*** Minutes of the Pre-Bid Meeting. Contract LRIP/W1/02:

Similar documents
CONTRACTOR EMPLOYER

UTTAR PRADESH JAL NIGAM

Rs. 1,54,000/- Single (01) order of executed value not less than Rs Lakhs

NOTICE INVITING TENDER (NIT) (Domestic Competitive Bidding) SECTION - I. Ref. NTECL/C&M/OT/CS-3474 Dt:

RESIDENTIAL REAL ESTATE AGENT SERVICES FOR NEIGHBORHOOD STABILIZATION PROGRAM

NOTICE INVITING TENDER (NIT) (Detailed) (Domestic Competitive Bidding) Ref. NTECL/C&M/CS-2149/NIT-136 Dt:

NOTICE INVITING TENDER (NIT) (Detailed) (Domestic Competitive Bidding) Ref. NTECL/C&M/CS-2271/NIT-137 Dt:

NOTICE INVITING TENDER (NIT) (Domestic Competitive Bidding) BRIEF NIT DETAILS. Ref. NTECL/C&M/CS-2980/NIT-147 Dt:

INVITATION FOR BIDS (IFB) Doc.No.:A IFB REV.A. _ Engineers India Ltd., RO, Chennai Sheet 1 of 6

NOTICE FOR PREQUALIFICATION OF CONTRACTOR

NTPC TAMILNADU ENERGY COMPANY LTD (A Joint Venture of NTPC Ltd. and TANGEDCO)

Prepared by Office of Procurement and Real Property Management. This replaces Administrative Procedure No. A8.215 dated November 2012 A8.

Notice Inviting Tender (NIT) (Detailed)

ROAD PAVING/BITUMINOUS CONCRETE

GENERAL TERMS OF ORDER for works performed on the ground

WEST BENGAL RENEWABLE ENERGY DEVELOPMENT AGENCY

INDIAN INSTITUTE OF SCIENCE EDUCATION AND RESEARCH(IISER) PUNE SECTION I -NOTICE INVITING TENDER

COMMONWEALTH OF PENNSYLVANIA DEPARTMENT OF GENERAL SERVICES

COMPETITIVE BIDDING NOTICE INVITATION TO BID. The County of Waller proposes to purchase the following items on competitive bid: HYDRATED LIME

PROCUREMENT CODE. Part A Project Delivery and Selection Methods

PLEASE QUOTE PRICES FOB DESTINATION TO BE DELIVERED TO ITEM DESCRIPTION/SPECIAL INSTRUCTIONS QTY UNIT PRICE EXTENDED PRICE

Second Land and Real Estate Registration Project. between KYRGYZ REPUBLIC. and INTERNATIONAL DEVELOPMENT ASSOCIATION

Notice for Licensing of 97 Built-up Shops/Bare Spaces at 38 Metro Stations of Delhi Metro Network on Line 1, 2, 3, 5 & 6, through Open Auction

COMPETITIVE BIDDING NOTICE INVITATION TO BID. The County of Waller proposes to purchase the following items on competitive bid:

COUNTY OF TANEY, MISSOURI

REQUEST FOR PROPOSALS (RFP) SECTION 8 CONTRACT ADMINISTRATION SERVICES

Town of Caroline. Town Hall Exterior Painting Project

BANK OF BARODA BARODA CORPORATE CENTRE MUMBAI

Chapter 9. Competitive Sealed Bidding: Evaluating Bids

NTPC TAMILNADU ENERGY COMPANY LTD (A Joint Venture of NTPC Ltd. and TANGEDCO)

Lawrenceville Housing Corporation

TENDER NO. BCL/PUR/AB/foundation for CNC /CW/2019 Dt

THE INSTITUTE OF MATHEMATICAL SCIENCES (An autonomous institution under the Dept. of Atomic Energy, Govt. of India) CHENNAI NOTICE INVITING TENDER

Tender. For. Consultancy Services for Auditorium interior works. All India Institute of Medical Sciences, Patna

SBD 6.2 DECLARATION CERTIFICATE FOR LOCAL PRODUCTION AND CONTENT FOR DESIGNATED SECTORS

GOVERNMENT OF INDIA: MINISTRY OF DEFENCE DIRECTOR GENERAL NAVAL PROJECTS

Invitation For Bid IFB 2895

To establish the structure and content of contracts.

