Government of Orissa s2

Total Page:16

File Type:pdf, Size:1020Kb

Government of Orissa s2

OFFICE OF THE EXECUTIVE ENGINEER RURAL WATER SUPPLY & SANITATION DIVISION, JAGATSINGHPUR.

DETAILED TENDER CALL NOTICE (DTCN) FOR DESIGN, DRAWINGS,CONSTRUCTION, TESTING AND COMMISSIONING OF RCC CLEAR WATER SUMP FOR “DIFFERENT RURAL PIPED WATER SUPPLY SCHEMES IN THE DISTRICT OF JAGATSINGHPUR

COST OF TENDER PAPER:- Rs. 6000.00+ 4% VAT (NON REFUNDABLE) OFFICE OF THE EXECUTIVE ENGINEER RWS&S DIVISION: JAGATSINGHPUR.AT-KHERASA PO/DIST-JAGATSINGHPUR,PH-223485,[email protected].

TENDER CALL NOTICE

No. 08 /RWSS/JSPUR /OF 08-09

Executive Engineer RWS&S Division, Jagatsinghpur at Kherasa near Telephone Exchange PO/ Dist-Jagatsinghpur invites sealed tenders in conformity with detail call Notice to be eventually drawn in Form G2 contract (Lump sum ) tender for the work as detailed below from the eligible registered contractor of state PWD/PHD/RWSS Organization or equivalent class of CPWD/Railway/MES having valid contract license, VAT clearance certificate, PAN Card & Past experience in construction of RCC clear water sump. Sl. Name of work Estd. cost EMD Cost of Tender Period of Class of No (apprx)Rs. in Rs. schedule completion contractor 1 2 3 4 5 6 7 1 Design, Drawing construction, testing & commissioning of RCC Clear water sump for Rural Piped W/S Scheme to 1% of 6000/-+4% 6(six) i) Trilochaanpur in Erasama 17.60 Estimated VAT (Non- Calendar ‘C’&’B’ Block- 1.00 lakh litr.- 1 no. lakhs Value refundable) months ii) Tentulia at Kartutha in Kujanga block- 1.00 lakh ltr.- 1 no. iii) Repurpatana in Kujanga block- 70,000 ltr. - 1 no. iv) Kusupur at Anantapur in Balikuda block- 1.00 lakh ltr.-1 no.

1. Last date of sale of Tender Schedule – The details of tender Schedule can be purchased from the office of the Superintending Engineer, RWS&S Circle, Cuttack/Executive Engineer, RWS&S Division,Jagatsinghpur/Assistant Engineer, RWS&S Sub-Division, Jagatsinghpur/ Assistant Engineer, RWS&S Sub-Division, Raghunathpur up to 5.00 P.M of 27.11.2008 during office working hours on payment of Cost of tender schedule as mentioned above in Col.5 by cash (Non-refundable) 2. Due date of receipt & opening of Tender:- The tender will be received in the office of the Superintending Engineer RWS&S Circle,Cuttack/ Executive Engineer, RWS&S Division, Jagatsinghpur as well as in the office of the Assistant Engineer, RWS&S Sub-Division, Jagatsinghpur/ Assistant Engineer, RWS&S Sub-Division, Raghunathpur up to 4.00 P.M. of 28.11.2008 and the tender will be opened on 29.11.2008 at 3.00 P.M in the office of the Executive Engineer, RWS&S Division, Jagatsinghpur by the undersigned in presence of the tenderer or their authorized agents. If the Govt. declares special holiday & the office to be closed on the date of receipt and opening of this tender specified, the tender will be received & opened on the next working days at the same time & venue.

