GOVERNMENT OF PUBLIC WORKS DEPARTMENT

TENDER DOCUMENT

FOR

C.D. Protection and other work from Phagi to Mohanpura Ranwa

NIT NO. : 09 / 2015-16, Sr. No. 01

ESTIMATED COST : Rs. 25.00 Lacs

EARNEST MONEY : Rs. 0.50 Lacs

DATE OF SALE / DOWNLOADING : 29.10.2015 AT 09:00 HOURS TO 18.11.2015 UPTO 18:00 HOURS

DATE OF RECEIPT : 29.10.2015 AT 09:30 HOURS TO 18.11.2015 UPTO 18:00 HOURS

DATE OF OPENING OF BID DOCUMENT : 19.11.2015 AT 15.00 HOURS

COMPLETION PERIOD : 02 (Two) Months

COST OF TENDER : Rs. 1000/-

RISL CHARGES (Processing fee) : Rs. 500/-

IMPORTANT DATES AND OTHER INFORMATION

Executive Engineer, Public Works Department, Division - ,

NAME OF WORK : C.D. Protection and other work from Phagi to Mohanpura Ranwa

1. Completion Period for construction 02 Months

2. Maintenance Period is three years after 3 Years construction

3. Date of Issue of Notice Inviting Bid 27.10.2015

4. Period and Places of Sale/ Download of From 29.10.2015 at 09:00 Hours Bidding Documents - To 18.11.2015 Time upto 18:00 Hours

Place : web site http://eproc.rajasthan.gov.in

5. Deadline for Receiving Bids 18.11.2015 Time upto 18:00 Hours

6. Time & Date for Opening Tender Document Date : 19.11.2015, Time at 15:00 Hours

7. Place of Opening Bids Address : Office of the Executive Engineer P.W.D. Division – Chaksu, Jaipur

8. Bid Validity 30 days from opening of tender.

9. Officer Inviting Bids Designation : Executive Engineer P.W.D. Division – Chaksu, Jaipur

10. Rate are based on BSR Rates are based on BSR PWD Rural Circle Jaipur BSR effective from October, 2013 for road works with all subsequent Corrigendum

11 Earnest money, Tender Fee, Processing EE, P.W.D. Division – Chaksu, Jaipur Office Fee, Sales Tax Clearance Certificate and Upto : 18.11.2015 Time 18.00 Hours copy of enlistment of contractor to be deposited during period

Instructions and information’s to bidder regarding Fee, EMD etc.

District Name of Work Estimated Earnest Time End date and Time and Place of Sale of Class of Package No. Cost Money Allowed for time for date of documents contractor (Rs.) completion downloading opening of Tender tender (1) (2) (3) (4) (5) (6) (7) (8) (9)

C.D. Protection 19.11.2015 18.11.2015 and other work 25.00 0.50 Time at Place : web site C Class & Jaipur from Phagi to 02 Months upto 18:00 Lacs Lacs 15.00 Above Mohanpura Horus http://eproc.rajasthan.gov.in Ranwa Hours

1. The Tender Fee Rs. 1000/- and earnest money as mentioned above should be deposited as prescribed in PWF&AR in favour of Executive Engineer, PWD Division - Chaksu, payable at Chaksu and RISL Charges Rs. 500/- should be deposited in the form of DD or Banker Cheque in the name of Managing Director, RISL payable at Jaipur along with prescribed tender fee additionally.

2. The bid document can be downloaded by the bidder from web site http://eproc.rajasthan.gov.in and http://sppp.rajasthan.gov.in

3. The bid document is to be uploaded by the bidder / contractor on the web site http://eproc.rajasthan.gov.in only.

4. The hard copy of bid documents is available for inspection in the office of Excutive Engineer, P.W.D., Division – Chaksu, (Jaipur) from 29.10.2015 to 18.11.2015 between office hours on all working days.

5. For any queries / clarification concerned Executive Engineer, PWD Division – Chkasu (Jaipur) can be contacted during office hours from 29.10.2015 to 18.11.2015.

6. The bidder shall submit the following documents in physical form in a sealed envelop on or before date and time specified in the Bid document :-

(a) Tender fee and Earnest Money as per PWF & AR in original in favour of Executive Engineer PWD concerned as mentioned in Bid document.

(b) Processing Fee in the form of Demand Draft / Banker’s Cheque in the name of Managing Director, RISL payable at Jaipur.

(c) Sales Tax Clearance Certificate issued within immediate past six months period and valid upto date of opening of the bid.

(d) Copy of bidder’s enlistment order.

NAME OF WORK : C.D. Protection and other work from Phagi to Mohanpura Ranwa

CERTIFICATE FOR CORRECTNESS OF 'G' SCHEDULE

Certified that I / we have checked 'G' Schedule of above work as per BSR

PWD Rural Circle Jaipur effective from October, 2013 for road works with all subsequent corrigendum.

Executive Engineer P.W.D. Division – Chaksu (Jaipur)

SPECIAL CONDITIONS FOR CEMENT CONCRETE ROAD

1. The aggregates shall conform to specifications specified in Ministry of Road Transport & Highway (MoRTH) Specifications for Road & Bridge Works (Fifth revision, year 2013) with recent addendums. 2. Collection of material if any shall be uniform for the whole work at plant site. 3. Curing of C.C. Works has to be carried over according to the IS / IRC / MoRTH Specification. No traffic on C.C. work shall be allowed during curing period. Traffic diversion if any will have to be arranged by the contractor himself on his own cost. Curing compound may be used for curing of C.C. Pavement by the contractor at his own cost. 4. The Contractor is supposed to submit a suitable mix design for controlled concrete as per MoRTH specification. Suitable chemical admixture is to be used by the contractor in controlled concrete. The cutting of joints & sealing of joints shall be done as per latest IRC 15, 58 and SP-62. 5. Payment of the work shall only be released after conducting test on the core samples taken by core cutter machine after 28 days of casting. 6. Cement Concrete road works are to be executed as per IRC : 15 Standard specification and code of practice for construction of concrete roads, IRC:58 Guidelines for design of plain jointed Rigid Pavements for Highways and MoRTH Specifications & IRC special publication No. 62-2014. 7. Contractor has to use all T&P Machine such as concrete mixture with weight batcher, needle, screed, plate vibrator, vacuum dewatering system, mechanical floater, diamond cutter machine etc. 8. It is again emphasized that payment of C.C. pavement / Interlocking Tile / Blocks will be made to contractor only after ensuring achievement of proper quality and desired specified strength through the cutting of cores by core cutting machine as per specifications. If the quality and strength as per acceptance criterion is not achieved, then the work will not be accepted and payment of such substandard work would not be made to the contractor. No extra amount on account of providing core cutter testing facility would be admissible to contractor. 9. For construction of C.C. Pavement / Interlocking tile / block, the mix design of the controlled concrete will have to be got done from Govt. Engineering College like MNIT Jaipur or regional Central Lab, PWD Jaipur & same will have to be submitted to the Engineer in charge before 20 days of commencement of the work.

