ebook img

drawing & addedum construction of flyoer at takhat bhai no n 45 PDF

162 Pages·2012·5.74 MB·English
by  
Save to my drive
Quick download
Download
Most books are stored in the elastic cloud where traffic is expensive. For this reason, we have a limit on daily download.

Preview drawing & addedum construction of flyoer at takhat bhai no n 45

NATIONAL HIGHWAY AUTIIORITY Procurement& ContrqctA dministrqtion Sectton 28 MauueA rea,G -9/I , IslamqbcLAd 051-9032727e, 051-9260419 si6rwArr ., LL Fref:2 l4O7)/GM (P&CA/NH/A1 2/2:71 t6.,1t1.M..a rch2. 012 To: The Bidders who purchased the Ri.i r{ ih o D^^, rnFnf a Subject: ADDTNDUM No. 1- CONSTRUCTION OF TLYOVER AT TAKHT BIIAI ON N-45 Please find enclosed herewith Minutes of Pre-bid meeting held on Bth March 2OI2 along with Addendum No. 1 to the bidding documents which is the integral part of Bid Document, for 5rour information and doing the needful at your end, 6""-,A (SIIAFAQAT ZUBAIR AHMAD} Director iP&CAi copY for information to - Member (Planning) NHA, Islamabad - General Manager (P&CA) NHA, Islarnabad 2s E/nyddumens/DDDamod ... MINUTES OF' PRE.BID MEBTING HELD ON 8tITM ARCH. 2012 CLARIFICATION TO BIDDERS CONSTRUCTION OF FLYOVER AT TAI(HT BHAI ON N.45 A Pre-bid Meeting was held in NHA Auditorium at 1130 hours on 08,03.2012 to discuss the tender documents issued to bidders and clarify the points, jf any, raised by them. The following attended the Meeting: ' National Htghway Authority i. Mr. Abdus Samad General Manager (P&CA) ii. Mr. ShafaqatZ ubair Ahmad Director (P&CA) iii. Mr. Dawoodl <hanBazz^ Dy. Director (P&CA) iv. Mr. Rafi-u-Shan Munir Assistant Director (Design) . Bidders i. Mr. ZLrlfiqar,M anager (Cont) M/s Haji Muhammad Khan & Sons. ii. Mr. Saeed Rehman, Chief Engiteer M/s NIC Pvt Ltd. iii. Mr. Iftikhar Alarn M/s New Khan Builders iv. Lt. Col (R) Khadim Hussain (PM) M/s CONPROS ervicesL td. v. Maj. Gen (R) Mehboob Muzaffat M/s ChoudhryC onst.C o. vi. Lt. Coi Ansar Zaman, SM(P&A) M/s NLC vii.Lt.Col Syed Rasul, Snr. Mgr Cont M/s FwO 2. General Manager (P&CA) welcomed the participants of the Pre-bid meeting and asked t}Ie bidders to come forward with their question. It was clarilied that any points raised in the meeting will be replied with the Minutes of Meeting and, if required, Addendum will be issued to a.1t1h e Bidders. 3. The queries raised ald the actions to be taken are detailed below: Sr. Question Reply No, TIOUDHRYC ONSTRUCTIONC O. The site is r€stricted and owned by the On this section, railway traf{ic is Raihvay Authorities / under adverse abandoned since last many years, occupation. lt is requested that site be therefore no restriction will be imposed siven free of encumbrances. by the railway during the construction, however consh_uction of bay over railway track will also be supervised by Railway Authority. Further, NOC from Railways 1S1 n process. 2 The existing road Mardan to Malakand As such there is no provision of passes through congested/ heavily temporarjr diversion being restricted road inhabited area. The construction of cross-section and dght of way. proposed Flyover requires definite Contractor has to manage/plan the diversion to regulate passage of heavy traffic by providing adequate traffic traffic. This aspect may be catered for in management plan and its cost shall be terns of time, effort and cost. etc. deemed to be included in the BOO raLes. (t "1,3) Test Pile construction/operation may be Tesl pile activity is coveredu nder Pay included in the Project item 407d3, 407d4 and 401a3i, however pile load test as separate item has also been Eiven in the B Price adjustment may be included it The Factor-C is issued as Attachment beine an 18 month No. 1 to Addendum No, 1 1 