAND

    ROAD CONSTRUCTION DEPARTMENT

    ROAD CIRCLE, CHAIBASA

    ROAD DIVISION, JAMSHEDPUR

    BILL OF QUANTITY

    FOR

    B.O.Q. fo r t h e Work o f Ord ina ry Re pa i r t o Asan ban i -Pa tam da Road in Km

    1 s t , 4 t h , 1 1 t h 1 4 t h , 1 5 t h , 1 6 t h , 1 9 t h &2 0 t h fo r t h e Ye a r -2 0 1 1 -2 0 1 2

    DATE OF TENDER : 18.10.2011

    ESTIMATED COST : Rs. 1519974.00

    COST OF BOQ : Rs. 5000.00

  • 7/31/2019 AD_ID-45461-BOQ

    33/10233

    PUBLIC WORKS DEPARTMENT (ROAD)ROAD DIVISION, JAMSHEDPUR

    NOTICE INVITING TENDER (N.I.T.)

    CHAPTER-1

    Sealed tender on approved Bill of quantity to be eventually drawn in PWD form No F2 will

    be received from Registered illegible PWD/RCD contractors of appropriate category up to 15:00 PM

    18.10.2011 at Executive Engineer, R.C.D., Road Division, Jamshedpur for the workB.O.Q. for th

    Work of Ordinary Repair to Asanbani-Patamda Road in Km 1st ,4th,11t

    14th , 15th , 16th ,19th &20th for th e Year-2011 -2012 of an estimated cost Rs 1519974.00 which will be opened on 18.10.2011 at 15:30 PM by the Executive Engineer, R.C.DRoad Division, Jamshedpur. The tenderers or their authorized agent who ever desire may remain preseat the time of opening of tender on the above said office.

    The work is to be completed in all respects in calendar month from the date of written order

    to commence the work. The items of works plan, specification or any information in connection with thwork can be seen in the office of the Executive Engineer, R.C.D., Road Division, Jamshedpur on an

    working day during office hours before filing tender.

    Bill of Quantity/Tender document can be purchased from the office of Executive Enginee

    R.C.D., Road Division, Jamshedpur on payment ofRs. 5000.00 In shape of account payee Bank Draft favour of Executive Engineer, R.C.D., Road Division, Jamshedpur payable at Jamshedpur (No

    refundable) as mentioned in the tender Notice on 07.10.2011 to 17.10.2011 during working hour.

    EARNEST MONEY (E.M.)

    Tenderers are required to deposit EM amounting to Rs. 30400.00 in Shape of NationSavings Certificate (8/6 issue) or in shape of 3/5 year Post Office time Deposit should be issued from an

    of the Post Offices within the State of Jharkhand but-these Should be duly pledged in favour of Executi

    Engineer, R.C.D., Road Division, Jamshedpur.

    1.1 Insurance guarantee Bond/Cash/Cheque/Bank Draft in place of those specified above shall not

    accepted.

    1.6 Duly pledged E.M. if any laying with the concerned E.E. against works already completed shnot be adjusted by transfer. In such cases the tenderer is required to get the same refunded and th

    attach the same with tender duty pledged afresh against the work for which tender is filled.

    1.7 Tender not submitted with required E.M. in the prescribed shape shall be out right rejected a

    will have no place in the comparative statement.1.6 Clauses 1.2 to 1.3 shall not apply to tenderer who are exempted from depositing E.M. But such

    tenderer must enclose Photostat copy of the exemption certificate issued by the compete

    authority in this respect.

    1.5 Tenderer should quote his/her/their rates on overall cost basis in percentage above or below (Bo

    in figure & word) over this mentioned in the bill of quantity issued by he authorized officer.

    1.6 In case the over all rates quoted by the tenderer is below the less 15% limit values then it will

    treated as unworkable & the tender may be treated as invalid.

  • 7/31/2019 AD_ID-45461-BOQ

    34/10234

    1.7 It will be obligatory for the tenderer to keep their office establishment fixed at a place in the sta

    of Jharkhand and communicated address and telephone No the authorities.

    1.8 Tenderer shall enclose photo state copy of her his their registration exemption certificate if any absence of which the tenders may not be considered.

    1.9 Sales tax, Income tax clearance certificate, Labour license & letter of Registration as Contractshould be submitted by the tenderers for work consisting more that 10,000/- otherwise the tende

    may be rejected.

    1.10 Competent Authority reserves the right to reject any or all the tenders received or to allot the wo

    to one or more contractors without assigning any reason.

    1.11 In case of successful tenderer, the amount of earnest money will be transferred towards a part

    the initial security deposit of 5% of the value of tender. Argumentation will be in the from N.S.C. (8th /6th issue) duly pledged to the Executive Engineer, R.C.D., Road Divisio

    Jamshedpur. The total security deposit will be 10% of the tendred amount and the remaining 5

    shall be recovered from the contractor by deduction from running account bills @ 5% of the totamount of each bill.

