`
1
MORMUGAO PORT TRUST ENGINEERING CIVIL DEPARTMENT
e-TENDER No. CE/26/2018 Tender Notice No.CE/N-25/2018
e- TENDER
FOR
“Resurfacing of Berth No.10&11 with bituminous asphalt
Concrete”.
.”
https://eprocure.gov.in/eprocure/app
Last date & Time for uploading
15.00 hrs on 31.07.2018
`
2
MORMUGAO PORT TRUST
ENGINEERING CIVIL DEPARTMENT
e- PORTAL NOTICE INVITING ONLINE TENDER
e - TENDER NO: CE/26/2018
e – Tender for
“Resurfacing of Berth No.10&11 with bituminous
Asphalt Concrete”.
Last date & Time for uploading
15.00 hrs on 31.07.2018
Further details http://eprocure.gov.in/eprocure/app
CHIEF ENGINEER
------------------------------------------------------------------------------------------------------
`
3
MORMUGAO PORT TRUST
ENGINEERING (CIVIL) DEPARTMENT
TENDER NO.CE/26/2018
Sub: “Resurfacing of Berth no.10&11 with bituminous asphalt Concrete”.
COVER NO. 1 (TECHNICAL BID)
1. Instructions for Online Bid Submission
2. Notice Inviting online Tenders (NIOT)
3. Electronic Payment System Mandate Form
4. Form of Tender
5. Appendix – I.
6. Joint Venture
7. Joint Venture Partner Information Form
8. Additional Instructions to Tenderers.
9. Additional special instructions of Contract.
10. Technical Specifications
11. Scope of work
12. Directions to Tenderers for filling in the Schedule of quantities & rates
13. Form of bank guarantee bond
14. Vendor Registration Form
15. Proforma for GST Details
16. BOQ for view only
COVER NO. 2 (PRICE BID)
1. Schedule of Quantities & Rates
MORMUGAO PORT TRUST,
ENGINEERING CIVIL DEPARTMENT,
MAIN ADMINISTRATIVE OFFICE BLDG, HEADLAND, SADA, GOA.
`
4
Instructions for Online Bid Submission
The bidders are required to submit soft copies of their bids electronically on the CPP Portal, using valid Digital Signature Certificates. The instructions
given below are meant to assist the bidders in registering on the CPP Portal,
prepare their bids in accordance with the requirements and submitting their bids online on the CPP Portal.
More information useful for submitting online bids on the CPP Portal may be
obtained at: https://eprocure.gov.in/eprocure/app.
REGISTRATION
1) Bidders are required to enroll on the e-Procurement module of the Central
Public Procurement Portal (URL: https://eprocure.gov.in/eprocure/app) by
clicking on the link “Online bidder Enrollment” on the CPP Portal which is
free of charge.
2) As part of the enrolment process, the bidders will be required to choose a
unique username and assign a password for their accounts.
3) Bidders are advised to register their valid email address and mobile
numbers as part of the registration process. These would be used for any
communication from the CPP Portal.
4) Upon enrolment, the bidders will be required to register their valid Digital
Signature Certificate (Class III Certificates with signing key usage) issued by
any Certifying Authority recognized by CCA India (e.g. Sify / nCode /
eMudhra etc.), with their profile.
5) Only one valid DSC should be registered by a bidder. Please note that the
bidders are responsible to ensure that they do not lend their DSC’s to others
which may lead to misuse.
6) Bidder then logs in to the site through the secured log-in by entering their user ID / password and the password of the DSC / e-Token.
SEARCHING FOR TENDER DOCUMENTS
1) There are various search options built in the CPP Portal, to facilitate
bidders to search active tenders by several parameters. These parameters
could include Tender ID, Organization Name, Location, Date, Value, etc. There is also an option of advanced search for tenders, wherein the bidders
may combine a number of search parameters such as Organization Name,
Form of Contract, Location, Date, Other keywords etc. to search for a tender
published on the CPP Portal.
2) Once the bidders have selected the tenders they are interested in, they
may download the required documents / tender schedules. These tenders
can be moved to the respective ‘My Tenders’ folder. This would enable the CPP Portal to intimate the bidders through SMS / e-mail in case there is any
corrigendum issued to the tender document.
`
5
3) The bidder should make a note of the unique Tender ID assigned to each
tender, in case they want to obtain any clarification / help from the
Helpdesk.
PREPARATION OF BIDS
1) Bidder should take into account any corrigendum published on the tender
document before submitting their bids.
2) Please go through the tender advertisement and the tender document carefully to understand the documents required to be submitted as part of
the bid. Please note the number of covers in which the bid documents have
to be submitted, the number of documents - including the names and content of each of the document that need to be submitted. Any deviations
from these may lead to rejection of the bid.
3) Bidder, in advance, should get ready the bid documents to be submitted as indicated in the tender document / schedule and generally, they can be in
PDF / XLS / RAR / DWF/JPG formats. Bid documents may be scanned with
100 dpi with black and white option which helps in reducing size of the
scanned document.
4) To avoid the time and effort required in uploading the same set of
standard documents which are required to be submitted as a part of every bid, a provision of uploading such standard documents (e.g. PAN card copy,
annual reports, auditor certificates etc.) has been provided to the bidders.
Bidders can use “My Space” or ‘’Other Important Documents’’ area available to them to upload such documents. These documents may be directly
submitted from the “My Space” area while submitting a bid, and need not be
uploaded again and again. This will lead to a reduction in the time required for bid submission process.
Note: My Documents space is only a repository given to the Bidders to ease the uploading process. If Bidder has uploaded his Documents in My
Documents space, this does not automatically ensure these Documents
being part of Technical Bid.
SUBMISSION OF BIDS
1) Bidder should log into the site well in advance for bid submission so that they can upload the bid in time i.e. on or before the bid submission time. Bidder will be responsible for any delay due to other issues.
2) The bidder has to digitally sign and upload the required bid documents one by one as indicated in the tender document.
3) Bidder has to select the payment option as “offline” to pay the tender fee / EMD as applicable and enter details of the instrument.
4) Bidder should prepare the EMD as per the instructions specified in the
tender document. The original should be posted/couriered/given in person
to the concerned official, latest by the last date of bid submission or as specified in the tender documents. The details of the DD/any other accepted
`
6
instrument, physically sent, should tally with the details available in the
scanned copy and the data entered during bid submission time. Otherwise the uploaded bid will be rejected.
5) Bidders are requested to note that they should necessarily submit their
financial bids in the format provided and no other format is acceptable. If the price bid has been given as a standard BoQ format with the tender
document, then the same is to be downloaded and to be filled by all the
bidders. Bidders are required to download the BoQ file, open it and complete the white coloured (unprotected) cells with their respective financial quotes
and other details (such as name of the bidder). No other cells should be
changed. Once the details have been completed, the bidder should save it and submit it online, without changing the filename. If the BoQ file is found
to be modified by the bidder, the bid will be rejected.
6) The server time (which is displayed on the bidders’ dashboard) will be
considered as the standard time for referencing the deadlines for submission
of the bids by the bidders, opening of bids etc. The bidders should follow this
time during bid submission.
7) All the documents being submitted by the bidders would be encrypted using PKI encryption techniques to ensure the secrecy of the data. The data
entered cannot be viewed by unauthorized persons until the time of bid
opening. The confidentiality of the bids is maintained using the secured Socket Layer 128 bit encryption technology. Data storage encryption of
sensitive fields is done. Any bid document that is uploaded to the server is
subjected to symmetric encryption using a system generated symmetric key. Further this key is subjected to asymmetric encryption using buyers/bid
opener’s public keys. Overall, the uploaded tender documents become
readable only after the tender opening by the authorized bid openers.
8) The uploaded tender documents become readable only after the tender
opening by the authorized bid openers.
9) Upon the successful and timely submission of bids (i.e. after Clicking “Freeze Bid Submission” in the portal), the portal will give a successful bid
submission message & a bid summary will be displayed with the bid no. and
the date & time of submission of the bid with all other relevant details.
10) The bid summary has to be printed and kept as an acknowledgement of the submission of the bid. This acknowledgement may be used as an entry
pass for any bid opening meetings.
ASSISTANCE TO BIDDERS
1) Any queries relating to the tender document and the terms and conditions contained therein should be addressed to the Tender Inviting Authority for a
tender or the relevant contact person indicated in the tender.
2) Any queries relating to the process of online bid submission or queries
relating to CPP Portal in general may be directed to the 24x7 CPP Portal Helpdesk.
`
7
MORMUGAO PORT TRUST
ENGINEERING CIVIL DEPARTMENT
NOTICE INVITING ONLINE TENDERS (NIOT)
Details about tender:
Tender inviting CHIEF ENGINEER, MORMUGAO PORT TRUST
e - Tender No.
CE/26/2018
Name of Work e – tender for: “Resurfacing of Berth No.10&11 with bituminous
asphalt Concrete”.
Estimated Cost Rs.2,44,06,895.00
Bidding Type Open (e-tender mode only)
Bid Call (Nos.)
One
Tender Currency Settings
Indian Rupee (INR)
Joint Venture Not Allowed
Tender Cost Rs.5,000/- Mode Of
Payment:
e-payment and in the form of
DD/Cash
EMD Cost Rs.2,45,000/-
Payment of
Tender Fee &
EMD
The Tender fee and EMD shall be paid in e-payment
mode or by Demad Draft/Cash, before the due date and time of the tender. Mode of Payment towards
Tender Cost, & Earnest Money Deposit (EMD) can be
paid online through e-Payment mode or DD/Cash i. National Electronic Fund Transfer (NEFT) /
Real-Time Gross Settlement RTGS). Tenderer
requires download pre-printed Challan towards credit of MPT and make its payment through
any of their Bank. UTR no. to be made
available alongwoth the tender documents for
the proof of submission of tender cost and EMD failing which their tender will not considered
for evaluation.
ii. Internet Payment Gateway (Debit/ Credit
Card of type VISA, MASTERCARD or RuPay.
iii. Net Banking: Payment can be made
through the Internet Banking of Any Bank.
`
8
iv. Bank details are given in the next page and
NEFT/RTGS to be used for that account only.
v. Proof of payment made has to be enclosed with
the tender such as UTR details,/ Demand Draft details/ cash receipt received from MPT
Note: Any Payments made through NEFT/RTGS will
take 24 hours for its reconciliation. Hence the payments through NEFT/RTGS should be made at
least TWO BANK WORKING DAYS in advance before
any due date and upload the scanned copy of
challans in the e-Tender website as a token of payment .
Security Deposit 5 % of the contract value to be deposited through bank
guarantee/banker’s check/Demand Draft within the period of 14 days from the date of issue of letter of
intent/purchase order.
