Professional Documents
Culture Documents
Technical Proposal
Technical Proposal Forms
- Site Organization
- Method Statement
- Mobilization Schedule
- Construction Schedule
- Personnel
- Equipment
- Bidder‟s Qualification
Organization information]
Chief Executive
Officer
Project Manager
Supervisor Supervisor
Surveyor Surveyor
3
After receiving “Notification to Commence” from the client, no later than 8 working days,
the Contractor shall mobilize construction machines to the construction site. Before mobili-
zation, the Contractor will coordinate with the client to get confirm from the client on site
accessibility and ensure that all necessary facilities are arranges by the client for machine
mobilization such as river crossing, guardians to keep safety for mobilization of machine at
the river bank. Upon arrival and complete of construction machines mobilization, the Con-
tractor shall immediately issue a Notice of Arrival of construction machines. (Mobilized ma-
chines will be inspected and justified before consequence step be executed.
The contractor will use the existing sub-camp and following temporary facilities at the
work site:
1) S leeping house for 30 people
2) 2 u n i t s t o i l e t
3) K i t c h e n
5) 5 m3 capacity fuel storage
6) Waste bins
7) 1 5 m 3 Waste water Pond
8) Parking area
9) Electricity generator hut
10) Fence
The Total Station surveying equipment will be used for the setting out of clearing alignment and
position (Alignment coordinates are shown in appendix 1). The site clearing by excavator shall
be performed within 5 meters along both sides of the canal from ST 0+100 – ST 1+600. Cleared
vegetation (mainly bamboo) shall be removed to an area proposed as spoil disposal. No burning
is required because all dry bamboo shall be placed around the spoil disposal area to protect
some spoil from erosion.
Soil excavation shall be following the construction specification. Topsoil with 20cm average
thickness shall be removed and stockpiled along the canal alignment to be completely reused
as part of backfilling work at final stage. Suitable spoil from cutting and excavation shall be
stockpiled along the canal alignment to be reused as embankment filling work. Detailed proce-
dures shall be implemented:
- Suitable soil excavation shall be used as fill material for canal embankment; top
soil shall be removed and separated from embankment materials (As design) by
excavator.
- After removal of unsuitable soil layer, cleaning the surface, check elevation prior
to filling the soil for embankment. Use tractor to spread the fill soil over the em-
bankment area to a maximum 200mm thickness. The layer shall be compacted
properly to specified density.
- During the construction, if any soft soil area is not shown in the design and it’s
treatment method is not defined. The Contractor shall immediately prepare a re-
port to submit the client’s engineer for the common settlement of the purpose of
works quality control.
- Quantity of canal construction mainly composed the excavation of soil, rock, or-
ganic matters. The Contractor shall choose an option applying suitable equip-
ment for the executing the works. The manpower shall be combined for finishing
works with minor quantity.
- Excavator of high capacity shall be used to excavate in layers and put the exca-
vated material onto dump trucks for hauling to the disposal area at the same
time.
- Unsuitable soil as indicated in table 1 will be excavated onto dump trucks for
hauling to spoil disposal area near the road to landfill
Only about 2, 000 m3 of waste rock and unsuitable spoil from cutting and excavation work of as
shown in table 1 shall be removed to a spoil disposal with an area of 50m by 50m as indicated
in figure 2. Detail management measures for spoil disposal are shown in SP10-Spoil Disposal.
1. Pre pour checks and check sheet (QA system) must be completed prior to the pour,
check line and level, check the steel reinforcement against the agreement issued
drawings.
2. When all formwork has been checked and that support props are correctly installed,
check built and items (for example box-out) then signed any relevant QA document
giving permission to pour, not after the pour.
3. Verify that the calculated M25 and correct concrete grade, the slump has been per-
formed.
4. Ensure that the correct method of discharging the concrete has been confirmed
(pump ordered if required).
5. Check that the concrete delivery vehicles have suitable access and that a banksman
will be available during the pour.
