BHUBANESWAR MUNICIPAL CORPORATION

NOTICE INVITING TENDER No. /BMC Dt.

BMC Drainage Division

DETAILED NOTICE INVITING TENDER (DNIT) FOR

Bid Reference No. BMC-EE-DD- 03/2020-21 dtd 29.07.2020

PART-I: General & Technical Bid

“July”– 2020

BID IDENTIFICATION NO. 2020_ORULB_62128

1

CHECK LIST

Sl.No List of Documents Details of For Office use Document only 1 2 3 4 1 Registration Certificate

2 PANCARD

3 GST Clearance Certificate

4 EPF Registration Certificate

5 Cost of Tender Paper 6 EMD furnished:

1. No Rs. 2. No Rs. 3. No Rs. 4. No Rs. 5. No Rs. 6. No Rs. 7. No Rs. 8. No Rs. 9. No Rs. 10. No Rs.

(i).Total no of corrections:- (ii). Total no of over writings:- (iii). Total no of interpolations:- (Signature of bidder) Name of Contractor:-

Address of Contractor:- E-mail:-

Contact Phone No:-

2

CONTENTS OF

DETAILED NOTICE INVITING TENDER (DNIT)

Sl. No. CONTENTS 1 Invitation For Bids & Notice Inviting Tender

2 Instructions to Bidder for e-Procurement

3 Detailed Conditions of Contract

4 Corporation Agreement

5 Agreement Form

6 Special Conditions of Contract

7 General Conditions of Contract

8 Contractor’s Labour Regulation

9 No Relation Certificate

10 Declaration Certificate and Affidavits

3

No. 29896 / BMC Dt. 29/7/2020 MUNICIPAL CORPORATION COMPETITIVE BIDDING THROUGH e-Procurement NOTICE INVITING TENDER Bid Reference No. BMC-EE-DD-03/2020-21 dtd 29.07.2020

On behalf of the Commissioner, Bhubaneswar Municipal Corporation (BMC), on-line e-tender Percentage Rate Bids are invited by the Executive Engineer, Drainage Division, and BMC from the intending and eligible class/category of bidders in conformity with the Detailed Tender Call Notice for execution of the works mentioned in the DTCN. It is, urged that all the intending bidders should go through the tender call notice and DTCN thoroughly and submit their bids accordingly. In case of any miss-match or inconsistency or contradict among different clauses/conditions/instructions/ information furnished in this tender call notice or in the DTCN, then necessary clarification shall be issued by Executive Engineer, BMC Drainage Division on specific request without compromising the transparency. Clarifications required, if any, on any matter related to this tender notice, shall be furnished by an authorized officer of BMC Drainage Division (during office hours only) till the stipulated last date and time of submission of on-line tender. 1. Total No. of works for which Tenders invited 84 Nos. 2. Place of Execution: Different locations in Bhubaneswar Municipal Corporation area. 3. Estimated Cost of Individual Work: Rs. 3,96,092/-to Rs. 49,73,810/- Contractors of Class-‘D’ to Class-‘A’as indicated against each work mentioned in the tender call. The contractors having appropriate class or one higher up class can participate. 4. Intending bidders have to participate through “On-Line” bidding only. The website for online bidding is https://www.tendersodisha.gov.in. 5. The bid documents will be available in the above website from 5 PM on Dt 5.08.2020 to 5 P.M on Dt 12.08.2020 for online bidding. 6. Bids received online will be opened at 11.00A.M. on Dt. 13/08/2020. 7. The bidder must possess valid and compatible Digital Signature Certificate (DSC). 8. The successful bidder bidding @ less than the estimated cost has to furnish A.P.S. (Additional Performance Security) as per OPWD Code amendment to Para-3.5.5(V) failing which the bid shall not be considered. 9. The DTCN of works shall be available in the e-procurement portal https://www.tendersodisha.gov.in for on-line bidding. On behalf of Commissioner, BMC, Bhubaneswar

Sd/- Executive Engineer Drainage Division, BMC Memo No. 29897 / BMC Dated 29/7/2020 Copy to PA to Commissioner for kind information of Commissioner , BMC.

Sd/- Executive Engineer Drainage Division, BMC

4

Memo No 29898 / BMC Dated 29/7/2020 Copy forwarded to the Under Secretary to Govt., H&UD Deptt./Water Resource Deptt. /Works Deptt./G.A Deptt, for kind information. Sd/-

Executive Engineer Drainage Division, BMC Memo No. 29899 / BMC Dated 29/7/2020 Copy submitted to the Engineer-in-Chief(PH),Odisha-cum- InspectorofLocalWorks,Bhubaneswar Municipal Corporation/Chief Engineer(PH) Urban, Odisha, Bhubaneswar/Collector & District Magistrate, Khurdha for kind information with a request to please display a copy of this Notice in his/her office Notice Board for wide circulation and information of the intending bidders.

Sd/- Executive Engineer Drainage Division, BMC Memo No 29900 / BMC Dated 29/7/2020

Copy submitted to the City Engineer/Executive Engineer, Drainage Division, Cuttack/Executive Engineer, BMC Division-II/Executive Engineer, BMC Division No.I/Addl. Commissioners/ Dy. Commissioner (Projects)/CFO/Secretary, Corporation Section, BMC for information.

Sd/-

Executive Engineer Drainage Division, BMC Memo No . 29901 / BMC Dated 29/7/2020

Copy submitted to the Chief Engineer (DPI &Roads), Odisha/ Superintending Engineer, Central (R&B) Circle, Bhubaneswar/Executive Engineer, (R&B) Division-I, II, III & IV, Bhubaneswar/Chief Engineer & Engineer Member, BDA, Bhubaneswar/Superintending Engineer ,Minor Irrigation Circle, Bhubaneswar for kind information with a request to please display a copy of this Notice in his/her office Notice Board for wide circulation and information of the intending bidders.

Sd/-

Executive Engineer Drainage Division, BMC Memo No. 29902 / BMC Dated 29/7/2020 Copy to HA-Cum-Acct., BMC, Division-I& II /Advertisement Section/ Office Notice Board of Bhubaneswar Municipal Corporation for information of all concerned and the intending bidders.

Sd/- Executive Engineer Drainage Division, BMC Memo No. 29903 / BMC Dated 29/7/2020 Copy to Director, I&PR with a request to publish this notice in all editions of local leading Oriya Dailies and one English Daily for one day publication on or before Dt.04.08.2020 sing minimum space & font size of “8” at already approved rate.

Sd/- Executive Engineer Drainage Division, BMC

5

BHUBANESWAR MUNICIPAL CORPORATION INVITATION FOR BIDS COMPETITIVE BIDDING THROUGH e-Procurement No 29896 / BMC Dated.- 29/7/2020 Bid Reference No. BMC-EE-DD-03/2020-21 dtd On behalf of the Commissioner, Bhubaneswar Municipal Corporation (BMC), on-line e- tender Percentage Rate Bids are invited by the Executive Engineer, BMC Drainage Division from the intending and eligible class/category of bidders (#) in conformity with the Detailed Tender Call Notice for execution of the works mentioned in the table below. Only the Bid Reference No. (BMC-EE-DD-03/2020-21) should be written clearly over (super scribed) the envelope containing the bid documents to be submitted by each intending bidder. Nowhere on the envelop the bidders should write Work Name & its Sl. No. failing which, such bids shall be rejected out rightly and will not be opened for evaluation. It is, therefore, urged that all the intending bidders should go through the tender call notice and DTCN thoroughly and submit their bids accordingly. In case of any mis-match or inconsistency or contradict among different clauses/conditions/instructions/ information furnished in this tender call notice or in the DTCN, then necessary clarification shall be issued by Executive Engineer, Drainage Division BMC on specific request without compromising the transparency. Clarifications required, if any, on any matter related to this tender notice, shall be furnished by an authorized officer of BMC Drainage Division, (during office hours only) till the stipulated last date and time of submission of on-line tender. EMD/Bid Approx. Value Security Period of Eligible WARD/ File No. of Work put Cost of Bid Sl. Name of the Work in Completion Class of DRAIN ( XXXXX-V) to Tender Documents No. Rupees in months Contractor NO in Rupees

1 2 3 4 5 6 7 8 9 1 1 422/2019 Construction of internal 13,00,447/- 13,004/- 6,720/- Three D & C Drain with Cover Slab Months at LP- 938 to LP-910 at Prasanti Vihar in Ward No 1 2 02 44/2020 Construction of Internal Drain with Cover slab in 47,91,875/- Three 47,919/- B&A Sampark Vihar in ward no 6,720/- Months 02 3 2 109/2019 Construction of Culvert 5,87,053/- 5,871/- 4,480/- Three D & C Over approach road to Months Esquareiconic Apartment in Ward No 2 4 5 260/2019 Construction of RCC 10,33,368/- 10,334/- 6,720/- Three D & C Drain with cover slab in Months Dash Sahi, Chakeisiani, Ward No 5 5 280/2019 Construction of internal 6,85,411/- 6,854/- 4,480/- Three D & C 5 Drain, Culvert and Months Cover Slab at Ashutosh

6

Nagar in Ward No.5

6 Construction of internal 41,04,387/- Three Drain, Culvert and Months 5 320/2019 Cover Slab from Mr. L.D Satapathy’s to 41,044/- 6,720/- B&A Mr.P.Rout’s Res near Santoshi Maa Temple in Chakeisiani, Ward No 5 7 6 97/2020 Construction of RCC 24,29,930/- Three Box Culvert over Main Months 24,299/- 6,720/- C&B Drain No .1 at Padmabati Vihar 8 11 193/2020 Construction of RCC 3,96,093/- Three Strom water Drain with Months cover Slab & RCC 3,961/- 2,240/- D&C Approach Road near Plot No 9310 At VSS Nagar of Ward No 11 254/2019 Construction of Internal 6,44,787/- Three D&C Drain, Culvert with Months 4,480/- 9 12 Cover Slab at Main 6,448/- Road of Samantrapuri Basti in Ward No 12 255/2019 Construction of Internal 3,99,710/- Three D&C Drain, Culvert with Months Cover Slab adjacent to 2,240/- 10 12 3,997/- Sun Rise Clinic in Trinath Basti of Ward No.12 261/2019 Construction of Internal 14,38,427/- Three D&C Drain, Culvert with Months Cover Slab from 6,720/- 11 12 Jagannath Temple to 14,384/- pump house at Dhirukuti Basti in Ward No.12 12 173/2020 Construction of RCC 33,43,765/- Three C&B Drain with Cover Slab Months from Main Road upto 6,720/- 12 33,438/- Main Drain no-3 at Laxmivihar, Lane no 03 in Ward no 12 Construction of Internal 19,92,777/- Three D&C 18 257/2019 Drain, Culvert with 6,720/- Months 13 19,928/- Cover Slab at Sai Nagar in Ward No 18 Construction of Internal 4,33,003/- Three D&C Drain, Culvert and 2,240/- Months 14 4,330/- 18 252/2019 Cover Slab at Back side of Gayatri Temple in

7

Munda Basti of Ward No 18

Construction of Internal 12,01,997/- Three D&C Drains with cover slab Months 18 253/2019 from Jana seva Kendra 6,720/- 15 12,020/- to Gangua Nallah at GGP Enclave in Ward No 18 Construction of Internal 6,70,777/- Three D&C 259/2019 Drain, Culvert with Months Cover Slab at Sai Vihar 4,480/- 16 19 Main Road in Ward No 6,708/- 19

423/2019 Construction of internal drain with cover slab in Nirakari nagar,janta 22,83,906/- 6,720/- Three 17 20 22,839/- C&B nagar,Aditya nagar and Months Ekamra vihar in ward no-20 148/2019 Construction of 10,86,308/- Three D&C concrete Drain with Months Cover Slab at 6,720/- 18 22 10,863/- Durgamadhab Area Lane 10(A to D), ward No 22 113/2020 Construction of 27,78,771/- Three C&B concrete Drain with Months 6,720/- 19 22 Cover Slab at Cluster 27,788/- 3 Bharatpur Ward No 22 195/2020 Construction of Internal 2,58,929/- Three D&C Drain & Cover slab at Months 2,240/- 20 23 Plot No 1215/1606 to 2,589/- Mishra Res. Khandagiri bari Ward No 23 196/2020 Construction of Internal 10,42,858/- Three D&C Drain Cover slab From Months Subash Rath Res to 6,720/- 21 23 10,429/- Ghagudi Drain at Khandagiri Bari Ward No 23 197/2020 Construction of Precast 2,73,215/- Three D&C RCC slab at Ganga Months 2,240/- 22 23 Sahoo House to Kishore 2,732/- Bhujobalo House, Ghatikia. Ward No 23 198/2020 Construction of Internal 9,46,429/- Three D&C 4,480/- 23 23 Drain & cover slab Plot 9,464/- Months No 1 NB Sahoo Res to 8