lTicte for sub$ission of bids may be l{ot acceded to, however the request for extendedu p to 03 Apdl 2012 time extension will be forwarded to er authorities for consideration, 1 lTemporary diversion plan and amount As such there is no provision of temporarl for it should be included in BOQ diversion being restricted road cross- section and right of way. Contractor has to manage/plan the traffic by providing adequate traffic management plan and its cost shall be deemed to be included in the Site be handed over free of al1 NHA will hand over the site free of all encumbrances encumbrances, For calculation of escalation the sources The Appendix-C is issued as Attachment of matedals be provided No. 1 to Addendum No. 1 which mentions the sourceso f materials. BiU of Quantities be provided The Bill of Quantities is issued Attachmenl No. 2 lo Addendum No. I M/S NATIONAI 1 Escalauon may be made part of contract Agreed. Please refer to Attachment No. to Addendum No. 1, Diversion cost may be included in the As such there is no provision of temporary BOQ diversion being restricted road cross- section and right of '.i/ay.C ontractor has to manage/plan the haffic by providing adequate tralfic ma.nagement plan and its cost shall be deemed to be included in the BOO rates. As there are certain changesw hich are Pleaser efer Addendum No. 1 required to be incotporated in tender document therefores ubmission time be extendedu p to 2xweeks M/S HAJI MUHAMMAD KHAN & SONS .l I Pleasei nlimaLew hether the escaldlioni s Ag.eed. Please refer to Attachment No. allowable or not? to Addendum No. 1. Bore Log is nol given in lhe drawings Bore 1ogs hall be cafiied out at appropdate locations near proposed pile work, however this activity is covered under BOQ Bill No. Tender ooenine time maY be Pleaser efer Addendum No. 1. M/S FRONTIER IIIORI{S O 1 Escalation has not been included in Agreed. Please refer to Attachment No. Appendix-C It is suggested that Price to Addendum No. 1. stment should be included, BOQ have not been received rMhich is The Bill of Quantities is issued required immediately for complete AlrachmenNto .2 LoA ddendumN o.t comorenenslve Drorect esumate. Gx3) ii I 3 ,r,l; 3 Cost of temporarJ. diversion, track As such there is no provision of management plan and road crossing be temporary diversion being restdcted road added as sepa.ratep ay item. cross-section and right of way. Contractor has to manage/plan the traffic by providing adequate traffic management plan and its cost shall be deemedt o be included in the BOO Cost of relocation of water courses within The cost for management of water within R.O,W be added as separate pay item. the project vicinity is catered for in the BOQ Bill No. 5. 5 It should be clarified that whether there On this section, railway traffic is is any restriction imposed by Railway for abandoned since last many years, construction activities du ng project therefore no festriction vrill be imposed duration, as the site is located on live by the raihvay during the construction railway track however, construction ol bay over railway track will also be supervised by Railway Authodty. Fufthe!, NOC from Railways is in process. 