6. Check that all persons that will be involved in the work have full personal protective
Equipment, this should include wellington boots, eye protection, hi-vis vests, gloves
and hard hat.
1. Surveying instrument and level must be setup during the pour, checks are to be
made to ensure that the formwork is not moving, or if a problem occurs, adjustment
can be carried out.
2. It is vital that fillets are checked to ensure a uniform level on structures.
3. Slump tests are an important check, ensure that this is done.
4. Cubes are to be taken at the correct intervals, and made correctly, to ensure that
cubes are numbered correctly with the pour location and reference number and that
they are store properly prior to collection by the testing company.
1. The structure should be checked after the pour, verification of the line and level, and
checking walls are plumb.
2. Its good practice to store the coordinates and heights when doing the post pour
check to verify position and height against the design, and in addition the as built da-
ta will be available (a QA form for post pour check should be available).
3. Any deviations must be recorded and should be reported as a non-conformance.
Curing of Concrete
1. After the initial set of the concrete and when the concrete hard enough to not be
damaged by such an action, the exposed concrete surface shall be covered with
drenched hessian sacks. These sacks shall be left in position and maintains in a
soaked condition for seven days. For formed surfaces the curing shall be applied as
described above after the formwork has been removed, or a curing compound shall
be applied.
2. Laitance may be removed once the concrete is hard by light chipping wire brushing.
3. Preparation of construction joints shall be done by mechanical chipping taking care
not to dislodge the coarse aggregates. This is to be done at least 24 hours after the
completion of placing or a concrete surface retarder may be use.
4. Concrete have to be cured by sweet water as instruction by client/consultant all the
surface of foundation will be covered by wet sacks cloth to maintain this.
Construction Joints
Form Works
All materials used for form-works should be cleaned, strong and clear from
any deflection.
Install form-works to its dimension correctly and ensure that alignment and
level of form-works are within the tolerances.
The shutters will be side supported by steel bar to maintain the proper
alignment to the forms.
Level guide shall be installed for the level maintenance of concrete.
Construction of Concrete Box by cast in Place Method
- At locations passing the culvert flow, the Contractor will relocate the flow or place
temporary culvert to ensure smooth flow.
- Shape foundation hole to the design dimension and elevation, if water is occurred
at bottom it shall be dried out.
Install Reinforcement:
- Pour concrete for bottom slab and make roughness for surface where joint with web
concrete.
- Install from work and fabricate reinforcement for body and top slab and box cul- vert.
Backfill materials
Structural backfilling materials shall be free from vegetable matter and other dele-
terious substance.
Materials excavated and stocked in the stockyard may be used for backfilling with
suitable gradation of the materials and shall be approved by the Owner’s authori- ty
in advance.
Compaction Work
- Prior to construction on the large scale, the Contractor will perform a trail section with
the length of approximately 100m. The result of trail section to be submitted to the
Engineer are included:
- Construction equipment.
- Design of rolling diagram, rolling sequence: Rolling speed of various stages,
number of passes on one point with the moisture for trail section.
- Test result of density attained with the designed rolling diagram for material used.
- The parameters attained from the trial section, if satisfied the requirement, will be
applied to construct on a large scale on site.
9
2. Reference document
1) Work Schedule
2) Payment schedule
3) Scope of work
4) Work specification
4) Code of practice
3. Materials
The works assigned under the contract require material supply and storage, machines, equip-
ment and manpower for executing all works.