2. Minimum Eligibility criteria:- The tenderer should have successfully completed and commissioned at least one work of similar nature and have to submit the experience certificate regarding successful execution of such type of work previously duly signed by the appropriate authority should be produced along with the tender. 4. The firm, companies, registered contractors fulfilling the eligibility criteria can purchase the tender documents from the respective offices as mentioned in this call notice. 5. Availability of Tender schedule from Website:- The intending tenderers may down load the tender documents from the Orissa Govt. website (http://jagatsinghpur.nic.in/tender.htm) Tenderers who will submit their tender in the tender schedule down loaded from website are required to submit the cost of the tender documents i.e. 10,000.00(Rupees ten thousand) + 4% VAT per set non-refundable in shape of D.D. drawn in favour of the Executive Engineer, RWS&S Division, Jagatsinghpur at Jagatsinghpur in a separate cover and marked as “Cost of Bidding documents down loaded from Internet” along with the documents. Deptt. will not be held responsible for any incomplete down load from the website. The down loading facilities will be available up to the last date and time of sale of tender paper. The draft for the purpose of down loading, the tender paper drawn after due date & time will not be entertained and tender paper submitted with such draft will be rejected.

6. EMD:- Tender must be accompanied with the EMD specified for the above work shown in the aforesaid table Col.4 either in shape of NSC/POSB account/POTD account/KVP duly pledged in favour of Governor of Orissa or Executive Engineer, RWS&S Division, Jagatsinghpur. Person who is entitled for exemption of EMD should attach the attested copy of the same and required affidavits if any, failing which the tender will be rejected.

7. Tender without EMD/with Part EMD /Unpledged EMD/EMD in other form/ without valid VAT clearance certificate/ PAN Card/Valid contract license/Experience certificate are liable for rejection. Tender received beyond schedule time & date as well as conditional tender shall be rejected. Telegraphic Tenders will not be accepted. The tender paper if required by mail is dispatched through registered post/Speedy post on payment of an extra amount of Rs.500/- over the cost of the tender schedule. The authority will not be held responsible for the postal delay if any in the delivery of tender schedule or non-receipt of the same in time. The tenderer shall furnish an affidavit at the time of submission of tender paper about the authentication of tender documents.

Any other information relating to the tender can be had from the office of the undersigned during the office working hours and website in any working days up to last date of sale of the tender paper.

The authority reserves all the right to reject any or all the tenders without assigning any reason there of. Sd/- (Er. Arun Kumar Nayak) Executive Engineer RWS&S Divn.Jagatsinghpur.

Memo No._2388______/Dt.12.11.08 Copy in duplicate submitted to the Deputy Director-cum-Deputy Secretary to Govt. Information and Public Relation Deptt. Orissa, Bhubaneswar for favour of kind information with a request to arrange publication of this notice in two consecutive issue of Oriya dailies in the state of Orissa for wide publication. The Advertisement manager of the concerned news paper may be directed to communicate one complementary copy of the advertisement published in the news paper for reference and record.

Sd/- Executive Engineer RWS&S Divn.Jagatsinghpur. Memo No.___2389______/Dt. 12.11.08 Copy forwarded to DIO, NIC, Jagatsinghpur for information and necessary action. Necessary arrangement may please be made for availability of Bid documents in the website of Govt. of Orissa up to last date of salve of Bid documents. Sd/- Executive Engineer RWS&S Divn.Jagatsinghpur. Memo No.___2390 _____/Dt. 12.11.08 Copy in duplicate submitted to the Chief Engineer, RWS&S Orissa, Bhubaneswar for favour of kind information with a request to display this Call notice in the office notice board for general information. Sd/- Executive Engineer RWS&S Divn.Jagatsinghpur. Memo No.___2391______/Dt. 12.11.08 Copy in duplicate submitted to the Chief Engineer, P.H. Orissa, Bhubaneswar/ Chief Engineer, OSWS Mission, Bhubaneswar for favour of kind information with a request to display this call notice in the office notice board for general information. Sd/- Executive Engineer RWS&S Divn.Jagatsinghpur. Memo No.___2392______/Dt. 12.11.08 Copy in duplicate submitted to All Superintending Engineers RWS&S/ All Superintending Engineers, P.H. Orissa for favour of kind information with a request to display this call notice in the office notice board for general information. Sd/- Executive Engineer RWS&S Divn.Jagatsinghpur. Memo No.___ 2393 _____/Dt. 12.11.08 Copy forwarded to All Executive Engineers (RWSS)/ All Executive Engineers (PH) Orissa for information with request to display this notice in their office notice board for general information and wide publication. Sd/- Executive Engineer RWS&S Divn.Jagatsinghpur.