In addition 10% of work done from each running bills will be deducted towards the retention money to the
limited @5% of contract value.
Contract Period 45 days.
`
9
Qualifying
Criteria :
PRE-QUALIFICATION CRITERIA /BIDDING
CONDITION PRE-QUALIFICATION CRITERIA /
BIDDING CONDITION
i) The Average Annual Financial Turnover during the
last Three (3) years ending 31st March 2017 should
be at least INR Rs.73,22,068/-. Certified Auditors report, for the years 2014-15, 2015-16 and 2016-17
including relevant Profit & Loss a/c and Balance
Sheet.
ii) The Tenderer should have experience in ‘Similar
Works’ during last 7 years ending 31st March 2017
should be either of the following:-
a) Three similar completed work of contract
value not less than Rs.97,62,758/- each (OR)
b) Two similar completed works of contract
value not less than Rs. 1,46,44,137/- each (OR)
c) One similar completed works of contract
value not less than Rs.1,95,25,516/- each
Similar works means “work carried out for hot mix
bituminous macadam or bituminous concrete” at
Railways/ Public Sector Govt. Undertakings/ State Governments / Private Sector/ Port Authorities.
(iii) In support of above Technical Criteria tenderer shall have to submit documents such as Completion
certificates from the clients wherein completion amount,
date of commencement, date of completion and extension of time if any duly certified by Notary for last
seven years.
Pl Note: The Tenderers shall enclose the copy of Annual Financial Turnover for the year 2014-15 , 2015-16
and 2016-17 (certified copies of P&L a/c and
Balance Sheet), Work Order copies for similar works, successful Completion Certificates from clients
indicating the date of completion, vaue of work done,
etc.
Date & Place of
Pre-Bid Meeting
23/07/2018 at 15.00 Hrs.
Conference Room,
Office of the Chief Engineer,
Mormugao Port Trust,
A.O. Bldg., Headland Sada, Goa - 403 804.
A Training session for the Tenderers on e-tender is
`
10
arranged on 23/07/2018 at 14.30 hrs at the above
venue.
Last Date & Time for uploading
31.07.2018 uploading up to 15.00 Hrs
Bid Opening Date
Techno-commercial Bid (Cover-I) will be opened on ---01.08.2018 at 15.30 Hrs. Date of opening of price bid
shall be notified after scrutiny and evaluation of
Techno-commercial Bid.
Bid Validity 120 days from the last date fixed for receiving the tender.
Online
Documents required to be
submitted by
scanning
a. Copy of documents viz. Work Order, Completion
certificate with performance, Financial Turnover, Auditor’s report, Balance sheet, P/L account statement
etc. Financial Turnover Certificate.
b. Entire Tender document
Address for
communication:
Chief Engineer,
Office of Chief Engineer,Civil Engg. Dept.,
Mormugao Port Trust,
A.O. Bldg, Headland Sada,
Mormugao, Goa – 403804.
Contact Details For Tender related queries --- Phone :0832 – 2594605
/ 2594610;
For e-Tendering help contact:
The Help Desk will be your first point of contact at NIC.
Telephone: For any queries, please call 24 x 7 Helpdesk No.: 0120-4200462, 0120-4001002, 0120-
4001005, 0120-6277787
Email: Kindly send your Technical queries to cppp-
Note: Bidders are requested to kindly mention the URL of the Portal and Tender Id in the subject
while emailing any issue with the Contact details.
For any issues/ clarifications relating to the
tender kindly contact
Email: [email protected]
Website http://eprocure.gov.in/eprocure/app
Format and Signing of Bid
The Price Bid to be submitted on-line shall be signed digitally by a person or persons duly authorized to sign on behalf of the Bidders.
The Bid shall contain no alternations additions, except those to comply with instructions issued by the Employer.
`
11
MORMUGAO PORT TRUST ENGINEERING (CIVIL) DEPARTMENT
TENDER NOTICE NO. CE/N-25/2018
Sealed tenders in two cover system are invited on Percentage Rate Basis from the contractors Registered with Engineering Civil Department (MPT)/PWD/CPWD/ Railways/ Central/State Govt., GSIDC, etc. Unregistered Contractors also can apply for tender subject to fulfilling the Eligibility criteria and the conditions given below.
Sr. No.
Tender No.
Name of work Cost of tender document (non refundable) By E-Payment
Estimated cost of work put to tender
E-tender from and to
Class of contractor eligible to tender
Estimated cost of work put to tender
Earnest money deposit by
E-Payment
Period of contract
Date of opening of tender
1
CE/26/2018
“Resurfacing of Berth no.10&11 with bituminous
asphalt Concrete”
Rs.5,000/-
Rs.2
,44,0
6,8
95.0
0
18/07/2018
to
31/07/2018 uploading up to
15.00 hrs
As per eligibility criteria
stipulated below
Rs.2,44,06,895.00
Rs.2,45,000/-
45 days
01/08/2018
Opening at 15.30 Hrs
`
12
1. Eligibility Criteria.
(A) Financial Criteria The average annual turnover during the last three years ending 31st
March 2017 of the tenderer should be at least Rs.73,22,068/-.
(B) Technical Criteria The firm shall have successfully completed the similar works during
the last seven years ending 31st March, 2017 either of the following
i) Three similar works each costing not less than Rs.97,62,758/- each
or
ii) Two similar works costing not less than Rs.1,46,44,137/-each
or iii) One similar work costing not less than Rs.1,95,25,516/- each
Similar works means “work carried out for hot mix bituminous
macadam or bituminous concrete” at Railways/ Public Sector Govt.
Undertakings/ State Governments / Private Sector/ Port Authorities.
Note : The Tenderer shall upload following specific document for fulfilling the
eligibility criteria along with documentary proof for
a) Financial Criteria- Profit & Loss account, Income tax Returns/
Audited statement of Accounts duly authenticated by Chartered
Accountant.
b) Technical criteria- Copy of work orders and performance/completion
certificate for the works carried out on similar works stating clearly the
year of execution of work and the quantum of work.
2. E-tender consisting of the Tender Notice, Additional Instructions to
Tenderers, Special Conditions of Contract, Schedule of Quantities and
Rates and Form of Tender may be uploaded with e-payment or Demand draft/cash of Rs.5,000/- towards the tender cost which sum will not be
refunded.
A printed set (Vol-I) issued to the contractors contains instructions to
tenderers, General and Special Conditions of Contract, General
Specifications forms an integral part of the tender documents.
3. E-Tender along with required documents to be uploaded online.
4. The proposed work mainly comprises of :
1. Providing and applying Tack Coat with straight run bitumen of
grade 80/100 @ of 6Kg/10 sq.m over existing concrete top etc. 2. Providing and laying dense graded Bituminous Macadam (60mm
thick average).
`
13
3. Providing and applying Tack Coat with straight run bitumen of
grade 80/100 @ of 3.75 Kg/ 10sq.m on the prepared Bituminous
surface etc.
4. Providing and laying dense graded bituminous concrete (40mm
thick average).
NOTE : The above works shall be carried out under the supervision and to
the entire satisfaction of the Chief Engineer or his representative.
5. The Earnest Money Deposit (E.M.D.) payable in respect of the tender is
Rs.2,45,000/- (Rupees Two lakhs Forty Five thousand only), and
E.M.D should be paid on e-payment basis or Demand Draft/Cash.
a) E.M.D. of the Tenderers excepting first three lowest tenders will be refunded
to Contractors. Contractors are requested to contact the Asst. Executive
Engineer (Accts), Chief Engineer’s Office. Main Administrative Office, Mormugao Port Trust for claiming such refund along with copy of original
receipt issued by this office.
b) Contractors may submit the following information in order to refund the EMD’S/Bank Guarantee/ Security Deposit/ Retention Money, payments of
bills etc.
Name of Bank. Place.
Account No.
Type of Account PAN.
EPF No.
ESIC No GST Registration
WCT registration
No fresh correspondence in this regard will be made.
c) EMD of the other tenders i.e. any two among the first three lowest Tenders
will be refunded to them only after acceptance of work order by successful tenderer. E.M.D. of successful contractor will be retained towards Security
Deposit.
d) Security Deposit: 5 % of the contract value to be deposited through bank guarantee/banker’s check/Demand Draft within the period of 14 days from
the date of issue of letter of intent/purchase order.
e) Retention money at 10% of work done to be deducted from the running
account bills at 10% of each running bill till the entire security deposit of
5% of value of contract are recovered. However, the contractor will have the
option to convert the Retention Money so deducted from the bills into acceptable Bank Guarantee (s) at any stage(s) of the work.
`
14
f) The entire amount of 10% of the value of the contract may be paid in
Demand Draft /Pay Order or in the form of Bank Guarantee at the time of
acceptance of tender.
Note:
i) The Bank Guarantee of 10% of the Contract Price as Security Deposit will be valid till the completion of the defect liability period plus one
month.
ii) The Retention Money of 5% of the Contract Price along with Security
deposit will be released only after completion of defect liability period.
In case the Tenderer desire to quote premium of cost of work put to tender more than 15%, the Tenderer will have to give the rate analysis
for any or all the item of work on demand.
6. Conditional tenders are liable for rejection
7. Tenders submitted will remain open for acceptance for a period of 120 days from the date of opening of tenders.
8. Completion period for the subject work is Two (03) months from the date
of receipt of pre-acceptance letter/work order or release of site whichever is later.
9. Counter conditions stipulated in completion period by Contractor will not be considered. Tenders with counter condition are likely to be rejected
summarily without assigning any reason thereof.
10. Time is the essence of the contract and work has to be completed on
given time.
11. The tenderers are strongly advised to inspect the site of work and
acquaint themselves with site conditions, nature and quantum of work
involved etc. before tendering. Such an inspection can be arranged in
consultation with the Assistant Engineer/ GCB Tel. No. 2594637.
12. All query related to if any to be get informed prior to uploading of
tender.
14. The Tenderers must not quote counter conditions involving extra
expenditure. The Tenderers should refrain from sending revised or amended offers after the closing date of the tender. The Chief Engineer reserves the
right to reject such offers without assigning any reasons thereof.
17. The signed copy of unloaded E-tender “Resurfacing of Berth
no.10&11 with bituminous asphalt Concrete” to be submitted
immediately after receipt of the e-mail addressed the Chief Engineer, Engineering (Civil) Department, Mormugao Port Trust Headland. Sada,
Goa-Pin: 403804.
`
15
16. The Chief Engineer and Board of Trustees reserve the right to reject any
or all the tenders received without assigning any reasons thereof.