1. Technical competence
2. Financially stable
3. Administrative competence
4. Past project experience with good references
5. Ability to meet schedule
6. Quality and skill of work
7. Capacity (equipment, staffs, workers) and organization
8. Ability to meet safety and environmental and social requirements
Manpower distribution is shown in table 3 below
Manpower Distribution
No Description Q’ty Remark
1 Site Manager/Engineer 1 Base on site
2 Foreman 2 Base on site
3 Store Keeper 1 Base on site
4 Environment Correspondent 1 Base on site
6 Excavator Operator 4 Base on site
7 Tractor Operator 1 Base on site
8 Roller Vibrator Operator 1 Base on site
9 Dump Truck Operator 4 Base on site
10 Crane Truck Operator 1 Base on site
11 Driver 1 Base on site
12 Mechanic 1 Base on site
13 Bar Bender 2 Base on site
14 Skilled Labor 6 Base on site
15 Daily Labor 25 Stay at their village
16 Guard 1 Base on site
17 House maid 2 Base on site
Total 56 30 Manpower will stay
on SSBC camp site
Health and Safety poster and/or instructions will be made available and be vis-
ible at construction site;
First aid facilities will be provided and appropriate located at the construction
site;
Ambulance will be contacted in case of accident or health emergency;
Safe water will be provided for personnel use at construction site;
Fire-fighting equipment will be provided;
Provide safety equipment such as safety boots, helmets, gloves, protective
clothes, mask, goggles, etc. must be worn as required by work.
In case of identifying dangerous or potentially dangerous arising or occurring
during the performance of the work, the work will be immediately suspended
and will be reported to the employer’s representative;
11
Any doubt arises relating to method, drawings or work procedure, the contractor will imme-
diately contact to employer representative or engineer to clarify the doubt to void potential
mistake of the work;
Quality of the work and workmanship of each step of the work executed will be checked by
contractor’s site engineer, employer’s engineer and the client’s inspection committee to en-
sure correct quality;
When there is defection of quality of work or workmanship, the root cause will be investi-
gated and appropriate corrective measure will be applied.
12
Name of Work : Rehablitaion & Modernizationof west Allahabad Branch Canal From KM 156.969 To 274.200
Month -11
Month -14
Month-10
Month-12
Month-13
Month -2
Month -5
Month -8
Month-1
Month-3
Month-4
Month-6
Month-7
Month-9
S.
No Qua
. Item Description ntity Unit
Earth work in bed,side Slope ,berm 1353
1 m3
up to design Canal section 790
Dismentaling of brickwork or stone
2 2010 m3
work and cement concrete
Excavation in foundation in ordinary
3 7030 m3
soil,clay and loam
4 Earthwork in cutting in ordinary soil 2820 m3
Hiring 5 HP Diesel pump including
5 1060 Hr.
operator & P.OL.
6 PCC 1:3:6 below foundation 770 m3
PCC work up to grade not less than
7 1490 m3
M-15
RCC works with cement approved
8 140 m3
coure M-20
RCC Work grade of concrete not less
9 2960 m3
than m-25
RCC works with M30 grade concrete
10 3 me
as per Morth specification
11 RCC work with M-35 grade concrete 1370 m3
S/Placing reinforcement complete
12 330 MT
with all
Centering & Shuttering of RCC Work 2328
13 m2
in bridges 0
14 Class 150 brickwork 1:4 260 m3
Providing weep Holes in Brick Nos
15 290
Masonary .
P/F in position 20 mm
16 400 RM
thickpremoulded joint filler
17 Supply and laying one layer of tarfelt. 640 m2
S/F galvanized mild steel tube 100
18 270 RM
mm dia
1100
19 20 mm thick cement plaster in 1:2 m2
0
Finishing wall with white cement 1060
20 m2
waterproofing paint 0
Suppying and laying inverted filter
21 21 m3
below boulder apron
Filling with local sand between CC
22 3 m3
block
23 Providing & laying Boulder apron 1740 m3
65 mm thick wearing coat with M-30
24 1350 m2
Grade concrete
Greasing ,Oiling of lifting mechanism
25 49 Job
of gates a) For gate span up to 8.00 m
Construction of RCC Railing of m-30
26 290 RM
Grade in situ
Removal/Dismantling of existing
27 59 Job
hydro mechanical gates
13
Design,Drawing,fabrication,supply,an
28 d testing of vertical lift sliding type 26 MT
gate
29 Hoist with hoist capacity 89 MT
30 Support steel structure 67 MT
Suppling & Fixing of NP-2 hume pipe
31 270 RM
75 mm dia
Suppling & Fixing of NP-2 hume pipe Eac
32 85
Collar 75 mm dia h
Suppling & Fixing of NP-2 hume pipe
33 525 RM
100 mm dia
Suppling & Fixing of NP-2 hume pipe Eac
34 168
Collar 100 mm dia h
Suppling & Fixing of NP-2 hume pipe
35 360 RM
125 mm dia
Suppling & Fixing of NP-2 hume pipe Eac
36 115
Collar 125 mm dia h
Suppling & Fixing of NP-2 hume pipe
37 300 RM
150 mm dia
Suppling & Fixing of NP-2 hume pipe Eac
38 100
Collar 150 mm dia h
Providing and laying jointing non
39 85 RM
pressure NP-3 RCC Socket
40 All additional items of work 1 Job
14
Bidders should provide the names of suitably qualified personnel to meet the specified
requirements for each of the positions listed in Section III (Evaluation and Qualification
Criteria). The data on their experience should be supplied using the Form below for each
candidate.