Plot No-8 B K Dash to Ghagudi Drain Ward No 23 199/2020 Construction of Internal 6,76,786 Three D&C Drain & Cover Slab at 4,480/- Months 24 23 6,768/- Sardhapalli Slum Ward No 23 200/2020 Construction of Internal 28,46,429 Three C&B Drain with Cover slab Months 6,720/- 25 23 From Bank of to 28,464/- Pump House Ward No 23 201/2020 Construction of Drain 22,26,902 Three C&B From Plot No 43/93 to Months 6,720/- 26 23 Plot No 44/16 Ghatikia, 22,269/- Infront of CET College ward No 23 202/2020 Construction of Internal 12,99,107 Three D&C Drain & Cover slab Months 6,720/- 27 23 From S R Nanda Res to 12,991/- Ghatikia Club House Ward No 23 203/2020 Construction of Internal 10,41,072 Three D&C Drain & Cover slab Months From Santosh Majhi to 6,720/- 28 23 Pramod Bhujobal to 10,411/- Sarat Mohanty to Pabitra Majhi Res at Ghatikia Ward No 23 204/2020 Construction of Drain 20,16,066 Three C&B With cover slab at Months Pasial Teli Res to Kartik 6,720/- 29 23 20,161/- Bhujobal, Ramesh & Bipin Behera House , Ghatikia Ward No 23 205/2020 Construction of Internal 33,64,285 Three C&B Drain & Cover slab Months From Jena OMFED to 6,720/- 30 23 33,643/- Plot No 8581, Near Ghagudi Bridge Ward No 23 206/2020 Construction of Internal 14,41,953 Three D&C Drain & Cover slab Months From Plot No 6,720/- 31 23 14,420/- 1215/2024 towards Office Khandagiri Bari Ward No 23 8/2020 Construction of Internal 40,64,286/- Three B&A Drain & Cover slab at 6,720/- Months 32 23 40,643/- Khandagiribari slum Area,Ward No 23

9

54/2020 Construction of Drain 15,59,822/- Three D&C with Cover Slab From Months 6,720/- 33 23 OYO Hotel Towards 15,598/- Ghagudi Bridge,Ward No 23 370/2019 Construction of Internal 5,22,267/- Three D&C Drain with Cover slab in Months 4,480/- 34 26 Maitree Nagar Rabi 5,223/- Sahoo House to Drain No 4 238/2020 Construction of Drain 6,63,000/- Three D&C from Sai Butique to 4,480/- Months 35 27 drain no-5 (Bijupatnaik 6,630/- Statue Road) 244/2017 Construction of Cell 49,73,810/- Three B&A Box type RCC Culvert at Months 6,720/- 36 27 Biju Patnail Statue near 49,738/- Smaert Furniture in ward no-27 Construction of RCC Drain B&A with Cover slab from Three 37 29 91/2020 OMFED Tea stall to NICCO 48,62,231/- 48,622/- 6,720/- Months Park and Internal Drain at ward no 29 110/2020 Construction of RCC 44,74,749/- Three B&A Drain with cover slab Months from Old Budharaj 6,720/- 38 33 Hospital to Hanuman 44,747/- Mandir Culvert at Stage 5 BDA Colony, Ward No 33 183/2020 Renovation and 14,76,264/- Three D&C Construction of Drain Months and culvert at Durga 6,720/- 39 34 14,763/- Puja Mandap in front of Satyanagar in ward no- 34 Construction of RCC 14,51,810/- Three D&C Culvert with approach Months Near Uppersahi 6,720/- 40 14,518/- Laxmisagar and Malisahi over Drain No. 5 208/2020 Construction of 7,53,571 Three D&C Internal Drain At Months Infront of Kalvik 4,480/- 41 37 7,536/- Apartment & Plot No 647/A Lane, Behera Sahi Ward No 37 191/2019 Raising of Wall & 23,43,745 Three C&B 6,720/- 42 38 Construction of 23,437/- Months Precasting Cover slab

10

Over Existing Drain Krishna Tower Jn. To 191/2019Damayanti Apartment Via Bhoi Sahi, Ward No 38 345/2019 Construction of 20,32,455/- 6,720/ Three C&B concrete Drain with Months 43 44 Cover Slab at Patra 20,325/- Sahi and Nua Sahi in Ward No 44 303/2019 Restoration of Laterite 14,32,716/- 6,720/ Three D&C Masinary Wall of Main Months 44 44 Drain No 6 at Badagada 14,327/- after Canal Syphon in Ward No 44 344/2019 Construction of 18,55,305/- 6,720/ Three D&C concrete Drain with Months Cover Slab from 45 44 Gopaluni Gadia Chaka 18,553/- to Jharana Sahi in Ward no 44

343/2019 Construction of 16,96,728/- 6,720/ Three D&C concrete Drain with Months 46 Cover Slab at 44 16,967/- Megheswar Lane to Gangua Nallah in Ward No 44 45 128/2019 Construction of RCC drain with cover slab from 48,29,925/- Three 47 48,399/- B&A Champapokhari to 6,720/- Months Jalligali in ward no 45. 339/2019 Construction of 22,78,537/- 6,720/ Three C&B concrete Drain with Months 48 45 Cover Slab at Champa 22,785/- pokhari and Sabara Sahi, Ward No 45 107/2020 Construction of 7,78,244/- Three D & C Concrete Drain with Months 4,480/- 49 49 Cover Slab From Plot 7,782/- No 9 in Kolathia Mouza, Ward No 49 171/2019 Construction of 12,19,014/- Three D & C Concrete Drain With Months 6,720/- 50 49 Cover Slab at Main lane 12,190/- 1,4,5 and Phase -1 Srikhetra Vihar 116/2020 Construction of 16,79,780/- Three D&C concrete Drain with Months 6,720/- 51 49 Cover Slab at 16,798/- Shreekhetra Vihar, Plot No 279/778 to

11

300/2179 via 2030 in Ward No 49 114/2020 Construction of Internal 43,36,162/- Three B&A concrete Drain with 6,720/- Months 52 49 43,362/- Cover Slab at Kolothia in Ward No 49 186/2020 Construction of RCC 11,50,373/- Three D&C Drain with Cover Slab Months from Plot No of 6,720/- 53 49 khadagiri Vihar upto 11,504/- Yatra Padia at Khandagiri Square in Ward No.49 430/2019 Construction of RCC 7,14,224/- Three D&C Drain From Sudhakar 4,480/- Months 54 49 7,142/- Panda Shop to Raghu Rai House 445/2019 Construction of Drain 9,76,702/- Three D&C From Plot No 33 to HIG 4,480/- Months 55 49 9,767/- 60 Kolothia Mouza, Ainginia 406/2019 Construction of Internal 7,02,292/- Three D&C Drain with Cover Slab 4,480/- Months 56 51 7,023/- of Prasanti Vihar Ward No 51 408/2019 Construction of RCC 10,78,015/- Three D&C Drain with Cover Slab 6,720/- Months 57 51 10,780/- of Rangani Sahi, ward No 51 75/2019 Construction of 12,17,639/- Three D&C concrete Drain with 6,720/- Months 58 53 12,176/- Cover Slab at Kedarpalli, Ward No 53 74/2019 Construction of 33,47,420/- Three C&B concrete Drain with Months 6,720/- 59 53 Cover Slab in Lane No6 33,474/- of Aerodrum Area in Ward No 53 346/2019 Construction of 20,84,645/- Three C&B concrete Drain with Months Cover Slab at punama 6,720/- 60 54 20,846/- Gate Sahi and Panasa Tota Sahi in Ward No 54 347/2019 Construction of 40,42,822/- Three B&A concrete Drain with Months 6,720/- 61 54 Cover Slab at 40,428/- Rameswar Patna in Ward No 54 340/2019 Construction of 10,09,383/- Three D&C 6,720/- 62 54 concrete Drain with 10,094/- Months Cover Slab at

12

Chemidi Bhoi Sahi, Ward No 54 342/2019 Construction of 13,08,819/- Three D&C concrete Drain with Months 6,720/- 63 54 Cover Slab at 13,088/- Govindaswar Lane in Ward No 54 393/2019 Construction of 11,71,281/- Three D&C concrete Drain with Months Cover Slab at 6,720/- 64 55 11,713/- Moharana Sahi, Phulbati Lane in ward No 55 392/2019 Construction of 9,77,082/- Three D&C concrete Drain with Months 4,480/- 65 55 Cover Slab at Shital 9,771/- Sasthi Road in Ward No 55 72/2019 Construction of 12,90,996/- Three D&C concrete Drain with Months Cover Slab at Back 6,720/- 66 57 12,910/- Side of BDA Park of Badagada Brit Colony in Ward No 57 396/2019 Extension Of Concrete 9,20,696/- Three D&C Drain with Cover slab at 4,480/- Months 67 59 9,207/- Rudra Vihar, Nuagaon, Ward No 59 59 284/2019 Construction of Concrete 44,29,859/- Drain with cover slab in 6720/- Three 68 Vijay Vihar, Nuagam, 44,299/- B&A Months Samantrapur under ward no 59 313/2019 Construction of 4,64,391/- Three D&C concrete Drain at Months 2,240/- 69 60 Ananta Nagar Lane 1 in 4,644/- Bhimatangi Lane 21 in Ward No 60 64/2019 Renovation of Concrete 11,32,924/- Three D&C Drain with cover slab at 6,720/- Months 70 60 11,329/- Sasan Padia , in Ward No 60 104/2020 Construction of 18,66,669/- Three D&C concrete Drain with Months 6,720/- 71 60 Cover Slab near Gouri 18,667/- Garden, Garage Chaka in Ward No 60 397/2019 Construction of 19,21,470/- Three D&C concrete Drain with Months 6,720/- 72 61 Cover Slab at 19,215/- Dakabangala Sahi in Ward No 61

13

50/2020 Construction of Internal 9,09,822/- Three D&C Drain & Cover Slab at 4,480/- Months 73 62 9,098/- Pokhariput, Behera Sahi 63 131/2019 Construction of Internal 49,32,469/- drain with cover slab of 6,720/- Three 74 49,325/- B&A Krishna garden Annex, Months Jagamara Ward no -63. 125/2019 Construction of 9,85,599/- Three D&C Retaining Wall North Months Side of Jharamunda 4,480/- 75 63 pond Adjacent to 9,856/- approach road of Subhadra Villa Ward No 63 115/2020 Construction of Internal 29,70,843/- Three C&B Concrete Drain with Months 6,720/- 76 64 Cover slab at 29,708/- Panchasakha Nagar in Ward No 64 432/2019 Construction of Drain, 16,03,996/- Three D&C Culvert, with Cover slab Months From kabaristan to 6,720/- 77 64 16,040/- exeting Drain in Srakanthara Road In Ward No 64 14/2020 Construction 7 6,51,786/- Three D&C 4,480/- Months 78 65 Renovation of internal 6,518/- Drain K-9A, Ward No 65

66 38/2020 Construction of Internal 11,50,373/- Three Drain with Cover slab Months from Dumuduma Park 6,720/- 79 11,504/- D&C to Plot No.429 of Dumuduma Phase 3 of ward No 66 66 112/2020 Construction of Internal 10,86,085/- Three concrete Drain with Months Cover slab from B.Sundarama House to 6,720/- 80 Plot No.1145/2118 10,861/- D&C near Coal Factory Via MD Asgar Ali House satya Nagar in Ward No 66 66 117/2020 Construction of Internal 16,03,974/- Three Drain with Cover slab Months Mati Prusty House to 6,720/- 81 16,040/- D&C Ranjan Tripathy House At Satya Nagar in ward No 66 67 419/2019 18,76,873/- 18,769/- 6,720/- Three 82 Construction of D&C

14

concrete Drain with Months Cover Slab from Jatani Road to Trinath Mandir via Managala Mandir at Kapil Prasad,SundarPada in Ward No 67 65 Construction Of RCC 38,69,643/- 38,696/- 6,720/- Three Drain with Cover Slab Months 83 C&B At Bhagbanpur Village to JORO in ward no 65 65 Construction of RCC 41,91,964/- 41,920/- 6,720/- Three Drain with cover slab at Months 84 Patrapada RI office to B&A Namrakani Temple in ward no 65 * The facility for exemption of EMD & ISD either in full or in part as per guidelines of Govt. of Odisha/ OPWD Code/ Govt. of India/ direction of Hon’ble Courts in India (with specified limitation and liberty) can be availed by intending and eligible class/category of bidders [Contractors with Physical Disabilities/Engineer Contractors/ST or SC Contractors/such other Agency(s) conferred with this exemption facility, if by Govt. of Odisha/Govt. of India/Hon’ble Court(s) in India]. However, this facility availed by any bidder(s) for the aforesaid work(s) shall be treated as genuine and admissible/acceptable subject to submission of required documentary evidence/support as described below and subsequent verification of the same by BMC. # a. Each bidder who intend to participate in this bidding process through e-procurement for the works mentioned above, should have/possess necessary Portal Enrolment (Digital Signature Certificate-DSC) of required category.

b. Each intending bidder should have been validly registered as a Civil Contractor in the required Class under Govt. of Odisha/BMC through any Appropriate Public Authority to suit the respective works. c. Engineering Organization(s) of Govt. of Odisha/Govt. of India (MES, Railways, etc. ) /Union Territory or Engineering Public Sector Undertakings / Enterprises/ Company(s) under Govt. of India, duly authorized by the Appropriate Authority(s) to undertake and execute the respective nature of works mentioned above through on-line bidding, can also participate as bidder(s) in the required equivalent Grade/Class/Category of Contractor(s) [Documentary evidence(s) of such authorization is to be attached with the bid(s)]. INFORMATION FOR THE INTENDING BIDDERS

1. Bid documents consisting of plans, specifications, and schedule of quantities, a set of terms and conditions of contract and other necessary documents can be seen in the e- procurement website i.e. https://www.tendersodisha.gov.in. 2. Each on-line bid must be accompanied by legible scanned copies of valid (a) Contractor’s Registration Certificate (License), (b) EPF, (c) GST (d) PAN CARD, (e) Earnest Money Deposit (EMD) Bid Security (save as described at * above) and Cost of Tender Documents as specified for the respective works in the above Table Col.4 & 5. Accordingly, the intending bidders are urged to furnish the EMD(s).