137/MD/NTESCL OF

WEST BLOOMFIELD TOWNSHIP INVITATION TO BID. CDBG MINOR HOME REPAIR CONTRACT PROGRAM YEAR 2014 DEADLINE: Wednesday, September 24 th, 2014 at 2:00 p.m.

EAST BATON ROUGE REDEVELOPMENT AUTHORITY ADMINISTRATIVE POLICY PROCUREMENT CONTRACTING AND DBE POLICY FOR FEDERALLY FUNDED PROJECTS.

JACKSONVILLE AVIATION AUTHORITY REAL ESTATE BROKER COMPENSATION POLICY

PURCHASE AGREEMENT No

AIRPORTS AUTHORITY OF INDIA CHENNAI AIRPORT :: CHENNAI 16. Notice Inviting e-tenders. Tender Ref No. AAI / CHN / CMD-I / 2017 / 004

COUNTY OF EL DORADO, CALIFORNIA DEPARTMENT OF TRANSPORTATION NOTICE TO BIDDERS

No. CIDCO/E.E.(Nerul)/2013/ Date: 25/02/2013

: 156 m to 177 m above Mean Sea Level

C. A. No.03/CIDCO/SE(KHR-I)/EE(KHR-III)/ Sl.Pg.No.0

Request for Quotation

No. M-18012/14/2017/SMD/NMCG National Mission for Clean Ganga Ministry of Water Resources, River Development & Ganga Rejuvenation TENDR NOTICE

County Tax Sale PLEASE MARK YOUR ENVELOPE "SEALED BID # RETURN ONE (1) ORIGINAL AND THREE (3) COPIES TO:

Proposals are due by November 6, 2013 at 2 pm and will be considered for award by the Board of Selectmen on November 13, 2013.

Government Emergency Ordinance No. 54/2006 on the regime of the concession contracts for public assets ( GEO No. 54/2006 );

INVITATION FOR BID (IFB) (LOCAL COMPETETIVE BIDDING)

INSTRUCTION PAGE. 3. All SBE firms included on SBE utilization plan must complete a Schedule C.

Sale of Various unserviceable items and other scrap material of Corporate Office, GSECL at Vadodara

Ref. No. SCMF/ENG/ NIT-24/ Date: N O T I C E I N V I T I N G T E N D E R

Pakistan International Airlines. Procurement & Logistics Department Disposal Section

Lower Rio Grande Valley Development Council. Invitation to Bid (ITB): Graphic Design Training Services. office. 301 West Railroad Weslaco, Texas 78596

Tender for supply of spare parts use in RO Systems & Aquaguards

REQUEST FOR PROPOSAL FOR. Appraisal Services. Office of the Special Deputy Receiver

H. UNIVERSITY PROCUREMENT CODE

NTPC Tamilnadu Energy Company Limited. BID DOCUMENT NO :NTECL/C&M/NIT-148/CS-2805, Dt :

THE INSTITUTE OF MATHEMATICAL SCIENCES

COUNTY OF EL DORADO, CALIFORNIA COMMUNITY DEVELOPMENT SERVICES NOTICE TO BIDDERS

REQUEST FOR BIDS FOR THE CITY OF MT. JULIET, TN

Invitation to Bid (ITB) For Services Provision of Internet Services via VSAT (Very Small Aperture Terminal)

KALINDI COLLEGE (University of Delhi) East Patel Nagar, New Delhi : ; Fax No.: E mail :