(* Modify this as appropriate to suit the works for which bids are invited).
# As listed in Section III
15
The Bidder shall provide all the information requested below. Fields with asterisk (*) shall be
used for evaluation.
Position*
Declaration
I, the undersigned Key Personnel, certify that to the best of my knowledge and belief, the
information contained in this Form PER-2 correctly describes myself, my qualifications and my
experience.
I confirm that I am available as certified in the following table and throughout the expected
time schedule for this position as provided in the Bid:
Commitment Details
Commitment to duration of [insert period (start and end dates) for which this Key Personnel is available to
contract: work on this contract]
Time commitment: [insert the number of days/week/months/ that this Key Personnel will be
engaged]
Signature:
Signature:
S. Item of Description Make Capacity Age Condi No. available Owned Leased Purchased
No Equipm (years) tion and present
. ent location
18
Bidder‟s country of
constitution
Bidder‟s year of
constitution
Bidder‟s authorized
representative
JV Member‟s or
Subcontractor‟s legal name
JV Member‟s or
Subcontractor‟s country of
constitution
JV Member‟s or
Subcontractor‟s year of
constitution
JV Member‟s or
Subcontractor‟s legal address
in country of constitution
JV Member‟s or
Subcontractor‟s authorized
representative information
(name, address, telephone
numbers, fax numbers, e-mail
address)
1. Articles of incorporation or constitution of the legal entity named above, in accordance with ITB 4.1
read with BDS.
2. Authorization to represent the firm names above, in accordance with ITB 20.2.
3. In the case of government-owned entity, documents establishing legal and financial autonomy and
compliance with commercial law, in accordance with ITB Sub-Clause 4.5 read with Sub-Clause 2.1.4
of Qualification Criteria.
4. Included are the organizational chart, a list of Board of Directors, and the beneficial ownership.
21
Financial
Planning
Construction Equipment
Key Personnel
Form CON – 3:
Environmental, Social, Health and Safety Performance
Declaration
[The following table shall be filled in for the Bidder, each member of a Joint Venture and each
Specialized Subcontractor]
main reason(s)]
… … [list all applicable contracts] …
Performance Security called by an employer(s) for reasons related to ESHS performance
Year Contract Identification Total Contract
Amount (Rs.)
[insert Contract Identification: [indicate complete contract name/ number, and [insert amount]
year] any other identification]
Name of Employer: [insert full name]
Address of Employer: [insert street/city/country]
Reason(s) for calling of performance security: [indicate main reason(s)
e.g. for GBV/ SEA breaches]
26
This information should be extracted from the Annual Financial Statements/ Balance sheets, which should be
enclosed. Year 1 will be the latest year for which audited financial statements are available. Year 2 shall be the
year immediately preceding year 1 and year 3 shall be the year immediately preceding Year 2.
27
2. Financial documents
The Bidder and its parties shall provide copies of the balance sheets and/or financial statements for
[number] years pursuant Section III, Qualifications Criteria and Requirements, Sub-factor 2.3.1.