Memo No.__ 2394______/Dt. 12.11.08 Copy in duplicate submitted to the Collector & District Magistrate, Jagatsinghpur for favour of kind information with a request to display this call notice in the office notice board for general information. Sd/- Executive Engineer RWS&S Divn.Jagatsinghpur.

Memo No.__2395__ ___/Dt. 12.11.08 Copy forwarded to Assistant Engineer, RWS&S Sub-Division, Jagatsinghpur/ Assistant Engineer, RWS&S Sub-Division, Raghunathpur for information and necessary action. He is requested to sale the tender schedule and keeps ready the tender box for receipt of the tender in schedule date & time and the said tender box along with balance unsale tender schedules may be deposited in the office of the undersigned before opening of the tender. Sd/- Executive Engineer RWS&S Divn.Jagatsinghpur. Memo No.___2396_ __/Dt. 12.11.08 Copy to D.A.O/ Estimator/ TN /08-09 file/Notice Board for reference and record. Sd/- Executive Engineer RWS&S Divn.Jagatsinghpur. Part – II

(Detailed Tender Call Notice)

Information and instruction to Tenders:

Availability of Tender Paper.

1. (a) Detailed Tender call Notice along with specification and plan shall be available for sale up to 5.00 p.m of 27.11.08 on payment of Rs.6240.00/set (Non- refundable) in the office of the Superintending Engineer, RWS&S Circle,Cuttack/Executive Engineer, RWS&S Division, Jagatsinghpur and in the office of the Assistant Engineer, RWS&S Sub-Division, Jagatsinghpur/ Raghunathpur during office hours on working days.

(b) Class of Contractor:- Class ‘C’ & ‘B’ with experience of such type of work of value not less than the tendered amount.

2. Submission of Tenders:-

The detailed tender call Notice must be returned back in original duly quoting the rates and duly signed by the Tenders in each page along with other papers in sealed covers on or before 28.11.08 (up to 4.00 P.M) No tenders will be received after scheduled time & date.

3. Opening of Tender The tenders document will be opened on 29.11.08 at 3.00 P.M in the office of the Executive Engineer,RWS&S Division,Jagatsinghpur by the under signed in presence of the tenderer or their authorized agents. If the Govt. declare special holiday & the office to be closed on the date of receipt and opening of this tender specified, the tender will be received & opened on the next working days at the same time & venue. 4. Minimum Eligibility criteria:- The tenderer should have successfully completed and commissioned at least one work of similar nature and have to submit the experience certificate regarding successful execution of such type of work previously duly signed by the appropriate authority should be produced along with the tender.

5. The Tenders shall accompany the followings:

5.1 The detailed Tender call Notice issued by the Deptt. in original duly signed in each page. 5.2 Earnest money to the tune of 1% (One percent) of the total Tendered amount in shape of either NSC/Postal TD Pass book/Postal KVP/Postal Savings A/C pass book duly pledged in favour of either the Governor of Orissa or Executive Engineer, RWS&S Division, Jagatsinghpur. Tenders Received without EMD/Unpledged EMD/part EMD/EMD in other shape shall be liable for out right rejection. Adjustment of EMD from other Tenders will not be considered. The interest bearing security of a company should not be in the name of any individual if the Tenderer is a company. The earnest money deposit of the unsuccessful Tenderer shall be refunded to them after decision of the tender on submission of application. 5.3 Xerox attested valid and up to date PAN/VAT CC shall be accompanied with the tenders otherwise the tender is liable for rejection.