6 Time extension two weeks may be Pleaser efer Addendum No. 1 granted due to non availability of BOQS, bid preparation and site visit etc 4. Firms were advised to read the bid document and visit site area prior to submission of their bids, 5. The meeting concluded with a vote of thanks to all the participants. (311) --ooOoo-- ' ./,A- I 'i |trt/;:7 ADDENDUM No. 1 CONSTRUCTION OF FLYOVER AT TAKHT BHAI ON N.45 BIDDING DOCUMENT - Volume- 1 1. BIDDING DATA IB-3 Eltgtble Btdders Last Para starting from "In case of...,.," and ending at IB-3(ii)" is deleted in its entirety ald replaced with thF f^ll^srihd fFwi' "ln case of joint veqture, the Lead Pa:rtner must fulfil at least 50% of the above conditions mentioned in Ciause 3 (ii), (iii) and (iv) and must have 5O7" or more share in the Joint Venture (JU agreement, while the other members of the JV must fulfil t}l'e aforementioned criteria with respect to its share in the JV Agreement. However, if any one partner alone fulfils the condition in IB - 3 (ii) above, then the other partners are not required to fulfi1 the condition of IB - 3 (ii)". rB 11.1 - Documents comprising the Bid: 11.1(A) (e) Copu of reqi,stration certificqte (Memorandum of Articles of Bid.der It stands deleted in its entirety from the list of docuqrents required from the bidders. (g Method of perfonning the Work (Appendix-Fl Bidders participating in rhjs bjd are not required to submit this Appendix-E. It will be submitted only by the successful bidder to "The Engineer" a,[ter Lhe contrac{ agreement is sionerta n.l Lerter nf Commencementi s issued. Page 1 of 5 11.1(c-) Reqistration Certirtcak of the Bidder The text under this heading stands deleted in its entirety. Certified laudit report s The text under this heading is deleted in its entirety ard replaced with the following text: "The bidders are required to submit along with his bid Certified Audit Repods for last three (O3) years {2011, 2010 and 2009) to demonstrate the current soundness of the applicants financial position and its prospective long term pro{itability to evaluate: a. Cash Ftou.t Capacity to have Cash Flow reasonably enough to meet the Cash Flow requirements of the said Work is: Rs 240 million Following formula will be used for valuation: Min Cash Flow = ls).llrorking capital + Project Specific Lines oI Credit - 40% ol Current Contract Comm:rmcn'sl b, Auetaqe Annual Constructlon Tumouer Minimum Average Construction T!rnover as mentioned bejow, ca-lculated as total certifled payments received for contracts in progress or completed.w ithin the last three (031 years: Rs 320 million P r op os e d Co n s truatio n Sche dule The text under this heading is replaced in its entirety with the following text: Page2 of 5 "Proposed Construction Schedule as per Appendix-E (Attachment No. 3 to Addendum No. 1) to Bid must be enclosedt o Bid". AvcilabititU of Critical Equipment/ List o! Major equipment The text under this heading is replaced in its entirety with the following text; "Bidders shall submit List of Major Equipment and related items owned, to be purchased or to be leased by the Bidder in carrying out the Work in accordance to the attached format (Appendix-G to Bid - Attachment No. 4 to Addendum No.1 )". Qualifi.cationo f Keu Stctff The first paragraph under this heading is replaced in its entirety with the following text: "Bidders shal1 suklmit only the names, CNIC No., PEC Regist.ation number (of professional engineers only), qualification and experience deLails for Manager/Planning Engineer. Matedal Engineer, Structural Engineer, Chief Surveyor and Chief Quantity Suweyor. CVs of above mentioned key staffs are not rc^11irFd .+ fhie s1^aF' 26.4 Eualuatio n of Technical Aspe cts The text under this heading is deleted in its entirety and completely replaced with the following text; "The technical bids will be evaluated in accordance with Clause 3, 11.1(A) and 11.1(C) of Instructior.s to Bidders as amended in this Addendum and llnancial bids of only those bidders will be opened who will be declared qualified with reference to above mentioned clauses." Page3 of 5 Clquse 20.7lq.l The date for submission of bids, time for submission of bids and venue for submission be read as under: . Date for submission of bids... 266 March, 2Ot2 . Deadline for submission of bid s 113Oh ours r Venue for submission of bids NHA Auditorium 27 MauveA rea.C / 9.1. Islamabad clause 23,7 The date for opening of bids and time for opening of bids be read under: Date for opening ofbids ... 