17. Unsigned tenders will not be considered.
18. Sales Tax, Income Tax etc. as applicable from time to time shall be deducted from the amount payable to the Contractor at source. Under no
circumstances taxes so deducted shall be reimbursed to the contractor.
19. The Contractor should comply with the provision of the Building and
Construction Workers (Regulation of Employment and Conditions of
Service) Act, 1996.and EPF & ESI relevant Act.
20. Further details can be had from the office of the undersigned at the New
Administrative Office Building of MPT at Headland, Sada.
21. GST registration for the bidder is mandatory. Bidder has to enclose attested
copy of GST Registration no along with the Tender. GST has to be claimed
extra as applicable while submitting the Bill/bills.
22. Unregistered Venders under GST have to submit Declaration that GST is
not applicable to him, due to turnover of less than 20 Lakhs.
.
CHIEF ENGINEER
`
16
MORMUGAO PORT TRUST
ENGINEERING (CIVIL) DEPARTMENT
TENDER NO.CE/26/2018
Sub: “Resurfacing of Berth no.10&11 with bituminous asphalt Concrete”.
ELECTRONIC PAYMENT SYSTEM MANDATE FORM
The details for processing the payment through RTGS as
below:-
Name of the Beneficiary MORMUGAO PORT TRUST GENERAL ACCOUNT
Address of Beneficiary with PIN
Code
Administrative Office Building,
Headland Sada, GOA - 403804
PAN Number AAALMO293P
Name & Mobile Number of
responsible person
MILIND DESSAI / 9823082682
Name of the Bank and Branch STATE BANK OF INDIA, Harbour
Branch
Bank Telephone No. 0832-2520212
Address of the Bank STATE BANK OF INDIA MORMUGAO HARBOUR,
GOA – 403803
MICR Code of the Bank 403002024
IFSC Code No. SBIN0002164
Type of Account and Branch
Code
Current Account / Branch Code:-
002164
Account number of the Bank 10438017048
MPT GENERAL ACCOUNT
Beneficiary E-mail ID [email protected]
`
17
MORMUGAO PORT TRUST
ENGINEERING (CIVIL) DEPARTMENT
TENDER NO.CE/26/2018
Sub: “Resurfacing of Berth no.10&11 with bituminous asphalt Concrete”.
FORM OF TENDER The Chief Engineer,
Mormugao Port Trust.
Headland Sada, Goa
I/We ___________________________________________________ do hereby offer to
execute the work comprised in the annexed Tender Notice “Resurfacing of
Berth no.10&11 with bituminous asphalt Concrete” in strict accordance with the instructions to Tenderers, additional special instruction, General
conditions of Contract, Scope & Specifications, additional general conditions
of contract etc. and Addendum to Specifications, Special Conditions of Contract etc. at the percentage rate entered in the attached Schedule of
Quantities and Rates.
2. I/We undertake the work included in the Schedule of Quantities and
Rates with the Contract period of 45 days from the date of receipt of work
order. I/We also agree that this tender will remain open for acceptance until disposed off by the Trustees of Port of Mormugao. I/We have independently
considered the question of the amount of loss or damage likely to result to
the Trustees from the delay on my/our part in the performance of the
contract and I/We agree that the Penalty mentioned in GCC of the contract
is a fair estimate of the loss likely to result from the default.
3. I/We made e-payment/Demand Draft/Cash of sum of Rs.2,45,000/- (Rupees Two lakhs Forty Five thousand only), earnest money as proof of
my/our willingness to enter into the contract if my/our tender is accepted.
4. In the event of my/our tender being accepted, I/We agree to enter into
a contract in the prescribed form with such alterations or additions thereto
which may be necessary to give effect to the acceptance of this tender and such contract shall contain and give full effect to the Specifications,
Schedule of Quantities and Rates attached to this tender
5. I/We also, agree if awarded the contract that bank guarantee towards the Security Deposit will be submitted to Port within 14days from the date of
release of purchase order etc.
`
18
6. I/We further agree, if awarded the contract, to lodge the Retention
Money equivalent to 10% of the contract price of my/our tender by way of
deductions from my/our bills at the rate of 10% of the gross value of work certified in each bill till the amount of 5% of the contract price is
accumulated.
7. I/we agree to abide by this tender to be valid for the period of 120 days
from the date fixed for receiving/opening the same and it shall remain
binding upon me / us and may be accepted any time before the expiration of that period.
8. I/we hereby certify that my / our registration certificate under the ‘Goa Sales Tax’ on the transfer of property in goods involved in the execution
of Works Contract Act.1985 is in force on the date on which the sale of goods
specified in this bill/cash Memorandum is made by me/us and tax under
the act will be, if payable, be paid before furnishing my/our returns under the act.
9. I/We hereby agree for deduction of 5% of gross value of work certified in each bill from the amount payable to me/us towards Works Contract
Tax(WCST) and VAT/Education Cess or any other taxes applicable.
10. I/We have inspected the site and I am/We are fully aware of the work
to be carried our while tendering for the contract.
11. *(A) Mine is a proprietary firm and I am the sole proprietor of the firm.
My firm is/is not registered with Registrar of firms.
Name: ________________________________________________
Age: ___________ years *(B) Ours is a partnership firm and the names of all major partners are given below: Name Age 1._____________________________________ _______ years 2. ____________________________________ _______ Years 3. ____________________________________ _______ Years 4. ____________________________________ _______ Years We understand and confirm that if our offer is accepted, the contract will be entered into with the above-mentioned partners only and the Trustees will not recognize or deal with any minor partners or their guardians.
*(C) Ours is a Company with liability and a copy of our Memorandum and
Articles of Association will be sent for perusal upon acceptance of our
offer.
Proposed contract is intended to be signed by a duly constituted
Attorney and original power of Attorney in his favour will be submitted for perusal immediately on acceptance of the tender.
The contract will be completed under the Company’s Common Seal.
`
19
13. The Bank’s Guarantee referred to in Para No.5 above will be from
**_______________________________________
14. I/We am/are registered for the purpose of Goa Sales Tax Act and
my/our registration Certificate No. is ________________________
15. The name and address of our Banker is ** ________________________
16. I/we understand that the Board is not bound to accept the lowest or
any tender you may receive and may reject the same (the lowest) or any other
tender without assigning any reason therefore.
17. “I have read and understood the General Conditions and Specification
of the work which are printed in Volume –I supplied to me by the
Department which will form a part of tender and this shall remain binding
on me ‘’.
18. I /we have enclosed herewith the following documents as required
under instructions to Tenderers:-
a) Organization Chart/List of staff to be deployed on the job
b) Bar chart for the work d) List and description of main plant and equipments
proposed to be used on this work.
NAME AND ADDRESS OF TENDERER:-
__________________________________
_____________________________
__________________________________ SIGNATURE OF TENDERER __________________________________
________________________________
Witness: - _________________ Date: _______________ Day of __________ 2018
Witness: - _________________
Witness: - _________________
N.B.: * Strike out whichever is not applicable.
** Here the Name of the Bank should be stated.
Form of tender to be downloaded and to be signed, stamped on each
page, scan the documents and upload online along with the E-Tender.
`
20
MORMUGAO PORT TRUST
ENGINEERING (CIVIL) DEPARTMENT
TENDER NO.CE/26/2018
Sub: “Resurfacing of Berthno.10&11 with bituminous asphalt Concrete”
APPENDIX - I
The following Clauses shall be read in conjunction with respective
clauses of General Conditions of Contract.
S.N. Particulars Details
1. Amount of Security Deposit and
time
Bank guarantee of 5% of
contract price till the defect
liability period
2. Period for commencement from
the Chief Engineer’s orders to
commence.
Within three days
3. Time of Completion 45 days
4. Amount of liquidated damages. Calculated at 0.5% value of the
contract per week of seven days,
or part thereof subject to a ceiling of 5% value of the
contract.
5. Period of maintenance. 12 months
6. Percentage of retention from each
running account bill
10%. Of contract value
7. Limit of Retention Money 5% value of the contract.
8. Total Security Deposit and
Retention Money.
10% value of the contract.
9. Minimum amount of interim Certificate.
Rs.50.00 Lakhs
10. Time within which payment to be
made after contractor’s submission of the bill.
100% within 5 days of
submission of bill in quadruplicate with Engineers
certification.
11. Mobilisation advance Not applicable to this contract.
12. Interest rate on Mobilization advance
Not applicable to this contract.
`
21
S.N. Particulars Details
13. Mode of recovery of Mobilization
advance
Not applicable to this contract
14. Variation in price of labour and materials
Not applicable to this contract
15. Arbitration Not applicable to this contract
16. Minimum amount of third party insurance
5% of the tender amount
Dated this ________________________ day of ______________________ 2018 Signature ___________________ in the capacity of
__________________________________________duly authorized to sign tender for
and on behalf of ______________________________.
(IN BLOCK LETTERS)
Tenderer Name and Address: ______________________________
______________________________
______________________________
Witness: _______________ _____________________
Occupation: _____________________ _____________________
`
22
MORMUGAO PORT TRUST
ENGINEERING (CIVIL ) DEPARTMENT
TENDER NO.CE/26/2018
Sub: “Resurfacing of Berthno.10&11 with bituminous asphalt Concrete”
JOINT VENTURE
1 The number of members in the Joint Venture (JV) shall be restricted to two. 2 Lead member of the JV shall have equity share of minimum 51% and
maximum 74%. Lead member shall satisfy Financial and Technical criteria
specified in the tender. 3 All the members of the joint venture shall be, jointly raise the finance whenever
required and jointly responsible for the liability, during the bidding process and
for the execution of the contract in accordance with the contract terms, and a
statement to this effect shall be included in the authorization or memorandum
of understanding or joint venture Agreement. The bid shall be signed so as to
legally bind all the members, jointly or severally. 4 Bids submitted by a joint venture (JV) shall comply with the following
requirements:
a) A copy of the Joint Venture Agreement (JVA) entered into by the partners shall be submitted with the bid. JVA shall include among other things, the
Joint Venture’s objectives, the proposed management structure, the
contribution of each partner to the Joint Venture operation, the
commitment of the partners to joint and several liability for due
performance, recourse / sanctions within the Joint Venture in the event
of default or withdrawal of any partner and arrangements for providing
the required indemnities.
b) The most experienced partner will be the Lead Partner and nominated
as the partner- in-charge; in pursuance to Clause 2 and this
authorisation shall be evidenced by submitting a power of attorney
signed by the legally authorised signatories of all the partners. The most
experienced partner/Lead Partner will be the one defined as such in the
communication approved the pre-qualification.