5.4 A drawing to a scale showing clearly all the components of the structure in plan section & elevation indicating all the features of the structures covered by the Tenders. In case of non-submission of clear out lined drawing the Tender shall be liable for rejection. 5.5 Detailed description on the scope of the tender offered indicating the grade of concrete to be used, type of materials to be used specification to be followed during the execution. 5.6 A breakup schedule on payment of percentage basis of the Tendered amount on finished portions of work in the prescribed proforma enclosed in Annexure-‘A’. 5.7 A time Schedule giving the programme of completion of the work in the prescribed proforma enclosed in Annexure-‘B’ 5.8 A set of rates for the items for deduction on for extra payments as may be necessary beyond the L.S. Tender in the prescribed proforma as in Annexure-‘C’. 5.9 Declaration by the Tenderer in the prescribe proforma as in Annexure ‘D’.

5.10 A statement showing the list of similar works executed so far specifying the Department/organization for whom executed indicating the year of execution and list of similar works in hand. Besides a list of T&P possessed by the Tenderer shall be given in Annexure-‘F’. 6. The Tender shall include the cost of design, drawing, construction, testing commissioning of the water retaining structure which shall include all materials, Labour, T&P, Royalties, Taxes duties etc. 7. Tenderer shall quote Lump sum rate for the work as indicated in annexure-‘E’

8. In the event of acceptance of Tender for the entire structure, the Tenderer (here in after called the contractor) shall enter into an agreement with the Govt. of Orissa that shall be drawn up in PWD (lump sum) G2 contact form prescribed by the Govt. The fair wage clausse, the accepted tender, the letter of intent and approved design, drawing and specification will form the part the agreement as per memorandum of the tender documents vide “Annexure-G”. 8.1 Supply of materials:- The contractor shall supply all the materials, like Cement and steel etc and T&P required for the work for which he has to provide necessary manufacturing test certificate in support of quality of the materials. In case of substandard quality of materials if found during course of execution, the Engineer-in-charge has every right to reject the materials order for fresh stock of materials to be used in the work.

8.2 For the errection/ laying & jointing of pipes and fittings the department shall supply C.I./MS pipes, specials and valves free of cost at the departmental store for which labour charges for laying and jointing will be charged by the contractor. But the contractor should make his own arrangement to lift the materials from departmental store to work site at his own cost & risk.

8.3 The contractor has to make his own arrangement of transport at his own cost for conveyance of materials if any to be supplied by the department from the departmental stores to work sites. 8.4 Works tax and all other taxes, duties, fees, Royalties, Octroi or any other charges required to be paid for the construction work shall be borne by the contractor.

9. SITES:- Suitable area close to the work site shall be provided free of rent for storage of materials. Contractor has to make his own arrangement for supply of water for construction purpose. 10. S.B.C:- Before submitting the Tender Papers, the contractor should inspect the site for the preliminary idea on the site condition. After finalization of the Tender and before submission of the design & drawing, the contractor has to conduct soil test to ascertain test the (a)S.B.C.,(b)Type of soil and (c) Position of subsoil water level of the plant site through Govt./Semi govt. agencies 11. Payment:- 11.1 No advance payment shall be made on any accounts except secured advance as per O.P.W.D code. 11.2 Running and final payment will be made as per the percentage breakup given by the contractor as per Annexure-A, subject to the approval of the accepting authority and availability of letter of credit(L.C.) on concerned work. 11.3 The item rates offered in Annexure-C shall be applicable either for deduction on account of reduced quantity or extra payment on account of excess works if done beyond finally approved designed, drawing and specifications.