SPECIAL CONDITIONS OF CONTRACT

1. (a) The use of privately owned or privately hired machinery on Contractors work can only be permitted after receipt of N.A.C. from the respective Executive Engineer, PWD Mechanical Dn. Jaipur Rajasthan or by Superintending Engineer. (b) Only those private machineries either owned or privately hired will be used on works which have been approved by the superintending Engineer, P.W.D. Mechanical Circle, Jaipur for this purpose i.e. machineries will be registered and approved for particular use by the Superintending Engineer, P.W.D. Mechanical Circle, Jaipur. (c) Each private machinery will have an authorized log book issued by the concerned Executive Engineer along with issue certificate of machinery by the Executive Engineer. (d) The maintenance and upkeep of hired machinery and Tools & Plants shall be responsibility of the Contractor. (e) The Executive Engineer (Mech.) or his representative is empowered to check all privately hired/owned machinery & report directly to this office if any under specifications machinery is being used by the contractor. 2. The contractor shall not work after the sunset and before sunrise without specific permission of the authorized Engineer. 3. The material collected at site and paid provisionally shall remain under the watch and ward of the contractor till it is consumed fully on the work. 4. None of the permanent work shall be carried out during nights or Sundays or any other holidays without permission in writing of the Engineer-in-Charge. 5. The contractor shall arrange his own land for the erection of plants storage and parking of machineries, stacking of material etc. 6. The work shall confirm to specifications of MoRTH revised time to time. 7. Quality control will be maintained as per I.R.C. paper Special Publication 11 with appropriate tests being carried out in the respective P.W.D. Regional Laboratory or in the field laboratory for which the cost will be borne by the contractor. In case it is found that the results obtained for the work done are below the prescribed standards/norms then the contractor has to remove such defective work at his own cost, otherwise it shall be got removed by the Engineer-in-Charge at the risk and cost of the contractor. 8. Collection of all material and material to be used for road work as well as building works shall be subject to satisfactory test result of quality control before use. If test results not found satisfactory the material shall be rejected or the rates may be reduced at the discretion of the Engineer-in- Charge and the contractor shall be bound to it. 9. The contractor will display adequate number of Caution Boards/Diversion Boards for guidance of proper safety of traffic plying on the road. 10. The maintenance of service road & shoulders will be responsibility of the contractor and no extra payment will be paid to contractor. 11. The Ministry of Road Transport & Highway (MoRTH) Specifications for Road & Bridge works (Fifth Revision, Year 2013) will form part of the contract document and the contractor will be legally bound to the various stipulations made their in, unless and otherwise specifically relaxed/waived wholly or partly through a special notification. In case of items not available in the MoRTH specifications book, Reference will be made to Rajasthan P.W.D. specification and circular issued by the Chief Engineer, P.W.D. Rajasthan, Jaipur and Indian Road Congress. 12. The rates are inclusive of all lead and lifts for complete finished work unless & otherwise the same is specifically stated in the rates. 13. The methodology and equipments to be used on the project shall be furnished by the contractor to the Engineer well in advance of commencement of work and approval of the Engineer is obtained prior to its adoption and use. 14. No equipment or personnel will be removed from site without permission of the Engineer. 15. The contractor shall furnish his programme of construction for execution of the work within the stipulated time schedule together with methodology of construction of each type of work and obtain the approval of the Engineer prior to actual commencement of work. 16. The contractor will Establish the Quality Control Laboratory at each work site at his own cost, the land and shade has to be arranged by himself, and keep at least a set of standard sieves, standard moulds, sand replacement apparatus, Curing Tank, Compressive Testing Machines for Cement, Mortar and Concrete at site for checking of quality of material by the Engineer-in-Charges at all times. Survey instruments shall be made available at all work site by contractor. Payment of Work done will not be released without Establishing the Laboratory. Photographs of Laboratory have to be submitted 17. The contractor shall have to provide steel channels of adequate section and sufficient in length to be fixed on the either edges of the road during laying/rolling of mix material at site. The contractor shall have to necessary traffic sign boards during the progress of work to regulate the traffic, keeping safety aspects. 18. All materials shall be stacked at site away from the berms in stack sizes specified in specifications volume II and shall be collected layer wise, after compacting to collection of each layers, and getting its properties tested and certificate from Engineer-in-Charge shall have to be obtained before commencing spreading. 19. Collection of material shall be uniform throughout the length of road. 20. The measurements shall be taken as per standard practice and as per MoRTH guidelines. 21. The leveled surface shall be checked continuously during the spreading and rolling of the mix so as to ensure a finished surface within the tolerances laid down in MoRTH specifications. 22. Mode of Measurement will be as per levels for the sub base and base. Final payment shall be cross checked by volume basis and in case of and difference, the decision of Engineer-in-Charge shall be final and binding on the contractor. 23. Tar boiler with mechanical sprayer will have to be arranged by the contractor himself bitumen spraying will be allowed only with mechanical sprayer attached with the Tar boiler. 24. The contractor will procure bitumen required for the execution of work from public sector undertaking (PSU) of GOI (i.e. IOCL, HPCL & BPCL refinery) at his level and furnish the bitumen testing certificate from Government agency / Regional laboratory / Engineering College. 25. The contractor will set up a quality Control Laboratory at each site of work for regular testing of the materials and he shall ensure that all the testing of materials/aggregate etc. is done regularly and the frequency prescribed in quality control manual/MoRTH specifications. He will depute Staff in Laboratory and equipments in Laboratory as per as per list enclosed in compliance to order of the Chief Engineer(SS), PWD Rajasthan, Jaipur vide No. SE(SS)/QC/D-137 dated 19.07.2011 (copy enclosed Annexure-1 (Page-1 to 4)). 26. Testing of bitumen shall be done as per norms, for which equipment shall be made available at site by contractor in a laboratory, to be established at plant site by contractor. 27. Bitumen record should also be furnished by the contractor as per circular No. 7/2001 issued by the Chief Engineer P.W.D. Rajasthan Jaipur. 28. The defect liability period shall be THREE YEARS for the work executed under this agreement. Security Deposit shall be refunded after Three years from the date of actual completion of the work provided the final bill has been paid in accordance with the Clause 37 of Agreement. During this period, the contractor shall carry out maintenance and rectifications of defects (if any) of the job at his own cost, failing which it shall be carried out at risk & cost of the contractor and expenditure so incurred shall be recoverable from the contractor. No extra payment for maintenance and rectification of defects during DLP shall be admissible to firm. 29. The details of work to be carried out during Defect Liability Period are enclosed at Annexure-2 (Page 1 to 2) attached with the document. 29.1 Inspection of works during Defect Liability Period : 29.1.1 The contracting agency shall undertake joint detailed inspection along with Engineer- in- charge / A.En., at least once in three months in case of all Road/Bridge/C.D.works. The Engineer-In-Charge can reduce this frequency in case of emergency. The Contracting agency shall forward to the Engineer-In- charge the record of inspection and rectification within 15 days after the joints inspection. The Contracting agency shall pay particular attention on those road sections, which are likely to be damaged during rainy season. 29.1.2 One register has to be maintained by every A.EN for recording the inspection details of works in his jurisdiction under defect liability period.