PROCUREMENT CODE: What Districts Need to Know

COUNTY OF EL DORADO, CALIFORNIA COMMUNITY DEVELOPMENT SERVICES DEPARTMENT OF TRANSPORTATION NOTICE TO BIDDERS

TENDER. Supply & Commissioning of Auto Transformer/Variable Transformer

INVITATION TO NEGOTIATE

Neighborhood Stabilization Program Frequently Asked Questions

Chief Engineer, Koyna Project, Pune

REQUEST FOR PROPOSAL Paving of Parking Lots within the County Complex April 11, 2017

TENDER DOCUMENT. Date: Tender Notice No:230/GM(EMP)/APIIC/EC-IP-Piler/2015,Date:

REQUEST FOR PROPOSALS Professional Engineering Services for Lift Station In the Rural Municipality of Wellington

Town of Manchester, Connecticut. General Services Department. Request for Qualifications Approved Real Estate Appraiser List RFQ No.

(a) For decrement values up to Rs.10/-, rounding off may be made to nearest rupee.

FORM OF AGREEMENT BETWEEN OWNER AND CONTRACTOR FOR CONSTRUCTION CONTRACT (C ) DRAFT

TECHNICAL BID. T 4449 (E-Tender I.D. No. ) Subject: Supply of EFW Coal Discharge Pipes for Coal Mill -3, 4 & 5 at GSECL Ukai TPS.

October 27, Introduction. Pursuant to:

Purchase Order Requirements

KUVENDI KOMUNAL-DEÇAN CONTRACT NOTICE. According to Article 40 of Law No. 04/L-042 on Public Procurement of the Republic of Kosovo,

Lee County Port Authority Real Estate Broker Compensation Policy

CHAPTER 1 GENERAL PROVISIONS

PUBLIC PROCUREMENT BASICS

COMPETITIVE BIDDING NOTICE INVITATION TO BID. The County of Waller proposes to purchase the following items on competitive bid:

RFB # RV SALE OF SURPLUS PROPERTIES BID PACKAGE

ARMY WELFARE EDUCATION SOCIETY CAMPUS BANGALORE (AIHM&CT, AIFD) REQUEST FOR PROPOSAL (RFP)

TENDER NOTICE FOR DEWATERING, CLEANING &DESILTING OF ARTIFICIAL LAKE PUSHPA GUJRAL SCIENCE CITY KAPURTHALA (PUNJAB)

Public Notice. Invitation to Bid Precast Concrete Box Culvert Purchase

STOCK HOLDING CORPORATION OF INDIA LTD.

ENQUIRY DOCUMENT NO IMC/ CGD/LAND/2018/02 Date:

THE TOWN OF BANCROFT REQUEST FOR PROPOSAL (RFP) COMMERCIAL REAL ESTATE BROKERAGE SERVICES

FOR INFORMATION PURPOSES ONLY. Request for Proposals for the Purchase of a Site for the New Acute Care Hospital with Schedules

Standard conditions of Eesti Energia AS gas contract for household consumer Valid from 19 April 2018

Charleston County School District. Procurement Services

Extension of Due Date

OFFICIAL DOCUMENTS. Financing Agreement. Public Disclosure Authorized CREDIT NUMBER 6306-MD. Public Disclosure Authorized

Transcription:

REPUBLIC OF MOLDOVA LOCAL ROADS IMPROVEMENT PROJECT STATE ROAD ADMINISTRATION *** Minutes of the Pre-Bid Meeting Contract LRIP/W1/02: Improvement Works on Section 1: Corridor 13, L 390 Pirlita-Nisporeni road, km 0+000 km 33+50 L 431 Păruceni Seliște Vînători Road, km 0+000- km 4+200 R25 Road Seliște village, km 0+000 km 3+600 Section 2: Corridor 8.3, L405 Road from R21 Oniscani, km 0+000 to km 9+960 Section 3: Corridor 11, L313 M2 access road to Miclesti village, km 0+000 to km 5+000 L314 M2 - Peresecina - Hîrtopul Mare Ohrincea road, km 1+640 - km 15+390 L314 M2 - Peresecina - Hîrtopul Mare Ohrincea road, km 19+810 - km 24+300 L314 Izbiste village Bypass, km 15+390 to km 19+810 *** Reference No. LRIP/W1/02 *** Issued on 13 th of March, 2018