12.1 Deposit:- After acceptance of the tender and on receipt of letter of intent to take up the work, the tenderer shall furnish the initial security amounting to another 1% (One percentage) of the tendered amount in addition to the one percentage earnest money deposit to be initially deposited along with the tender as referred in clause 4.2. The earnest money (1%) submitted before commencement of the work will form part of the security for performance of the work. 12.2. In addition to the above 2%, further 5% shall be deducted from each running account bill towards security deposit. It is left to the option of the tenderer to make an advance payment to this 5% of the tendered amount towards in shape of NSC duly pledged in favour of the Executive Engineer, RWS&S Division, Jagatsinghpur. 12.3. All the E.M. and security deposit shall be refunded to the contractor after 6 (six) months of satisfactory testing and commissioning of the work. Any defect detected during the execution of the work or within 6 months after testing and commissioning the contractor at his own cost should rectify the same. 12.4 Deduction towards Orissa VAT Tax/VAT Tax/Income Tax:- VAT tax and Income tax as applicable may be deducted from each running bills as per Orissa VAT tax Act and Income tax Act. 13. Penalty:- In the event of failure to complete the work within the contract period, penalty in shape of liquidated, damages will be levied at the rate of 0.50% of the tendered amount per each day of delay subject to maximum of 2% of the total tendered value of the work. If such delay is caused due to department, the contractor shall allow to a reasonable period of extension of time of prior application and non- submission of a no claim certificate.

14. The contractor shall not sublet the whole or any part of the work. 15. The contractor shall bear the entire responsibility under workmen compensation Act and abide by the fair wage clauses and contractors regulation in corporated into the agreement. 16. Under no circumstances the interest is chargeable for the dues or additional dues if any payable to the contractor. 17. If any departmental materials supplied to the contractor are left unused and became returnable to the departmental stores, those should be returned herewith failing which 5 items of the costs of materials as per stock issue rate of this division will be recovered from any payment which becomes due to the contractor. 18. That for the purpose of jurisdiction in the event of dispute if any, the contractor would be deemed to have been entered into in the district head quarters of the work site and it, should be agreed that neither party to contract will be competent to bring a suit in regard to the matter covered by this tender at any place outside of the State of Orissa. 19. The authority reserves all rights to cancel the tender, reject/accept any or all the tenders, distribute the work amongst the tenderers without assigning any reason thereof.

PART-III

(GENERAL REQUIREMENT)

1. The Capacity of the R.C.C. Service Reservoir safe bearing capacity and the Sub soil water level, stipulated period of completion etc are given in annexure-“E” 2. R.C.C. Service Reservoir (Ground level)

2.1 Excavation of foundation including dressing and leveling the bed in all kinds of soil/rock up to the required depth including shoring and shuttering, dewatering if necessary depositing the excavated materials to a suitable place as per direction of the Engineer in charge. 2.2 150mm thick plain concrete of grad M-10 under R.C.C. floor slab and footing. The minimum thickness of floor slab and the wall shall be 150mm. 2.3 Reinforcement cement concrete grade M-20 in all members in contact with water and members subjected to condensation like roof slab dome etc. 2.4 The water tank shall be ventilated by providing ventilating windows over the roof. The opening of the ventilators shall be protected with mosquito proof wire netting made of copper wire mesh. Adequate ventilation area shall be provided in relation to the areas of the water face and aesthetics requirement.

2.5 In case of roof slab having no slope, necessary protection measure shall be provided as per clause 6.3, & 6.4 of IS: 3370 (Part-II) 1965. 2.6 The following appurtenances shall be provided.

2.6.1 Stainless steel ladder with flat treads from ground level to the top of the sump and from the top of sump to the reservoir shall be provided along with a safety hand rails for smooth accessibility. The ladder shall be sturdy and should be fastened (anchored) to the concrete by means of anticorrosive inserts and bolts. 2.6.2 One set of water level indicator consisting of copper/ polythenes float guide pulleys, nylon cord and enamel coated gauge calibrated to indicate depth of water in meter and equivalent amount of water in Kilolitres. C.I. lockable hinged type manhole covers 500mm dia each 50 kg weight with frame and cover fixed at suitable places in the roof of the sump. At least two numbers of manhole covers shall be provided in relation to the area of the tank.