c) The most experienced partner/Lead Partner of the joint venture will
provide suitable experienced personnel at site for the purpose of
general planning, site management and plant operations, during the
whole period of contract execution and a statement to this effect should
be included in the Joint Venture Agreement.
d) The bid, and in the case of the successful bidder, the Form of
`
23
Agreement shall be signed and / or executed in such a manner as may
be required for making
it legally binding on all partners (including operative parts of the ensuing Contract in respect of Arbitration Agreement etc.)
e) The partner-in-charge shall be authorised to incur liabilities and to receive
instructions for and on behalf of all partners of the Joint Venture and the entire
execution of the Contract including payment shall be carried out exclusively
through the partner-in-charge. A statement to this effect should be included in
the joint venture agreement. f) All partners of the joint venture shall be liable jointly and severally for the
execution of the Contract in accordance with the Contract terms, and a
statement to this effect shall be included in the joint venture agreement. g) Bid Security (EMD) as required can be furnished by any partner but it should
be in the name of joint venture. h) Performance guarantee, as required, will be furnished by all partner(s), out of
their accounts, in proportion to their participation in Joint Venture. i) Joint Venture Agreement shall contain a clause to the effect that there shall be
a separate JV Bank Account (distinct from the Bank Accounts of the individual
partners) to which the individual partner shall contribute their share capital and
/ or working capital. j) Joint Venture Agreement shall also contain a clause to the effect that the
financial obligations of the JV shall be discharged through the said JV Bank
Account only and also all the payments received by the JV from the Employer
shall be through that account alone. k) In the event of default by the most experienced partner (lead Partner), it shall
be constructed as default of the Contractor; and Employer will take action
under Conditions of Contract. l) In the event of any other partner leaving the JV, it shall be intimated to the
Employer within 30 days by the other partner(s). Failure to do so shall be
construed as default of the Contractor and the Employer may take action
under the Conditions of Contract. m) In case the joint venture agreement is not acceptable to the Employer, the joint
venture will modify the agreement so as to be acceptable to the Employer. n) The bid submitted shall include all the information as per the PROFORMA in
the bid document and furnished separately for each partner. o) In case of withdrawal of any partner from the JV the following shall be
applicable:
`
24
i) Stepping into the shoes of the existing partners of JV with all the liabilities
of the existing partners from the beginning of the Contract;
ii) With the prior approval of the Employer; iii) Notwithstanding demarcation or allotment of work between two JV partners, JV
shall be liable for non-performance of the whole contract irrespective of their
demarcation or share of work; and iv) The payments under the contract will only be made to the JV and not to the
individual partners.
CHIEF ENGINEER
MORMUGAO PORT TRUST
`
25
JOINT VENTURE PARTNER INFORMATION FORM
[The Tenderer shall fill in this Form in accordance with the instructions indicated below}. Date: insert date (as day, month and year) of Tender Submission]. Tender No.: [insert number of Tendering process]
1. Tenderer's Legal Name: [insert Tenderer's legal name]
2. JV's Party Legal name: [insert JV's Party legal name]
3. JV's Party Country of Registration: [insert JV's Party country of registrationand details of registration}
4. JV's Party Year of Registration: Insert JV's Party year of registration
5. JV's Party Legal Address in Country/ of Registration: [insert JV's Party legal address in country of registration
JV's Party Authorized Representative Information
Name: [insert name of JV's Party authorized representative]
6 Address: [insert address of JV's Party authorized representative]
Telephone/Fax numbers: [insert telephone/fax numbers of JV's Party authorized representative]
Attached are copies of original documents of: [check the box(es) of the attachedoriginal documents]
o Articles of Incorporation or Registration of firm named in 2, above,
in accordance with Tender Document
o In case of government owned entity from India, documents
establishing legal and financial autonomy and compliance with commercial law, in accordance with Tender Document
o PAN Number
o GST registration Number
o Service Tax Registration Number
o Any other documents required for statutory compliance Duly authorized to sign this Authorization on behalf of : [Insert complete name ofTenderer]
Dated on ________________ day of ________________, _______ [insert date of signing]
`
26
MORMUGAO PORT TRUST
ENGINEERING (CIVIL) DEPARTMENT
TENDER NO.CE/26/2018
Sub: “Resurfacing of Berth no.10&11 with bituminous asphalt Concrete”
ADDITIONAL INSTRUCTIONS TO TENDERERS
The instructions to be the tenders shall be instructions to ‘Tenderers”
as modified or added to by the following Additional Instructions to Tenderers
which shall be read and construed with the instructions to Tenderers as if they were in corporate therewith.
In so far as any of the provisions in Additional Instructions to Tenderers may conflict with or be inconsistent with the instructions to
Tenderers the Additional Instructions to Tenderers shall prevail.
Sealed tenders are invited on Percentage rate basis for work described in the Tender Notice referred to herein before. In the percentage rate quoted
by the Tenderers shall be inclusive of workers safety devices etc. and all
other incidental charges that the tenderer may have to bear for the execution on the works but excluding GST. GST shall be paid as per
applicable rates along with the all bills for payment.
1. Earnest Money:
No tender will be considered which is not accompanied by the Earnest Money Deposit (E.M.D.) for the sum stipulated in the tender notice
which is lodged on the understanding that in the event of the tenderer
withdrawing his tender before the expiry of 120 days from the last date
of submission of the tender document. (Whether or not the submitted tender(s) are opened or otherwise at the time of tenderer withdrawing
his tender), the tender shall be cancelled and the Earnest Money
(E.M.D) deposited by the tenderer forfeited to the trustees and if the tender is accepted the security Deposit (SD) mentioned in Para 5
hereinafter will be furnished.
2. Tenderers must upload the complete tender set duly signed in all the
pages along with company seal. Any tender not so signed will not be
considered. Alterations to the conditions of contract and specifications will not be entertained.
`
27
3. SECURITY DEPOSIT
The Security Deposit shall be 5% of value of contract
The Successful Tenderer will be required to deposit the following
amounts as Security Deposit for the due fulfillment of the contract.
a. Security Deposit (S.D.) i.e. 5% of the contract price along with
retention money will be refunded only after defect liability period
b. Retention Money (R.M) equivalent to 5% of the Contract Price and the
sum shall be recovered at the rate of 10% of the gross value of work
certified under each bill until an amount of 5% of Contract Price is accumulated. The contractor will have the option to convert the
Retention Money so deducted from the bills into acceptable Bank
Guarantee(s) for the like sum(s) at any stage (s) of the work.
The entire amount of 10% of the Contract Price as Security Deposit
may be paid in Demand Draft/Pay Order/Bank Guarantee.
The Bank Guarantee to be furnished against above should be from any
of the Nationalised/Scheduled Bank having a branch in Vasco – Da-
Gama and the Guarantee shall be executed by the said Branch.
If the work not commence as instructed then the Earnest Money
(E.M.D.) will be liable to forfeiture and ‘contract liable to be terminated and the Tenderer will be responsible to the Trustees for the damages
thereby incurred by them.
Upon successful completion of defect liability period and Maintenance Certificate issued by the Chief Engineer and or Board of Trustees
thereafter only refund to the contractor, the said Security Deposit and
Retention Money of each 5% (five percent) and after adjusting estimated/ actual expenditure by Mormugao Port Trust for
rectification of defects and adjusting other amounts due if any for
breach of the Conditions of Contract.
Note: The amount of liquidated damage expressed in the Tender Notice
to be payable for delay in the performance of the contract has been arrived at on the fair estimate of the amount of loss likely to be
sustained by the Trustees as a result (the delay in the performance of
the contract).
4. The Chief Engineer and/ or the Trustees reserve the right to reject any
tender without assigning any reasons or to accept any tender as a
whole or in part and does not bind himself/themselves to accept the lowest or any tender, No reasons will be assigned for the rejection of
any tender.
5. Tenderers are strongly advised to inspect the site so that they are fully
aware of the nature of scope of the works to be carried out before
tendering for the same.
`
28
6. Premium of various insurance policies required to be taken out by the
contractor as per the provisions of the contract will not be reimbursed to the contractor.
7. Cost of testing of materials will be borne by the Contractor.
8. Tenderers should note the arrangements described in the tender
document for prompt payments of bills.
9. Further particulars can be obtained on application to the office of the
Chief Engineer, Mormugao Port Trust A.O. Building, Headland, Sada,
during the office hours.
CHIEF ENGINEER
`
29
MORMUGAO PORT TRUST
ENGINEERING (CIVIL) DEPARTMENT
TENDER NO.CE/26/2018
Sub: “Resurfacing of Berth no.10&11 with bituminous asphalt Concrete”.
ADDITIONAL SPECIAL INSTRUCTIONS OF CONTRACT
1. Tenderers are required to sign with date the Schedule of Quantities and Rates and the form of tender and fill in all the particulars and
details called for therein. Unsigned tenders, without the details called
for are liable for rejection.
2. Measurements
The quantities provided for in the Schedule of Quantities and Rates are
only approximate and are given to provide a common basis for tendering. The actual quantity may differ from those provided for in
the Schedule in view of the special and complex nature of the work.
Payments will be made according to the actual quantities of work
ordered and carried out, jointly measured by the representative of
Chief Engineer and the contractor.
3. Rates and Prices to be inclusive.
The percentage rate entered in the Schedule of Quantities by the tenderer shall include the provision of all supporting special
equipment, labour of required skill, supervision, materials, overheads
and profits, watch and ward, insurance charges, during execution and every incidental and contingent costs and charges, whatsoever,
including sales tax on works contracts, VAT, cess, etc. if any, for
compliance with conditions of contract and specification. GST as
applicable shall be paid extra.
4. The tenderer shall inspect the site and fully study the work involved
vis-à-vis the specifications etc. before tendering for the work.
5. Any damage to the property of Port should be made good or
compensated by the contractor.
6. After completion of the days, work / contract period the contractor
shall clean, clear the work site to the satisfaction of the Chief Engineer
or his site representative.
7. Permission for working beyond the normal working hours of the Port
or on Sundays and Public Holidays as stipulated under Clause No.43 of the General Conditions of Contract, volume – I of the tender
document will be given to the contractor subject to his agreeing to bear
`
30
the cost of overtime, if any, which may have to be paid to the Port’s
supervisory staff.
8. The contractor and his workers / agents shall be required to obtain from MPT and display a Photo Identity Card during entry, stay and exit
from the Port security areas guarded by CISF personnel.
9. All applications for issuance of Photo Identity cards shall be routed through the Chief Engineer, who shall forward the same to the Port’s
Traffic Department, whose pass section will issue the Photo Identity
Card to the contractor or his agents at free of cost and the same shall be valid for the duration of the contract or a period of one year,
whichever is less.