LRIP/W1/02: Improvement works on Section 1: Corridor 13, Section 2: Corridor 8.3, Section 3: Corridor 11. Location: Time: State Road Administration (SRA) Bucuriei 12A str., MD 2004/4th floor, Chișinău, Republic of Moldova 10:00 AM (local time) Date: March 13, 2018 Attendance: Client s representatives Mr. Serghei Polișciuc, Deputy director, State Road Administration; Mr. Edin Begovic, Team Leader/ Project Manager, Roughton International Ltd; Mr. Nebojsa Radovic, Procurement Expert, Roughton International Ltd; Ms. Diana Lupu, Chief of Procurement Service, State Road Administration; Ms. Dorina Drucec, Chief of Financial Management Service, State Road Administration; Mrs. Alina Nikulcha, Consultant at Procurement Service, State Road Administration; Mr. Roman Gavriluta, Consultant at Engineering Management Service, State Road Administration. The List of Participants filled in and signed by firms or joint ventures representatives is attached hereto (See Annex A). Opening: Mr. Serghei Polișciuc welcomed all the participants and introduced the SRA representatives attending the meeting and pointed out to the participants that the event was held in accordance with para 7.4, Section I - Instructions to Bidders, Bidding Documents aimed at clarifying issues and answering questions on any matters that may be raised at this stage. Mrs. Alina Nikulcha drawn the participants attention to the clauses from the Bidding Documents of outmost importance such as the period of validity of Bidders and Bid Security, the amount of Bid Security required for the contract, the written confirmation of authorization to sign the Bid and requirements to be met for post-qualification stage. In addition Mrs. Nikulcha pointed out some aspects on the funding source of the project and the governing national law on quality in construction. Mr. Roman Gavriluta continued the presentation on the scope of works and made a brief overview on the geometrical parameters of the roads, design and redesign, major structural works and main estimated quantities for the respective works contract. Questions and Answers: Mr. Serghei Polișciuc requested Bidder s representative to address their questions. Attendees raised their questions and some of them were further discussed and answered in general lines. Mr. Serghei Polișciuc specified that all questions will be formally answered through the Minutes of the Pre-Bid Meeting and Clarifications will be sent to all invited prospective Bidders. Closing: At the end, Mr. Serghei Polișciuc thanked representatives of firms and joint ventures for their attendance and wished them success in the bidding process. Requests for clarification on the Bidding Documents: Clarification document No. 1 will be prepared. The Document will become part of the Bidding Documents and would be binding on participants. Amendment to the Bidding Documents: Amendment No.1 to the Bidding Documents will be prepared.

LRIP/W1/02: Improvement works on Section 1: Corridor 13, Section 2: Corridor 8.3, Section 3: Corridor 11. Annexes: Annex A List of Participants at the Pre-Bid Meeting; Annex B Pre-Bid Meeting Presentation*. *Note: The information presented during the Pre-bid meeting is not exhaustive, it provides just a summary of the most important issues and clauses from Bidding Documents, therefore in preparing their bids, the bidders should follow the complete set of Bidding Documents, answers to the Requests for Clarification and Amendments, if appropriate.

