createdTsNone
versionNone
createdDateNone
modifiedDateNone
noticeInvitingTenderDTO
createdTs1720510091949
version3
createdDateNone
modifiedDateNone
tenderTypeRFQ
evaluationTypeTWO_COVER
evaluationTypeTextTwo Cover
invitingStrategyOPEN
invitingStrategyTextOpen
taxTypeINCLUSIVE_TAX
tenderFee1430.00
emd142500.00
bidValueTypeITEM_WISE
bidValueTypeTextItem wise
tenderReceiptClose22-07-2024 17:00:00
tenderQueryClose18-07-2024 17:30:00
technicalBidOpen24-07-2024 17:00:00
publishedDate09-07-2024 16:00:13
publishedByPostRDPR_EE_DIV_CKM
publishedByUserKPE10106 - GNANAMURTHY N K
bidValidityPeriod90
noOfCalls1
preBidMeetingDateNone
preBidMeetingYnFalse
preQualificationBidOpenNone
denominationTypeRUPEES
denominationTypeTextRupees
retenderedYnNone
percentageRateTypeTextNone
contactPersonSAGAR KT
splitEmdRequiredYnFalse
emdBankGuaranteeNone
emdCashNone
bgValidityPeriodNone
hideWeightageNone
multipleCurrencySelectionAllowedYnFalse
isTechWeightageAllowedFalse
highestBidderSelectionFalse
isVariableEmdAllowedNone
qcbsTenderYnNone
itemwiseEmdRequiredYnNone
sampleSubmissionDateNone
officeNumberNone
mobileNumber7795594153
tenderSupplierListNone
tenderSchedule
createdTs1720510092004
version8
createdDateNone
modifiedDateNone
tenderNumberRDPR/2024-25/RD/WORK_INDENT6733
titleCONSTRUCTION OF CC ROAD 1)FROM BUDANIKE COLONY TEMPLE TO SHESHAKUMAR,THIMMAIAH & OTHERS HOUSE IN KR PETE GP 2)KATRUMANE COLONY TO ULIKERE IN THALIHALLA GP 3)FROM AMBEDKAR BHAVANA TO SCHOOL IN CHANNAGONDANAHALLI IN THALIHALLA GP 4)AT ULUVAGILU COLONY IN THALIHALLA GP 5)AT MALLANDURU SANTHEGUDDA ST COLONY IN BYARAVALLI GP OF CHIKKAMAGALURU TALUK AND DISTRICT
descriptionCONSTRUCTION OF CC ROAD 1)FROM BUDANIKE COLONY TEMPLE TO SHESHAKUMAR,THIMMAIAH & OTHERS HOUSE IN KR PETE GP 2)KATRUMANE COLONY TO ULIKERE IN THALIHALLA GP 3)FROM AMBEDKAR BHAVANA TO SCHOOL IN CHANNAGONDANAHALLI IN THALIHALLA GP 4)AT ULUVAGILU COLONY IN THALIHALLA GP 5)AT MALLANDURU SANTHEGUDDA ST COLONY IN BYARAVALLI GP OF CHIKKAMAGALURU TALUK AND DISTRICT
categoryWORKS
categoryTextWorks
ecv5700000.00
deptNameRural Development and Panchayat Raj Department
statusPUBLISHED
statusTextPublished
remarksNone
csrValueNone
ecvtenderYnTrue
location833
locationNameRDPR Division Office Chickmagaluru
provisionalAmount5700000.0
groupOverheadTotal931825.08
fileNumberRDPR/PRED/CKM/SCPTSP/PACKAGE-1/2023-24
tenderSubEstimateList
createdTsversioncreatedDatemodifiedDateworkCategoryNamesubEstimateNameestimateTotalitemList
17205100920000NoneNoneRoadsCONSTRUCTION OF CC ROAD 1)FROM BUDANIKE COLONY TEMPLE TO SHESHAKUMAR,THIMMAYYA HOUSE IN KR PETE GP 2)KATRUMANE COLONY TO ULIKERE IN THALIHALLA GP 3)FROM AMBEDKAR BHAVANA TO SCHOOL IN CHANNAGONDANAHALLI IN THALIHALLA GP 4)AT ULUVAGILU COLONY IN THALIHALLA GP 5)AT MALLANDURU SANTHEGUDDA ST COLONY IN BYARAVALLI GP OF CKM TQ4768174.92
idtenderSubEstimateIdcategoryNameitemCodedescriptionuomNamebaseRatefinalRatequantitymodifyQuantityYnminQuantitymaxQuantitybuyBackYnbuyBackValuehideYnnetAmounttaxCount
3495034124801Nonecode01Earth work excavation by manual means for drains, canals, waste weir, draft, approach channels, key trenches, foundation of Buildings & bridges and such simillar works in all kinds of soils, as per drawing and technical specifications, including setting out, shoring, strutting, barricading, caution lights, removal of stumps and other deleterious matter, excavated surface leveled and sides neatly dressed disposing off the excavated stuff or sorting & stacking the selected stuff for reuse in a radius of 50 m and lift upto 1.5 m including cost of labour, tools & other appurtenaces required to complete the work.( CSR 2023-24,INO-1.4)Vol-1 In all kinds of soils Depth upto 1.5 mCum271.04271.049.55FalseNoneNoneFalseNoneFalse2588.4320
3495035124801Nonecode02Providing and laying reinforced cement concrete pipe 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 1101.6.( CSR 2023-24,INO-16.15.c)750mm diam3735.23735.26.25FalseNoneNoneFalseNoneFalse23345.00