30. In WBM work, where ever screening material is using, screening material will be stacked at site of work in standard regular boxes before its consumption, will be got checked by site Engineer and got recorded in M.B. also for of Qty. of screening only. 31. Reference pillars of size 0.45 x 0.45 meter in mud mortar at 100mtrs distance on both side of road, plastered on road side face duly marked RL of EW, sub base, WBM or WMM & BT should be constructed, whenever asked by Engineer-In-Charge. 32. Labour Cess amount shall be deducted from contractor’s bill at the rate of 1% in accordance with orders No. F1(8)(1)Bha.Sa.Ni./IR/2010-9568 dt. 17.05.2010 (copy enclosed Annexure-3) issued by Principal Secretary, Labour, Employment & Technical Education (Training), Government of Rajasthan. 33. The contractor shall engage unskilled local labour from Rajasthan state preferably of the district, for the execution of the work. 34. The hot mix plant, paver finisher & other machineries will be arranged by the contractor at his own level. If the contractor fails in arrangement of machineries the department will not be responsible for delay.

35. Monsoon period is included in completion period of the work.

36. If there is any typographical or clerical error in the nomenclature/ rates, the BSR of respective circle of PWD with subsequent all corrigendum for road work on which Schedule “G” is based, will be treated as correct.

37. Survey instruments shall be made available at all work site by contractor.

38. The Security Deposit Refund shall be in accordance with the order no. 43/2009 dated 15.09.2009 (copy enclosed Annexure-4) issued by Finance Department and shall be part of agreement.

39. Rate Analysis shall be submitted by the bidder with the bid in accordance with Chief Engineer, PWD Rajasthan office order no. 1999 dated 08.12.2009 (copy enclosed Annexure-5).

39.1 Conditions Regarding Security Deposit

39.1.1 Security for DLP : The contracting agency shall have to furnish security deposit in the form of Bank Guarantee for DLP as per requirements of clause 37 (c) of Contract Agreement, valid from the date of completion, which shall be assigned by the Engineer-In-Charge.

39.1.2 Forfeiture of SD : In case contracting agency fails to rectify the defects within stipulated period notified to him by the Engineer-In-Charge concerned under contact agreement, the Engineer-in-charge, shall serve a final notice for 15 days time reckoned from the date of issue of notice to rectify the defects. In case the contracting agency not responding to the notice and fails in rectification of defects the Engineer-in-Charge will get the defects removed at the risk and cost of the contracting agency. Action such as encashment of Bank Guarantee and action under enlistment rules etc. shall also be taken against the contracting agency by the competent authority.

40. Registration of workers shall be executed by bidder in accordance with order no. 46/2010 dated 28.05.2010 (copy enclosed Annexure-6) issued by Finance Department Government of Rajasthan. 41. The agency has to follow & adher the guidelines issued by the Govt. of Rajasthan under Rajasthan Transparency in Public Procurement Act, 2012. The relevant document are placed at Annexure-7 (A, B, C & D).

42. Force Majeure The defect arises due to earthquake, cyclone, and natural calamities shall not be the responsibility of contracting agency.

SIGNATURE OF CONTRACTOR

Annexure-1 (Page 1 to 4)

Annexure-1 (Page-2)

VERIFICATION OF FIELD LABORATORY

1. Name of Work : ………………...………………

2. Name of Agency : …………………..……………

3. Stipulated Date of Commencement : …………………..……………

4. Date of Establishment of Field Lab : …………………..……………

5. Location of Field Lab : …………………..……………

6. Date of Verification : …………………..……………

Annexure-1 (Page-3) PART (A) : ROADS WORKS

S. Quantity Equipment Required No. (Nos.) 1 Sieve Set 90-5.6mm Total 19 Sieve) 1 Set 2 Brass Sieves Set 4.75-0.075mm 1 Set 3 Pan Balance 10 Kg Capacity 1 4 Sand Replacement App. For F.D. 1 5 Core Cutter for F.D. with Generator, Slicer complete set 1 6 Atturburge Limit App. For P.I. 1 7 F.I. Gauge 1 8 Impact Testing Machine 1 9 Rapid Moisture Meter 1 10 Moisture Containers 2 11 Electronic Balance 1 12 Bitumen Extraction App. 1 13 Thermometer 4 14 Bitumen Emulsion Testing Equipment 1 Set 15 Concrete Moulds with Tamping Rod 15x15x15 cm 6 16 Mortar Moulds with Tamping Rod 5x5x5 cm 6 17 Compressive Testing Machine 5 Ton Capacity 1 18 Compressive Testing Machine 100 ton capacity 1 19 Enameled Trays 3 20 Slump Cone Apparatus 1 21 Core Cutting Machine 1

Annexure-1 (Page-4)

S. Minimum Item No. Nos. 1 Concrete Mixer 1 No.

2 Screed Vibrator 1 No.

3 Needle Vibrator 1 No.

4 Plate Vibrator 1 No.

6 Electric Floater 1 No.

7 Vaccum Dewatering Equipment 1 No.

8 Concrete Mould with tamping road 150x150x150 mm 6 Nos.

9 Mortar Mould with tamping road 50x50x50 mm 6 Nos.

10 Compressive testing machine 5 Ton capacity 1 No.

11 Compressive testing machine 100 Ton capacity 1 No.

12 Sieve Set 100-4.75 mm 1 No.

13 Brass sieve set 4.75-0.075mm 1 No.

14 Electronic balance 2 kg capacity with 0.5 gram least count 1 No. Electronic balance 30 kg capacity with 1.00 gram least 15 1 No. Count 16 Smooth Wheeled Roller 2 Nos.