LRIP/W1/02: Improvement works on Section 1: Corridor 13, Section 2: Corridor 8.3, Section 3: Corridor 11. Annex A List of Participants at the Pre-Bid Meeting

RSP/W9/01:Construction of R1 Bahmut Bypass, km 68+250 km 74+177 Annex B Pre-Bid Meeting Presentation

Republic of Moldova The Ministry of Economy and Infrastructure State Road Administration LOCAL ROADS IMPROVEMENT PROJECT Contract LRIP/W1/02 Pre-Bid Meeting following Invitation for Bidders ICB No.: LRIP/W1/02 March 13, 2018

Improvement Works on Section 1: Corridor 13, L 390 Pirlita-Nisporeni road, km 0+000 km 33+50 L 431 Păruceni Seliște Vînători Road, km 0+000- km 4+200 R25 Road Seliște village, km 0+000 km 3+600 Section 2: Corridor 8.3, L405 Road from R21 Oniscani, km 0+000 to km 9+960 Section 3:Corridor 11, L313 M2 access road to Miclesti village, km 0+000 to km 5+000 L314 M2 - Peresecina - Hîrtopul Mare Ohrincea road, km 1+640 - km 15+390 L314 M2 - Peresecina - Hîrtopul Mare Ohrincea road, km 19+810 - km 24+300 L314 Izbiste village Bypass, km 15+390 to km 19+810

SELECTION PROCEDURES ICB (International Competitive Bidding) World Bank s Guidelines for Procurement of Goods, Works and Non-Consulting Services under IBRD Loans and IDA Credits & Grants by World Bank Borrowers, Ed. January 2011, revised July 2014.

SOURCE OF FUNDING The International Development Association Loan No.: IDA 5747-MD Borrower: The Government of the Republic of Moldova Client: Î.S. Administraţia de Stat a Drumurilor

Period of Validity of Bids Bids shall remain valid for the period of 120 days after the bid submission deadline August 10, 2018. A bid valid for a shorter period shall be rejected by the Employer as nonresponsive. The Employer may request Bidders to extent the period of validity of their bids. In this event, the Bidders shall extend the validity of their bids for twenty eight (28) days beyond the deadline of the extended validity period.

Financial Capabilities (i) The Bidder shall demonstrate that it has access to, or has available, liquid assets, unencumbered real assets, lines of credit, and other financial means (independent of any contractual advance payment) sufficient to meet the construction cash flow requirements estimated as 2,200,000.00 US $ for the subject contract net of the Bidders other commitments. (ii) The Bidders shall also demonstrate, to the satisfaction of the Employer, that it has adequate sources of finance to meet the cash flow requirements on works currently in progress and for future contract commitments. (iii) The audited balance sheets or, if not required by the laws of the Bidder s country, other financial statements acceptable to the Employer, for the last 5 (five) years shall be submitted and must demonstrate the current soundness of the Bidder s financial position and indicate its prospective long-term profitability.

Qualification Requirements Average Annual Construction Turnover within the last 5 years: 13,000,000.00 USD Specific Experience: (i) A minimum number of similar contracts specified below that have been satisfactorily and substantially completed as a prime contractor, joint venture member, management contractor or sub-contractor between 1st January 2013 and application submission deadline: (i) 2 contracts, each of minimum value 16,000,000.00 US$; or (ii) 1 contract with a minimum value 32,000,000.00 US$.

Qualification Requirements For the above and any other contracts completed and under implementation as prime contractor, joint venture member, management contractor or sub-contractor, on or after 1 January 2013 a minimum construction experience in the following key activities successfully completed: (i) Cold recycling and/or asphalt laying: (ii) Sub-base course and/ or base course: 150,000 square meters in a total period of any 12 consecutive months since January 1, 2013; 60,000 cubic meters in a total period of any 12 consecutive months since January 1, 2013; (iii) Granular cement stabilized base and/or roller compacted concrete pavement 120,000 square meters in a total period of any 12 consecutive months since January 1, 2013.