10. Subject to the availability, land for construction of temporary sheds/stores/labour hutments, etc. will be given to the contractor in
Port areas at Headland. The contractor shall clear away all the
temporary structures built within a period of fourteen days after
completion of the work and leave the whole of the site clean to the satisfaction of the Chief Engineer. In case the contractor fails to
vacate the Port area / premises allotted to him for site office / store
within the stipulated period after the completion of the work, the Board shall have the right to debar such defaulting contractors for
future contracts of the Board by blacklisting him and shall also be
charged penal lease rental at the prescribed rates.
11. Lease rent shall be charged to the contractors for the area allotted for
construction of their temporary sheds for site office/store/labour
hutments required in the contract works. The licence fee shall be as
per Port`s scale of Rates vide item (i) and (ii) of Part-I (Appendix-II).
12. No temporary structures/sheds which are constructed to house the
contractor’s office/store/labour hutments shall be permitted to be
retained during the period of maintenance.
13. All the materials to be used in the structure shall be conforming to
relevant ISI specifications or as specified in the Tender Schedule.
Contractor shall undertake laboratory test as specified in the relevant I.S.I. at the discretion of Chief Engineer and only approved
materials/approved brand of materials shall be used.
14. Electrical power will be supplied by MPT as per SOR subject to availability, if not the contractor has to make his own arrangement.
Water will not be supplied by MPT, contractor has to make his own
arrangement for water.
15. The contractor or his authorized sub-contractors for supply of labours
shall have EPF and ESI Registration No. of the firm and shall
contribute towards Employees Provident Fund (EPF) and ESI scheme
and submit the copy of the same along with the details in prescribed format while submitting bills. However in case the contractor deploys
sub-contractors for supply of labour for principal parts of the works
and for such others as the Chief Engineer may direct a legal document
should be provided by the tenderer along with Technical bid.
`
31
16. Contractor may submit the following information in order to refund
the EMD’S, BG’S/SECURITY DEPOSITS/ RETENTION MONEY,
payment of bill’s etc.
a. NAME OF BANK
b. PLACE
c. ACCOUNT No. d. TYPE OF A/C No.
e. MICR / RTGS / IFS No.
f. Permanent Account Number
17. SITE REGISTERS:-
The contractor shall maintain following registered at Site, which shall
be entered on day to day basis and produced on demand.
1. Hindrance Register
2. Site Instruction Book
3. Joint Record / Measurement Register.
4. Pour Card Register 5. Labour Register
6. Any other register required by the Chief Engineer or his representative.
The Contractor shall keep all registers in safe custody.
18 The Additional Special Instructions given above shall prevail over those
stipulated elsewhere in the tender documents forming part of the
contract. The volume containing the Instructions of Tenderers, the General conditions, Special conditions and Specifications forms an
integral part of the tender document and the same shall be submitted
along with the Volume-I of the tender documents all duly signed by the
tenderer.
`
32
MORMUGAO PORT TRUST
ENGINEERING (CIVIL) DEPARTMENT
TENDER NO.: CE/26/2018
Sub: “Resurfacing of Berth no.10&11 with bituminous asphalt Concrete”.
TECHNICAL SPECIFICATIONS
SECTION - I
GENERAL REQUIREMENTS:
a) The aggregates shall be free of lumps of clay, loam, organic matter,
adherent coatings, other deleterious matter, or an excessive amount of thin or elongated pieces.
b) The aggregate shall be of such nature that when thoroughly coated with
the bituminous material proposed for the work, the coating will not
slough off upon contact with water. c) Crushed quarry rock shall be free from shale.
d) The right is reserved to prohibit the production of crushed stone from
limestone deposits having thinly bedded strata. e) The blending of aggregates from more than one source, if and as
necessary to meet the gradation requirements for bituminous plant mixed
pavements, shall be done with a mechanical feeding device or other approved means before the material is introduced into the dryer.
TESTING AND DESIGN MIXES: a) At least 10 days prior to use, representative samples of the aggregates
and bituminous material to be used shall be furnished by the successful
contractor or his suppliers to an independent testing laboratory. b) Design mixes shall be prepared by the independent testing laboratory and
submitted to the Site Engineer for each of the courses (base course,
surface course, and/or Wear Course). c) The cost of the preliminary testing of materials and preliminary design of
asphaltic concrete mixtures is to be borne by the Contractor.
d) The Site Engineer may inspect the plant during the course of the work to verify materials and procedures as to meeting specifications accordingly
contractors has to arrange and cost to be borne by them.
BITUMINOUS PAVER: a) For paving side street intersections and other irregular areas, shall be
equipped with an approved automatic control system capable of
automatically controlling the elevation and slope of the screed. b) The automatic control device shall be of a standard commercial quality
adjusted for the type of paver used and shall provide control for
producing a uniform surface conforming to required grade and section.
`
33
c) The control system shall be designed to permit the sensor to operate on
either side of the paver.
d) The paver shall operate, in placing the surface course, with the sensor riding on either a tautly erected string line, a mobile string line, or a
traveling straightedge, subject to the Engineer’s approval of the
appropriate method under specific field conditions. e) On the base course, the paver may operate with a shoe type sensor or
straightedge riding on the surface of the adjacent lane.
f) In the event of a breakdown of the automatic control system during paving operations, the paver may continue to operate under manual
control for not more than twenty-four hours while repairs are being made.
g) The Engineer reserves the right to direct that the longitudinal automatic control system not be used in construction of the surface course.
BASIS OF PAYMENT:
a) The item(s) of bituminous concrete pavement(s) shall be measured by the by weight and be paid for at the contract unit price bid on the ton.
b) The bid price(s) shall be full compensation for furnishing, preparing,
hauling, and placing all materials including the crushed rock base, the bituminous base course, and the bituminous surface course, as per the
bid proposal, and for all machinery, labour, tools, and incidentals
necessary to complete the work. c) The Contractor shall also furnish all maintenance necessary until
acceptance of the project, including maintenance due to other
contractors, temporary traffic or local traffic using the streets prior to final acceptance.
GENERAL SPECIFICATIONS
1. Before the commencement of the work, accurate surveys and levels of
the ground proposed to be excavated or filled up shall be taken by the Contractor or his agent along with the Engineer's representative and
recorded in level book which shall be signed by the Contractor and the
Engineer's representative. The quantities obtained from these recorded levels shall be final and binding upon both the contracting parties but
subject to the Engineer's power to vary the works as and when found
necessary.
2. The whole of the materials used on the work should be of the best
quality of their respective kinds as specified or described and all the materials to be used in and about every part of the work may from time
to time be subjected to tests by means of such machines, instruments
and appliances as the Engineer's representative may direct. Samples
whether submitted to govern bulk supplies or required for testing before use and suitable packages to contain them, shall be provided free of
charge by the Contractor. Testing charges for tests ordered by the
Engineer's representative shall be borne by the contractor. All manufactured materials shall, unless otherwise allowed by Engineer's
representative shall bear ISI mark. All other expenditure required to be
incurred for taking samples, conveyance, packaging etc. shall be borne
`
34
by the Contractor.
3. The work to be performed under this specification consists of providing all labour, materials, construction equipment, tools and plant,
scaffolding, supplies, transportation, all incidental items not shown or
specified, but reasonably implied or necessary for successful completion of the work including Contractor's supervision and in strict accordance
with the latest I.S specifications. The nature of work shall generally
involve laying of bituminous Macadam, asphaltic concrete etc.
4. Testing of specific materials requiring specialist equipment and
conditions, shall be done in approved laboratories. The cost of such tests and the arrangements for witnessing such tests shall be borne by
the Contractor.
5. Contractor shall mobilise all necessary equipment such as vibrate road roller, Hot mix mixer, hot bitumen sprayer, hot mix paver, trucks,
tractors, etc. for efficient and speedy execution of works. Any machinery
found to be unsuitable/malfunctioning in the opinion of the consultant shall be removed from the site and replaced. In addition any further
equipment is required to meet the effective completion schedule shall be
deployed by the contractor as directed by the consultant.
6. The Tenderer shall inspect the site, examine and obtain all information
required and satisfy himself regarding matters such as access to site, communications, transport, right of way, equipment and facilities
required for the work, availability of local labour, materials and their
rates, local working conditions, weather, natural drainage, water table
etc. Ignorance of the site conditions shall not be accepted by the client as basis for any claim for compensation or extension of time.
7. Contractor immediately at his own expense shall remove any materials brought to site and rejected by the Chief Engineer or his representative
from the site.
8. The Contractor shall follow all safety norms throughout the period of
work. Provisions of Bureau of Indian Standards and other sound
engineering practices shall be followed for the same.
9. The Contractor shall take all the precautions for rain, storm etc. and no
liability shall rest with the Chief Engineer for any loss on cost of
re - erection, rectification etc. due to these factors.
10. The Contractor shall not remove any material or equipment brought by
him from construction site without written permission from the Chief Engineer.
11. Contractor shall submit in detail the Quality Assurance Programme for Chief Engineer’s approval.
Sequence of work
`
35
12. Contractor shall plan and sequence all works so as to achieve the
desired progress keeping in mind overall safety and stability at all point
of time. If due to particular design or specification or availability of machines or any other reason, a particular sequence of operation is
demanded by the Engineer due to which some interruption to any one or
more types of work or items of execution are inherent, then no claim for such interruption shall be entertained and contractor shall have to
follow the sequence as instructed by the Engineer.
Damages
13. Any existing services or other properties if damaged or demolished
during the course of execution either willfully or negligently, shall be repaired or re-erected by the Contractor. The Contractor will take all
precautions against damages due to rain and storm and no liability
shall rest with the Chief Engineer for any loss for redoing of any work
due to this account. Existing underground services coming in the way of work etc. have to be adequately supported by the Contractor at his own
cost so as to avoid any damage to those services. In case of any
accidental damage, the Contractor shall arrange to rectify and reinstall those services immediately.
APPROVAL AND TESTS
14. A high standard of quality is required for all materials and workmanship
in construction work. They shall be best of the kind obtainable
indigenously in each case and shall be procured from manufacturers of repute in order to ensure uniformity of quality and timely supply.
15. All materials shall be subjected to inspection and testing. The
Contractor shall submit samples for testing as may be required by the Engineer. Sampling and testing shall be carried out in accordance with
relevant IS/IRC Standards.
16. All specimens and approved samples shall be maintained by the
Contractor under safe custody. The Contractor shall make
arrangements for proper storage of the same.
17. Referring IS/IRC codes for work are shall be latest edition/ publication
as on date irrespective of the date of finalisation of the work.