    1.12 The earnest money of successful tenderer which accompanies the tender will be forfeited in cathe tenderer denies to sign the agreement or contract or to deposit security money within 7 days

    being called upon to do so, after approval of tender by competent authority.

    If the contractors who are exempted from depositing E.M fail to deposit initial security monewithin 7 days of being called upon to do so or denies to sign the agreement all requisite sum

    money, will be forfeited by way of adjustment from any sum to be paid to him by the departme

    for other works including his security money & in addition he will be black listed and registratio

    will be cancelled.

    1.13 The NIT with general rules & special conditions will be a part of the contract documents.

    Executive Engineer

    RCD, Road Division, Jamshedpur

  • 7/31/2019 AD_ID-45461-BOQ

    35/10235

    CHAPTERII

    GENERAL RULES2.29 The complete tender with all its enclosures shall be enclosed in sealed envelope and delivered

    the addresses as mentioned in NIT. So as to reach one hour before the date and time as stipulatin N.I.T.

    2.30 The tendered should mention in his forwarding letter a list of all documents being submitted w

    the tender.2.31 The tender shall contain the full name, address of residence and place of business of person

    persons filling the tender. In case there is subsequent change in address it must be informed to t

    concerned E.E., S.E., and C.E. by registered post with A.D.2.32 All pages of tender document, general rules and special condition must be initialed at the botto

    left hand corner and signed wherever required in the tender paper by the tenderer or a perso

    holding power of attorney authorized to sign on behalf of tendered/partners before submission

    the tender.2.33 In the event of the tender submitted by a firm it must be signed by each partner there of and in t

    event of absence of any of the partners the power of attorney authorizing the person who will sig

    must be enclosed. All Signatures should be dated.2.34 No tenderer shall file tender for more than the one work in one sealed envelope tenderer desiro

    of submitting tender form more than the one work shall submit tender in separate sealed envelop

    for each work on appropriate and duly purchased B.O.Q. The name of the work should be clear

    written on the sealed envelope.2.35 The rates quoted by the tender shall be inclusive of Income tax. Sales tax, Royalty or any oth

    Provincial and Central taxes applicable at that time.2.36 The tenderer shall be presumed to have carefully examined the conditions of the contract a

    specification of the work, The tendered will also be deemed to have inspected the work site and

    have satisfied herself himself/ their selves independently as to the nature extent and practicabili

    of all works & required roads approach & other means of communication & access to the siavailable accommodations regards the land and buildings that may be required for tempora

    purposes in connection with the contract work and also availability of construction materia

    location of work site including its climate other geological characteristics, availability of skillesemi skilled, un-skilled labourers. The consequence of the lack of necessary knowledge will be

    the risk and cost of tenderer.2.37 Generally Ministry of Surface Transport, Govt. of India MORTH specification would be follow

    for the execution of work. Items of work, which are not covered by MORT & H specificatio

    R.C.D., Jharkhand specification will be followed.

    2.38 The tenderer will submit a work programme of the work with the tender.

    2.39 All labours are to be paid as per minimum wages Act in force and as revised from time to timduring the construction of work.

    2.40 The tenderer will provide labour huts drinking water, and medical facilities to labour as site a

    keep the site clean at his own cost.2.41 The tenderer must return all the tender papers duly signed on each page while submitting t

    tender failing which the same may be considered invalid.

    2.42 On receipt of written order from the concerned Executive Engineer the successful tenderer wfirst deposit the balance amount of initial security deposit (ISD) within the specified period

    seven day and the enter into agreement with the E.E. on the basis of the stipulation in the approve

    tender documents along with subsequent negotiation terms as mutually agreed upon before issue work order. Written order to commence the work shall be issued by the E.E. after acceptance

    agreement by the competent authority.

    Executive EngineerRCD, Road Division, Jamshedpur

  • 7/31/2019 AD_ID-45461-BOQ

    36/10236

    CHAPTERIII

    SPECIAL CONDITIONS. F2 CONTRACT

    3.1 These are special conditions, which from a part of F-2 contract system and prevail in a

    ambiguity/contradiction.

    3.2 The successful tenderer herein after-called contractor must maintain a site order book at each wo

    site, which will be produced when asked for by the departmental officers for needful. Any order

    instruction, assed on the site order book by the inspecting officer should be communicated to tSDO, E.E., S.E and concerned inspecting officers by J.E. The site order book may be submitted

    E.E. with running on account bills, if needed but that must be submitted with final bill.

    3.3 The contractor should always remain available at the work site but where ever it is not possible f

    him, he must appoint a representative for the purpose who would be duly authorized by contractto receive instructions and carry out instruction of departmental officers, and also to receive lette

    He may also delegate him any other power as he thinks fit but in every case he will infor

    immediately the concerned J.E., SDO and E.E regarding appointment of such representative alonwith his name and identity by regd. AD post.