Bid Security ITB.19.1 A Bid Security shall be required. A Bid-Securing Declaration shall not be required. The amount and currency of the bid security shall be: 200,000.00 US$ (two hundred thousand USD) ITB.19.8 The Bid Security of a JV shall be in the name of the JV that submits the bid. If the JV has not been constituted into a legally enforceable JV, at the time of bidding, the Bid Security shall be in the names of all future members as named in the letter of intent. The guarantee is subject to the Uniform Rules for Demand Guarantees (URDG) 2010 Revision, ICC Publication No. 758.

Bid Security ITB 19.1 The Bidder shall furnish as part of its bid, a Bid security, in original form, in the amount and currency specified in BDS. The Bid security shall be valid for twenty eight (28) days beyond the original validity period of the bid, or beyond any period of extension if requested under ITB 18.2.

Eligible Bidders Conflict of Interest - A Bidder shall not have a conflict of interest. All Bidders found to have a conflict of interest shall be disqualified. In case of a JV, all members shall be jointly and severally liable for the execution of the Contract in accordance with the Contract terms. The JV shall nominate a Representative who shall have the authority to conduct all business for and on behalf of any and all the members of the JV during the bidding process and, in the event the JV is awarded the Contract, duringcontract execution. The maximum number of members in the JV shall be three. Maximum percentage of subcontracting permitted is: 30% of the total contract amount.

Format and Signing of Bids The original and all the copies of the bid shall be typed or written in indelible ink and shall be signed by a person duly authorized to sign on behalf of the Bidder. The Bidder shall enclose the original and all copies of the bid, in separate sealed envelopes, duly marking the envelopes as ORIGINAL and COPY. These envelopes containing the original and the copies shall then be enclosed in one single envelope. In addition to the original of the bid, the number of copies is: One. The written confirmation of authorization to sign on behalf of the Bidder shall consist of: Power of Attorney, duly authorized by a Notary Public, indicating that the person(s) signing the Bid have the authority to sign the Bid and the Bid is thus binding upon the Bidder.

TIME LIMITS Deadline for submission April 12, 2018, 10:00 am (local time). Bid validity period - 120 days after the submission date i.e. until: August 10, 2018. Bid Security validity period - 28 days beyond the original bid validity period. Requests for Clarifications no later than 14 days, prior to the deadline for submission of Bids i.e.: March 29, 2018. A site visit will be organized immediately after the pre-bid meeting.

Contract data Governing Law: Law of the Republic of Moldova. Ruling language: English. Rules of arbitration: UNCITRAL Rules. The unit rates and prices shall be quoted by the Bidder in the Bill of Quantities separately in the following currencies: (i) for those inputs to the Works that the Bidder expects to supply from within the Employer s country, in Moldovan Leu, the local currency ; and (ii) for those inputs to the Works that the Bidder expects to supply from outside the Employer s country, in up to any three foreign currencies. Total Advance payment: 15 % of the Accepted Contract Amount in the currencies and proportions in which the Accepted Contract Amount is payable. Adjustment for Changes the Cost: The prices quoted by the bidder shall be subject to adjustment during the performance of the Contract. Delay damages for the Works: 0,05% of the Contract price per day for each section.

Tax and Custom Facilities In accordance with Government Decision no. 246 dated April, 08, 2010, the deliveries of goods, services performed on the territory of the Republic of Moldova intended for implementation of Projects funded under international treaties to which the Republic of Moldova is a party, are exempt from customs duties and bear zero rate VAT burden; The list of loans and grants provided to Republic of Moldova for carrying out investment projects, exempt from customs duties and zero rate VAT, are stipulated in Annex no.2 of GD 246; The Beneficiary (Î.S. Administratia de Stat a Drumurilor ) shall issue upon request and receipt of relevant documents from the Contractor, a confirmation that the delivery of goods and performance of services is intended for implementation of a specific road rehabilitation/improvement project.

Tax and Custom Facilities The zero rate VAT, is applicable to goods and services delivered within the country with the purpose of carrying out the projects funded by International Financial Institutions The local suppliers subjects to VAT, deliver goods and services at zero rate VAT throughout the country: a) donors, implementers or project beneficiaries; b) contractors contracted by subjects referred to in point (a) for performance of services / execution of works for projects implementation and their subcontractors.