3.1 All R.C.C. works shall be finished perfectly and no plastering should be allowed except in the inside surface of the walls and floor which shall be rendered with 20mm thick cement plaster (1:2) with approved water proofing compound including epoxy treatment ( where necessary water bars shall be provided in joints) All exposed faces of the concrete and plaster over masonry shall be given two coats of water proofing paints of approved shade. All exposed iron works outside the sump shall be painted with two coats of approved synthetic enamel paint. All exposed iron works inside the reservoir shall be painted with two coats of anticorrosive paint. 3.2 Site clearance:

All foundation trenches shall be filled up with excavated materials including watering and ramming. The site of construction shall be cleared from all rubbish and dressed to proper slope as per the direction of the Engineer-in-charge.

3.3 All concrete works for water retaining as well as the supporting structure shall be executed, tested as per IS: 3370 (Part-I) 1965, IS:3370 (Part-II) 1965 & IS:456/1978. 3.4 For concrete works matching mix shall be used. The mixer should comply with IS:1971/1968. Design mix concrete is preferred to nominal mix for compaction at least two vibrators of appropriate size shall be used. 3.5 The contractor shall give cubes to the deptt. made of sample from fresh concrete taken as per IS: 1199/1956 cured for 7 (seven) days and 28 (Twenty-eight) days for testing by the department. The testing charges are to be borne initially by the contractor which will be reimbursed afterwards at last by production of bill with valid document of payment of testing charges by the contractor. The running bill can be paid only by getting successful test result of various components of the structure. The samples shall be from the following components

I) Foundation (Base slab)

II) Each lift of the tank wall

III) Roof slab.

In the event of deviation from the desired strength the contractor shall dismantle the defective parts of construction for replacement.

3.6 The water tightness of the water container shall be conducted to satisfy the provision in Annexure-10 for tests on structures as laid in IS: 3370 (Part-I) 1965. Part – IV

Design Criteria & Specification

1. On receipt of letter of intent the contractor shall submit within one month two sets of design calculation and drawing along with the requirements of Deptt. Materials if any to the Executive Engineer, RWS&S Division, Jagatsinghpur. The design & drawing shall be scrutinized by the competent authority for communication of preliminary approval.

2. On receipt of preliminary approval the contractor shall furnish 5 sets of design calculation and 8 sets of drawings to the Executive Engineer, RWS&S Division, Jagatsinghpur for final approval and communication to all concerned. 3. The contractor shall within one week on receipt of final approved design and drawings, unless otherwise asked for shall enter into an agreement in the office of the Executive Engineer, RWS&S Division, Jagatsinghpur. 4. The contractor shall satisfy the Deptt. with rational design calculation and drawing during scrutiny. In the event of the contractor failing to submit the design and drawing in proper order or delay in submission of designs and drawings within the stipulated time, he shall be liable for cancellation of letter of intent and forfeiture of earnest money. 5. The following salient aspects shall be considered in the designs. 5.1 Capacity of the tank shall be the volume of water, it can stores between the designed full supply level and lowest supply levels i.e. the level of the top of the out let pipe Due allowances shall be made for plastering the tank from inside etc when calculating the net capacity of the tank. 5.2 Free board shall be minimum 300mm. Minimum dead storage of 50mm should be assumed for flat bottom tanks. 5.3 Design shall be based on accepted basis and methods of designs as well as provisions of IS: 456/1968, IS:3370/1965, IS:857/1964, IS:1093/1975 IS:1904/1978 etc. All structural elements shall be designed by working stress method only.

5.3(a) The design calculations and drawings shall be worked out in S.I. unit only. The drawing shall comprise the following.

5.4 General arrangement drawing showing clearly all the elements of the structure and other appurtenances, The relative levels shall be shown clearly.

5.5 Structural drawing showing details of reinforcement of all elements, construction joints movement joints etc. conforming to IS: 962/1967 IS: 7973/1976 IS: 2502/1963 IS: 5525/1969 and other relevant IS: standard shall be furnished. Details drawing showing M.S. Ladder. Man hole covers etc. shall be furnished.

5.6 The design shall be done by an experienced qualified engineer or consultant and produce a certificate from him with the design duly signed by him. The approval of the design and drawing by the Deptt. does not absolve the responsibility of the contractor on structural stability. The following test books apart from the Indian standard may be referred in the design.