17 Truck/Tractor/Trailor Mounted Tanker 1000 Gallon Capacity 2 Nos.

18 Bitumen Boiler with Sprayer 1 No.

19 Paver Finisher 1 No.

20 Vibratory Roller 1 No

Annexure-2 (Page-1)

ACTIVITIES / WORKS TO BE DONE BY THE CONTRACTOR DURING DEFECT LIABILITY PERIOD

1. ROAD WORK

1.1 The Defect Liability Period (DLP) for all Road/Bridge/C.D. works shall be Three years. Road/Bridge/C.D. works executed by the Contracting agency shall he maintained by them at their own cost for three years (DLP) from the date of completion of work as per the clause in the Agreement and Special Condition of Contract.

1.2 No extra payment shall be made to the Contracting agency on account of maintenance of Road/Bridge/C.D. works and removal of defects during Defect Liability Period.

1.3 The word “Road/Bridge/C.D. Works” means all new Road / Bridge/C.D. Works construction, widening, strengthening, up-gradation, renewal and special repairs of roads and special repairs of bridge/C.D. works.

1.4 The word “Maintenance of Road/Bridge/C.D. Works during Defect Liability Period” means

(i) Routine maintenance of Road/ Bridge & C.D. Works and

(ii) To remove the defects as & when appear in part and entire structure of Road/Bridge & C.D. Works, in specified time.

1.5 The contracting agency shall do the routine maintenance of Road/Bridge & C.D. Works, including pavement, road side and cross drains including surface drains to the required standards and keep the entire road surface and structure in Defect Free condition during the entire period of routine maintenance, which begins at completion of the construction work and ends after five years.

1.6 The routine maintenance shall consist of the routine maintenance operation defined in manual for maintenance of roads of MoRTH shall be carried out accordingly.

Annexure-2 (Page-2) 1.7 The routine maintenance activities and their periodicity :

S. Name of Item / Activity in one Frequency of Operations No. year Restoration of rain cuts and Once in a year, generally after rains 1 dressing of berms. (In case areas having heavy rainfall, as & when required 2 Making up of shoulders. As and when required Maintenance of Bituminous 3 As and when required surface road and / or gravel road! WBM road including filling pot holes and patch repair etc. Twice (In case of hill roads, as and 4 Maintenance of drains when required) Maintenance of culverts and Twice (In case of hill roads, as and 5 causeway when required) Maintenance as and when required. 6 Maintenance of road signs Repainting once in every two years Maintenance of guardrails and Maintenance as and when required. 7 parapet rails Repainting once in a year. Maintenance of 200m and Maintenance as and when required. 8 Kilometer stones. Repainting once in a year. White washing guard stones. Twice in a year. 9 Re- fixing displaced guard Once in a year. 10 stones. Cutting of branches of trees, Once generally after rains (In case 11 shrubs and trimming of grass of areas having rainfall more than and weeds etc. 1500 mm per year, as and when required) White washing parapets of CD Once in a year. 12 Works

Annexure-3 (Page-1)

Annexure-3 (Page-2)

Annexure-4 (Page-1) Annexure-4 (Page-2)

Annexure-5

Annexure-6

Annexure-7 (A) Transparency Act

Annexure A Compliance with the Code of Integrity and No Conflict of Interest

Any person participating in a procurement process shall -

(a) not offer any bribe, reward or gift or any material benefit either directly or indirectly in exchange for an unfair advantage in procurement process or to otherwise influence the procurement process;

(b) not misrepresent or omit that misleads or attempts to mislead so as to obtain a financial or other benefit or avoid an obligation;

(c) not indulge in any collusion, Bid rigging or anti-competitive behavior to impair the transparency, fairness and progress of the procurement process;

(d) not misuse any information shared between the procuring Entity and the Bidders with an intent to gain unfair advantage in the procurement process;

(e) not indulge in any coercion including impairing or harming or threatening to do the same, directly or indirectly, to any party or to its property to influence the procurement process; (f) not obstruct any investigation or audit of a procurement process; (g) disclose conflict of interest, if any; and

(h) disclose any previous transgressions with any Entity in or any other country during the last three years or any debarment by any other procuring entity.

Conflict of Interest:-

The Bidder participating in a bidding process must not have a Conflict of Interest.

A Conflict of Interest is considered to be a situation in which a party has interests that could improperly influence that party's performance of official duties or responsibilities, contractual obligations, or compliance with applicable laws and regulations. i. A Bidder may be considered to be in Conflict of Interest with one or more parties in a bidding process if, including but not limited to: a. have controlling partners/ shareholders in common; or b. receive or have received any direct or indirect subsidy from any of them; or c. have the same legal representative for purposes of the Bid; or

d. have a relationship with each other, directly or through common third parties, that puts them in a position to have access to information about or influence on the Bid of another Bidder, or influence the decisions of the Procuring Entity regarding the bidding process; or

e. the Bidder participates in more than one Bid in a bidding process. Participation by a Bidder in more than one Bid will result in the disqualification of all Bids in which the Bidder is involved. However, this does not limit the inclusion of the same subcontractor, not otherwise participating as a Bidder, in more than one Bid; or

f. the Bidder or any of its affiliates participated as a consultant in the preparation of the design or technical specifications of the Goods, Works or Services that are the subject of the Bid; or g. Bidder or any of its affiliates has been hired (or is proposed to be hired) by the Procuring Entity as engineer-in-charge/ consultant for the contract.