Tax and Custom Facilities The exemption form custom duties is performed by custom authorities under provision of Custom code. The exemption of custom duties is applicable for delivery/import of goods within the country with the purpose of carrying out the projects funded by International Financial Institutions; The Beneficiary of the Project provides a confirmation upon request, that the goods delivered into country are intended for implementation of a certain project.

Advance Payment Guarantee An advance payment guarantee is used when the contract provides for advance payment to be made to the Contractor, and it guarantees that the advance payment will be returned to the Beneficiary if the Contractor does not fulfil its contractual obligations. The bank guarantee provided by the Contractor shall be: Issued by a reputable bank with proven financial strength be valid and enforceable until total repayment Provided in the agreed format

Performance Guarantee The Performance Guarantee provided by the Contractor, shall guarantee the full and due performance of the contract. The bank guarantee provided by the Contractor shall be: Issued by a reputable bank with proven financial strength Be valid and enforceable until completion of work and remedy of defects Provided in the agreed format

Duration of the Contract: The intended Commencement Date for the whole of works shall be August 10, 2018. The intended Completion Date shall be 912 days from the Commencement Date, i.e: April 7, 2021. The Defects Liability Period is: 365 days.

SUPERVISION OF CIVIL WORKS The Supervision Consultant/Engineer: The Supervision Consultant/Engineer will be notified to the successful bidder prior to the Commencement Date.

Local Roads Improvement Program of the Republic of Moldova

Corridor 13

Corridor 11

Corridor 8.3

Typical Cross Sections outside the localities

Typical Cross Sections Localities

Typical Pavement Structure New Construction Widening Reinforcement 1 2 1 2 1 2 3 Wearing course Asphalt concrete SMBg thickness 40mm Double bituminous treatment Wearing course Asphalt concrete SMBg thickness 40mm Double bituminous treatment Wearing course Asphalt concrete SMBg thickness 40mm Double bituminous treatment Wearing course Asphalt concrete SMBg thickness 40mm Cold recycling thickness 140mm Concrete compacted by vibrating rollers Bbtb 3.2, thickness 140mm Base course of crushed stone M300 thickness 240mm Subbase course of ballast thickness 150mm Cold recycling thickness 140mm Concrete compacted by vibrating rollers Bbtb 3.2, thickness 140mm Base course of crushed stone M300 thickness 240mm Subbase course of ballast thickness 150mm Concrete compacted by Cold recycling thickness vibrating rollers 140mm Bbtb 3.2, thickness 140mm Base course of Base course of crushed stone crushed stone M300 M300 Variable thickness thickness 150mm Existing road pavement

Road and Bridges Main Works Over 24.300 tons of the asphalt works; Over 351.000 square meter of the double bituminous treatment Over 282.000 square meter of the Concrete compacted by vibrating rollers; Over 147.000 square meter of Cold recycling; Over 669.000 square meter of base course; Rehabilitation of 4 bridges. Safety Works Over 51.000 square meter of new sidewalks; Over 6.000 pcs of signs; Over 29.000 square meter of road marking; Over 6.000 linear meter of crush barrier; 9 pcs of buss station. Utilities 150 linear meter rearrangement of underground gas pipeline; 3 pcs rearrangement of aerial power lines of 0.4 kv; 6 pcs rearrangement of aerial power lines of 10kV. Drainage Over 1.500 linear meter construction of pipe/box culverts; Over 14.000 linear meter construction of paved waterways.

Note: The information presented during the Pre-bid meeting is not exhaustive, it provides just a summary of the most important issues and clauses from Bidding Documents, therefore in preparing their bids, the bidders should follow the complete set of Bidding Documents, answers to the Requests for Clarification and Amendments, if appropriate.

Thank you!