26tt March,2012 Time for opening of bids ... 12OO noon Venue for opening of bids ... NHA Auditorium 27 Mauve Area. G-9 / 1. Islamabad 2. APPENDICEST O BID Appendix-CtoBid Replace in its entirety the Appendix-C already provided with the bidding document wirh Attachment No. I (01 page) Lo Addendum No. 1 b. Appendix-DtoBid Replace in its entirety the Appendix-D already provided with the bidding document with Attachment No.2 (17 pages) to Addendum No. 1. c. Appendk - E Replace in its entirety the Appendix-E provided with the bidding document with Attachment No. 3 {01 page) to Addendum No. 1 Appendix - F d.. Appendix-F to the bid is not required to be submitted at this stage of biddi4g however it will be submitted only by the successful bidder to "The Enginee/ after the contract agreement is signed and Letter of Commencement is issued. Page 4 of 5 e, Aepend,ix - G to Bld. Replace in its entirety the Appendix-G already provided with the bidding document wittr Attachment No. 4 (3 pages) to Addendum No. 1. f. Appendix-OtoBtd Replace in its entirety the Appendlx-O already provided with the bidding document with Attachment No. 5 (01 page) to Addendum No. 1. 3, SPECIAL PROVISION The "Special Provisions" as Attachment No. 6 (76 pages) to Addendum No. 1 is incorporated to bidding document. 4. DRAWINGS Replace the already provided drawings in its entirety with the Attachment No. 7 (54 pages) to Addendum No. 1. ---ooOoo--- Page 5 of 5 Allacnment No. i to Addendum No. 1 !o' APPENDIX-CtoBid CONSTRUCTION OF FLYOVER AT TAKHT BHAI ON N.45 SCHEDULE OF SPECIFIED MATERIALS FOR TIIE PURPOSE OF CLAUSE 7O-COC PART.II TABLE OF BASIC PRICES Basic Price Item Description of Specilied lndex per Value of Source oflndex Unit No. Material unit in Pak Factor "C" Rupees Flxed Portion 0.477 2 High Speed Diesel Pakistan State Oil Liter 0.100 Cement (Ordinar)' Portland Cherat cement 3 Metric Ton 0.086 Cement) Factory Nowsehra M. Steel Billet Pakistan Steel Mil1s 4 100 x 100mm (blooms) Metr-icT on o.219 Ke.rachi Grade 60 & Grade 40 United wires 5 Prestressing Wire Metric Ton o.020 industries {R't.) Ltd. Asphalt Cenent in bulk Attock Petroleum o.o4a 6 Penetration Grade or rytetrtc lon _60/70 Limited, Rawalpindi B0/ 100 {in bulk) Montliy Statistica,l Bulletin, Federal 7 Labour Unskilled Bureau of Statistlcs Per Day 0.050 GOP lDistdct Maida-nl Total 1.OOO Note:- 1- The base/current prices of Specified Materials shall be as of actually prevailing on the date falling on 28 days prior to latest date ol submission of Bids and shall be obtained from the r€spective sources, verified by N.H.A planning wing Islarnabad and notified by the Engineer with the approval of the Employer ajter award of works. 2- The basic pdces ar-e meant to be ex-factory prices and inclusive of all kinds of ta-xes and duties that can be levied at source. 3, Adjustment of increase / decrease sha-ll oniy be admissible for the rnateria]s listed above. Al1a mounts jn Pak Rupees only. .,,,i_:t 1/j llri;t ;zif,<

Description:
extended up to 03 Apdl 2012. 1 lTicte for Accessories and hardwares such as hinges, steel standad track, roller and guides, standard .. Grain size analysis ii. Liquid limit, plastic limit iii. Speciflc afavity iv. Unit Weight of Soil v. Unconfined comprcssion (soil) vi. Unconfined Compression (roc
See more

The list of books you might like

Most books are stored in the elastic cloud where traffic is expensive. For this reason, we have a limit on daily download.