The financial statements shall:
(a) reflect the financial situation of the Bidder or member to a JV, and not sister or parent
companies.
(d) Correspond to accounting periods already completed and audited (no statements for
partial periods shall be requested or accepted).
Attached are copies of financial statements (balance sheets, including all related notes, and
income statements) for the [number] years required above; and complying with the
requirements (If the most recent set of financial statements is for a period earlier than 12
months from the date of bid, the reason for this should be justified)
Attached is a copy of certificate given from the commercial bank assuring cash flow
(working capital for contraction) in the format attached.
28
-- Sd. --
This is to certify that M/s. ………………………………. who has formed a JV with M/s.
………………………….. and M/s. …………………………….. for participating in this bid, is a
reputed company with a good financial standing.
* Annual construction turnover calculated as total certified payments received for work in
progress or completed, for 5 years. Specified in Section III, Qualification Criteria and
Requirements, Sub-Factor 2.3.2. This should be certified by a Chartered Accountant.
30
Page …of…..Pages
Appendix to Technical Part
JOINT VENTURE
Names of all members of a joint venture
1. Member in charge
2. Member
3. Member
1.
Member
in charge
2.
Member
3.
Member
TOTALS
Provide details regarding financial responsibility and participation (percentage share in the total) of each firm in
the Joint Venture. Attach a Memorandum of Understanding for the Proposed Agreement of joint Venture which
should lay down responsibility regarding work and financial arrangements in respect of each of the firm in the
Joint Venture (Refer also ITB Clause 4.1).
31
[The following table shall be filled in for the Bidder and for each member of a Joint Venture]
[Identify contracts that demonstrate continuous construction work over the past [5] years
pursuant to Section III, Qualification Criteria and Requirements, Sub-Factor 2.4.1.List
contracts chronologically, according to their commencement (starting) dates.]
14
Immediately preceding the financial year in which bids are received.
33
Bidder‟s/ Joint Venture Member‟s Legal Name: [insert full name]Date: [insert day, month,
year]
JV Party Name: [insert full name]
Nominated Sub-contractor's Legal Name15
NCB No. and title: [insert NCB number and title]
Page [insert page number]of [insert total number]pages
(B) Quantities of work executed as prime contractoror Sub-Contractor(in the same name
and style)in the last five years:16
@ the items or work for which date is requested should tally with that specified in
Qualification Criteria
15
If applicable
16
Immediately preceding the financial year in which bids are received.
34
Description Place Contract No. Name Value of Stipulated Value of works* Anticipated
of & & Date and Contract period of remaining to be date of
Work State Address (Rupees) completion completed completion
of Employer (Rupees)
(1) (2) (3) (4) (5) (6) (7) (8)
(B) Works for which bids already submitted and likely to be awarded – expected additional
commitment.
Form…..
Appendix to Technical Part
(Name of the Project)
1. We confirm that we are solely responsible for obtaining tax/ duty waivers which we
have considered in our bid and in case of failure to receive such waivers for reasons
whatsoever, the Employer will not compensate us.
2. We are furnishing below the information required by the Employer for issue of the
necessary certificates in terms of the Government of India‟s relevant Notifications.
3. The goods/construction equipment for which certificates are required are as under:
Items Make/ Capacity Quantity Value State whether Remarks
(modify the Brand [where it will be regarding
list suitably Name applicable] procured justification for
for each locally or the quantity
specific imported [if so and their usage
work) from which in works.
country]
Goods
[a] Bitumen
[b] Cement
[c] Steel
Construction Equipment
4. We agree that no modification to the above list is permitted after bids are opened.
5. We agree that the certificate will be issued only to the extent considered reasonable by
the Employer for the work, based on the Bill of Quantities and the construction
program and methodology as furnished by us alongwith the bid.
36
6. We confirm that the above goods and construction equipment will be exclusively used
for the construction of the above work and the construction equipment will not be sold
or otherwise disposed of in any manner for a period of five years from the date of
acquisition.