REJECTION OF MATERIALS
18. Any material brought to site which, in the opinion of the Chief Engineer
or his representative is damaged, contaminated, deteriorated or does not comply with the requirement of this specification shall be rejected.
19. If the routine tests or random site tests show that any of the materials,
brought to site, do not comply in any way with the requirements of this specification or of IS/IRC codes as applicable, then that material shall
be rejected.
20. The Contractor at his own cost shall remove from site any and all such rejected material within the time specified by the Client.
`
36
SECTION II
TECHNICAL SPECIFICATIONS
1. SITE CLEARANCE
Removing and disposing of all materials bushes, shrubs, stumps, roots,
grass weeds, top soil, rubbish etc., which in the opinion of Engineer is unsuitable for incorporation in the work including draining out stagnant
water if any from the area of road land, drain, and other areas.
2. DENSE BITUMINOUS MACADAM
This work shall consist of construction in a base course of 60 mm
thick dense bituminous macadam and wearing course of 40 mm thick bituminous concrete as per the Specifications of IRC 111 , IRC 94 etc
codes.
Materials
1. Bitumen: The bitumen shall be paving bitumen of Grade VG-10, VG-
20, VG- 30, VG-40 as per Indian Standard Specifications for “Paving
Bitumen” IS: 73- 2006. 2. Coarse aggregates: The coarse aggregates shall consist of crushed
stone, Crushed gravel/shingle or other stones. They shall be clean,
strong, durable, of fairly cubical shape and free from disintegrated pieces, organic or other Deleterious matter and adherent coating. The
aggregates shall preferably be hydrophobic and of low porosity. If
hydrophilic aggregates are to be used, the bitumen shall be treated with anti stripping agents of approved quality in suitable doses.
3. Fine aggregates: Fine aggregates shall be the fraction passing 2.36mm sieve and retained on 75 micron sieve, consisting of crusher-
run screening, gravel, sand or a mixture of both. These shall be clean,
hard, durable, uncoated, dry and free from any injurious, soft or flaky
pieces and organic or other deleterious substances.
TABLE: PHYSICAL REQUIREMENTS OF AGGREGATES FOR
DENSE BITUMINOUS MACADAM
S.No Test Test
Method
Requirement
1. Los Angeles Abrasion Value * IS: 2386 (Part-4)
40 per cent Maximum
2. Aggregate Impact value * IS: 2386 (Part-4)
30 per cent Maximum
3. Flakiness and Elongation**
Indices (Total)
IS: 2386
(Part-1)
25 per cent
Maximum
4. Coating and Stripping of
Bitumen
Aggregate Mixtures
AASHTO T
182
Minimum retained
coating 95 per
cent
`
37
5.
Soundness
(i) Loss with Sodium Sulphate
(ii) Loss of Magnesium
Sulphate
IS: 2386
(Part-5)
5 cycles
5 cycles
12 per cent Maximum
18 per cent
Maximum
6. Water absorption IS: 2386
(Part-3)
2 per cent
Maximum
* Aggregates may satisfy requirements of either of the two tests.
** To determine this combined proportion, the flaky stone from a
representative
sample should first be separated out.
Flakiness index is weight of flaky stone metal divided by weight of stone
sample. Only the elongated particles be separated out from the remaining
(non-flaky) stone metal. Elongation index is weight of elongated particles divided by total non-flaky particles. The value of flakiness index and
elongation index so found are added up.
If crushed gravel/shingle is used, not less than 90 per cent by weight of the
gravel/shingle pieces retained on 4.75 mm sieve shall have at least two
Fractured faces. The portion of the total aggregate passing 4.75mm sieve shall have a sand equivalent value of not less than 50 when tested in
accordance with the requirement of IS: 2720 (Part-37).
The plasticity index of the fraction passing the 425 micron sieve shall not
exceed 4.
Filler: Filler shall consist of finely divided mineral matter such as rock dust, hydrated lime or cement as approved by the Engineer.
The filler shall be graded within the following limits:
IS Sieve Per cent passing by weight
600 Micron
300 Micron 75 Micron
100
95 - 100 85 – 100
The filler shall be free from organic impurities and have a Plasticity Index not greater than 4. The Plasticity Index requirement shall not apply if filler is
cement or lime. When the coarse aggregate is gravel, 2 per cent by mass of
total aggregate of portland cement or hydrated lime shall be added and the
`
38
percentage of fine aggregate reduced accordingly. Cement or hydrated lime is
not required when the gravel is limestone.
Aggregate Gradation: The combined coarse and fine aggregates and filler
(when used) shall produce a mixture to conform to the grading set forth in
Table below.
AGGREGATE GRADATION FOR DENSE BITUMINOUS MACADAM (IRC-94)
Sieve Designation Percentage passing the sieve by
weight
(grading 2)
37.5 mm 26.5 mm
19.0 mm
13.2 mm 9.5 mm
4.75 mm
2.36 mm 600 micron
300 micron
150 micron
75 micron
100 85-100
71-95
58-82 52-72
35-50
28-43 15-27
7-21
5-15
2-8
The aggregate mix, as used in work, shall not vary from the low limit on one sieve to the high limit on the adjacent sieve but shall be well graded.
Mix Design
Requirement of mix: Apart from conformity with grading and quality
requirements of individual ingredients, the mix shall meet the requirements
set out in Table below.
Table: REQUIREMENTS OF DENSE BITUMINOUS MACADAM MIX
SR.
No.
Description Requirements
1.
2.
3. 4.
5.
6.
Marshall stability (ASTM Designation-D-1559)
determined on Marshall specimens compacted by 75 compaction blows on each end
Marshall flow (mm)
Per cent Air voids Minimum voids in mineral aggregates (VMA)
Per cent voids in mineral aggregates filled
by bitumen (VFB) Binder content percent by weight of total mix
820 kg (1800
lb) minimum
2-4
3-5 10 -12 percent
65-75
Not less than
4.0%
`
39
BITUMEN AND ASPHALTS : The grade and quality of a binder shall be
suited to the particular type of construction as specified in the schedule. The
bituminous materials shall conform to the requirements as specified and satisfy the related specifications of I.S.I. standard 73, 215, 217 and 454. The
contractor shall obtain the particular binder from approved manufacturer or
their authorised agents and deliver to the site in maker’s sealed containers, bearing markings of brands, make, etc. They shall have to produce
vouchers, etc. called upon to do so by the Engineer.
Limits for the requirement of the aggregates :
Sr.
No.
Characteristic Limit for the
aggregate to be used for metal base
and surfacing
Limit for the
aggregate to be used for metal
sub base
1 Specific Gravity Not less than 2.6 Not less than 2.6
2 Water Absorption Not more than 2% Not more than5%
3 Flakiness Index Max 25% ……..
4 Elongation Index Max 40% ……..
5 Aggregate Impact
Value Or
Aggregate Crushing
Value
Not more than 30%
Not more than 30%
Not more than
40%
Not more than
50%
6 Los Angles Abrasion
Value
Not more than 30% Not more than
50%
7 Stripping Test
(C.R.R.I.)
Max 15% ……..
Specification of Bitumen : (As per Table II of IS : 73-1961)
Sr.
No.
Characteristics Requirement for grades Method of Test
Ref. to S 35 S 65
1 Specific Gravity at 27o
C minimum
0.99 0.99 IS : 1202-1958
2 Water % by Weight maximum
0.2 0.2 IS : 1211-1958
3 Flash point pensky
Matens closed type o C
175 175 IS : 1209-1958
Method - A
4 Softening Point o C 50-65 40-55 IS : 1203-1958
5 Penetration at 25o C
100g, 5 sec-in 1/100
cm
30-40 60-70 IS : 1203-1958
6 Ductility 27o C in cm 50 75 IS : 1208-1958
7a) Loss on heating % by
weight, Max
1 1 IS : 1212-1958
7b) Penetration of residue (expressed as % of item
5) min.
60 60 IS : 1203-1958
`
40
8 Matter soluble in
carbon di sulphide,
weight, Minimum
99 99 IS : 1216-1958
3. HOT MIX ASPHALTIC CONCRETE
The asphaltic concrete may be laid as follows: surface course laid to the
required thickness of 25mm after compaction.
Materials
1. Bitumen: The bitumen to be used shall be of 60/70 penetration or as specified and shall satisfy the requirements as per table II IS : 73-1961
given in Clause 11.
2. Coarse Aggregates : The coarse aggregates shall consist of clean trap
stone of approved quality. These shall be strong, durable of fairly
cubical shape, free from disintegrated pieces, organic or deleterious matter and adherent coating. The aggregate shall preferably be
hydrophobic and of low porosity and shall satisfy the physical
requirements set forth in clause 10.
3. Fine Aggregates : The fine aggregates shall be the fraction passing
2.36mm sieve and retained on 75 micron sieve consisting of crusher
run screenings, natural sand or a mixture of both. These shall be clean, hard, durable, uncoated, dry and free from any injurious, soft or
flaky pieces and organic or deleterious substances.
4. Filler : The filler shall be an inert material, the whole of which passes
600 micron sieve at least 90% passing 75 micron sieve. The filler shall
be stone dust, cement, hydrated lime, fly ash or other non-plastic mineral matter approved by the Engineer.
Asphaltic Concrete Base Course : The grading, composition and characteristics of the base course mix shall be as given below:
Asphaltic Concrete Surface Course : The asphaltic concrete surface
(wearing course) Mix as designed and laid, shall satisfy the requirements given in the following table, based on Marshall method of
design.
Requirement of the Mix
_____________________________________________________________________
Number of compaction blows, each and of Marshall
Specimen … 50
Marshall Flow (0.01 inch) … 8 – 16
Percent Voids in mix … 3 – 5
Percent voids in mineral aggregate filled with Bitumen … 75 – 35
`
41
_____________________________________________________________________
7.9.1.2 In order to satisfy the above mentioned requirements, the
asphaltic concrete surface course mix shall consist of coarse aggregate, fine aggregate and filler in suitable proportions with
sufficient binder content so that the gradation of the final composition
will satisfy the following limits.
Gradation of the Mineral Aggregate for Surface Course
I.S. Sieve Designation Percentage Passing
20 mm 100
12.5 mm 80-100
10 mm 70-90
4.25 mm 50-70
2.36 mm 35-50
4.18 mm 26-38
600 micron 18-29
300 micron 13-23
150 micron 8-16
75 micron 4-10
Binder content percent by weight of mix: 6 – 7
7.9.1.4 The exact binder content required shall be arrived at as per
Marshall procedure for the aggregate gradation worked out in the laboratory and by using the same asphaltic binder proposed or likely to be used in the
field. The materials shall satisfy the physical requirements as defined in
clause 5.2.