    3.4 It the royalty clearance certificate for mineral used in the work in not produced with the bill by tcontractor, royalty will deducted by the department from the running bill at the rates prevailing

    time of execution of work to which the bill relates. Production of royalty clearance certifica

    along with the final bill of the work, failing which final bill will not be paid and for such nonpayment or delay in payment the whole and full responsibility will be of the contractor alone.

    3.5 The contractor shall furnish sufficient plant equipments & labour & shall work at such hours & shifts as may be necessary to maintain the progress schedule. The working and shift hours sh

    comply with all Govt. rules and Regulation in force from time to time during the entire period

    construction.

    3.6 The contractor shall make adequate arrangement for the safety of the labourers during execution the work. He will be responsible for any compensation and the same will have to be paid by him

    decided by the competent authority.

    3.7 The contractor should get the sample of all materials approved by the E/I before collecting for u

    in work. The sample in sealed glass jars shall be kept in the custody of the E/I.

    3.8 The contractor shall have to get tested the strength of cement concrete ( both plain & reinforce

    for each days casting as per IRC codes. Although achievements of the prescribed cube strength is

    must, concrete having lower value may be rejected or accepted with a suitably reduced rate undspecific orders of the competent authority. The cost of concrete cube moulds, curing, carriage

    cubes to and from the testing laboratory and all other incidental charges incurred in the regard sh

    be borne by the contractor.

    3.9 The contractor shall, if, required by the E/I, arrange to test materials portion of work at his owcost or prove their quality, soundness and sufficiency if after test, quality of materials appears to

    inferior or the portion of work is found to be defective or unsound, the contractor may be asked remove and or pull down and re-execute the same at his own cost or in case such defect is fou

    out by department to the soundness of the structure, he shall be paid at suitably reduced rates fitems of work involved in such work. The contractor shall bear all cost in thus regard.

    3.10 All rejected materials will have to be removed from the site by the contractor after their rejecti

    within seven days of E.Es notice in writing other wise E.E. may arrange to remove them in away he links fit and also recovery the cost from the contractor for such remove after lapse of seve

    days time.

    3.11 If the actual lead of materials like stone metal, stone chips, boulders, bricks and moorum etc

    round to be less than the lead provided in B.O.Q. than its payment will be made on proportionate

  • 7/31/2019 AD_ID-45461-BOQ

    37/102

  • 7/31/2019 AD_ID-45461-BOQ

    38/10238

    iii) Natural circumstances.

    iv) Any other circumstance which are beyond human control.

    3.28 Proportionate deduction shall be made from the bill of the contractors for less leads of materia

    like stone aggregates and moorum etc. from their sources of actual receipt in comparison to the

    provision in the bill of quantity but no extra payment will made for more leads if any involved.

    3.29 The contractor will have to establish a field laboratory for testing materials and works. Tcontractor shall, if required by the E/I, arrange to test the materials at site or get them tested

    recognized materials testing laboratories at his own cost to prove their soundness and sufficien

    as per specification laid down. The number of tests required for different items will be specified bE/I.

    3.30 Contractor has to maintain the road from the date of agreement till the date after six month frothe date of completion. During six month contractor have to rectify all the defects developed at h

    own cost. Contractor will be fully responsible regarding the quality and specification of the wor

    The work has to be durable.

    3.31 The contractor shall return empty bitumen drums to the department at PWD Godown at their own

    cost In case of loss of empty drums, the cost will be recovered from the contractor @ Rs. 140/Perdrum.

    Executive Engineer

    RCD, Road Division, Jamshedpur

  • 7/31/2019 AD_ID-45461-BOQ

    39/10239

    TENDERERS ARE REQUIRED TO QUOTE THEIR RATES IN FOLLOWING MANNER

    Name of Work :- B.O.Q. fo r the Work o f Ord ina ry Repa i r to AsanbanP a t a m d a R o a d i n K m 1 s t , 4 t h , 1 1 t h 1 4 t h , 1 5 t h , 1 6 t h , 1 9 t

    &2 0 t h fo r t h e Ye a r -2 0 1 1 -2 0 1 2

    1) % Percent Above on the estimated rate as written in bill of quantity

    2) % Percent Below on the estimated rate as written in bill of quantity

    3) On estimated rate as written in bill of quantity

    (Strike out the items which are not applicable) Signature of Tenderer

    TENDERERS ARE REQUIRED TO FURNISH THE FOLLOWING INFORMATION

    1. Name and address of the tenderer :

    2. S.T. & I.T.C.C attached

    3. E.M. deposited & N.S.C./Pass Book attached

    4. Registration No. and Date

    5. Time of Completion6. Condition, if any

    7. Letter of registration as contractor attached

    8. Labour license attached

    9. Authorized and valid certificates (s) regarding the ownership of road Construction

    & Earth Moving Machineries in working condition attached for :

    a) Hot Mix ___________ Nos.

    b) Paver ___________ Nos.

    c) Tipper ___________ Nos.

    d) Diesel Road Roller ___________ Nos.

    e) Tar Boiler ___________ Nos.f) Earth Moving Machine ___________ Nos.