Annexure-7 (B) Annexure B

Declaration by the Bidder regarding Qualifications

In relation to my/our Bid submitted to for procurement of ...... in response to their Notice Inviting Bids No . ……………..Dated I/we hereby declare under Section 7 of Rajasthan Transparency in Public Procurement Act, 2012, that:

1. I/we possess the necessary professional, technical, financial and managerial resources and competence required by the Bidding Document issued by the Procuring Entity;

2. I/we have fulfilled my/our obligation to pay such of the taxes payable to the Union and the State Government or any local authority as specified in the Bidding Document;

3. I/we are not insolvent, in receivership, bankrupt or being wound up, not have my/our affairs administered by a court or a judicial officer, not have my/our business activities suspended and not the subject of legal proceedings for any of the foregoing reasons;

4. I/we do not have, and our directors and officers not have, been convicted of any criminal offence related to my/our professional conduct or the making of false statements or misrepresentations as to my/our qualifications to enter into a procurement contract within a period of three years preceding the commencement of this procurement process, or not have been otherwise disqualified pursuant to debarment proceedings;

5. I/we do not have a conflict of interest as specified in the Act, Rules and the Bidding Document, which materially affects fair competition;

Date: Signature of bidder

Place: Name:

Designation:

Address:

Annexure-7 (C) Annexure C Grievance Redressal during Procurement Process

The designation and address of the First Appellate Authority is ……………………

The designation and address of the Second Appellate Authority is ……………….

(1) Filing an appeal If any Bidder or prospective bidder is aggrieved that any decision, action or omission of the Procuring Entity is in contravention to the provisions of the Act or the Rules or the Guidelines issued thereunder, he may file an appeal to First Appellate Authority, as specified in the Bidding Document within a period of ten days from the date of such decision or action, omission, as the case may be, clearly giving the specific ground or grounds on which he feels aggrieved:

Provided that after the declaration of a Bidder as successful the appeal may be filed only by a Bidder who has participated in procurement proceedings:

Provided further that in case a Procuring Entity evaluates the Technical Bids before the opening of the Financial Bids, an appeal related to the matter of Financial Bids may be filed only by a Bidder whose Technical Bid is found to be acceptable.

(2) The officer to whom an appeal is filed under para (l) shall deal with the appeal as expeditiously as possible and shall endeavour to dispose it of within thirty days from the date of the appeal.

(3) If the officer designated under para (1) fails to dispose of the appeal filed within the period specified in para (2), or if the Bidder or prospective bidder or the Procuring Entity is aggrieved by the order passed by the First Appellate Authority, the Bidder or prospective bidder or the Procuring Entity, as the case may be, may file a second appeal to Second Appellate Authority specified in the Bidding Document in this behalf within fifteen days from the expiry of the period specified in para (2) or of the date of receipt of the order passed by the First Appellate Authority, as the case may be.

(4) Appeal not to lie in certain cases

No appeal shall lie against any decision of the Procuring Entity relating to the following matters, namely:- (a) determination of need of procurement; (b) provisions limiting participation of Bidders in the Bid process; (c) the decision of whether or not to enter into negotiations; (d) cancellation of a procurement process; (e) applicability of the provisions of confidentiality.

(5) Form of Appeal

(a) An appeal under para (1) or (3) above shall be in the annexed Form along with as many copies as there are respondents in the appeal.

(b) Every appeal shall be accompanied by an order appealed against, if any, affidavit verifying the facts stated in the appeal and proof of payment of fee.

(c) Every appeal may be presented to First Appellate Authority or Second Appellate Authority, as the case may be, in person or through registered post or authorised representative.

(6) Fee for filing appeal

(a) Fee for first appeal shall be rupees two thousand five hundred and for second 'appeal shall be rupees ten thousand, which shall be non-refundable.

(b) The fee shall be paid in the form of bank demand draft or banker's cheque of a Scheduled Bank in India payable in the name of Appellate Authority concerned.

(7) Procedure for disposal of appeal

(a) The First Appellate Authority or Second Appellate Authority, as the case may be, upon filing of appeal, shall issue notice accompanied by copy of appeal, affidavit and documents, if any, to the respondents and fix date of hearing.

(b) On the date fixed for hearing, the First Appellate Authority or Second Appellate Authority, as the case may be, shall,-

(i) hear all the parties to appeal present before him; and

(ii) peruse or inspect documents, relevant records or copies thereof relating to the matter.

(c) After hearing the parties, perusal or inspection of documents and relevant records or copies thereof relating to the matter, the Appellate Authority concerned shall pass an order in writing and provide the copy of order to the parties to appeal free of cost.

(d) The order passed under sub-clause (c) above shall also be placed on the State Public Procurement Portal.

FORM No.1 [See rule 83]

Memorandum of Appeal under the Rajasthan Transparency in Public Procurement Act, 2012

Appeal No ………………..of ………………..

Before the …………………………(First I Second Appellate Authority)

1. Particulars of appellant:

(i) Name of the appellant :- ______

(ii) Official address, if any :- ______

(iii) Residential address :- ______

2. Name and address of the respondent(s): (i)

(ii)

(iii)

3. Number and date of the order appealed against and name and designation of the officer I authority who passed the order (enclose copy), or a statement of a decision, action or omission of the Procuring Entity in contravention to the provisions of the Act by which the appellant is aggrieved :- ______

4. If the Appellant proposes to be represented by a representative, the name and postal address of the representative :- ______

5. Number of affidavits and documents enclosed with the appeal :- ______

6. Grounds of appeal: ______(Supported by an affidavit)

7. Prayer: ______

Place :- ……………………………………

Date :- …………………………………….

Appellant's Signature

Annexure-7 (D) Annexure D Additional Conditions of Contract

1. Correction of arithmetical errors

Provided that a Financial Bid is substantially responsive, the Procuring Entity will correct arithmetical errors during evaluation of Financial Bids on the following basis:

i. if there is a discrepancy between the unit price and the total price that is obtained by multiplying the unit price and quantity, the unit price shall prevail and the total price shall be corrected, unless in the opinion of the Procuring Entity there is an obvious misplacement of the decimal point in the unit price, in which case the total price as quoted shall govern and the unit price shall be corrected;

ii. if there is an error in a total corresponding to the addition or subtraction of subtotals, the subtotals shall prevail and the total shall be corrected; and

iii. if there is a discrepancy between words and figures, the amount in words shall prevail, unless the amount expressed in words is related to an arithmetic error, in which case the amount in figures shall prevail subject to (i) and (ii) above.

If the Bidder that submitted the lowest evaluated Bid does not accept the correction of errors, its Bid shall be disqualified and its Bid Security shall be forfeited or its Bid Securing Declaration shall be executed.