Mix Design
The contractor shall give his own mix design which shall satisfy the characteristics for base course and for surface course. The contractor
shall intimate to the Engineer in writing, at least 20 days before the
starting of the work and shall vie the following details.
i) The source and location of all materials.
ii) Proportions of all materials expressed as follows where each is applicable
Binder ……… as percentage by weight of total mix.
Coarse aggregate As percentage by weight of
Fine aggregate aggregate including
Mineral filler mineral filler
iii) A single definite percentage passing each sieve for the mixed
aggregate.
`
42
iv) The results of test to give the characteristics stated in clause
5.4.1
While working out the job mix formula, the contractor shall ensure
that it is based on correct and truly representative sample of the
materials that will actually be used in the work and that the mix and its different ingredients satisfy the physical and strength requirements
of the specifications.
Approval of the job mix formula shall be based on the independent
testing by the Engineer for which samples of all ingredients of the mix
shall be furnished by the contractor as required by the former.
Permissible variation for the job mix formula
The contractor shall be responsible to produce an uniform mix conforming to the job mix formula submitted by him subject to the
permissible variation spelled out below:
Sr.
No.
Description of the ingredient Permissible variation by
weight of total mix
1 Aggregate passing 4.25 mm sieve + 5%
2 Aggregate passing 2.36 mm sieve + 4%
3 Aggregate passing 600 microns
sieve
+ 3%
4 Aggregate passing 75 micron
sieve
+ 1%
5 Bitumen + 0.35%
Construction Operation
1. Asphalt concrete shall not be laid during rainy weather or when the base course is damp or wet.
2. The base course or the base on which asphaltic concrete is to be laid shall be prepared or shaped and conditioned to the specified levels so
as to give a uniform and adequate support to the asphalt carpet for the
period of its useful life. Any potholes or improperly consolidated trenches shall be brought to the required grade through a levelling
course, if necessary, to give a uniform foundation throughout the area
to be re-surfaced.
3. Tack coat of bitumen as specified in the relevant items shall be applied
before the asphaltic concrete carpet is laid. Hot mix plant of adequate
capacity and capable of producing a proper and uniform quality shall be used for preparing the mix. The plant may either be of batch type
or continuous one having co-ordinated set of essential units such as
dryer for heating the aggregate, device for grading and
`
43
batching/feeding by weight or volume. The paddle mixer for intimate
mixing of the bitumen and aggregates. A fines feeder for incorporation
of the correct quantity of filler is also a necessary auxiliary.
4. The temperature of the bitumen at the time of mixing shall be in the
range of 1500 to 1770C and of aggregate in the range of 1550 to 1630C provided also that at no time shall the difference between the
aggregate and bitumen exceeds 1400C.
5. The mixing shall be thorough to ensure that a homogeneous mix is
obtained in which all particles of the mineral aggregate are coated
uniformly.
6. The mix shall be transported from the mixing place to the point of use
in suitable vehicles. The vehicles employed for transport shall be clean
and be covered in transit if so directed by the Engineer.
7. The mix transported from the hot mix plant to the site shall be spread
by means of a self propelled mechanical paver with suitable screeds capable of spreading, tamping and finishing the mix true to specified
grade, lines and cross sections. The temperature of the mix at the
time of laying shall be in the range of 1200 to 1630C.
8. Immediately after spreading of mix by paver, it shall be thoroughly
compacted by means of a power roller, preferably a tandem roller weighing not less than 10 tonnes and wheels of the rollers shall be
kept moist. Rolling shall commence longitudinally from the edges and
progress towards the centre except that on super elevated portion it
shall progress from the lower to the upper edge parallel to the centre line of the pavement. The roller shall proceed on the fresh material
with rear or fixed wheel leading so as to minimize the pushing of the
mix and each pass of the roller shall uniformly overlap not less than one third of the track made in the preceding pass. Rolling shall be
continued till the density achieved is at least 95% of that of the
laboratory Marshall specimen and all roller marks are eliminated.
9. The cross fall from the crown to the shoulders or kerbs of the footpaths
shall be between 1 to 40 and 1 to 50.
Surface Finish and Quality Control
1. The surface finish of construction shall conform to the requirements set out in clause 6.
2. The contractor shall have a well-equipped testing laboratory with a competent laboratory staff. Daily tests shall be made by them on the
asphalt mixes produced to ensure compliance with specifications and
the test results shall be submitted to the Engineer for record. He shall give all facilities at all times to the Engineer and his Assistants to
inspect the work of testing done by them. In addition, the contractor
shall arrange to send to the recognized approved laboratory such
`
44
representative samples taken at site by the Engineer. A minimum of
two samples per day’s work shall be sent. In case the tests conducted
in the recognized approved testing laboratory gives results deviating from the specified limits, the following procedure shall be adopted to
maintain quality control.
a) In case the bitumen content arrived at during daily analysis of
samples in the laboratory is beyond that in clause 5.3 to 5.5 as
the case may be, the contractor concerned shall be notified immediately.
b) A fresh sample of the corresponding mix laid at site shall be recovered in the presence of the contractor and/or his
representative.
c) This sample shall then be tested in the field laboratory in the presence of Engineer or his representative and contractor’s
representative. They may be intimated accordingly in advance.
d) The results of the test on the above samples shall be binding on
both the parties.
e) The results of the test shall be deemed to hold good for the entire
mix laid on the day in question.
f) In case the bitumen content in the above sample is found to be
unsatisfactory (i.e., does not satisfy (a) penalty at the rate of
Rs.250/- per day shall be imposed on the contractor.
g) In addition, an amount equivalent to the proportionate cost of
the bitumen content in deficit or excess of the respective
prescribed limits, shall be recovered from the contractor as the rebate.
h) In case the bitumen content is (a) is beyond the prescribed limits by a magnitude of +0.75% or more, no payment of the mix laid
on that day shall be made to the contractor. Instead, he shall be
asked to remove the already laid layer and relay a fresh one.
Bituminous Construction
For bituminous construction other than surface course where the surface is low, the deficiency shall be corrected by adding fresh
material and recompacting to specifications. Where the surface is
high, full depth of layer shall be removed and replaced with fresh material and compacted to specifications.
For surface course, where the surface is high or low, the full depth of the layer shall be removed and replaced with fresh material and
compacted to specifications. In all cases, where the removal and
`
45
replacement of bituminous layer is involved, the area treated shall not
be less than 5.00 metres long and not less than 5.00 metres wide.
Test of Bituminous Construction :
The tests and their frequencies for the different types of asphalt mix
construction shall be as given below in Table No.6.2
Sr.
No.
Type of
construction
Test Frequency
1 Asphalt concrete i) Quality of bitumen As required
ii) Aggregate impact
value
and flakiness index.
One test/50-100m3 of
aggregates.
iii) Mix grading As required subject to
at least 2 test / day /
plant
iv) Control of temp. At regular close
intervals
v) Stability of mix. For each 100 tonnes of
mix produced a set of three marshall
specimens to be
prepared and tested for
stability etc. subject to a minimum of two sets
being tested per plant
per day (one at plant and one at lab.)
vi) Bitumen content and gradation in the mix
Periodic subject to minimum of two tests
per day (one at plant
and one at lab.)
vii) Rate of spread of mix
material
Regular control through
checks on the weight of
thickness.
viii)Density of compacted
layer
One/100m2
GENERAL REQUIREMENTS FOR TESTING
Testing: The contractor shall have a testing or arrange to test tha
materials. Daily test (not less than two specimen per day) shall be
`
46
made by them on the bituminous mixture produced to ensure
compliance with these specification and copy of the test results duly
signed by the Contractors representing authority and the clients Engineer shall be submitted for record.
Tests shall include water absorption, stability, filler content etc. The contractor shall give all facilities at all items to the Chief Engineer or
his representative to inspect the work or testing done by him.
Generally the frequency of site test shall be carried out as follows:-
A) Prime coat/Seal coat
a) Binder temperature -- at close intervals b) Rate of spread -- Two tests per day
B) Seal coat/Surface dressing
a) Aggregate impact value -- 1 test/ 50 cbm of aggregate
b) Flakiness index -- 1 test /50 cbm of
aggregate c) Grading of aggregate -- 1 test /25 cbm of
aggregate
C) Bituminous concrete
a) Aggregate impact value, Flakiness index -- 1 test / 50-100 cbm of
aggregate b) Density of compacted layer -- 1 test / 500 Sq.m area.
The defects in the bituminous paving which the contractor may be called
upon to rectify are of the following type:
1. Deformation of bituminous pavement resulting in waves or ruts
2. Cracking of bituminous pavement resulting in admission of water to the
sub-grade and the deterioration of the bituminous pavement adjoining
the cracks. 3. Disintegration/Revealing of bitumen pavement resulting in the
formation of pot holes.
4. Polishing of the bitumen pavement under traffic resulting in a surface on
which the vehicles are liable to skid.
5. Defects in areas in bitumen pavement under guarantee shall, when
they exceed the limits specified below, be remedied immediately by the contractor.
6. The limiting valves of the defects shall be the following
a) Deformation: 25mm in 3 m b) Cracks: 1500 mm in lengths and 3mm in width
c) Disintegrated revealed patches: 2.00 sqm and/ or 12mm in depth
d) The strength of sample shall be the average of the strength of three specimens. The individual variation should not be more than ± 15% of
the average.
`
47
CHIEF ENGINEER
MORMUGAO PORT TRUST
ENGINEERING (CIVIL) DEPARTMENT TENDER NO.CE/26/2018
Sub: “Resurfacing of Berth no.10&11 with bituminous asphalt Concrete”.
SCOPE OF WORK
1. Providing and applying Tack Coat with straight run bitumen of Grade
80/100 @ of 6Kg/10 sq.m over existing concrete top etc.
2. Providing and laying dense graded Bituminous Macadam (60mm thick
average) with 40-60 TPH drum mix Z type HMP producing an Average out fo 50 tonne per hour using crushed aggregates etc.
3. Providing and applying Tack Coat with straight run bitumen of grade
80/100 @ of 3.75 Kg/ 10sq.m on the prepared Bituminous surface etc.
4. Providing and laying dense graded Bituminous concrete ( 40mm thick
average) with 40-60 TPH drum mix Z type HMP producing an average
out fo 50 tonne per hour using crushed aggregates etc.
`
48
CHIEF ENGINEER
MORMUGAO PORT TRUST ENGINEERING (CIVIL) DEPARTMENT
TENDER NO.CE/26/2018
Sub: “Resurfacing of Berth no.10&11 with bituminous asphalt Concrete”.
DIRECTIONS TO TENDERERS FOR FILLING
THE SCHEDULE OF QUANTITIES & RATES.