3. The bidders availing exemption in EMD must submit scanned copies of documentary evidence online in support of their exemption qualification such as SC/ST license /caste certificate or physically disabled license /certificate or Engineer Contractor license along

15

with scan copies of affidavits for such exemption. 4. Each on-line bid should also be accompanied with scanned copies of Declaration Certificate & No Relationship Certificate in the prescribed formats as mentioned in the DTCN without which the bid will be liable for rejection. 5. For each work the intending bidders should submit : A ) On-Line Generated Bid-Submission Confirmation Sheet, B) Original Affidavit(s) in the manner/format as per DTCN, (1) General affidavit- : Mandatory for all (2) SC/ST license holder affidavit- :( If applicable) (3) Physically disability affidavit - : (If applicable) (4) EPF affidavit - :(as applicable (bidders not possession EPF registration) (5) Engineer Contractor affidavit - :( If applicable) (Submissions of respective affidavits is mandatory for availing exemption in EMD) C) Original Bid Security Acknowledgement (EMD) D) Cost of Bid Documents E) Any bidder ( other than the category mention at Sl.9 above) availing exemption of EMD ( either full or part ) by any valid order of Govt. of Odisha/Govt. of India/ direction of Hon’ble Courts of India is to submit self attested copies of documentary evidence in support of such exemption. F) Additional Performance Security (APS) should be submitted by the successful bidder if his/her bid amount is less than the estimated cost subject to a limit of (-) 14.99% within such stipulated time as may be provided for in the tender process or else the bid of the successful bidder would be cancelled and the earnest money deposited would be forfeited, if permissible in law and further proceeding for blacklisting would be initiated as per law. The Additional Performance Security (APS) amounting to the difference between the estimated cost and the cost of bid (if lower than the estimated cost) should be submitted by the successful bidder in shape of Demand Draft/Term Deposit Receipt/NSC pledged in favour of the Commissioner, BMC. All the above mentioned documents and financial instruments should be placed in a sealed envelope superscribed with bid identification number only & submitted through regd. Post/speed post within the stipulated period. Without the above documents the tender shall be liable for rejection. Affidavits mentioned at Sl.2,3,4,5 is meant for availing exemption in EMD. If any such affidavit in support of exemption is not furnished in the envelope & required EMD is not submitted the tender shall be rejected, though the bidder is a valid case for exemption. If found necessary for further verification /reference /record originals of any documents(s) such as License , PAN, GST, C.C , EPF etc. has to be produced by the respective bidder(s) before the undersigned within such period intimate/informed over telephone/verbally/email /letter, failing which respective bid shall be treated as incomplete/Non-responsive & hence shall be rejected. 6. The bid documents will be available in the Govt. website i.e., https://www.tendersodisha.gov.infromDt:-29.07.2020 at 5.00PM to Dt:-05.08.2020 at 5.00 P.M for online bidding. 7. The Bidder shall transfer online required E.M.D. / Bid Security amount specified for the works in the table above as part of its bid through process as mentioned in the DTCN. 8. The bid shall remain valid for a period of 90 days from the date of opening of Price Bid. Subsequent extension of validity of tender of the L1 eligible bidder shall be subject to mutual consent of the respective bidder and Executive Engineer, Drainage Division, BMC.

16

9. lf the % rate quoted by any bidder for any of the above mentioned work is lower than or equal to 15% less(-), then such bid shall be rejected and the tender shall be finalized based on merits of the rest bids. But, if more than one bid is quoted at 14.99% (decimals up to two numbers will be taken for all practical purposes) less, the tender shall be finalised through a transparent lottery system, where all such bidders/their authorised representatives will remain present. 10. Within 30 days after opening of the bids, the EMD(s) of the unsuccessful bidder(s) except the 2nd

lowest bidder (L2) shall be refunded/returned, preferably in the shape and manner submitted by the respective bidder(s) for each work on written request(s) and with proper acknowledgement(s).

The EMD(s) of L2 bidders can be refunded in the shape & manner to be decided by BMC after finalisation of the tender(s) for the respective works. 13. The intending bidders are also urged to acquaint themselves with the respective site conditions wherein, the corresponding work is to be executed and submit their bids accordingly. 14. In case of any inconsistency or contradict among different clauses/conditions/ instructions/ information furnished in this tender call notice/DTCN, then necessary clarification can be sought for by the bidders before submission of their bids. Similarly, in case of the Agreements to be drawn by Executive Engineer, Drainage Division, BMC with the successful bidders, conditions stipulated in the respective Agreements shall be followed for all practical purposes unless any of those condition(s) is/are found redundant/inapplicable and inconsistent with the relevant provisions of OPWD Code/Govt. instructions, as issued and amended till the date of invitation of this tender. In such case(s) the provision(s) in OPWD Code/Govt. guidelines shall prevail over the respective Agreement Condition(s). In case of any dispute between the respective successful bidder(s) and BMC regarding such overriding effect, decisions of BMC shall be final & binding without prejudice to the remedies available to either parties under law of the Nation (India). Intending bidders are requested to understand this condition thoroughly and submit their tenders accordingly. For further clarification or document perusal, may be consulted (during office hours only). 15. The authority reserves the right to reject any or all the bids without assigning any reason thereof subject to the limitations prescribed by Central Vigilance Commission and State Regulatory Authorities concerned. 16. The bidders must submit correct phone number, address & email ID for communication. In case of faulty phone number & email ID BMC shall not be responsible for any miscommunication.

17. Other details can be seen in the DTCN. By Order of Commissioner, BMC, Bhubaneswar

Executive Engineer Drainage Division, BMC

17

Instruction to Bidder for e-Procurement 1 PARTICIPATING IN THE BID IN THE e-PROCUREMENT PORTAL: The Contractor/Bidder intending to participate in the bid is required to register in the Portal with some information about the firm/Contractor This is a onetime activity for registering in Portal During registration, the contractor has to attach a Digital Signature Certificate (DSC) to his / her unique user ID The DSC used must be of appropriate class (Class II or Class III) issued from a registered Certifying Authority such as n-Code, Sify, TCS, MTNL etc. a To log on to the portal the Contractor/Bidder is required to type his/her username and password. The system will again ask to select the DSC and confirm it with the password of DSC. For each login, a user’s DSC will be validated against its date of validity and also against the Certificate Revocation List (CRL) of respective CAs stored in system database. The system checks the unique ID, password and DSC combination and authenticates the login process for use of portal. b The tender documents uploaded by the Tender Inviting Officer in the website www.tendersodisha.gov.in will appear in the section of “Upcoming Tender” before the due date of tender sale Once the due date has arrived, the tender will move to “Active Tender” Section of the homepage Only a small notification will be published in the newspaper specifying the work details along with mention of the specific website for details The publication of the tender will be for specific period of time till the last date of submission of bids as mentioned in the ‘Invitation for Bid’ after which the same will be removed from the list of Active tenders Any bidder can view or download the bid documents from the web site. c Contractor exempted from payment of EMD will be able to participate in the tender directly by uploading documentary evidences towards his eligibility for such exemption. d If the software application has the provision of payment of cost of tender document through payment gateways of authorized bankers by directly debiting the account of the bidders, bidders will be required to avail on-line payment. 1.1 Furnishing scanned copy of such documents is mandatory along with the tender documents otherwise his/her bid shall be declared as non-responsive and thus liable for rejection. 1.2 In the case of any failure, malfunction, or breakdown of the electronic system used during the e-procurement process, the tender inviting officer shall not accept any responsibility for failures or breakdowns other than in those systems strictly within their own control. 1.3 Any third party/company/person under a service contract for operation of e-

18

procurement system in the State or his/their subsidiaries or their parent companies shall be ineligible to participate in the procurement processes that are undertaken through the e-procurement system irrespective of who operates the system. 1.4 For submission of Bids through the e-Procurement Portal, the bidder shall up load the scanned copy/copies of document in prescribed format wherever warranted in support of eligibility criteria and qualification information The on line bidder shall have to produce the original documents in support of the scanned copies and statements uploaded in the portal before the specified date as per DNIT. 1.5 Each bidder shall submit only one bid for one package. A bid is said to be complete if accompanied by cost of bid document and appropriate bid security. The system shall consider only the last bid submitted through the e-Procurement portal. 1.6 The Officer inviting the bid / Engineer-in-Charge will clarify queries on the Contract Data on requisition by the intending Bidder. The bidder may ask question in the e- procurement portal using his DSC, provided the questions are raised before the date mentioned in the home page under critical dates. 1.7 The bids uploaded by the Tender Inviting Officer may consist of general arrangements drawings or typical sections of the project. Bidder may down load these drawings and take out the print for detail study. Any other drawings and documents pertaining to the works available with the officer inviting the Bid as well as in the office of the Executive Engineer as mentioned in the Contract Data will be open for inspection by the bidders. The bidder is required to down load all the documents including the drawings for preparation of his bid. It is not necessary for the part of the Bidder to upload the drawings other Bid documents (after signing) while up-loading his bid. He is required to up load documents related to his eligibility criteria and qualification information and Bill of Quantities duly filled in. It is assumed that while participating in the bid, the bidder has referred all the drawings and documents uploaded by the Officer Inviting the Bid. Seeking any revision of rates or backing out of the bid claiming for not having referred to any or all documents provided in the Bid by the Officer Inviting the Bid will be construed as plea to disrupt the bidding process and in such cases the bid security shall be forfeited. 1.8 Any addendum issued shall be part of the bidding documents and shall be notified in the website www.tendersodisha.gov.in/Notice Board and through paper publication. 1.9 All the volumes/documents shall be provided in the portal by the Officer inviting the bid. The bidder shall carefully go through the document and prepare the required documents and up load the scanned documents in Portable Document Format to the portal in the designated locations of Technical Bid. He will fill up the rates of items or percentage in the BOQ down loaded for the work in designated Cell and uploads the same in designated locations of Financial Bid. Submission of document shall be effected by using DSC of appropriate class.

19

2 BID SECURITY: The Bidder shall furnish, as part of his Bid, a Bid security for the amount mentioned under NIT/Contract Data in shape of KVP /PSB/NSC duly pledged in favour of Municipal Commissioner or Bank draft/pay order/ Bankers Cheque from any Nationalized Bank in favour of Municipal Commissioner, Bhubaneswar Municipal Corporation, Goutam Nagar, Bhubaneswar. The bidder shall scan all the written pages of the bid security and up load the same to the system in designated place. The on line bidder shall deposit the original copy of the ‘Bid Security’ within the specified period mentioned in the DNIT (after receipt date of bid but before opening date & time of bid) with the “Officer inviting the Bid”. The Officer inviting the bid shall not be responsible for any postal delay, and/or non-receipt of the original copy of the bid security on or before specified date and time. Non- submission of bid security within the designated period shall debar the bidder from participating in the on-line bidding system and his portal registration shall be blocked. His name shall also be informed to the registering authority for cancellation of his registration as contractor. 3. BID VALIDITY: The bid shall remain valid for a period of 90 days from the date of opening of Price Bid. 3.1 In exceptional circumstances, prior to expiry of the original bid validity period, the employer may request that the bidders extend the period of validity for a specified additional period. The request and the responses thereto shall be made in writing or by cable. A bidder may refuse the request without forfeiting its EMD. A bidder agreeing to the request will not be required or permitted to modify its bid. 4. FORMAT AND SIGNING OF BID: The bidder can download the tender of his choice and save it in his system and undertake the necessary preparatory work off-line and upload the completed tender at his convenience within the final date and time of submission The bidder shall only submit single copy of the required documents and Price Bid in the portal In the Financial bid, the bidder cannot leave any figure blank He has to only write the figures, the words will be self generated The Bidders are advised to up load the completed Bid document well ahead of the last date & time of receipt to avoid any last moment problem of power failures etc.

4.1 The Bidder shall go through the Bid carefully and list the documents those are asked for submission. He shall prepare all documents including cost of Bid Document, Bid Security, Declaration form, price bid etc and store in the system. 4.2 The bidder shall log on to the portal with his DSC and move to the desired tender for up loading the documents in appropriate place one by one simultaneously checking the documents. Once the Bidder makes sure that all the documents have been up-loaded in appropriate place he clicks the submit button to submit the bid to the portal. 4.2.1 The bids once submitted cannot be retrieved or corrected. Tender cannot be re-opened and cannot be submitted after due date and time. Therefore only after satisfying that all the documents have been uploaded, the Bidder should activate submit button.

4.2.2 In the e-Procurement process each processes are time stamped. The system

20

can identify each individual who has entered in to the portal for any bid and the time of entering in to the portal. 4.2.3 The Bidder should ensure clarity of the document up loaded by him to the portal especially the scanned documents by taking out sample printing Non- submission of legible documents may render the bid non-responsive However, the Officer inviting the Bid if so desires can ask for legible copies or original copies for verification with in a stipulated period provided such document in no way alters the Bidder’s price bid If the Bidder fails to submit the original documents with in the stipulated date, his bid security shall be forfeited. 4.2.4SIGNING OF BID: The online bidder shall digitally sign on all statements documents certificates uploaded by him, owing responsibility for their correctness/authenticity as per IT Act 2000. If any of the information furnished by the bidder is found to be false/fabricated/bogus his EMD/ Bid security shall stand forfeited and the bidder is liable to be blacklisted.