2. Procuring Entity's Right to Vary Quantities

(i) At the time of award of contract, the quantity of Goods, works or services originally specified in the Bidding Document may be increased or decreased by a specified percentage, but such increase or decrease shall not exceed twenty percent, of the quantity specified in the Bidding Document. It shall be without any change in the unit prices or other terms and conditions of the Bid and the conditions of contract.

(ii) If the Procuring Entity does not procure any subject matter of procurement or procures less than the quantity specified in the Bidding Document due to change in circumstances, the Bidder shall not be entitled for any claim or compensation except otherwise provided in the Conditions of Contract.

(iii) In case of procurement of Goods or services, additional quantity may be procured by placing a repeat order on the rates and conditions of the original order. However, the additional quantity shall not be more than 25% of the value of Goods of the original contract and shall be within one month from the date of expiry of last supply. If the Supplier fails to do so, the Procuring Entity shall be free to arrange for the balance supply by limited Bidding or otherwise and the extra cost incurred shall be recovered from the Supplier.

3. Dividing quantities among more than one Bidder at the time of award (In case of procurement of Goods)

As a general rule all the quantities of the subject matter of procurement shall be procured from the Bidder, whose Bid is accepted. However, when it is considered that the quantity of the subject matter of procurement to be procured is very large and it may not be in the capacity of the Bidder, whose Bid is accepted, to deliver the entire quantity or when it is considered that the subject matter of procurement to be procured is of critical and vital nature, in such cases, the quantity may be divided between the Bidder, whose Bid is accepted and the second lowest Bidder or even more Bidders in that order, in a fair, transparent and equitable manner at the rates of the Bidder, whose Bid is accepted.

Tender Inviting Authority :- Executive Engineer, PWD, Division - Chaksu, Jaipur Name of Work :- C.D. Protection and other work from Phagi to Mohanpura Ranwa VALIDATE Contract No: Road Work (Based on PWD Rural Circle, Jaipur Road Oct 2013) PRINT Bidder Excess ( + ) % Name: SCHEDULE OF WORKS (This BOQ template must not be modified/replaced by the bidder and the same should be uploaded after filling the relevent columns, else the bidder is liable to be rejected for this tender. Bidders are allowed to enter the Bidder Name and Values only)

Sl. No. or Description of work Unit Estimated Rate AMOUNT No. Qty. Rs. P Figure Words 0.01 Part : A : Earth Work 1.00 Construction of embankment with approved material 2861.25 P.Cum. 55.00 Rupees Fifty Five Only 157369.00 obtained from borrow pits with a lift upto 1.5 m, transporting to site, spreading, grading to required slope and compacting to meet requirement of Tables 300.1 and 300.2 with a lead upto 50 m as per MoRD Specification Clause 301.5 0.02 Part : B : Const. of U-Shape Drain 2.00 Earthwork in excavation for structures as per drawing 117.45 P.Cum 135.00 Rupees One Hundred & Thirty Five Only 15856.00 and MoRD specifications Clause 305.1 including setting out, construction of shoring and bracing, removal of stumps and other deleterious material and disposal upto a lead of 50 m, dressing of sides and bottom and backfilling in trenches with excavated suitable material Ordinary soil Upto 3 m depth 3.00 Providing concrete for plain/reinforced concrete in open 39.15 P.Cum 3230.00 Rupees Three Thousand Two Hundred & 126455.00 foundations complete as per drawings and MoRD Thirty Only specifications Clause 802, 803, 1202 & 1203 P.C.C grade M 10 Nominal mix 1:3:6.

Signature of Tenderer with seal Tender Inviting Authority :- Executive Engineer, PWD, Division - Chaksu, Jaipur Name of Work :- C.D. Protection and other work from Phagi to Mohanpura Ranwa VALIDATE Contract No: Road Work (Based on PWD Rural Circle, Jaipur Road Oct 2013) PRINT Bidder Excess ( + ) % Name: SCHEDULE OF WORKS (This BOQ template must not be modified/replaced by the bidder and the same should be uploaded after filling the relevent columns, else the bidder is liable to be rejected for this tender. Bidders are allowed to enter the Bidder Name and Values only)

Sl. No. or Description of work Unit Estimated Rate AMOUNT No. Qty. Rs. P Figure Words 4.00 Stone masonry work in cement mortar in foundation 174.00 P.Cum 2380.00 Rupees Two Thousand Three Hundred & 414120.00 complete as per drawing and MoRD specifications Eighty Only Clauses 702, 704, 1202 & 1203 Random Rubble Masonry In 1:4 cement mortar 5.00 Plastering with cement mortar (1:4), 20 mm thick on 435.00 P.Sqm 132.00 Rupees One Hundred & Thirty Two Only 57420.00 Stone work. 6.00 Providing concrete for plain/reinforced concrete in open 5.80 P.Cum 3830.00 Rupees Three Thousand Eight Hundred 22214.00 foundations complete as per drawings and MoRD & Thirty Only specifications Clause 802, 803, 1202 & 1203 P.C.C. grade M 20 Nominal mix (1:2:4) 7.00 Providing PCC M-20 architectural coping on the top of 232.00 P.Sqm 340.00 Rupees Three Hundred & Forty Only 78880.00 wing wall, return wall etc. complete as per drawing and MoRD specification Clauses 615, 710 and 1204.3.11 75 mm thick

Signature of Tenderer with seal Tender Inviting Authority :- Executive Engineer, PWD, Division - Chaksu, Jaipur Name of Work :- C.D. Protection and other work from Phagi to Mohanpura Ranwa VALIDATE Contract No: Road Work (Based on PWD Rural Circle, Jaipur Road Oct 2013) PRINT Bidder Excess ( + ) % Name: SCHEDULE OF WORKS (This BOQ template must not be modified/replaced by the bidder and the same should be uploaded after filling the relevent columns, else the bidder is liable to be rejected for this tender. Bidders are allowed to enter the Bidder Name and Values only)