3495036124801Nonecode03Providing and laying in position Cement Concrete for levelling course for all works in foundation. The granite/trap/basalt crushed graded coarse aggregates and fine aggregates as per relevant IS Codes machine mixed, laid in layers not exceeding 150 mm thickness, well compacted using plate vibrators, including all lead & lifts, cost of all materials of quality, labour, Usage charges of machinery, curing, and all the other appurtenances required to complete the work as per technical specifications..( CSR 2023-24,INO-2.1.1)Vol-1 Mix 1:5:10 Using 40 mm nominal size graded crushed coarse aggregatesCum5978.565978.561.16FalseNoneNoneFalseNoneFalse6935.12960
3495037124801Nonecode04Providing and laying in position Cement Concrete for all Foundation works. The granite/trap/basalt crushed graded coarse aggregates and fine aggregates as per relevant IS Codes machine mixed with super plasticizers laid in finished layers, well compacted using needle vibrators, including all lead & lifts, cost of all materials, quality confirming to the requirements of relevant IS codes, labour, Usage charges of machinery, curing and all the other appurtenances required to complete the work as per technical specifications.( CSR 2023-24,INO-2.2.1)Vol-1 M20 Design Mix Using 20 mm nominal size graded crushed coarse aggregatesCum7041.447041.442.74FalseNoneNoneFalseNoneFalse19293.54560
3495038124801Nonecode05Construction of unlined surface drains of average crosssectional area 0.40 m2 in soil to specified lines, grades, levels and dimensions. Excavated material to be used in embankment with a lift upto 3m and lead of 50 m (average lead 25 m) as per Technical Specification Clause 307.m25.025.0260.0FalseNoneNoneFalseNoneFalse6500.00
3495039124801Nonecode06Loosening, leveling and Compacting original ground supporting embankment to facilitate placement of first layer of embankment, scarified to a depth of 150 mm, mixed with water at OMC and then compacted by rolling so as to achieve minimum dry density as given in Table 300-2 for embankment construction.(PWD SR 2023-24,INO-3.7,Vol-3,Page no.17)Cum105.0105.078.0FalseNoneNoneFalseNoneFalse8190.00
3495040124801Nonecode07Loosening, leveling and Compacting original ground supporting embankment to facilitate placement of first layer of embankment, scarified to a depth of 150 mm, mixed with water at OMC and then compacted by rolling so as to achieve minimum dry density as given in Table 300-2 for embankment construction.(PWD SR 2023-24,INO-3.7,Vol-3,Page no.17)Cum117.6117.6372.84FalseNoneNoneFalseNoneFalse43845.9840
3495041124801Nonecode08Providing, laying, spreading and compacting graded stone aggregate to wet mix macadam specification including premixing the Material with water at OMC in mechanical mix plant carriage of mixed Material by tipper to site, laying in uniform layers with paver/grader in sub-base / base course on well prepared surface and compacting with vibratory roller to achieve the desired density.(PWD SR 2023-24,INO-4.7.Vol-3)Cum2559.02559.078.0FalseNoneNoneFalseNoneFalse199602.00
3495042124801Nonecode09Providing, laying, spreading and compacting graded stone aggregate to wet mix macadam specification including premixing the Material with water at OMC in mechanical mix plant carriage of mixed Material by tipper to site, laying in uniform layers with paver/grader in sub-base / base course on well prepared surface and compacting with vibratory roller to achieve the desired density.(PWD SR 2023-24,INO-4.7.Vol-3)Cum2866.082866.08248.58FalseNoneNoneFalseNoneFalse712450.16640
3495043124801Nonecode10Providing and constructing un-reinforced plain cement concrete pavement, thickness as per design, over a prepared sub base, with 43 grade cement or any other type as per Clause 1501.2.2 M20 (Grade), coarse and fine aggregates conforming to IS:383:2016, maximum size of coarse aggregate not exceeding 25 mm, mixed in a concrete mixer of not less than 0.2 cum capacity and appropriate weigh batcher using approved mix design, laid in approved fixed side formwork (steel channel, laying and fixing of 125 micron thick polythene film, wedges, steel plates including levelling the formwork as per drawing), spreading the concrete with shovels, rakes, compacted using needle, screed and plate vibrators and finished in continuous operation including construction joints, , primer, sealant , curing of concrete slabs for 14-days, and water finishing to lines and grade as per drawing and technical specification clause 1501 with all lead, lifts, loading & unloading charges, cost and conveyance of all materials, labour, equipments etc., complete. as per the directions of the Engineer-in-charge of the work.(PWD SR 2023-24,INO-16.27.Vol-3)Cum6374.06374.0117.0FalseNoneNoneFalseNoneFalse745758.00