5. SECURITY OF BID SUBMISSION: 5.1All bid data uploaded by the Bidder to the portal will be encrypted by the DSC of the opener(s). The system shall require all the mandatory forms and fields filled up by the contractor during the process of submission of the bid/tender. 5.2The Bid shall be received in encrypted format by the system which can only be decrypted / opened by the authorized openers only on or after the due date and time. 6. DEADLINE FOR SUBMISSION OF THE BIDS: 6.1 The online bidding will remain active till the last date and time of the bid submission. Once the date and time (Server date and time) is over, the bidder will not be able to submit the bid. The date & time of bid submission shall remain unaltered even if the specified date for the submission of bids declared as a holiday for the Officer inviting the Bid.

7 LATE BIDS: 7.1 The system shall reject submission of any bid through portal after closure of the receipt time. For all purpose the server time displayed in the e-procurement portal shall be the time to be followed by the bidder and concerned officers. 8 MODIFICATION AND WITHDRAWAL OF BIDS: 8.1 In the e-Procurement Portal, it is allowed to modify the bid any number of times before the final date and time of submission. The bidder shall have to log on to the system and resubmit the documents as asked for by the system including the price bid. In doing so, the bids already submitted by the bidder will be removed automatically from the system and the latest bid only will be admitted. But the bidder should avoid modification of bid at the last moment to avoid system failure or malfunction of internet or traffic jam or power failure. If the bidder fails to submit his modified bids within the designated time of receipt, the bid already in the system shall be taken for evaluation. 8.2 In the e-Procurement Portal, with drawl of bid is allowed. But in such case he has to write a letter with appropriate reasons for his with drawl addressed to the Officer inviting the bid and up load the scanned document to portal in the

21

respective bid before the closure date and time of receipt of the bid. The system shall not allow any withdrawal after expiry of the closure time of the bid. 9. OPENING OF THE BID: 9.1 Bid opening date is specified during tender creation or can be extended with corrigendum. This date is available in IFB, tender document as well as the home page of portal Bid opening can be done by the authorized users which are defined during the tender publication / approval stage. The bids are encrypted using their public keys and can be decrypted only on or after the Bid Opening due date and time. The bid openers private key will be required to open the bids and all the openers have to log on to the portal during that time. 9.1.1 The bidders who participated in the on line bidding can witness opening of the bid from any system logging on to the portal with the DSC away from opening place. Contractors are not required to be present during the bid opening at the opening location if they so desire. 9.1.2 Each activity is date and time stamped with user details. For time stamping, server time is taken as the reference. 9.2 In the event of the specified date of bid opening being declared a holiday for the Officer inviting the Bid/Engineer-in-Charge, the bids will be opened at the appointed time on the next working day. 9.3 In case bids are invited for more than one package, the order for opening of the “Bid” shall be that in which they appear in the “Invitation for Bid”. 9.4 During bid opening, the covers containing original financial instruments towards Cost of bid and Bid Security in the form specified in the DNIT, received after last date of receipt of bid and before opening of the bids shall be opened and declared. 9.4.1. Combined bid security for more than one work is not acceptable. 9.5 The Bid openers, who have been pre-defined shall log on to the portal with their respective DSC. Unless all the Officers who have been declared as opening officers, log on the portal with their DSC, the tender cannot be opened. 9.5.1 The Opening Officers will systematically check the scanned demand draft towards cost of the bid document and the scanned document of Bid security with that of the original submitted. If found in order, they will continue opening of all other documents in the system provided under Technical Bid.

9.5.2 Subject to confirmation of the bid security by the issuing institutions, the bids accompanied with appropriate bid cost and valid bid security will be taken up for evaluation with respect to the qualification Information and other information furnished. 9.5.3 After receipt of confirmation of the bid security, the bidder may be asked in writing to clarify to the documents in the Technical Bid, if necessary, with respect to any doubts or illegible documents required for Technical Evaluation. 9.5.4 The bidders will respond in not more than 7 days of issue of the clarification letter, failing which the bid of the bidder will be evaluated on its own merit. 9.5.5 Immediately, on receipt of these clarifications, the Evaluating Officers; predefined in the system for the bid, will finalize the list of responsive bidders. They will log on to the site with their DSC and record their

22

comments on the Technical evaluation page in the system. The Officer Inviting the Bid if also the accepting authority, shall log on to the system with his digital signature and check the technical evaluation. He can either accept or pass on to the evaluating officers for re-evaluation. Upon acceptance of technical evaluation by the Accepting authority in the system, the system shall automatically generate letter to all the responsive bidders and the system shall forward the letter to all the responsive bidder that their technical bid has been evaluated responsive with respect to the data/information furnished by him and the letter shall also intimate him the date & time of opening of Financial bid. The system shall also inform the non-responsive bidders in their e-mail ID that their bid has been found non-responsive. 9.6 The Technical evaluation of all the bids will be taken up as per the information furnished by the Bidders. But evaluation of the bid does not exonerate the bidders from checking their original documents and if at a later date the bidder is found to have misled the evaluation through wrong information, action as per relevant clause of DNIT shall be taken against the bidder/contractor. 9.7 After technical evaluation of the bidders and selection of the qualified bidders, the financial bids of the technically qualified bidders shall be opened on the due date of opening Members of the bid opening committee log on to the system in sequence and open the financial bids for the technically qualified bidders. The opening of financial bid by the opening officer using their DSC shall decrypt the financial bids. 9.7.1 Opening of price bid and evaluation of lowest bidder is subject to satisfaction of other qualification information. 9.7.2 The Financial Bid will be opened on the notified date & time in the presence of bidders or their authorized representative who wish to be present. 9.7.3 At the time of opening of “Financial Bid”, the names of the bidders whose technical bids were found responsive will be announced and the bids of only those bidders will be opened. The remaining bids will be rejected. 9.7.4 The responsive bidders’ name, the bid prices, the item wise rates the total amount of each item, any discounts and withdrawals, and such other details as the officer inviting the tender may consider appropriate, will be announced by him or his authorized representatives at the time of opening. 9.7.5 Rebate/discount offer if any uploaded to the system shall be declared and recorded first. 9.7.6 The Financial bid of the bidders shall be opened one by one by the designated officers. The system shall auto-generate the Comparative Statement. 9.7.7 The Bidder can witness the principal activities and view the documents/summary reports for that particular work by logging on to the portal with his DSC from anywhere. 10. CLARIFICATION OF BIDS: 10.1 For examination, evaluation, and comparison of bids, the officer inviting the bid may, at his discretion, ask lowest bidder for clarification of his rates including reduction of rate on negotiation and breakdowns of unit rates. 10.2 On opening of the price bid the system shall arrange the financial bids in order of their value (L1 first, followed by L2, L3 …) for subsequent evaluation. The

23

evaluation status (Sheet) will be visible to all the participating bidders after opening on their respective logins. Each activity is recorded in the system with date and time stamping. 11. NOTIFICATION OF AWARD AND SIGNING OF AGREEMENT: 11.1 In the e-Procurement Portal, the system shall generate the template of award letter and the Officer Inviting the Bid shall mention the amount of Performance Security and Additional Security required to be furnished in the letter and intimate the bidders in his e-mail ID. The issue of the letter of acceptance shall be treated as closure of the Bid process and Commencement of the Contract.

Procedure for Electronic receipt, accounting and reporting of Cost of Tender Paper and Earnest Money Deposit on submission of bids (Works Department OM No.17254/W date-05.12.2017)

1. The State Government have formulated rules and procedures for Electronic receipt, accounting and reporting of the receipt- of Cost of Tender Paper and Earnest Money Deposit on submission of bids through the e-procurement portal of Government of Odisha i.e. "https://tendersodisha.gov.in". 2. Electronic receipt of cost of tender paper has been successfully tested through SBI payment gateway. Now it has been decided to introduce electronic receipt of Cost of Tender Paper and Earnest Money Deposit on submission of bids through payment gateway of designated banks such as SBI/ICICI Bank/HDFC Bank for all Government Departments, State PSUs. Statutory Corporations, Autonomous Bodies and Local Bodies etc. in phases (ANNEXURE-I). The process outline as well as accounting and reporting structure are indicated below : a) It will be carried out through a single banking transaction by the bidder for multiple payments like Cost of Tender Paper and Earnest Money Deposit on submission of bids. b) Various payment modes like Internet banking/ NEFT/RTGS of Designated Banks and their Aggregator Banks as well can be accessed by the intending bidders. c) Reporting and accounting of the e-receipts will be made from a single source. d) Credit of receipts into the Government accounts and to the designated Bank account of the participating entities indicated in Para 2 above would be faster. 3. Only those bidders who successfully remit their Cost of Tender Paper and Earnest Money Deposit on submission of bids would be eligible to participate in the tender/bid process. The bidders with pending or failure payment status shall not be able to submit their bid. Tender inviting authority, State Procurement Cell, NIC, the designated Banks shall not be held responsible for such pendency or failure. 4. Banking arrangement: a) Designated Banks (SBI/ICICI Bank/HDFC Bank) payment gateway are being integrated with e- Procurement portal of Government of Odisha (https://tendersodisha.gov.in) b) The Designated Banks participating in Electronic receipt, accounting and reporting of Cost of Tender Paper and Earnest Money Deposit on submission of bids will nominate a Focal Point Branch called e-FPB, who is authorized to collect and collate all e-Receipts. Each such branch will act as the Receiving branch and Focal Point Branch notwithstanding the fact that the bidder might have debited his account in any of the bank's branches while making payment. 5. Procedures of bid submission using electronic payment of tender paper cost and EMD by bidder: a) Log on to e-Procurement Portal: The bidders have to log onto the Odisha e- Procurement portal (https://tendersodisha.gov.in) using his/her digital signature certificate and then search and then select the required active tender from the "Search Active Tender" option. Now. submit button can be clicked against the selected tender so that it comes to

24

the "My Tenders" section. b) Uploading of Prequalification/Technical/Financial bid: The bidders have to upload the required Prequalification /Technical/Financial bid, as mentioned in the bidding document and in line with Works Department office memorandum no.7885, dt.23.07.2013. c) Electronic payment of tender paper cost and EMD: Then the bidders have to select and submit the bank name as available in the payment options i. A bidder shall make electronic payment using his/her internet banking enabled account with designated Banks or their aggregator banks. ii. A bidder having account in other Banks can make payment using NEFT/RTGS facility of designated Banks. • Online NEFT/RTGS payment using internet banking of the bank in which the bidder holds his account, by adding the account number as mentioned in the challan as an interbank beneficiary. d) Bid submission: Only after receipt of intimation at the e-Procurement portal regarding successful transaction by bidder the system will activate the 'Freeze Bid Submission' button to conclude the bid submission process. e) System generated acknowledgement receipt for successful bid submission: System will generate an acknowledgement receipt for successful bid submission. The bidder should make a note of 'Bid ID' generated in the acknowledgement receipt for tracking their bid status. 6. Settlement of Cost of Tender Paper; a) Cost of Tender Paper: In respect of Government receipts on account of Cost of Tender Paper, the e-Procurement portal shall generate a MIS for the State Procurement Cell (SPC). The MIS will contain an abstract of the cost of tender paper collected with reference to Bid Identification Number. The State Procurement Cell shall generate Bank- wise-head-wise challans separately for Cost of Tender Paper and instruct the designated Banks to remit the money to the State Government account under different heads. In respect of the cost of tender paper received through the e-procurement portal, the remittance to the Cyber Treasury account will be made to the Head of Account 0075-Misc, General Services-800-Other Receipts -0097-Misc. Receipts-02237-Cost of Tender Paper. b) For the time being, the State Procurement Cell (SPC) will use over the counter payment facility of the Odisha Treasury portal. Thereafter, remittance through NEFT & RTGS will be facilitated through the Odisha Treasury portal. c) Similarly, in case of State PSUs, Statutory Corporations, Autonomous Bodies and Local Bodies etc., Cost of Tender Paper, the e-Procurement portal shall generate a MIS for the State Procurement Cell (SPC). The MIS will contain an abstract of the cost of tender paper collected with reference to Bid Identification Number. The State Procurement Cell shall generate Bank-wise list of challans and instruct the designated Banks to remit the money through the Odisha Treasury portal. The cost of tender papers will be credited to the registered Bank account of the concerned State PSUs, Statutory Corporations, Autonomous Bodies and Local Bodies etc. d) Bank will refund (in case the Tender Inviting Authority (TIA) issues such instructions) the tender fee, EMD to the bidder, in case the tender is cancelled before opening of Bid as per direction received from TIA through e-procurement system. e) Back-end Transaction Matrix of Electronic receipt of Cost of Tender Paper and Earnest Money Deposit on submission of bids is enclosed in the Annexure. 7. Settlement of Earnest Money Deposit on submission of bids: a) The Bank will remit the Earnest Money Deposit on submission/cancellation of bids to respective bidders accounts as per direction received from TIA through e-procurement system. 8. Forfeiture of EMD: Forfeiture of Earnest Money Deposit on submission of bid of defaulting bidder is occasioned for various reasons. a) In case the Earnest Money Deposit on submission of bid is forfeited, the e- Procurement portal will direct the Bank to transfer the EMD value from the Pooling Account