1. Concrete reservoir and tank by G.P. Manning concrete publication Ltd. London.

2. Plan and reinforcement concrete by Jaikrishna & G.P. Jain. Vol.I & Vol.II

3. Reinforcement concrete design by Mallick and Ranga Sami.

4. Any other Indian or Foreign publication by reputed author. BILL OF QUANTITY

Name of the Work:- Design, Drawing construction, testing & commissioning of RCC Clear water sump for different Rural Piped W/S Schemes in jagatsinghpur district.

Name and item of work Rate In figures In words Design, Drawing construction, testing & commissioning of RCC Clear water sump for Rural Piped W/S Scheme to i) Trilochaanpur in Erasama Block- 1.00 lakh litr.- 1 no. ii) Tentulia at Kartutha in Kujanga block- 1.00 lakh ltr.- 1 no. Package-1 iii) Repurpatana in Kujanga block- 70,000 ltr. - 1 no. iv) Kusupur at Anantapur in Balikuda block- 1.00 lakh ltr.-1 no.

NB: The tenderer should quote his rates both in figure and words in appropriate column

Signature of contractor Executive Engineer RWS&S Divn.Jagatsinghpur. Part – IV

1. Schedule for payment Annexure – ‘A’

2. Programme to execute the work stage by state with time Schedule Annexure- ‘B’

3. Schedule items of rates of works either for deduction or extra payment beyond Approved design and drawing Annexure- ‘C’

4. Declaration certificate from Tenderer Annexure- ‘D’

5. Salient data and features of the reservoir Annexure- ‘E’

6. Statement showing the list of similar works executed by the Tenderer Annexure- ‘F’

7. Memorandum of documents of the Contractors. Annexure- ‘G’

Signature of Tenderer Executive Engineer RWS&S Divn.Jagatsinghpur. Annexure – ‘A’

Schedule of Payment

To be filled in by the tenderer

(See clause 3-6 of Part-II)

Sl.No. Description of Item Percentage breakup of (on completion of item only) contract amount

NB:- For testing & commissioning of the reservoir 5% of the tendered amount should be kept apart and 95% may be divided suitably depending upon work done in different stages.

Signature of Tenderer. Annexure – B

(Execution of work stage by stage with time schedule) (See clause 3-7 of part –II)

Sl.No. Item of work Time for Completion in days 1 2 3

NB:- 1) Time Schedule shall be for each individual item of work

2) Penalty interest of liquidated, damages shall be levied reckoning the physical achievement with reference to stage wise work programme.

Signature of Tenderer Annexure – ‘C’

Schedule of items of works either for deduction or extra payment beyond approved design & drawing.

Sl. Description of Item Unit Rate in Figure No & Words. 1 2 3 4 (See clause 3-8 Part-II) 1. (a) Earth work in excavation of foundation in all kinds of rocks One including leveling & dressing the bed and depositing the excavated Hundred materials within in initial lift of 1.5m & Load of 50 Mtrs as per the Cum direction of Engineer-in-charge. (b)Extra for every additional depth of 0.30 mtrs or part thereof over One initial depth of 1.5m and depending the excavated soil within 50mtrs Hundred & lead as per the direction of Engineer-in-charge. Cum 2. (a)Excavation of foundation in all kinds of rocks including Leveling Each and dressing the bed depositing the excavated materials within Cum initial lead of 50 mtrs. & initial lift of 1.5 mtrs. 3. Rigid & smooth centering & shuttering for R.C.C. works in walls, Each roof slab, column etc and dismantling then after casting including Cum cost of materials as per direction of Engineer-in-charge. 4. Cement concrete grade M-10 using 12mm size crusher broken Hard Each granite chips including carriage of all materials curing etc. Complete Cum as per direction of Engineer-in-charge. 5. Cement concrete M-15 with 12mm size crusher broken hard Granite Each chips including carriage of all materials and curing etc. Complete for Cum RCC work including hosting and laying in all Heights & depths as per the direction of Engineer-in-charge. 6. Cement concrete M-20 with 12mm size crusher broken hard Granite Each chips including carriage of all materials and curing etc. complete for Cum RCC works including hosting and laying in all heights & depths as per the direction of Engineer-in-charge 7. 12mm thick cement plaster in CM(1:3) including carriage of all Each materials curing etc all complete as per the direction of Engineer-in- Cum charge. 8. Cutting,bending,binding, straightening & tying the grills and Placing Each in position including cost of binding wire 18 to 20 gauges. Cum