3495044124801Nonecode11Providing and constructing un-reinforced plain cement concrete pavement, thickness as per design, over a prepared sub base, with 43 grade cement or any other type as per Clause 1501.2.2 M20 (Grade), coarse and fine aggregates conforming to IS:383:2016, maximum size of coarse aggregate not exceeding 25 mm, mixed in a concrete mixer of not less than 0.2 cum capacity and appropriate weigh batcher using approved mix design, laid in approved fixed side formwork (steel channel, laying and fixing of 125 micron thick polythene film, wedges, steel plates including levelling the formwork as per drawing), spreading the concrete with shovels, rakes, compacted using needle, screed and plate vibrators and finished in continuous operation including construction joints, , primer, sealant , curing of concrete slabs for 14-days, and water finishing to lines and grade as per drawing and technical specification clause 1501 with all lead, lifts, loading & unloading charges, cost and conveyance of all materials, labour, equipments etc., complete. as per the directions of the Engineer-in-charge of the work.(PWD SR 2023-24,INO-16.27.Vol-3)Cum7138.887138.88396.28FalseNoneNoneFalseNoneFalse2828995.36640
3495045124801Nonecode12Construction of sub-grade and earthen shoulders with approved material obtained from borrow pits with all lifts & leads, transporting to site, spreading, grading to required slope and compacted to meet requirement of table No. 300-2 (PWD SR 2023-24,INO-3.6.Vol-3)Cum493.0493.035.1FalseNoneNoneFalseNoneFalse17304.30
3495046124801Nonecode13Construction of sub-grade and earthen shoulders with approved material obtained from borrow pits with all lifts & leads, transporting to site, spreading, grading to required slope and compacted to meet requirement of table No. 300-2 (PWD SR 2023-24,INO-3.6.Vol-3)Cum552.16552.16223.71FalseNoneNoneFalseNoneFalse123523.71360
3495047124801Nonecode14Providing and fixing RCC name board of size 1.35x0.60x0.04 m fixed in reinforced cement concrete poles of size 0.10x0.10x2.60m in cement concrete M 20 proportion using 20mm and down size graded metal machine mixed with 10mm dia main steel bars and 8mm dia stirpes as shown in drawing. The board shall be provided with 12mm thick cement plaster in cement mortar 1:4 on both the sides. The poles shall be embedded in the ground for a depth of 0.5 m with cement concrete M 10 proportion. The board shall be fixed as per the drawing and at the place indicated by the Engineer in charge of the work. The cost includes excavation, cost of all materials, cost of steel, painting, centering, transportation charges & fixing charges.(PWD SR 2023-24,INO-16.27.Vol-3)No3586.03586.01.0FalseNoneNoneFalseNoneFalse3586.00
3495048124801Nonecode15Providing and fixing RCC name board of size 1.35x0.60x0.04 m fixed in reinforced cement concrete poles of size 0.10x0.10x2.60m in cement concrete M 20 proportion using 20mm and down size graded metal machine mixed with 10mm dia main steel bars and 8mm dia stirpes as shown in drawing. The board shall be provided with 12mm thick cement plaster in cement mortar 1:4 on both the sides. The poles shall be embedded in the ground for a depth of 0.5 m with cement concrete M 10 proportion. The board shall be fixed as per the drawing and at the place indicated by the Engineer in charge of the work. The cost includes excavation, cost of all materials, cost of steel, painting, centering, transportation charges & fixing charges.(PWD SR 2023-24,INO-16.27.Vol-3)No6564.326564.324.0FalseNoneNoneFalseNoneFalse26257.280
generalCriterionList