25

of SPC to the registered account of the tender inviting authority. b) The Tender inviting authorities of the Government Departments will deposit the forfeited Earnest Money Deposit on submission of bid, in the State Government Treasury under the appropriate head (8782-Cash Remittances and Adjustments between the officers rendering accounts to the same Accounts Officer-102- P.W.Remittances-1683-Remittances- 91028-Remittances into Treasury) after taking the amount as a revenue receipt in their Cash Book under the head 0075-Misc. General Services-00-101 -Unclaimed Deposits-0097- Misc, Receipts-02080-Misc. Deposits and submit the detail account to DAG (Puri) as a deposit of the Division. c) By clicking submit button, system will initiate the forfeiture of EMD. System will not allow the evaluator to edit the initiation after clicking the submit button. Forfeiture option can be carried out in phased manner like one bidder at a time. 9. Role of the Banks: a) Make necessary provision / customizations at their end to enable the provision for online payments / refunds as per this document. b) Provide necessary real-time message to bidders regarding successful or unsuccessful transactions during online payment processes and redirect them to e-Procurement website with necessary transaction reference details enabling them to submit their bids. c) The bank shall ensure transfer of funds from the pooling account to the Government Head/current account of PSUs/ULBs within the next bank working day as per the directions generated from e-Procurement portal. d) Bank should provide timely reports and reference details to NIC enabling them to carry out their role as stated below. e) e) Refund of amount to bidders as per the XML file provided by e-Procurement system on the next bank working day from the date of generation of the XML file and also provide a confirmation to NIC on the same. 10. Role of State Procurement Cell: a) Communicate requirements of Government departments/ State PSUs/ Autonomous Bodies/ ULBs online payment requirements to National Informatics Centre / the authorised Banks for mapping/ customization. b) In every working day, the State Procurement Cell shall generate MIS from the e- Procurement portal to ascertain the tender paper cost received in the e-Tendering process separately bank-wise for the Government Department and the PSUs/ULBs. The SPC shall generate bank-wise separate online challans from the Odisha Treasury portal and make the remittance through over the counter facility or NEFT/RTGS (as and when this functionality is available in Treasury portal) and issue instruction to the bank for remittance of the receipt to the State Government account. c) The State Procurement Cell shall be responsible for providing challan details and MIS in respect of the remittance towards tender paper cost to the Tender inviting authorities for their record. d) State Procurement Cell shall monitor the progress of e-Tendering by different Government departments / State PSUs/ Autonomous Bodies / ULBs through an MIS. State Procurement Cell shall monitor and send monthly progress reports to the Government. e) The e-Procurement system will generate a consolidated refund & settlement XML file as an end of the day activity. f) e-procurement system will provide a web service for payment gateway (PG) provider to pull the encrypted refund and settlement details in XML file against a day. g) Similarly, payment gateway (PG) provider will provide a web service to pull the refund and settlement status against a day h) e-procurement system will update the status accordingly for reconciliation report. 11. Role of National Informatics Centre: a) Customize e-Procurement software and web-pages of Government of Odisha (https://tendersodisha.qov.in) to enable the provision for electronic payment. b) The NIC, Odisha will modify / rectify the errors in electronic data relating to the Chart of Account.

26

c) NIC will provide an interface to organisations to download the electronic receipt data. d) Enable automatic generation of daily XML files from e-Procurement system and ensure delivery of the same to the authorised Banks for enabling automatic refund/settlement of funds. e) NIC shall enable the e-Procurement portal to generate MIS as required for the State Procurement Cell in order to make remittance of the tender paper cost to the State Government account using the Odisha Treasury portal. 12. Role of Cyber Treasury: a) The cost of the tender paper deposited by the SPC using the Odisha Treasury Portal which will be accounted for by the Cyber Treasury and it shall submit the accounts to A.G (O) as per the established process. b) The Cyber Treasury will provide MIS as required to the SPC for the purpose of accounting and reconciliation of the electronic remittances made to the State Government account. 13. Redressal of Public grievances: a) The State Procurement Cell, Odisha, National Informatics Centre, Odisha and the e-FPB will have an effective procedure for dealing with, public complaint for e-Receipt related matters. In case, any mistake is detected by any of the stakeholders in reporting of receipt of tender paper cost and EMD, either suomoto or on being brought to its notice, the State Procurement Cell, Odisha, National Informatics Centre, Odisha unit, Cyber Treasury and the bank will promptly take steps for rectification. The e-Focal Point Branch of the participating Banks, National Informatics Centre, Odisha and the State Procurement Cell, Odisha will notify the contact number and address of the Help Desk for resolution of any dispute regarding e-Receipt. 14. Applicability and modification of existing rules / orders: The modalities prescribed in this Office Memorandum for downloading of tender paper, submission and rejection of bid, acceptance of Bids as well as refund and forfeiture of earnest deposit will be applicable for electronic submission of bids through e-procurement portal. Existing provisions regulating cost of tender paper, earnest money deposit in OPWD Code and OGFR would stand modified to the extent prescribed. 15. These arrangements would be made effective after signing of MoU between the designated Banks and the State Procurement Cell, firming up of Banking arrangements and technical integration between designated Bank and e-Procurement Portal. ANNXURE-I Back-end Transaction Matrix of Electronic receipt and remittance of Cost of Tender Paper and Earnest Money Deposit on submission of bids. Cost of Tender Paper Earnest Money Deposit on submission on submission of bids of bids Government I. The payment towards I. In case of tenders of Government Departments the cost of Tender Departments, amount towards Paper, in case Earnest Money Deposit on Government submission of bids shall be Departments shall be collected in a pooling account collected in separate opened for this purpose at Focal Pooling accounts Point Branch called e-FPB of opened in Focal Point respective designated banks at Branch called e-FPB of Bhubaneswar and the banks will respective designated remit the amount to respective banks [as stated in bidder’s account within two Para 2] at working days on receipt of Bhubaneswar on T+1 instruction from TIA through day. refund and settlement of e- procurement system. Contd….

27

Cost of Tender Paper on Earnest Money Deposit on submission of submission of bids bids Government II. With reference to the II. In case of forfeiture of Earnest Money Departments Notice Inviting Tender/ Deposit on submission of bids, the e- Bid Identification Procurement portal will direct the Bank Number, the amount so to transfer the EMD value from the realized is to be Pooling Account of SPC to the registered remitted to Government account of the tender inviting authority Account under the Head within two working days of receipt of Of Account 0075- Misc. instruction from TIA. General Services-800- Other Receipts-0097- Misc. Receipts-02237- Cost of Tender Paper through Odisha Treasury Portal after opening of the bid. State PSUs I. In case of State PSUs, I. Amount towards EMD on submission of Statutory Statutory corporations, bids shall be collected in a separate pooling Corporations, Autonomous Bodies and account of Focal Point Branch called e-FPB Autonomous Local Bodies etc. the of respective designated banks at Bodies and amount towards Cost of Bhubaneswar and the banks will remit the Local Bodies. Tender Paper, on amount to respective bidder’s account on submission of bids shall receipt of instruction from TIA through be collected in refund and settlement of e-procurement separated pooling system within two working days from accounts opened in receipt of such instruction. Focal Point Branch called e-FPB of II. In case of forfeiture of Earnest Money respective designated deposit on submission of bids, the e- Banks at Bhubaneswar Procurement portal will direct the Bank to on T+1 days. transfer the EMD value from the Pooling II. The Paper cost will be Account of SPC to the registered account of transferred to the the tender inviting authority within two respective current working days of receipt of instruction from accounts of concerned TIA. State PSUs, Statutory Corporation, Autonomous Bodies and Local Bodies etc. after opening of bid.

28

Detailed Conditions of Contracts

1. This DTCN forms a part of the agreements for the respective works to be drawn between the successful bidders and BMC, whether or not this DTCN is attached to the agreements.

2. lf L1bidder does not turn up for agreement after finalization of the tender,thenhe shall be debarred from participation in bidding for three years and action will be takento blacklist the contractor. In that case, the L2 bidder, if fulfils, other required criteriawould be called for drawing agreement for execution of work subject to the condition thatL2 bidder negotiates at par with the rate quoted by the L1 bidder otherwise the tenderwill be cancelled .In case a contractor is black listed, it will be widely published andintimated to all departments of Government and also to Govt. of India Agencies workingin the state.

3. Incomplete tenders: Tenders received in incomplete shape are liable for rejection.

4. No claim for cancellation of tenders:

No claim shall be entertained towards any expenses made by any party for submission of the tender in case of cancellation, rejection or withdrawal of the tender.

5 Site order book shall be issued to the contractor by the Engineer-in-charge or his representative. The Contractor shall keep this Book always at site and any special order or construction to be issued to the contractor shall be recorded in this Book by the Engineer-in charge or his representative. The Contractor shall sign all orders and instructions as token of his knowledge about the same. The site Order Book shall be the property of the BMC but will remain during the period of the progress of the work with the Contractor. The safe custody of the site order book during this period shall be the responsibility of the Contractor. After completion of the work the Book shall be returned back by the Contractor to the Engineer-in charge which will be enclosed in the final bill.

6. Custody of the Materials:

The contractor shall be responsible for safe custody of the materials at site and the BMC will not be responsible for any loss or damage of the property at site.

29

7. Guarantee/Performance:

The Contractor shall furnish a guarantee to the effect that all items of the work constructed and supplied by him shall be free from any defect both in terms of materials and workmanship for a period of not less than 12 months from the date of the final completion of the work and commissioning. During this period the Contractor shall replace the defective materials, if any or rectify the defects, if any at his own cost as would be pointed out by the Engineer-in-charge to the satisfaction of the later.

8. Unilateral stoppage of work. Unilateral stoppage of work by the Contractor without prior written permission of the Engineer-in charge shall be considered as breach of contract and the Corporation reserves the right to take such actions as it may deem fit.

9. Resident Engineer:-

The Contractor having “B” Class license & above shall engage for this work competent, qualified and authorized resident Engineers and Assistants to the satisfaction of the Engineer-in charge. The Resident Engineer shall represent the contractor in his absence in receiving directions from Engineers in charge of the work or any authority of the Corporation which will be binding on the Contractor.

10. Damages to persons and property:-

The contractor shall take every precaution not to damage or injure adjoining or other property of any persons. He shall indemnify and keep indemnified the employee/Officers of BMC against all claims for injuries or damages to any person or any such property (including surface or land or crops in site) which may arise out of or in consequence of any negligence or default on the representatives and against all claim, demands, proceedings, damages, costs, charges and expenses whatsoever in respect of or in relation thereto. The Corporation does not take any responsibility on this account.

11. Work not to be sub-contracted/sublet:-

The Contractor shall not subcontract the work assigned to him. And if the contractor shall assign or sublet his contract or attempt to do so, the contract shall be rescinded with forfeiting the EMD and penalty will be imposed as may be decided by BMC.

12. Action and compensation payable in case of bad work:-

If it shall appear to the Engineer-in charge or his subordinate Engineer in charge of the work that any work has been executed with unsound imperfect or unskillful workmanship or with materials of any inferior description ors that any materials or articles provided by him for the execution of the work are unsound or of a quality inferior to that contracted for or otherwise not in accordance with the contract or usual practice, the contractor shall on demand in writing from the Engineer-in charge specifying the work ,materials or articles complained of notwithstanding that the same may have been

30

inadvertently passed certified and paid for forthwith rectify or remove and reconstruct the work so specified in whole or in part, as the case may require or the case may be, remove the materials or articles so specified and provided other proper and suitable materials or articles at his own charge and cost, and in the event of his failing to do so within a period to be specified by the Engineer-in charge and or his subordinate Engineer in charge in his demand aforesaid then the contractor shall be liable to pay compensation art the rate of one percent on the amount of the estimate for every day not exceeding ten days while his failure to do so shall continue and in case of any such failure the Engineer in charge and his subordinate Engineer may rectify or remove and re-execute the work or remove the replace with others the materials or articles complained of as the case may be at the risk and expense in all respect of the contractor.

13. Engagement of Labourers and age limits etc.-

The Contractor shall not employ for the purpose of this contract any person who is below the age of eighteen years and shall pay to each labourer for the work done by such labour, wages not less than the wages as prescribed by Government of Orissa. The Engineer in charge shall have the right to enquire into and decide and complaint alleging that the wages paid by the Contractor to any labour for the work done by such labourer is less than the wages prescribed by the Government of Orissa. The Engineer in charge and /or his subordinate Engineers immediate charge of the work shall have the right to decide whether any labour employed by the Contractor is below the age of eighteen years and to refuse to allow any labourer whom he decides to be below the age of eighteen years, to be employed by the Contractor. The Contractor shall have to grant a weekly paid holiday to his labourers/staff. The Contractor shall have to comply with all Labouor laws and other rules in force while carrying out the work.

14. Indemnify the Corporation under workman’s Act & Rules:-

The Corporation shall not be held liable to pay any compensation to any workman under workman’s compensation Act, 1923. The Contractor shall have to pay the entire compensation if decided in any Court of law for any injury/loss to any workman caused during the execution of contract work. If by order of any court corporation pays any compensation to honour the award, then the amount shall be recovered from the bill and security of the Contractor.

15. No escalation:-

The amount quoted in the price bid shall remain firm until completion of the project.

16. The detailed plan, specification and scope of work if required can be ascertained from the Office of the Executive Engineer, Drainage Division, Bhubaneswar Municipal Corporation during any working hours on working days prior to the last date of sale of tender papers.

31

17. The tenders containing extraneous conditions, not covered by the tender call notice are liable to rejection. Rate quoted should be fairly reasonable rates being abnormal. Super-fatuous and unworkable rates are liable for rejection.