Sl. No. or Description of work Unit Estimated Rate AMOUNT No. Qty. Rs. P Figure Words 8.00 Providing and fixing of Reinforced Ferro cement Drain 21.80 P.Sqm 1755.00 Rupees One Thousand Seven Hundred & 38259.00 cover designed for class "AA" loading duly marked on Fifty Five Only cover with adequate steel reinforcement having thickness 75 mm to 150 mm anti- corrosive bitumen painted M.S. plate Rim and on M.S. lifting hooks admixture like plasticizer bond improving compound shrinkage resistance compound abrasion resistant complete as per approved design etc. for drain Opeining Size 451 to 700 mm Standard Drain Cover Size 1000mm x 800mm x 100mm 0.03 Part : C : Const. of L-Shape Drain 9.00 Earthwork in excavation for structures as per drawing 78.75 P.Cum 135.00 Rupees One Hundred & Thirty Five Only 10631.00 and MoRD specifications Clause 305.1 including setting out, construction of shoring and bracing, removal of stumps and other deleterious material and disposal upto a lead of 50 m, dressing of sides and bottom and backfilling in trenches with excavated suitable material Ordinary soil Upto 3 m depth

Signature of Tenderer with seal Tender Inviting Authority :- Executive Engineer, PWD, Division - Chaksu, Jaipur Name of Work :- C.D. Protection and other work from Phagi to Mohanpura Ranwa VALIDATE Contract No: Road Work (Based on PWD Rural Circle, Jaipur Road Oct 2013) PRINT Bidder Excess ( + ) % Name: SCHEDULE OF WORKS (This BOQ template must not be modified/replaced by the bidder and the same should be uploaded after filling the relevent columns, else the bidder is liable to be rejected for this tender. Bidders are allowed to enter the Bidder Name and Values only)

Sl. No. or Description of work Unit Estimated Rate AMOUNT No. Qty. Rs. P Figure Words 10.00 Providing concrete for plain/reinforced concrete in open 24.51 P.Cum 3230.00 Rupees Three Thousand Two Hundred & 79167.00 foundations complete as per drawings and MoRD Thirty Only specifications Clause 802, 803, 1202 & 1203 P.C.C grade M 10 Nominal mix 1:3:6. 11.00 Stone masonry work in cement mortar in foundation 42.00 P.Cum 2380.00 Rupees Two Thousand Three Hundred & 99960.00 complete as per drawing and MoRD specifications Eighty Only Clauses 702, 704, 1202 & 1203 Random Rubble Masonry In 1:4 cement mortar 12.00 Plastering with cement mortar (1:4), 20 mm thick on 105.00 P.Sqm 132.00 Rupees One Hundred & Thirty Two Only 13860.00 Stone work. 13.00 Providing concrete for plain/reinforced concrete in open 6.56 P.Cum 3830.00 Rupees Three Thousand Eight Hundred 25125.00 foundations complete as per drawings and MoRD & Thirty Only specifications Clause 802, 803, 1202 & 1203 P.C.C. grade M 20 Nominal mix (1:2:4) 14.00 Providing PCC M-20 architectural coping on the top of 70.00 P.Sqm 340.00 Rupees Three Hundred & Forty Only 23800.00 wing wall, return wall etc. complete as per drawing and MoRD specification Clauses 615, 710 and 1204.3.11 75 mm thick

Signature of Tenderer with seal Tender Inviting Authority :- Executive Engineer, PWD, Division - Chaksu, Jaipur Name of Work :- C.D. Protection and other work from Phagi to Mohanpura Ranwa VALIDATE Contract No: Road Work (Based on PWD Rural Circle, Jaipur Road Oct 2013) PRINT Bidder Excess ( + ) % Name: SCHEDULE OF WORKS (This BOQ template must not be modified/replaced by the bidder and the same should be uploaded after filling the relevent columns, else the bidder is liable to be rejected for this tender. Bidders are allowed to enter the Bidder Name and Values only)

Sl. No. or Description of work Unit Estimated Rate AMOUNT No. Qty. Rs. P Figure Words 15.00 Providing and fixing of Reinforced Ferro cement Drain 17.50 P.Sqm 1755.00 Rupees One Thousand Seven Hundred & 30713.00 cover designed for class "AA" loading duly marked on Fifty Five Only cover with adequate steel reinforcement having thickness 75 mm to 150 mm anti- corrosive bitumen painted M.S. plate Rim and on M.S. lifting hooks admixture like plasticizer bond improving compound shrinkage resistance compound abrasion resistant complete as per approved design etc. for drain Opeining Size 451 to 700 mm Standard Drain Cover Size 1000mm x 800mm x 100mm 0.04 Part : D : Protection work 16.00 Earthwork in excavation for structures as per drawing 237.00 P.Cum 135.00 Rupees One Hundred & Thirty Five Only 31995.00 and MoRD specifications Clause 305.1 including setting out, construction of shoring and bracing, removal of stumps and other deleterious material and disposal upto a lead of 50 m, dressing of sides and bottom and backfilling in trenches with excavated suitable material Ordinary soil Upto 3 m depth

Signature of Tenderer with seal Tender Inviting Authority :- Executive Engineer, PWD, Division - Chaksu, Jaipur Name of Work :- C.D. Protection and other work from Phagi to Mohanpura Ranwa VALIDATE Contract No: Road Work (Based on PWD Rural Circle, Jaipur Road Oct 2013) PRINT Bidder Excess ( + ) % Name: SCHEDULE OF WORKS (This BOQ template must not be modified/replaced by the bidder and the same should be uploaded after filling the relevent columns, else the bidder is liable to be rejected for this tender. Bidders are allowed to enter the Bidder Name and Values only)

Sl. No. or Description of work Unit Estimated Rate AMOUNT No. Qty. Rs. P Figure Words 17.00 Providing concrete for plain/reinforced concrete in open 35.55 P.Cum 3230.00 Rupees Three Thousand Two Hundred & 114827.00 foundations complete as per drawings and MoRD Thirty Only specifications Clause 802, 803, 1202 & 1203 P.C.C grade M 10 Nominal mix 1:3:6 18.00 Stone masonry work in cement mortar in foundation 261.00 P.Cum 2380.00 Rupees Two Thousand Three Hundred & 621180.00 complete as per drawing and MoRD specifications Eighty Only Clauses 702, 704, 1202 & 1203 Random Rubble Masonry In 1:4 cement mortar 19.00 Providing PCC M-20 architectural coping on the top of 87.75 P.Sqm 340.00 Rupees Three Hundred & Forty Only 29835.00 wing wall, return wall etc. complete as per drawing and MoRD specification Clauses 615, 710 and 1204.3.11 75 mm thick 20.00 Pointing with cement mortar (1:3) on Stone work as per 195.00 P.Sqm 73.00 Rupees Seventy Three Only 14235.00 drawing and MoRD specification Clauses 613.3 and 1204 21.00 Providing weepholes in brick masonry/stone masonry, 270.00 Each 62.00 Rupees Sixty Two Only 16740.00 plain/reinforced concrete abutment, wing wall, return wall with 100 mm dia AC pipe extending through the full width of the structures with slope of 1(V):20(H) towards drawing face complete as per drawing and MoRD specification Clauses 614, 709, 1204.3.7