createdTsversioncreatedDatemodifiedDatecriterionTypedescriptiontenderEligibilityCriterionDocumentList
17205100970000NoneNoneELIGIBILITYTenders from Joint ventures are not acceptable.None
17205100970000NoneNoneELIGIBILITYBidders shall not be under a declaration of ineligibility for corrupt and fraudulent practices issued by Government of Karnataka None
17205100970000NoneNoneELIGIBILITYBidders shall ensure upload of relevant document certifying his/her status as Scheduled Caste/ Scheduled Tribe/other reserved category as prescribed in the tender document.None
17205100970000NoneNoneELIGIBILITYIt shall be the responsibility of the Bidder to ensure credit of Tender Processing Fee and EMD into the respective receiving bank accounts of e-Procurement on or before the last date and time of bid submission.None
17205100970000NoneNoneELIGIBILITYEMD Payments through e-Payment mode shall be made as one single transaction and payments made in part are liable for rejection.None
17205103220000NoneNoneELIGIBILITYBidder shall pay Contract Management Module processing fees of 0.025% of the contact value (Min Rs.500/- & Max Rs.7500/-) soon after contract has been issued to bidder.None
17205103280000NoneNoneELIGIBILITYThe tenderer should be a PWD registered Contractor - Class-4None
17205103350000NoneNoneELIGIBILITYAs per Karnataka state Government order LD/300/LET/2006 Bangalore dated 01.01.2007 and Government letter no PW/134/BMS/2007 dated 27.07.2007, a sum amounting to 1% of the bill amount will be deducted towards constructions labour welfare fund and Contractors should follow strictly prevailing rules of labour act.None
17205103460000NoneNoneELIGIBILITYConditional tenders will not be accepted.None
17205103530000NoneNoneELIGIBILITYRoyalty on construction materials and other taxes will be deducted as per prevailing Government orders. The item rates quoted shall include cost of royalty charges on construction materials & other taxes as per the rates provided in prevailing cost & conveyance of all materials, Curing, Watering, unloading with all leads & lifts labor, hire charges of machinery equipment etc., complete including all incidental charges. All the items shall be executed as directed by the Engineer in charge of the work.None
17205103580000NoneNoneELIGIBILITYThe bidder shall bear all costs associated with the preparation and submission of his tender, and the employer will in no case be responsible and liable for those costs. The tender fee is non-refundable and The employer is not responsible for any delay in accessing KPP Portal.None
17205103630000NoneNoneELIGIBILITYAll Scanned Documents of the Original should be up-loaded, Executive Engineer/ Superintending Engineer/ Chief Engineer reserves the right verify the Original Documents before approval, 0riginal documents / Certificates for qualification shall be produced when called for during evaluation of tender.None
17205103670000NoneNoneELIGIBILITYAll the formats prescribed in the bid document shall be filled by the tenderer in complete manner otherwise it will be rejected.None
17205103710000NoneNoneELIGIBILITYThe Tenderer should maintain the Work during defective liability period as indicated in The Contract DataNone
17205103760000NoneNoneELIGIBILITYThe materials like bitumen, Steel, Cement etc., required for the work shall be procured by the tenderer themselves and should be got tested by the Quality Control Authority before use on the work.None
17205103810000NoneNoneELIGIBILITYIf the tender of the successful tenderer is seriously unbalanced in relation to the Employers estimate of the cost of the work to be performed under the contract, the Employer may require the Tenderer to produce detailed price analysis for any or all items of the Bill of Quantities, to demonstrate the internal consistency of those prices with the construction methods and schedule proposed. After evaluation of the price analyses, the Employer may require that the amount of the performance security set forth in Clause 24 be increased at the expense of the successful Tenderer to a level sufficient to protect the Employer against financial loss in the event of default of the successful under the contract.None