18. No lump sum tender will be entertained if the tenderer does not quote any rate for any items shown in the bill of Quantity, the tender will, in no case be considered and shall be rejected. 19. The tenderer shall quote any rate against each item shown in the bill of quantity in wards and figures. In case of variation of the rates between words and figures, the rates quoted in word shall be deemed to be the properly quoted rate, for consideration. 20. Scoring, over writing, Interpolating, cutting should preferably be initialed by the tenderers to avoid complication. The authority shall take no responsibility, in the matter of complications arise but of scoring over writing or interpolating the tenders should be written legibly. 21. The tender, shall accompanied with attested photo copies of valid & up to date ITCC or PAN card/GST. Non submission of any of these documents, the authority shall reserve the right to reject the tender. However, if authority desires, the original copies can be asked for verification, before the consideration for a final checking. The selected tenderer shall submit the Initial Security Deposit (ISD) within seven days of intimation. The ISD shall be deposited in shape of NSC, Postal term deposit Pass Book, Bank Draft/Bankers Cheque, duly pledged in favour of Municipal Commissioner, Bhubaneswar Municipal Corporation. The selected tenderer shall deposit 2.00% of the ISD within seven days of intimation after adjusting the EMD amount deposited. Non submission of the ISD by the stipulated date the BMC shall have the right to forfeit the EMD and proceed for subsequent steps. The initial Security Deposit together with Earnest Money shall be retained by the BMC till the completion of entire work and payment of final bill or till the completion of the guarantee period of twelve months and the security deposit shall not carry any interest.

22. The BMC shall deduct the statutory deductions as applicable under the Income Tax Act, 1961, Orissa Value Added Tax Act, 2004 and any other statutory deductions.

24. When the bid amount is up to 10% less than the estimated cost, no additional performance security is required to be deposited. When the bid amount is less than the estimated cost by more than 10% and within 15%, in such an event, the successful bidder will deposit the additional performance security along with the S.D. and before execution of agreement to the extent of 1.5 times of the differential cost of the bid amount and 90% of the estimated cost in shape of KVP/PSB/NSC duly pledged in favour of Municipal Commissioner, BMC or Demand Draft/Bankers Cheque from any Nationalized/Scheduled Bank drawn in favour of Municipal Commissioner, Bhubaneswar Municipal Corporation. The APS shall be released after the completion of the work to the satisfaction of the Corporation authority and after completion of guarantee period of twelve months.

25. Each bidder should submit the details of quarry for procurement of the materials required for the respective work while submitting the bid. The successful bidder shall be responsible for procurement of materials from authorised sources and should disclose/intimate in writing voluntarily the source of procurement of those quarry materials before each bill for the respective work.

26. lf the rate quoted by the bidder is less than 15% of the tendered amount then such a bid shall be rejected and the tender shall be finalized basing on merits of rest bids. But if more than one bid is quoted at 14.99% (Decimals up to two numbers will be taken for all practical purposes) less than the estimated cost, the tender accepting authority will finalize

32

the tender through a transparent lottery system, where all bidders/their authorised representatives, the concerned Executive Engineer will remain present. 27. Before acceptance of tender, the successful bidder will be required to submit a work programme and milestone basing on the financial achievement so as to complete the work within the stipulated time and in case of failure on the part of the agency to achieve the milestone liquidated damage will be imposed.

28. The successful tenderer after execution of the agreement and after issuance of the Work order, submit a detail programme of work immediately to the concerned Executive Engineer for approval. 29. The successful tenderer who executes a valid agreement with the Bhubaneswar Municipal Corporation shall be called contractor and shall abide by the terms and conditions of the agreement as prescribed from time to time 30. The work will be completed in every respect within the stipulated period of completion as mentioned in the Notice Inviting Tender from the date of commencement of the work to be stipulated in the Work Order, to be issued by or on behalf of the Municipal Commissioner, Bhubaneswar Municipal Corporation. There shall be no extension of contract period except on valid reasons to the satisfaction of the BMC and the contractor shall submit such request for extension. The Corporation may consider such request for extension after taking into the considerations the valid reasons.

31. If the contractor disproportionate or abandoned or failed to progress the work according to the time schedule submitted he shall be liable penalty under relevant clause of the item rate contract. 32. All Cement concrete works shall be executed in a mechanical form and shall use the concrete Mixer, Vibrator, Pumps etc at the own cost of the Contractor for the purpose. 33. The Contractor shall use approved and tested materials as approved by the Engineer in charge according to IRC/PWD specification and the Contractor shall arrange the materials lat his own cost and after completion of the work the Contractor shall clear the site along with all equipments at his own cost. 34. Shuttering and centering shall be with Steel plate or seasoned hardwood planks inside of which shall be lined with suitable sheeting and made leak proof and water tight as approved by the site Engineer-in charge. 35. The Site Engineer-in charge will have the right to inspect the scaffolding, centering and shuttering made for the work and can reject partly or fully such structures, if found defective in their opinion. 36. The contractor shall arrange necessary tools and plants at his own cost required for the efficient execution of work and the rates quoted should be inclusive of the running charges of each plant including cost of transportation thereof. 37. All earth work measurement shall be done by section measurement after the earth is consolidated including rolling with hand or power road roller and sheep foot roller at optimum moisture condition. No extra payment will be made for the jungle clearance for taking earth from the borrow areas. 38. After the work is finished all surplus materials should be removed from the site of work. Preliminary work such as vats, mixing platforms etc. should be dismantled and all materials removed from the site and premises left neat and clean and this should be inclusive of the rates. 39. No payment shall be made for bench marks, level pillars, profiles and benching and leveling the ground where required. The rates to be quoted should be for finished items of work inclusive of carriage of all materials and incidental items of works. 40. No claim shall be entertained in regard to extra item of works or extra quantity of any items besides estimated amount unless specific written order is issued from the Municipal Commissioner, Bhubaneswar Municipal Corporation 41. The tenders shall have to abide by the C.P.W.D. safety code rules.

33

42. The rate quoted by the contractor shall cover the latest approved rates of labour, materials, POL and royalties. Arrangement of borrow areas; land, approach road to the bridge site etc. are the responsibility of contractor. 43. The rate for each work and concrete items wherever dewatering is imperatively necessary, the term dewatering shall mean the execution or operation of the items due to standing water as well as due percolation of water. The quoted rates will be inclusive of this. 44. The materials, borrow areas, and hutments at sites should be arranged by the contractor at his own cost. No future complaint on this account shall be entertained. 45. Items of work not covered by tender notice will be paid at the Current schedule of rates of the Public Health Department/Public Works Department and those not covered by the SR will be paid on actual analysis after being approved by the City Engineer. 46. Standard Public Works Deptt. / Public health Deptt./Electrical Deptt. Specification of Govt. of Odisha /ISI specification where applicable as to be decided by the Engineer-in-charge will be followed in executing the work. 47. The contractor will make no claim on the rates, quantities and amounts that will appear in the agreement and the total work, in a complete shape, will be handed over to Bhubaneswar Municipal Corporation within the time allowed by Bhubaneswar Municipal Corporation. 48. From the commencement of the works to the completion of the same, they are to be under the contractors charge. The contractor is to be held responsible to make good all injuries, damages and repair occasioned or rendered necessary to the same by fire or other causes and they are to hold the Govt. of Odisha harmless for any claims for injuries to person or structural damage to property happening from any neglect, default, want of proper care or misconduct on the part of the contractor or any one in his employment during the execution of the works. Also no claim shall be entertained for loss due to earthquake, flood, cyclone, epidemic, riot or any other calamity whether natural or incidental and damage so caused will have to be made good by the contractor at his own cost.

49. For diversion road, the contractor will have to make his own arrangement to make the same in private land if necessary for which arrangement of such land by the side of C.D works and the rental charges for such private land shall be borne by the contractor including the proper maintenance with lighting arrangements during night time and signaling during day time and barricading etc. till the C.D works are open to the traffic. No extra rate will be paid to the contractor for above rental charges etc. His rates in the tender for other times shall include this arrangement, land rental charges for the land and maintenance, lighting and removal or such temporary road crust from the private land to bring the land to its original conditions etc. complete.

50. Any damage caused by natural calamities should be done by the contractor at his own cost. The Bhubaneswar Municipal Corporation shall not be any way responsible for the same and will not pay any cost towards the repair done by the contractor.

51. In case of any dispute in the meaning of specification, description of items, rates, conditions of agreement or due to errors/typo-graphical errors, omissions, the decision of the Tender Accepting Authority, Bhubaneswar Municipal Corporation with due recommendation of the Engineer-in charge of work is final and binding to the Contractor.

52. The tenderer shall bear cost of various incidentals, sundries and contingencies necessitated by work in full within the following or similar category.

34

(a) Rent, royalties and other charges of materials, all other taxes including Sales Tax, ferry, tolls conveyance charge and other cost on account of land and buildings including temporary building & temporary electric connection to work site as well as construction of service road & diversion road & its maintenance till completion of work as required by the tenderer for collection of materials, (b) Storage, housing of staff or other purpose of the work. No tenderer will however be liable to pay Govt. for temporary occupation of land owned by Govt. at the site of the work. (c) Labour camps or huts necessary to a suitable scale including conservancy and sanitary arrangements there in to the satisfaction of the local health authorities. (d) Suitable water supply including pipe water supply wherever available for the staff and labour as well as for the work. (e) Fees and duties levied by the Municipal, canal or water supply authorities. (f) Suitable equipments and wearing apparatus for the labour engaged in risky operation. (g) Suitable fencing barriers, signals including paraffin and electric signals where necessary at works and approaches in order to protect the public and employees from accidents. (h) Compensation including cost of any suit for injury to persons or property due to neglect of any measure/ precautions also become payable due to operation of the workmen compensation act. (i) The contractor has to arrange adequate lighting arrangement for the work wherever necessary at his own cost. C.C & R.C.C items are to be sufficiently cured with Gunny bags, if necessary.

53. Tenderers are required to abide by the fair wages clause as introduced by Govt. of Odisha, Works Department letter No.VIII R - 8/5225 dt. 26.2.1955 and No.II M 56/6 28842 (5) dt. 27.9.1961 as amended from time to time.

54. In case of any complaint by the labour working about the nonpayment or less payment of his wages as per latest minimum wages act the Executive Engineer will have the right to investigate and if the contractor is found to be in default, he may recover such amount due from the contractor and pay such amount to the labour directly under intimation to the local labour officer of the Govt. The decision of the Executive Engineer is final and binding on the contractor.

55. That for the purpose of jurisdiction in the event of any dispute, it shall be at Bhubaneswar.

56. The Authority reserves the right to reject any or all the tenders without assigning any reason thereof.

Signature of the Tenderer

Executive Engineer, Drainage Division, Bhubaneswar Municipal Corporation.

35

CORPORATION AGREEMENT

AGREEMENT NO______Dt.______

Name of the Work:

Estimated Amount:

Name of Contractor:

Agreement Value:

Initial Security Deposit:

Date of Commencement:

Stipulated date of Completion:

Extension of time granted upto:

Authority and No and Date in which extension of time granted :

Reference to Letter No. and Date in which the copy of Agreement submitted to :

36

BHUBANESWAR MUNICIPAL CORPORATION

Space for embossing Form No.W.III stamp (Rule341)

Name of Work:

Name of Contractor:

Contract Agreement Form for Works

I do hereby agree to execute the under mentioned descriptions of work in accordance with the conditions noted on the reverse and in consideration of payment being made by the Municipal Corporation...... at the rate specified in the following schedule for the quantity of work executed.

Description of work Quantity Rate Unit Amounts Remarks

37

CONDITIONS (Reverse)

1. The work is to be carried on with due diligence and all work executed is to be done ina workman like manner. The materials use when supplied by the party tendering are to be the best of the several kinds procurable and in all cased will be subject to the approval of the Executive Engineer, Drainage Division, BMC/Municipal Commissioner, BMC whose decision as to the rate of progress and the quality of the work of materials shall be final.

2. The quantity of work executed shall be measured and payments made as frequently as possible subject to a deduction of 10 percent pending completion land check measurement if no security was furnished by the contractor in the shape of a lump sum and on the completion of the work final measurements will be made and the amount adjusted accordingly.

3. The Executive Engineer, Drainage Division, BMC/Municipal Commissioner, BMC may put an end to this agreement, at his option at any time and in the case of bad work or materials he may removal the same and have it replaced, deducting the value of the work rejected, or materials removed or the cost of replacing the same as he may think proper from any amount due, or that may become due, to the party making this agreement.

Signature of the Party making this agreement......

Date......

Witnesses......

Residence......

Date......