    ( For Tendered offering to use his/her/their own road Construction & Earth Moving

    Machineries as per clause 1.16 to 1.20 of NIT )

    Tenderer

  • 7/31/2019 AD_ID-45461-BOQ

    40/10240

    Ordinary Repair of Dhalbhumgarh-Link Road in k.m. 1,2(200m) forthe

    Year 2011-12D) Earnest Money :- Rs. 69548.00 Date of Tender - 18.10.2011b) Time of Completion :- 25.03.2012

    c) Cost of B.O.Q. :- Rs. 500.00

    d) Earnest Money :- Rs. 1400.00

    Sl.No. Particulars

    Quantity Unit

    RateIn figure In word

    1 2 3 4 5 6

    1 Providing stone matel grade II (63mm to 45mm size) with stonescreening materials type-B(11.2mm size) in road embankment inproper grade, camber or super elevation laid loose in thickness(1.33 times the desired completed thickness) compacted by roadroller with cost of water, all leads and lifts including higher chargeof road roller, all compacted as per specification and direction ofE/I.Without depreciation and major repair.

    8.865 M3 1204.25

    Rupeesone

    thousandtwo

    hundredfour &paisa

    2 Providing stone metal grade-III (53 mm to 22.4 mm size) with stonemetal screening materials type-B (11.2 mm size) in roadembankment in proper grade, camber or super elevation laid loosein thickness (1.33 times the desired completed thickness)compacted by road roller with cost of water, all leads and liftsincluding higher charge of road roller, all complete as perspecification and direction of E/I.Hire charge of road roller without depreciation and major repair.

    19.424 M3 1237.17

    Rupeesone

    thousandtwo

    hundredthirty

    seven &paisa

    3 Providing 20 mm. thick open graded premix carpet over WBMsurface in proper grade, camber or super elevation with stonechips of 12 mm and 10 mm size in ratio of (2:1) @ 0.27 M3 andbitumen @ 24.6 kg. including tack coat @ 10kg. All per 10M2surface including cost of heating the aggregate and bitumen torequired temperature with cost of fuel, cleaning the surfaceproperly with iron brush and broom, rolling, providing light, barrier,danger signal and chowkidar, carriage of bitumen drums up to 8k.m. lead from godown to work site and returning the empty drumin good condition to the godown and higher charge of road roller allcomplete as per specification and direction of E/I. Higher charge ofroad roller without depreciation and major repair.

    183.46 M2 149.51

    Rupeesonehundred

    forty nine &paisa fifty

    one.

    4 Providing liquid seal coat type "B" over open graded premix carpetwith bitumen @ 6.8 kg. per 10 M2 and clean granular sand or finegrit @ 0.06 M3 per 10 M2 surface incliding cost of heating theaggregate and bitumen to require temperature with cost of fuel,cleaning the surface properly with iron brush and broom, rolling,providing light, barrier, danger signal, chowkidar carriage ofbitumen drums up to 8 k.m. lead from godown to work site andreturning the empty drum in good condition to the godown andhigher charge of road roller all complete as per specification anddirection of E/I. Hire charge of road roller without depreciation andmajor repair.

    183.46 M2 36.99

    Rupeesthirty six &paisa ninty

    nine.

    Total

    5Labour cess @ if 1% of estimeted cost exception C.P i.e onRs. 62656.75

  • 7/31/2019 AD_ID-45461-BOQ

    41/102

  • 7/31/2019 AD_ID-45461-BOQ

    42/10242

    PUBLIC WORKS DEPARTMENT (ROAD)ROAD DIVISION, JAMSHEDPUR

    NOTICE INVITING TENDER (N.I.T.)

    CHAPTER-1

    Sealed tender on approved Bill of quantity to be eventually drawn in PWD form No F2 will

    be received from Registered illegible PWD/RCD contractors of appropriate category up to 15:00 PM 18.10.2011 at Executive Engineer, R.C.D., Road Division, Jamshedpur for the work Ordinary repair

    Jamshedpur-Hata Road (0 to 18.1 km.) 2011-12 of an estimated cost of Rs 8,99,128.00 which will opened on 18.10.2011 at 15:30 PM by the Executive Engineer, R.C.D., Road Division, Jamshedpur. T

    tenderers or their authorized agent who ever desire may remain present at the time of opening of tender o

    the above said office.

    The work is to be completed in all respects in calendar month from the date of written order

    to commence the work. Th