17205103870000NoneNoneELIGIBILITYAs per Government order FD 447 EXP-12 2022 dated 30/07/2022, 18% GST will be added to the Contract amount separately. And Increase in GST shall not be paid in the extended period of contract for which the contractor alone is responsible for delay as determined by the authority while granting the extension of time.None
17205103920000NoneNoneELIGIBILITYEstimate rates are excluding GST as per Common SR 2021-22 and prevailing GST (18% of Amount Put to tender) amount is kept in form of Lump sum in sanctioned estimate according to guidelines in Common SR (GO:PWD 51 RDF 2019 Bangaluru Dt:18.03.2022). Therefore, amount put to Tender and ECV amount are excluding GST. KPPP-PORTAL format has No Options to add GST Separately at stage of Draft Tender Schedule Process for Over All amount put to Tender, tender has been inviting through an Option with INCLUSIVE. But the item wise rates do not include GST. Hence, GST will be paid separately for the quoted amount accordingly. Declaration Certificate must be attached mandatorily.None
17205103960000NoneNoneELIGIBILITYThe employer reserves the rights to reject one or all tenders without assigning any reason.None
17205104010000NoneNoneELIGIBILITYIn case if the death of a contractor, after executing the agreement / commencement of the work, his legal heir, is an eligible registered contractor and is willing, can execute and complete the work, at the accepted tender rates, irrespective of the cost of the work.None
17205104050000NoneNoneELIGIBILITYPERFORMANCE SECURITY - The successful tenderer shall furnish Performance Security Deposit (Achievement Guarantee) at 5% of the amount put to tender with in 20 days after approve of tender as per rule 29.5 of the tender and clause 44 of the agreement in the form of D.D duly pledged in the nature of EXECUTIVE ENGINEER, PRED, ChikmagaluruNone
17205104100000NoneNoneELIGIBILITYAll documents should be uploaded by the contractor is to be attested by the authorized notary or not below the rank of Executive Engineer and should be produced for verification at any stage of process as and when saught for .Failure to produce original documents leads to rejection of Tender.None
17205104160000NoneNoneELIGIBILITYAll safety precautions, warning signs, night illumination, reflectors, deployment of security guards has to be ensured so that no untoward incident happens on account of negligence or any project activity. Contractor should indemnify the client to that extent.None
17205104200000NoneNoneELIGIBILITYItem for which no rates or price has been entered in will not be paid for by the Employer when executed & shall be deemed covered by the other rates & prices in the bill of quantities.None
17205104260000NoneNoneELIGIBILITYThe tender validity period is 90Days from the date of opening of TenderNone
17205104310000NoneNoneELIGIBILITYThe intending contractors are requested to note that they should abide by the detailed instructions and conditions contained in the Standard Bid document.None
17205104360000NoneNoneELIGIBILITYName, address, and telephone, telex, and fax numbers of the Tenderers may provide references if contacted by the EmployerNone
preQualCriterionListNone
technicalCriterionList
createdTsversioncreatedDatemodifiedDatedescriptioncriterionCategoryTextcriterionTypeOthersValuetenderTechnicalCriterionDocumentList
NoneNoneNoneNoneOwning the following key and critical equipment for this work (xxxx, xxxx, xxxx)NoneNone
NoneNoneNoneNoneTotal value of civl engineering works executed and payments received in the last five years (year-wise)NoneNone
NoneNoneNoneNoneBanker Details for referenceNoneNone
NoneNoneNoneNoneConstruction equipment owned by the tenderer and equipment proposed to be deployed on this contract, if awardedNoneNone
NoneNoneNoneNoneReports on the financial standing of the tenderer, such as profit and loss statements and auditor’s reports for the last five yearsNoneNone