1. Tenderers are required to fill in their percentage rate at the end of the
Schedule of Quantities & Rates, in the space provided for the purpose and unless this is done, their tender will not be considered. Only one percentage
rate on all Rates of Schedule of Quantities & Rates shall be named.
2. The Percentage Rate inserted shall hold good for all works under this
contract, without reference to quantity or location of the work or the
variation in the estimated quantity.
3. Quantity of each item of work mentioned in the Schedule, should be
noted and the item rate worked out carefully, having regard to the scope & specifications, additional special instructions and schedule of
garden/horticulture maintenance before submitting the tender, as no
variation in rates etc. will be allowed on any ground such as mistake or misunderstanding etc. after the tender has been submitted. The percentage
rate, above or below the Schedule/Estimated rate, indicated at the end of the
`
49
Schedule of Quantities & Rates, will apply to each item, of the tender and
any excess in the item that may be directed to be executed by the Chief
Engineer.
4. Tenderers are requested to note that though the contract is for percentage
rate, they are required to add or deduct the amount due to this percentage,
as the, case may be and work out the final figures(amount of their tenders),
at the end of the Schedule of Quantities & Rates.
5. The percentage Rate should be legibly written in figures as well as in
words, in the space provided for Erasures or corrections in figures or in words, without Tenderers initials, will render the tender liable for rejection.
6.The rates entered in the Schedule of Quantities by the contractor shall include the provision of all supporting special equipment/safety equipments,
labour of required skill, supervision, materials, erection, overheads and
profits, watch and ward, insurance charges, during execution and every
incidental and contingent costs and charges, whatsoever, including income tax, sales tax on works contracts, but excluding service tax if any etc. for
compliance with conditions of contract and specification.
CHIEF ENGINEER
Form of Performance guarantee / Bank guarantee bond.
In consideration of the Board of Trustees of Mormugao Port Trust (hereinafter called “The Board”) having offered to accept the terms and
conditions of the proposed agreement between Board and
……………..(hereinafter called “ the said contractor(s)” for the
work……………………………………………(hereinafter called “the said agreement”) having agreed to production of an irrevocable Bank Guarantee
for Rs………………………………..(Rupees……………..only) as a
security/guarantee from the contractor(s) for compliance of his obligations in accordance with the terms and conditions in the said agreement.
1. We…………………………………………………………(hereinafter referred to
as the “Bank”) hereby undertake to (indicate the name of the Bank)
Pay to the Board an amount not exceeding
Rs…………………(Rupees………………………………………………………..only)
on demand by the Board. 2. We …………………………………………….do hereby undertake to pay the
amounts due and payable(indicate the name of the Bank)under this
Guarantee without any demur, merely on a demand from the Board
stating the amount claimed is required to meet the recoveries due or
likely to be due from the said Contractor(s). Any such demand made on
the Bank shall be conclusive as regards the amount due and payable by
the Bank under this Guarantee. However, our liability under this
Guarantee shall be restricted to an amount not exceeding
`
50
Rs…………………………………..(Rupees…………………………………………
………………………..only).
3. We, the said Bank, further undertake to pay to the Board any money so
demanded not withstanding any dispute or disputes raised by the
Contractor(s) in any suit or proceeding pending before any Court or
Tribunal relating thereto, our liability under this present being absolute
and unequivocal. The payment so made by us under this bond shall be
a valid discharge of our liability for payment there under, and the
Contractor(s) shall have no claim against us for making such payment.
4. We………………………………………………………………….. further agree
that the Guarantee herein contained shall(indicate the name of the
Bank) remain in full force and effect during the period that would be
taken for the performance of the said agreement, and it shall continue
to be enforceable till all the dues of the Board under or by virtue of the
said agreement have been fully paid, and its claims satisfied or
discharged, or till the Engineer-in-charge on behalf of the Board, it
certifies that the terms and conditions of the said agreement have been
fully and properly carried out by the said contractor(s), and accordingly
discharges this guarantee.
5. We……………………………………………………………………… further agree
with the Board that the Board (indicate the name of the Bank) shall
have the fullest liberty without our consent, and without effecting in any
manner our obligations hereunder, to vary any of the terms and
conditions of the said agreement or to extend time of performance by
the said contractor(s) from time to time or to postpone for any time or
from time to time any of the powers excisable by the Board against the
said contractor(s),and to forbear or enforce any of the terms and
conditions relating to the said agreement and we shall be relieved from
our liability by reason of any such variation or extension being granted
to the said contractor(s) or for any forbearance, act of omission on the
part of the Board or any indulgence by the Board to the said
contractor(s) or by any such matter or thing whatsoever which under
the law relating to sureties would, but for this provision have effect of so
relieving us.
6. This Guarantee will not be discharged due to the change in the
constitution of the Bank or the contractor(s).
7. We………………………………………………………………… lastly undertake
not to revoke this Guarantee except with (indicate the name of the
Bank) the previous consent of the Board in writing.
8. This Guarantee shall be valid up to ……………………………unless
extended on demand by the Board. Notwithstanding anything
mentioned above, our liability against this Guarantee is restricted to
Rs………………………..(Rupees……………………………………………………
`
51
………………………………………….), and unless a claim in writing is
lodged with us within ONE month of the date of expiry or extended date
of expiry of this Guarantee all our liabilities under this Guarantee shall
stand discharged.
Dated the……………………………………..day of……………………………for
…………………………………………… (indicate the name of the Bank)
VENDOR REGISTRATION FORM
1.
Name of the Organization
:
2.
Address (In Detail)
:
3.
Telephone Number
:
4.
E-Mail Id
:
5.
Permanent Account Number (PAN)
:
6.
Bank Name
:
7.
Bank Branch Address ( In Detail)
:
8.
Bank Branch Code
:
9.
Bank Account Number
:
`
52
10. Bank Account Type :
11.
Magnetic Ink Character Recognizer
(MICR)
:
12.
Tax Identification Number (TIN)
:
13.
GST Registration Number
:
14.
GST Registration Code
:
15.
CST Registration Number
:
16.
Employee Provident Fund (EPF)
Registration Number
:
17.
Employee State Insurance Scheme (ESIS) Registration Number
:
18.
IFSC Code
:
PROFORMA FOR GST DETAILS
Sr
No
Particular Mormugao Port
Trust
Data Required
1 Customer Name as per GST
Registration Certificate
Mormugao Port
Trust
2 Full Postal Address Administrative
Building,
Headland Sada.
3 City Goa
4 Pin code 403 804
5 PAN AAALM0293P
6 Type of Person Local Authority Company/Firm/In
dividual/Trust/LL
P/AOP
7 Resident/Non Resident as per
Income Tax Act
Resident
8 ARN No. AA30617001663N
9 Provisional ID 30AAALM0293P1Z
`
53
Y
10 GST No. To be allotted
11 PPOB (Principal Place of
Business) or APOB (Additional
Place of Business)
PPOB
12 Reason for Non Registration
(Turnover Limit / Non Taxable
Supply / Other Reason)
NA (Registered
Under GST)
13 Type of Customer
(Manufacturer/Trader/Importe
r/Depot/Service
Provider/Works Contractor/Principal/Consume
r
Service Provider
14 Whether Falling under SEZ
unit or Developer? (Yes or No)
No.
15 Whether B2B or B2c (B=
Business & C= Customer)
B2B
16 Whether Opted for Composition
Lavy Scheme? (Yes or No)
No.
17 Whether falling under casual
taxable person as per Section
2(20) of CGST Act,2017 (yes or
No)
No.
18 Whether falling under Non Resident taxable person as per
section 2(77) of CGST Act,2017
? (Yes or No)
No.
19 Central Excise Registration No. --
20 Service Tax Registration No. AAALM0293PST00
1
21 VAT - TIN 30181201096
22 CST - TIN V/CST/1683
23 IEC 1706000073
24 Contact Details :
Name Shri.Anant
Chodnekar
Designation Sr. Dy.CAO
Phone No. 0832-2521132
E-mail [email protected]
m
anant.chodnekar@
mptgoa.com
`
54
I, Mr./Mrs. _________________________________(Proprietor/Partner/Director) of
M/s _________________________________do certify that the information given
above is complete and correct.
Place Signature
Date (Name: )
MORMUGAO PORT TRUST
ENGINEERING (CIVIL) DEPARTMENT
TENDER NO.CE/26/2018
Sub: “Resurfacing of Berth no.10&11 with bituminous asphalt Concrete”.
BOQ for view only
Item
Description of Work
Unit of
Quantity
Rate Total
No. Qty Per at Amount
Rs Ps.
Rs Ps.
1 Providing and applying Tack Coat with straight run bitumen of grade 80/100 @ of 6Kg/10 sq.m over existing concrete top surface including cleaning and preparing the surface etc. All tools, plants, labour and material etc. complete
Sqm 17000 Sqm. 69.70 1184900.00
`
55
2 Providing and laying dense graded Bituminous Macadam (60mm thick average) with 40-60 TPH drum mix Z type HMP producing an average outof 50 tonne per hour using crushed aggregates of specified percentage of weight of total mix and filler, transporting the hot mix to the site with all leads laying with hydraulic paver finishers with sensor to control the required grade, level, and alignment, rolling with smooth wheeled vibratory or tandem rollers to achieve the desired compaction including providing anti stripping agent at 0.5% of bitumen content as per MoRTH specifications Clause 507, grade-2 (25mm nominal size) Bitumen of grade 60/70 @ 4.5% of weight of Mix etc. All tools, plant, material and labour complete. MT 2250.00 MT 5573.30
12539925.00
3 Providing and applying Tack Coat with straight run bitumen of grade 80/100 @ of 3.75 Kg/ 10sq.m on the prepared Bituminous surface including cleaning and preparing the surface etc. All tools, plants, labour and material etc. complete
Sqm 17000 Sqm. 56.70 963900.00
4 Providing and laying dense graded Bituminous concrete (40mm thick average) with 40-60 TPH drum mix Z type HMP producing an average outof 50 tonne per hour using crushed aggregates of specified percentage of weight of total mix and filler, transporting the hot mix to the site with all leads laying with hydraulic paver finishers with sensor to control the required grade, level, and alignment, rolling with smooth wheeled vibratory or tandem rollers to achieve the desired compaction including providing anti stripping agent at 0.5% of bitumen content as per MoRTH specifications Clause 507, grade-2 (13 mm nominal size) Bitumen of grade 60/70 @ 6 % of weight of Mix etc. spreading of crusher dust on finished area as directed. All tools, Plant, material and labour complete MT 1650.00 MT 5889.80 9718170.00
24406895.00
Top Related