Accepted by me

38

TENDER FOR WORKS

I / We hereby tender for the execution for the Bhubaneswar Municipal Corporation of the work specified in the written memorandum at the rate specified therein within a period of _____ years months from the date of written order to commence and in accordance in all respects with the specifications, designs, drawings and other documents referred to in rule I hereof and subject to annexed conditions of contract and with such materials as are provided for by and in all other respects in accordance with such conditions so far as applicable

MEMORANDUM a) a) Name of Work :

b)

(If several sub-works are included they should detailed in separate list) b) b) Estimated Cost : Rs

c) c) Earnest Money : Rs

d) Initial security deposit (including earnest money) (This deposit will be d) : Rs 2% of the estimated cost of the work)

e) Percentage to be deducted from bills @ 5%(Five Percent) (This percentage deduction from bills will be credited to the Contractor’s Security Deposit) e )

f) f) Time required for the work from date of written order to commence ______months g) g) Date of written order to commence

h) h) Total number of work tendered for

39

SPECIAL CONDITIONS OF CONTRACT

1. The date of commencement of the work shall be the date on which the Municipal Commissioner, Bhubaneswar Municipal Corporation signs the agreement. 2. Any delay on the part of Bhubaneswar Municipal Corporation in issuing work order after the date of acceptance of agreement by the Municipal Commissioner shall not be construed as the cause of delay in the commencement of work. 3. The Contractor shall not be entitled to any compensation on account of delay in handing over site, making of alignment of layout or supply of P & T materials or any natural calamities of labour unrest or non availability of labour or the delay in supply of stock materials or T & P water scarcity or testing or due to any difficulty encountered by the contractor in any form. But extension of time beyond the stipulated date of completion shall be granted on plain paper from the contractor before expiry of 75% of the period of completion or 7 days before the stipulated date of completion, whichever is earlier. 4. The satisfaction of Municipal Commissioner/Mayor Bhubaneswar Municipal Corporation as to the genuineness or otherwise of the cause of delay shall be final and binding on the contractor. 5. The Contractor is bound to show proportionate progress of the work, the quantum of work being assessed by the supervising officers of Bhubaneswar Municipal Corporation at suitable intervals from time to time. 6. If for no particular reason as aforesaid, the contractor is unable to show proportionate progress, the Municipal Commissioner Bhubaneswar Municipal Corporation shall have the right to make such deductions as deemed fit from the amount payable to the Contractor in shape of running bills. 7. The amount so deducted shall be considered to be released only at the time of payment of the final bill if the Contractor improves in the working. 8. If the Municipal Commissioner/Mayor Bhubaneswar Municipal Corporation satisfied regarding the genuineness of delay in completion of the work and the stipulated period, he may impose penalty @1/2% per day of delay beyond the said date subject to a maximum 10% of the agreement amount the amount of such penalty shall be fixed exclusively at the discretion of Municipal Commissioner/Mayor Bhubaneswar Municipal Corporation. 9. In case of non completion of work, Municipal Commissioner, Bhubaneswar Municipal Corporation shall have the right to rescind the contract and entrust the balance portion of the work to such agency as deemed fir and the excess expenditure if any incurred in the

40

process of execution of the balance quantity of work shall be recovered from the Contractor. 10. Municipal Commissioner, Bhubaneswar Municipal Corporation shall have the right to resort to any of the aforesaid penal clauses (Clause. 8 &9) as deemed fit by him. 11. Recovery towards hire charges of machineries of Bhubaneswar Municipal Corporation shall be made from the Contractor bill amount from time to time at such rate as in vogue on the date of execution of agreement. 12. The Contractor also shall remain solely responsible for materials collected by him for utilization in the work till it is fully utilized irrespective of any payment made to him in respect of such collection. 13. Municipal Commissioner, Bhubaneswar Municipal Corporation reserves the right, without informing the Contractor to make such increase of decrease in the quantities of items of work mentioned in the schedule of rates attached here to as may be considered necessary to complete the work fully and satisfactorily. Such increase or decrease shall in no case invalidate of various items of work are liable to alteration and commission or addition and deduction and such commission, addition; deduction shall in no case invalidate the contracts. 14. Any extra quantity of work done over the approved quantity shall be executed by the Contractor as per his agreement rates after accept of order to that effect. 15. Any extra item of work executed beyond the items of the work covered in the agreement shall be executed after execution of supplementary agreement at CSR in force on the date of execution of the agreement such supplementary agreement if required will be approved by Municipal Commissioner, Bhubaneswar Municipal Corporation. 16. All work shall conform to the detailed standard specification of OPWD code with amendment from time to time. 17. A Contractor shall put his signature on the measurement book and the bill before payment is made to him as a token of acceptance of the quantities, specification, rate and amount of the bill and no claim shall be entertained at a later date. 18. All such work show measurement and quantity cannot be verified at a later date shall not be got measured by the concerned sectional officer and got check measured by Asst. Engineer, Executive Engineer, or any officer superior to him in the Corporation before utilization, execution and covering up. No claim an account of execution of such work shall be entertained, if the quantity of work cannot be measured or check measured or verified after execution.

41

19. The Contractor shall make his own arrangement for water supply of bailing out water manually or mechanically at his own cost from the working area of building of bridge foundations, if required for the purpose. 20. The Contractor shall make his own arrangement for the internal road to the quarry of materials and for quarrying the materials and supplying stacking at road side or work site as directed by the supervising staff in measurable boxes of stacks including cost of all royalty freight and taxes which shall be borne by the contractor and the rate for such items of works shall be the furnished rate as herein agreed upon. 21. It shall be the sole responsibility of the Contractor to keep the site clear of any debris or light shrub jungle before layout of alignment at his own cost. It shall also be the responsibility of the Contractor present the finished work or the building in a useful or habitable condition within the scope of the contract and all site clearance or cleaning required for the purpose shall be done at his own cost. 22. Night work can be done in the interest of the work provided the Contractor makes his arrangement for security, safety and lighting. 23. The Contractor shall not sublet any part of the work to any other agency on contract or subcontract basis. Any such act by the Contractor shall be deemed as unauthorized and Bhubaneswar Municipal Corporation shall not be in any manner responsible for such act of dispute or controversy or loss of damage arising out of such act. 24. The Bhubaneswar Municipal Corporation shall not be bound to pay any compensation on account of damage or loss due to carelessness or mishandling or natural calamity caused to any labours, machinery, stock materials or such portion as completed or incomplete work which shall be exclusively borne by Contractor till the date of completion of the work. 25. The Contractor shall not engage any under aged labourer. 26. The Contractor shall not engage any labourer above the age of 60 years except those engaged in supervising or accounting work of the Contractor. 27. The Contractor shall not engage any sick labourer and any woman in advanced stage of pregnancy. The Contractor shall not engage and person who is originally accused or convicted or undergoing sentence of imprisonment. 28. The Contractor shall abide by such rules regulation and wages and conditions as laid down by the Government of Orissa in labour on part of such other appropriate departments. 29. The Contractor shall remain liable to such actions orders and penal actions as shall be deemed fit by the Government of Orissa in labour department of other proportionate Departments as unforced by such officers of the Government of Orissa who have been legally authorized to take such action from time to time and the Bhubaneswar Municipal Corporation shall not be held responsible for such actions taken against the Contractor.

42

30. The Contractor shall not engage any woman labour within 1 KM of Military or Para Military barrack or any cantonment area Tank. 31. The Contractor shall remain responsible for general sanitation security and safety of all labourers engaged by him and of accommodation and supply or ration to labourers staying at his work site. 32. Any compensation payable to labour in any form due to any cause shall be the exclusive responsibility of Contractor. 33. All stock and T & P materials outstanding against the Contractor including surplus material shall be returned at the place of delivery in good useful or serviceable condition failing which the recovery of cost of the same shall be made from the amount of payment to the Contractor. 34. If in the opinion of Municipal Commissioner, Bhubaneswar Municipal Corporation the Contractor has failed to return such quantity of materials with malicious motive then the Municipal Commissioner, Bhubaneswar Municipal Corporation shall have the right to recover from the Contractor’s outstanding bill amount or security deposit and amount up to equal to five times the cost of such materials. 35. A site order book shall be maintained by the Contractor which shall paged and got certified by the Executive Engineer and kept at work site for recording such order as may be required from time to time in the interest of work by the supervising staff and such order shall be signed by the Contractor. He will be the custodian of site book till completion of the work after which the book shall be returned to A.E /J.E in charge. 36. Security shall be kept deducted at the rate 5% from every running bill and final bill in respect of infrastructure woks in addition to E.M.D and I.S.D deposited at the time of tender or agreement and the same shall be released after expiry of One year from the date of payment of the final bill/after post audit provided that Municipal Commissioner, Bhubaneswar Municipal Corporation shall have the right to make such relaxation on the release of security deposit as deemed fit by him. 37. Any claim regarding, any monetary compensation due to the Contractor shall be referred in writing to the Municipal Commissioner, Bhubaneswar Municipal Corporation within seven days occurrence of two cause of such claim. The decision of the Municipal Commissioner, Bhubaneswar Municipal Corporation shall be final and binding on the Contractor. 38. In case it is felt by the Contractor that any amount or compensation or loss or damage is payable to him over and above the decision of the Municipal Commissioner , Bhubaneswar Municipal Corporation, the same can be decided in the appropriate Court of law, on move by the Contractor in his form of a money suit only.

43

39. For the purpose of Jurisdiction in case of such litigation shall be deemed to have occurred within the jurisdiction of subordinate judge, Bhubaneswar. 40. The aforesaid clauses and special conditions are only illustrative and not exhaustive and such other conditions and contingency as shall arise from time to time shall be decided in conformity with natural justice.

Certified that I have fully read & understood the meaning & implication of the clauses and special conditions of the contract and to hereby undertake to abide by the said clause and conditions without reservation.

Signature of Tenderer/Authorized person Executive Engineer Representing Contractor Drainage Division, BMC

44

GENERAL CONDITIONS

1. The EMD of tenderers accepted or proposed to be accepted shall be retained in the Municipal Corporation Office till such time after completion of the work as the competent authority of the Municipal Corporation shall deem fit.

2. On acceptance of valid offer by the Bhubaneswar Municipal Corporation intimation will be given by ordinary post to the participant Contractor for deposit of prescribed amount of I.S.D and execution of agreement and non deposit of I.S.D shall entitle for forfeitures of Earnest money deposited.

3. The successful Contractor who executes a valid agreement with the Bhubaneswar Municipal Corporation shall be called as the executing agency and shall abide by the terms and conditions of the Corporation as prescribed from time to time.

4. The work will be completed in every respect within period of (time of completion) ……… / months from the date of commencement of the work as indicated in the work order by the Bhubaneswar Municipal Corporation.

5. The extension application will be considered in case of delay in completion of work subject to valid reason and timely intimation as stipulated in the agreement to be eventually drawn with the successful Contractor.

6. This D.T.C.N. forms part of the agreement and each page of the DTCN is be signed by the Contractor as a token of acceptance of the terms and conditions of the DTCN as enclosed to the Contract document.

7. If the Contractor stops of slow down the progress of work under any plea whatsoever he shall be liable to pay the full penalty under relevant clause of the contract.

8. Cement concrete in bridge/culvert slabs, road concrete, beams, foundation etc. prescribed by the Executive Engineer and /or Assistant Engineer or Junior Engineer-in- charge shall be machine mixed and vibrated and Contractor shall arrange his own

45

concrete mixer, Vibrator, Pumps, Road Roller, Tar boiler Hot mix plant etc. at his own cost for the purpose.

9. All the materials to be used in work should got approved by Engineer-in-charge material testing will be done as per IRC/PWD specification and the expenditure will be borne by Contractor. After completion of the works the Contractor shall arrange at his own cost all requisite and equipments for testing the building roads water supply and sewerage system, electrical Installation if found necessary and bear the entire cost of such test. 10. Rubble stone boulders, rough stone soling stones are to be measured by volume of closely packed stacks, volumes for void should normally be deducted from closely packed stacks, for loosely packed stacks percentage of void should be determined on actual observations and deducted or assessed at site by the Engineer-in-charge/ Assistant Engineer, Junior Engineer of the authority. 11. 12 percent will be deducted from metal and moorum stacks. The box heaps of 1.5 x 1.5 x 0.5m to be measured as 1.5 x 1.5 x 0.43m= 1 cum, similar measurement to be adopted for gravel stacks and void deducted. The rates should be excluding voids. 12. Item work not covered by Contract will be paid at the Current Schedule of Rates of the Public Health Department/Public Works Department and those not covered by the S.R. will be paid on actual analysis approved by the Executive Engineer. 13. Standard public works Department/Public Health Department/Electrical Department specification of Govt. of Odisha/I.S.I specification where applicable as to be decided by the Engineer-in-charge will be followed in executing the work.

14. The Contractor will make no claim on the rates quantities and amounts that will appears in the agreement and the total work in complete shape will be handed over to Bhubaneswar Municipal Corporation within the time allowed by Bhubaneswar Municipal Corporation.

15. In case of any dispute in the meaning of specification description of items rates, conditions of agreement or due to errors/typo-graphical errors omissions or due to any other reasons the decision of the Executive Engineer, Bhubaneswar Municipal Corporation is final and binding on both parties.

46

16. No part of contract shall be sublet without written permission of the Municipal Commissioner, Bhubaneswar Municipal Corporation. Bhubaneswar or transfer be made by power of attorney authorizing others to receive payment on Contractor s behalf.

17. In case of non completion of work the Municipal Commissioner/Mayor Bhubaneswar Municipal Corporation shall have the right to rescind the contract and entrust the balance portion of work to other agency as deemed fit.

Signature of Tenderer/Authorized person Executive Engineer Representing Contractor Drainage Division, BMC

47

ODISHA PWD / ELECTRICITY DEPARTMENT CONTRACTOR’S LABOUR REGULATION

1. Short Title – These regulation may be called “ The Odisha Public Works Department / Electricity Department Contractor’s Regulation” 2. Definition – In these Regulation, unless otherwise expressed or indicated the following words and expressions shall have the meaning hereby assigned to them respectively that is to say –

i. “Labour” means worker employed by a contractor of the Odisha Public Works Department / Electricity Department directly or indirectly through a sub-contractor or other person, by an agent on his behalf

ii. “Fair Wages” means wages whether for the time or piecework described by the State Public Works Department / Electricity Department for the area in which the work is done iii. “Contractor” shall include every person whether a sub-contractor or headman or agent employing labour on the work taken on contract

iv. “Wages” shall have the same meaning as define in the Payment of Wage Act and include time and piece rate wages, if any

3. Display of notice regarding wages, etc: a. The Contractor shall Before he commence the work on contract display and correctly maintain and continue to display and correctly maintain in a clean and legible condition, in conspicuous place on the work, notices in English and in the local Indian language spoken by the majority of the workers, giving the rate of wage prescribed by the State Public Works Department / Electricity Department for the district where the work is done. b. Send a copy of such notices to the Engineer-in-charge of the work.