NoneNoneNoneNoneTo qualify for Award of this contract, each Tenderer should have in his name in the last five years, satisfactorily completed as prime contractor, Similar nature of work of value not less than Rs.23.85 lakhs. Attach Work done Certificate issued by competent authority of rank not less than Executive Engineer.Past ExperienceNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneSatisfactory Performance Certificate
NoneNoneNoneNoneTo qualify for award of this contract, each Tenderer in its name should have in the last five years 2019-20 to 2022-24 achieved in at least Two financial years an average annual financial turnover in all classes civil enginering works of Rs.95.40 lakhs. Approved by CA with UDIN No.Past ExperienceNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneAudited CA Certificate of Annual Turnover
NoneNoneNoneNoneQuantiywise Workdone Certificates as shown in the KW3Past ExperienceNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneWork Done Certificate
NoneNoneNoneNoneLiquid assets and /or availability of credit facilities of no less than Rs.17.10 Lakhs (estimated cash flow for 3 months of peak construction period)Capabilities of VendorNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneLine of Credit
NoneNoneNoneNoneQUANTITY WISE WORKDONE CERTIFICATECapabilities of VendorNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneSatisfactory Performance Certificate
NoneNoneNoneNoneKPWD Registered Class-III and above contractor Attach Registration CertificateOthersLICENCE
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNonePWD Registration Certificate (Class I/II/III/IV)
NoneNoneNoneNoneTenderers address and contact detailsOthersTenderers address and contact details
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- Tenderers address and contact details
NoneNoneNoneNoneGST Declaration CertificateOthersGST Declaration Certificate
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- GST Declaration Certificate
NoneNoneNoneNoneList of existing commitments and ongoing worksOthersList of existing commitments and ongoing works
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- List of existing commitments and ongoing works
NoneNoneNoneNoneList of works for which tenders already submittedOthersList of works for which tenders already submitted
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- List of works for which tenders already submitted
tenderCriterionDocumentList
documentNameoptionaldocumentTypeText
KPWD Registered Class-III and above contractor Attach Registration CertificateTrueTechnical Bid
To qualify for award of this contract, each Tenderer in its name should have in the last five years 2019-20 to 2022-24 achieved in at least Two financial years an average annual financial turnover in all classes civil enginering works of Rs.95.40 lakhs. Approved by CA with UDIN No.TrueTechnical Bid
To qualify for Award of this contract, each Tenderer should have in his name in the last five years, satisfactorily completed as prime contractor, Similar nature of work of value not less than Rs.23.85 lakhs. Attach Work done Certificate issued by competent authority of rank not less than Executive Engineer.TrueTechnical Bid
Tenderers address and contact detailsTrueTechnical Bid
Statement showing the Existing commitments and ongoing works, in the prescribed proforma as per 1.3 A of Section 3 of Qualification information should be furnished.TrueTechnical Bid
Statement showing Details of works for which tenders are already submitted in the prescribed proforma as per 1.3 B of Section 3 of Qualification information should be furnished.TrueTechnical Bid
GST Declaration CertificateTrueTechnical Bid
Liquid assets and /or availability of credit facilities of no less than Rs. 17.10 Lakhs, estimated cash flow for 3 months of peak construction periodTrueTechnical Bid
tenderWorkLocationList
tenderSubEstimateNamedistrictNametaluqNameloksabhaContNameassemblyContNamelocationDescriptionlatitudeDegreeslatitudeMinuteslatitudeSecondslongitudeDegreeslongitudeMinuteslongitudeSeconds
RoadsNoneNoneNoneNoneBUDANIKE KATRUMANE COLONY CHANNAGONDANAHALLI ULUVAGILU MALLANDURUNoneNoneNoneNoneNoneNone
tenderAddressNone
tenderRecallDTONone