Date: (Signature)
Place: (Printed Name)
(Designation)
(Common Seal)
[This certificate will be issued within 60 days of signing of contract and no subsequent changes will be
permitted.]
* Modify the above to suit the requirements given in India’s relevant Notifications as
current date of bidding.
37
(1) If after Bid opening the Bidder (a) withdraws his bid during the period of
Bid validity specified in the Letter of Bid; or (b) does not accept the
correction of the Bid Price pursuant to ITB 36;
or
(2) If the Bidder having been notified of the acceptance of his bid by the
Employer during the period of Bid validity:
(a) fails or refuses to execute the Contract Agreement in accordance
with the Instructions to Bidders, if required; or
(b) fails or refuses to furnish the Performance Securityin accordance
with the Instruction to Bidders.
we undertake to pay to the Employer upto the above amount upon receipt of his first written
demand, without the Employer having to substantiate his demand, provided that in his
demand the Employer will note that the amount claimed by him is due to him owing to the
17
Insert name of the Bidder, which in the case of a joint venture shall be (a) the name of the joint venture that
submits the bid if the JV has been constituted into a legally enforceable JV, or (b) the names of all future
members of the JV as named in the letter of intent to execute the JV Agreement submitted by the bidder
alongwith its bid.
18
The Bidder should insert the amount of the guarantee in words and figures denominated in Indian Rupees.
This figure should be the same as shown in Clause 19.1 of the Instructions to Bidders.
40
occurrence of one or any of the four conditions, specifying the occurred condition or
conditions.
19
This Guarantee will remain in force upto and including the date
days after the deadline for submission of Bids as such deadline is stated in the Instructions to
Bidders or as it may be extended by the Employer, notice of which extension(s) to the Bank
is hereby waived. Any demand in respect of this guarantee should reach the Bank not later
than the above date.
WITNESS SEAL
Note: All italicized text (including footnotes) is for use in preparing this form and shall be
deleted from the final product.
19
45 days after the end of the validity period of the Bid.
41
Bill of Quantities
Objectives
The objectives of the Bill of Quantities are:
(a) to provide sufficient information on the quantities of Works to be performed to enable bids to be
prepared efficiently and accurately; and
(b) when a Contract has been entered into, to provide a priced Bill of Quantities for use in the periodic
measurement and valuation of Works executed.
In order to attain these objectives, Works should be itemized in the Bill of Quantities in sufficient detail to
distinguish between the different classes of Works, or between Works of the same nature carried out in different
locations or in other circumstances which may give rise to different considerations of cost. Consistent with
these requirements, the layout and contents of the Bill of Quantities should be as simple and brief as possible.
Provisional Sums
A general provision for physical contingencies (quantity overruns) may be made by including a provisional sum in
the Summary Bill of Quantities. Similarly, a contingency allowance for possible price increases should be
provided as a provisional sum in the Summary priced Bill of Quantities. Additional provisional sums for
ESHS outcomes may also be added, if required. The inclusion of such provisional sums often facilitates
budgetary approval by avoiding the need to request periodic supplementary approvals as the future need arises.
Where such provisional sums or contingency allowances are used, the ParticularConditions of Contract should
state the manner in which they shall be used, and under whose authority (usually the Project Manager‟s).
The estimated cost of specialized work to be carried out, or of special goods to be supplied, by other contractors
should be indicated in the relevant part of the Bill of Quantities as a particular provisional sum with an
appropriate brief description. A separate procurement procedure is normally carried out by the Employer to
select such specialized contractors. To provide an element of competition among the bidders in respect of any
facilities, amenities, attendance, etc., to be provided by the successful Bidder as prime Contractor for the use and
convenience of the specialist contractors, each related provisional sum should be followed by an item in the Bill of
Quantities inviting the Bidder to quote a sum for such amenities, facilities, attendance, etc.
These notes for Preparing a Bill of Quantities are intended only as information for the Employer or the person
drafting the Bidding Documents. They should not be included in the final documents