4. Payment of Wages: a. Wages due to every worker shall be paid to him direct b. All wages shall be paid in current coin or currency or in both

5. Fixation of Wage Period: a. The contractor shall fix the wage period in respect of which the wages be payable b. No wage period shall exceed one month c. Wages of every workman employed on the contract shall be paid before the expiry of the days, after the last day of the wage period in respect of which the wages are payable d. When the employment of any worker is terminated by or on behalf of the contractor, the wages earned by him shall be pay before the expiry of the day succeeding the one on which his employment is terminated. e. All payments of wages shall be made on a working day .

48

6. Water Book and Wage Card : a. The Contactor shall maintain a wage book of each worker in such form as may be convenient, but the same shall include the following particulars – i. Rate of daily or monthly wages ii. Nature of work on which employed iii. Total number of days work during each wage period iv. Total amount payable for the work during each wage period v. All deductions made from the wages with an indication in each case of the ground for which the deduction is made vi. Wage actually paid for each work period b. The Contactor shall also maintain a wage card for each worker employed on the work c. The Engineer-in-Charge may grant an exemption from the maintenance of wage bond, wage cards to a contractor who, in his opinion may not directly or indirectly employ more than 10 persons on the work

7. Fines deduction which may be made from wages: a. The wages of a worker shall be paid to him without any deduction of any kind except the following – i. Fines ii. Deduction for absence from duty, ie for the place or places where by the terms of his employment he is required to work The amount of deductions shall be in proportion to the period for which he was absent iii. Deduction for damage to or loss of goods expressly entrusted to the employed person for custody or for loss of money for which he is required to account where such damage or loss is directly attributable to his neglect or default iv. Any other deductions, which the Odisha Government may from time to time allow. b. No fines shall be imposed on a worker and no deduction for damage or loss shall be made from his wages until the worker has been given an opportunity or showing cause against such fines or deductions c. The total amount of fines which may be imposed in any one wage period on a work shall not exceeded an amount equal to five paisa in rupee of the wages payable to him in respect of that wage period d. No fine imposed on any worker shall be recovered from him by installment, or after the expiry of 60 days from the date on which it was imposed.

8. Register of fines, etc: a. The contractor shall maintain a register of fines and of all deductions for damage or loss Such Register shall mention the reason for which fine was imposed or deduction for damage or loss was made b. The contractor shall maintain a list in English and in the local Indian language clearly defining acts and omission for which penalty or fine can be imposed It shall display such list and maintain it in a clean and legible condition in conspicuous places in the work 9. Preservation of Register: The wage register, the wage cards and the register of files deduction required to be maintained under these regulations shall be preserved for 12 months after date of the last entry made in them.

49

10. Power of Labour Welfare Officer to make investigation or inquiry : The Labour Welfare Officer or any other persons authorized by the Government of Odisha on their behalf shall have power to make inquiries with a view for ascertaining and enforcing due and proper observance of the fair wage clauses and the provisions of these regulations He shall investigate to any complain regarding default made by the contractor, sub-contractor in regard to such provisions

11. Report of the Labour Welfare Officers: The Labour Welfare Officer or others authorized as aforesaid shall submit a report of the results of his investigation or inquiry to the Engineer-in-Charge concerned, indicating the extend if any to which the default has been committed with a note that necessary deductions from the contractor’s bill be made and wages and other dues be paid to the labourers concerned

12. Appeal against the decision of Labour Welfare Officers: Any person aggrieved by the decision and recommendation of the Labour Welfare Officer or other persons so authorized may appeal against such decision to the Labour Commissioner within 30 days from the date of decision forwarding simultaneously a copy of his appeal to Engineer-in-Charge concerned but subject to such appeal, the decision of the officer shall be final and binding upon the contractor

13. Inspection of Register : The Contractor shall allow inspection of the wage book and wage cards to any of his workers or to his agent at a convenient time and place after due notice is received, or to the Labour Commissioner or any other person authorized by the Government of Odisha on his behalf

14. Submission of Return: The contractor shall submit periodical returns as may be specified from time to time.

15. Amendments : The Government of Odisha may from time to time , add to or amend these regulations and on any question as to the application, interpretation of effect of these regulations, the decision of the Labour Commissioner or any other person authorized by the Govt of Odisha in that behalf shall be final.

50

SCHEDULE-A

CERTIFICATE OF NO RELATIONSHIP

I/We hereby certify that I/We* am/are* related/not related(*) to any officer of Bhubaneswar

Municipal Corporation of the rank of Assistant Engineer & above and any officer of the rank of

Assistant Engineer/Under Secretary and above of the Urban Department, Govt. of Odisha I/We* am/are* aware that, if the facts subsequently proved to be false, my/our* contract will be rescinded with forfeiture of E.M.D and security deposit and I/We* shall be liable to make good the loss or damage resulting from such cancellation.

I//We also note that, non-submission of this certificate will render my / our tender liable for rejection.

(*) - Strike out which is not applicable Signature of the Tenderer

Date:-

51

DECLARATION CERTIFICATE

1. I/We have visited the site and have fully acquainted with the local situation regarding the materials, labour and factors pertaining to the work for completion in all respect before submitting the tender.

2. I/We have carefully studied the conditions of the construction, specification, contract condition and all other document relating to 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 Engineer-in-charge for revision of the programme and arrange for the labours, materials, equipments etc accordingly.

4. In the event of award of the work to me/us, I/We under the entire responsibility for the structural stability to reconstruct / replace the whole or part of the component of the structure in the event of failure or improper functioning/improper construction within a period of one year from the date of completion without asking for extra payment from any account to the department.

5. I/We undertake that I/We shall not claim any escalation of cost on account of materials, labourers, taxes, natural calamities, public nuisance, miscreants or from any account in connection with work within execution of the work till the actual completion period and shall not be entertained by the department (Bhubaneswar Municipal Corporation).

6. In case of violation of contents of department’s tender documents in shape of extra conditions, or in any form, my / our offer / tender shall be rejected by the department without any intimation to me/us.

SIGNATURE OF CONTRACTOR

52

AFFIDAVIT (Applicable for All Bidders) 1. I, Sri/Smt/Ms……………………………………………,Son/Daughter/Wife of …………….., hereby declare as the Contractor/as the authorized signatory on behalf of the Contractor,”…………………………………………………..”(strike out whichever is not applicable)that I/we am/are validly registered as …………Class Contractor under Govt. of Odisha. 2. It is hereby declared that I/we are not currently deprived from tendering in any Govt. Organisation including BMC and I/we have furnished the required eligibility documents as a valid tenderer for the above mentioned work.

3. I/We hereby authorize and request any bank, person, firm or organization to furnish information to BMC as deemed necessary by it in connection with my/our eligibility criteria and document verification related to my/our tender for the aforesaid work. I/We also authorize BMC to refer, peruse, consider &correlate my/our documents submitted in connection with other tenders of Drainage Division ,BMC (if any) and I /we have no objection if such documents either in whole or part are perused, referred and considered. 4. The undersigned undertake to submit further information/ documents as may be requested for/required by BMC in connection with this tender within the stipulated period to be intimated by BMC either through letter or through my/our Telephone No. furnished below. Non-response to this instruction by me/us within the stipulated period shall render my/our tender as non-response/incomplete and hence BMC shall be at liberty to take any action as deemed fit against me/us as well as to decide/cancel my/our the tender for the work and I/we will have no claim against such decision of BMC. 5. My/our present address for correspondence is ………………………………………………………………and my Telephone Contact number is……………………………………..and e-mail ID for correspondence is…………………………………………. I/We shall promptly and voluntarily intimate the Tender Inviting Officer (Executive Engineer, Drainage Division, BMC) about subsequent changes, if any, of my/our telephone number, e-mail ID and address for correspondence within a week from the date of occurrence of such changes falling which, I/we will be held responsible for any eventual delay/gap in correspondences/communications between me/us and BMC and subsequent follow- up actions and situation which may arise due to such delay/gaps.

6. I/We hereby declare that all the information and documents furnished herewith by me/us in connection with my/our tender for the work, “……………………………… ……………………………………………………………………………………………………………….invited by BMC vide Bid Reference No. BMC-EE-DD-01/2020-21 (Sl. No……………) are true and correct.

(Deponent)

(Signature of the Tenderer/Authorized Signatory in case of Partnership Firm/Company with Seal of the Firm/Company)

53

AFFIDAVIT (Applicable for SC/ST Bidders)

1. I, Sri/Smt/Ms……………………………………………,Son/Daughter/Wife of …………….., hereby declare that; a. I am a registered ………..Class ST/SC Contactor under Govt. of Odisha or b. The Partnership Firm/Private Ltd. Company named/titled, as “….………………… …………” is a registered SC/ST Contractor under Govt. of Odisha within the ambit specified in Works Department Resolution No.27748 dt.11.10.77 and I, Sri/Smt/Ms………………………..………………………………,Son/Daughter/Wife of …………….., is the authorized signatory on behalf of the Firm/Company (scanned authorization copy with my signature duly certified and attested/identified has been submitted on-line with our tender). [Tick (a) or (b) above whichever is applicable and fill up accordingly.]

2. As per Works Department, Govt. of Odisha Resolution No.27748 dt.11.10.77, I/My Firm/My Company am/is entitled for exemption of EMD & ISD and accordingly, I/My Firm/My Company have/has submitted tender for the work,”…………………………. ……………………………………………………………………………………………………………..” vide Drainage Division ,BMC, EE-DD-01/2020-21 3. Necessary documentary evidence(s) as prescribed in the Tender Notice at *and at Sl.2 & 4 (Information for the Intending Bidders) in support of my/our aforesaid claim for exemption of EMD & ISD have/has been duly up-loaded/submitted on-line along with my/our tender for the aforesaid work. 4. In addition to those, other documents and original(s), as required by Drainage Division ,BMC to sustain my/our aforesaid claim shall be submitted by me/us within a week from the date of instruction/intimation of Drainage Division ,BMC through telephone/letter/e-mail failing which my/our tender shall be liable for rejection.

(Strike out whichever is not applicable)

(Deponent) (Signature of the Tenderer/Authorised Signatory in case of Partnership Firm/Company with Seal of the Firm/Company)

54

AFFIDAVIT (Applicable for Contractors with Physical Disabilities)

1. I, Sri/Smt/Ms……………………………………………,Son/Daughter/Wife of …………….., hereby declare that I am a registered ………..Class Contactor with Physical Disabilities within the ambit prescribed in Works Department Resolution No.23934 dt.8.11.91.

2. As per the said Resolution I am entitled for exemption of EMD & ISD and accordingly, I have submitted tender for the work,”…………………………. ………………………………… …………………………………………………………………………..” vide Drainage Division ,BMC, EE-DD-09/2019-20 Necessary documentary evidence(s) as prescribed in the Tender Notice at *and at Sl.2 & 4 (Information for the Intending Bidders) in support of my aforesaid claim for exemption of EMD & ISD have/has been duly up-loaded/submitted on-line along with my tender for the aforesaid work.

4. In addition to those, other documents and original(s), as required by Drainage Division ,BMC to sustain my aforesaid claim shall be submitted by me within a week from the date of instruction/intimation of Drainage Division ,BMC through telephone/letter/e-mail failing which my tender shall be liable for rejection.

(Deponent)

55

AFFIDAVIT

(Applicable for the Bidders not Registered under EPF)

I, Sri/Smt/Ms………………………………………………………….., hereby declare as the Contractor/as the authorized signatory on behalf of the Contractor,”…………………………………………………..”(strike out whichever is not applicable)do hereby solemnly affirm and state as follows.

1. That as on date, I/we am/are not registered with RPFC (Regional Provident Fund Commission), Odisha, Bhubaneswar and solemnly affirm that, I/we shall follow the “Employees Provident Fund and Misc. Provision Act, 1952 & rules / schemes”, made there under, in case this work is awarded to me/us.

2. That, BMC authority will be at liberty to deduct 26% of the labour component amount of the Contract & shall retain it as an additional security with BMC.

3. That, in case I/we submit the EPF registration certificate, then the said additional security shall be released to me/us by BMC without any interest subject to fulfillment of other compliances / conditions.

4. That, this affidavit is required to be produced before the authority of Bhubaneswar Municipal Corporation for tender purpose. That the facts stated above are true to the best of my/our knowledge.

(Deponent) (Signature of the Tenderer/Authorised Signatory in case of Partnership Firm/Company with Seal of the Firm/Company)

56

AFFIDAVIT

(Applicable for Engineer Contractors Intending to Avail Exemption of EMD & ISD as per OPWD Code)

1) I, Sri/Smt/Ms………………………………………………………….., hereby declare as the Contractor/as the authorized signatory on behalf of the Contractor,”…………………………………………………..”(strike out whichever is not applicable)do hereby solemnly affirm and state as follows.

2) That, I/we am/are a registered ………….. Class Engineer Contractor.

3) That, I/we herewith claim exemption of EMD during the year………………for participation in the tender for this work.

4) That, I/we have not exhausted the facility available to me as an Engineer Contractor during the year…………. for exemption of EMD & ISD as per Works Deptt. Guideline & OPWD Code. 5) That, I/we shall ensure production of my/our valid Original Contractor’s Registration Certificate(license) after or during opening of bids (as per direction of Executive Engineer Drainage Division, BMC) for the above work for verification and also for subsequent entry of exemption of EMD and/or ISD(if found eligible and availed the exemption of EMD and/or ISD in my/our license) as per direction of Executive Engineer Drainage Division, BMC within such time as directed by him failing which action, as decided by BMC, may be taken against me/us and appropriate steps may be taken by BMC to facilitate execution of the tendered work.

(Deponent) (Signature of the Tenderer/Authorised Signatory in case of Partnership Firm/Company with Seal of the Firm/Company)

57