Signature of Tenderer with seal Tender Inviting Authority :- Executive Engineer, PWD, Division - Chaksu, Jaipur Name of Work :- C.D. Protection and other work from Phagi to Mohanpura Ranwa VALIDATE Contract No: Road Work (Based on PWD Rural Circle, Jaipur Road Oct 2013) PRINT Bidder Excess ( + ) % Name: SCHEDULE OF WORKS (This BOQ template must not be modified/replaced by the bidder and the same should be uploaded after filling the relevent columns, else the bidder is liable to be rejected for this tender. Bidders are allowed to enter the Bidder Name and Values only)

Sl. No. or Description of work Unit Estimated Rate AMOUNT No. Qty. Rs. P Figure Words 0.05 Part : E : Hume Pipe Culvert Work 22.00 Earthwork in excavation for structures as per drawing 61.01 P.Cum 135.00 Rupees One Hundred & Thirty Five Only 8236.00 and MoRD specifications Clause 305.1 including setting out, construction of shoring and bracing, removal of stumps and other deleterious material and disposal upto a lead of 50 m, dressing of sides and bottom and backfilling in trenches with excavated suitable material Ordinary soil Upto 3 m depth 23.00 Providing concrete for plain/reinforced concrete in open 5.90 P.Cum 3230.00 Rupees Three Thousand Two Hundred & 19057.00 foundations complete as per drawings and MoRD Thirty Only specifications Clause 802, 803, 1202 & 1203 P.C.C grade M 10 Nominal mix 1:3:6 24.00 Stone masonry work in cement mortar in foundation 66.81 P.Cum 2380.00 Rupees Two Thousand Three Hundred & 159008.00 complete as per drawing and MoRD specifications Eighty Only Clauses 702, 704, 1202 & 1203 Random Rubble Masonry In 1:4 cement mortar 25.00 Providing concrete for plain/reinforced concrete in open 9.36 P.Cum 3830.00 Rupees Three Thousand Eight Hundred 35849.00 foundations complete as per drawings and MoRD & Thirty Only specifications Clause 802, 803, 1202 & 1203 P.C.C. grade M 20 Nominal mix (1:2:4)

Signature of Tenderer with seal Tender Inviting Authority :- Executive Engineer, PWD, Division - Chaksu, Jaipur Name of Work :- C.D. Protection and other work from Phagi to Mohanpura Ranwa VALIDATE Contract No: Road Work (Based on PWD Rural Circle, Jaipur Road Oct 2013) PRINT Bidder Excess ( + ) % Name: SCHEDULE OF WORKS (This BOQ template must not be modified/replaced by the bidder and the same should be uploaded after filling the relevent columns, else the bidder is liable to be rejected for this tender. Bidders are allowed to enter the Bidder Name and Values only)

Sl. No. or Description of work Unit Estimated Rate AMOUNT No. Qty. Rs. P Figure Words 26.00 Providing and laying boulder apron for bed protection 20.16 P.Cum 605.00 Rupees Six Hundred & Five Only 12197.00 with stone boulders of minimum size and weight as per Table 1300.1, no fragment weighing less than 25 kg laid dry complete as per drawing and MoRD specifications Clause 1301 27.00 Providing and laying reinforced cement concrete pipe 15.00 P.Rmt 4045.00 Rupees Four Thousand & Forty Five 60675.00 Only NP3 for culverts on first class bedding of granular material in single row including fixing collar with cement mortar 1:2 but excluding excavation, protection works, backfilling, concrete and masonry works in head walls and parapets Clause 1106 1000 mm dia 28.00 Plastering with cement mortar (1:4), 20 mm thick on 39.52 P.Sqm 132.00 Rupees One Hundred & Thirty Two Only 5217.00 Stone work. 29.00 Providing PCC M-20 architectural coping on the top of 11.07 P.Sqm 340.00 Rupees Three Hundred & Forty Only 3764.00 wing wall, return wall etc. complete as per drawing and MoRD specification Clauses 615, 710 and 1204.3.11 75 mm thick

Signature of Tenderer with seal Tender Inviting Authority :- Executive Engineer, PWD, Division - Chaksu, Jaipur Name of Work :- C.D. Protection and other work from Phagi to Mohanpura Ranwa VALIDATE Contract No: Road Work (Based on PWD Rural Circle, Jaipur Road Oct 2013) PRINT Bidder Excess ( + ) % Name: SCHEDULE OF WORKS (This BOQ template must not be modified/replaced by the bidder and the same should be uploaded after filling the relevent columns, else the bidder is liable to be rejected for this tender. Bidders are allowed to enter the Bidder Name and Values only)

Sl. No. or Description of work Unit Estimated Rate AMOUNT No. Qty. Rs. P Figure Words 0.06 Part : F : Road Furniture work 30.00 Marking Centre Line and stop lines etc. on road as per 261.60 P.Sqm 505.00 Rupees Five Hundred & Five Only 132108.00 IRC pattern with thermoplastic paint of approved quality and make with 8% glass beads laid on the road surface at temperature 160" C with a special applicator machine complete with a special applicator machine complete with labour material and traffic diversion arrangements. 31.00 White washing two coats on parapet walls and tree 270.00 P.Sqm 8.80 Rupees Eight and Paise Eighty Only 2376.00 trunks including preparation of surface by cleaning scraping etc. as per MoRD specifications Clause 1915 32.00 Supplying of Cat’s Eye made of aluminium alloy size 225.00 Each 200.00 Rupees Two Hundred Only 45000.00 75x100x22 mm having 21 biconvex lenses embedded in circular disk of ABS plastic on each side. Total Estimated Cost in Figures 2506128.00 Quoted Amount 2506128.00 2506128.00 Rupees Twenty Five Lakh Six Thousand One Hundred & Twenty Quoted Rate in Words Eight Only

Signature of Tenderer with seal