NB:- Any additional items other than specified above may be incorporated by the Tenderer depending upon their scope of work.

Signature of Tenderer. Annexure – ‘D’

Declaration of the Tenderer. (See clause 3-9 of part-II)

1. I/We have visited the site and have fully acquainted with the local situation regarding the materials, labour & the factors pertaining to the work, which may influence the work directly or indirectly before submitting the Tender.

2. I/We have carefully studied the condition of the contract specification and other documents of this work and agree to execute the same accordingly.

3. I/We solemnly pledge that, I/We shall be sincere in discharging my/our duties as responsible contractor and complete the work within the prescribed time limit. In case there are deviation from the construction programme, I/We shall abide by the decision of the programme and arrange for labour, materials, equipments etc accordingly.

4. In the event of award of the work to me/us I/We undertake the entire responsibility for the structural stability to re-construct/replace the whole or part of the component of the structures in the event of failure of improper functioning within a period of one year from the date of testing.

Signature of Tenderer Annexure – ‘E’

Salient data & features of reservoir

See clause-I of Part-III

1. Name of the Work:- Design, Drawing construction, testing & commissioning of RCC Clear water sump for different Rural Piped W/S Schemes in jagatsinghpur district.

2.Location & Capacity:-i) Trilochaanpur in Erasama Block- 1.00 lakh litr.- 1 no. ii) Tentulia at Kartutha in Kujanga block- 1.00 lakh ltr.-1 no. iii) Repurpatana in Kujanga block- 70,000 ltr. - 1 no. iv) Kusupur at Anantapur in Balikuda block- 1.00 lakh ltr.-1 no.

4. Shape of the Reservoir: Circular

5. Type of the roof slab:- Dome

6. Permissible projection of Tank above G.L:- No Restriction

7. Stipulated period of Completion:- 6 months

8. Sub Soil Water level

9. S.B.C. To be furnished by the contractor as per soil test done by him. 10. Type of Soil

Note:- The Tenderer must visit the site for the proposed Reservoir and satisfy himself about the S.B.C. of the soil and other parameters influencing the design of the structured.

Signature of Tenderer. Annexure- ‘F’ (See clause 3-10 Part-II)

(A) List of similar works executed

Sl.No. Name of the work Year of Depth Value of work Completion 1 2 3 4 5

(B) List of T & P available

Sl.No. Description of T&P Quantity 1 2 3

Signature of Tenderer Annexure- ‘C’

Memorandum of documents forming this contract

The following documents shall form the contract documents for the purpose of execution of the work.

Section- ‘A’ i) Main offer (Tender) of the tenderer its subsequent letters of clarifications and negotiations. ii) Detailed Tender Call Notice signed & returned by the tender.

Section- ‘B’

1) Lump sum Agreement

2) Letter of intent containing special condition agreed upon after negotiation

3) Finally approved design and drawings specification. The list of documents contained in Section-‘B’ will prevail over that of Section- ‘A’ of the contract document in case of any contradiction or dispute in the meaning & scope of any item of work or incase of discrepancy in any of the stipulation made therein.

Signature of the Tenderer Executive Engineer RWS&S Divn.Jagatsinghpur. DECLARATION

To

The Executive Engineer, RWS&S Division,Jagatsinghpur.

Sir,

Certified that, I am not related to any Officer above the rank of Assistant Engineer in your Department.

(Contractor)

Recommended publications