, .

Annexure-II , Tender Call Notice

CSO-CUM-DISTRICTMANAGER, ODISHASTATECIVILSUPPLIESCORPORATIONLIMITED,. CHATRAPUR www.ganjam.nic.in (website of district) NozyxwvutsrqponmlkjihgfedcbaZYXWVUTSRQPONMLKJIHGFEDCBA};{'515,zyxwvutsrqponmlkjihgfedcbaZYXWVUTSRQPONMLKJIHGFEDCBA Ot ::< /';('IC j

CSO-cum-District Manager, OSCSC Ltd. Ganjam, invites sealed tenders from reputed

firms I companies I persons for appointment as Level-IJTransport Contract for transportation

of food grains from Rice Receiving Centre-Cum-Departmental Storage Centre (RRC-cum-DSC) to Retail centres of unit tagged.

The Level-II Transport Contractors shall perform all operation for transportation of food

grains from RRC-Cum-DSC to Retails centres and delivering the food grains at Retail centres of Unit tagged.

Interested firms! companies! persons may obtain tender document from the office of the CSO-cum-District Manager from 23.02.2019to 15.03.2019up to 3.00 PM. The interested firms! companies' persons may also download the tender document from the district website www.ganjam.nic.in.

Interested firms , companies , persons will have to submit the tender documents through registered post! speed post! courier service only as per the procedure prescribed in the tender document to the following address. Tender document sent other than the above mode shall not be entertained in any circumstances. The Corporation shall not be responsible for any postall courier delay. Tender paper received after the schedule date & time shall not be considered. Address for submission of Tender document: District Manager, OSCSC Ltd. , At!Po-Chatrapur, District-Ganjam , PIN-761020.

~eriod of sale of Tender Document From 23.02.19 t015.03.19---• I Last date for receipt of Tender Document By 15.03.19up to 5.00f5M-- [Date of opening of Technical Bid 16.03.19at 11.00AM Date of opening of Price Bid

CSO-c ~Distric~, OSCSC Ltd. Ganjam. Annexure-IIIzyxwvutsrqponmlkjihgfedcbaZYXWVUTSRQPONMLKJIHGFEDCBA TENDER PAPER (Level-II Transport Contractor)

OFFICE OF THE DISTRICT MANAGER STATE CIVIL SUPPLIES CORPORATION LIMITED GANJAM DISTRICT.

Tender No. I~g-%zyxwvutsrqponmlkjihgfedcbaZYXWVUTSRQPONMLKJIHGFEDCBAzyxwvutsrqponmlkjihgfedcbaZYXWVUTSRQPONMLKJIHGFEDCBAIDate RI' t):'< "

Tender Documents comprising 9~ pages (including annexure and appendix) are issued in duplicate, out of which one copy is to be retained by the tenderer & the other copy to be sent to District Manager, OSCSC Ltd., Ganjam strictly through Regd. Post! Speed Post! Courier Service only. Tender documents sent other than the above mode shall not be entertained in any circumstances.

Cost of Tender Paper - Rs. 10000/- (Rupees Ten Thousand only) inclusive of GST. Money receipt will be required in case of tender paper purchased from the District Office and Bank Draft 1 Bankers cheque will be required in case of tender paper downloaded from District website. The Draft or Bankers cheque shall be made in favour of the District Manager, OSCSC. Ltd. ,Ganjam District payable at Chatrapur.

INVITATION TO TENDER & INSTRUCTION TO TENDERERS FOR TRANSPORTATION OF FOODGRAINS FROM RICE RECEIVING CENTRE-CUM- DEPARTMENTAL STORAGE CENTRE (RRC-CUM-DSC) TO RETAIL CENTRES YEAR- 2019-20 & 2020-21.

(i) Last date and time of receipt of Tender Papers Dt.15.03.2019 up to 5.00 PM. (ii) Tender Papers to be opened on Dt 16.03.2019 at 11.00 AM. (iii) If the date on which tender is scheduled to be opened falls on any holiday, next working day shall be treated as the date for opening of Tender Papers at same time, so also in case of receipt of tender papers. (iv) The tender document received after the last date and time of receipt of tender paper shall not be entertained. The Corporation shall not be responsible for any postal delay.

(Signatur~~ing Officer) 1 (Signature of the tenderer) 1.zyxwvutsrqponmlkjihgfedcbaZYXWVUTSRQPONMLKJIHGFEDCBAGENERAL INFORMATION: 1.1 Level-II Transport Contractor shall be appointed for each Unit. The contractor shall be responsible for transportation of foodgrains from RRC-cum-DSCto all Retail Centres (FPS)of the Unit tagged. A list of RRC-cum-DSCslocated in the district and Units tagged has been indicated at APPENDIX-Ifor reference of the tenderer. 1.2 The Unit shall mean: i. One Block or, ii. One Block and adjoining one NAC together or, iii. One Municipality. iv. The Bhubaneswar Municipal Corporation (BMC) & the Cuttack Municipal Corporation (CMC) shall be considered as 03 separate Units each for this tender. The FPS dealers working in BMC & CMC shall be demarcated into 3 units as per the geographical location for appointment of separate contractor for each Unit under this tender process. v. Considering the geographical location, some G.P. of a Unit can be tagged to other Unit for smooth transport operation. 1.3 Level-IITransport Contractor shall be appointed in the following manner. i. One RRC-cum-DSC tagged with one or more Units: Separate contractor shall be appointed for each Unit for transportation of foodgrains from RRC-cum-DSCto retail centres of the Unit tagged. Example: - RRC-cum-DSC -'R' Units tagged - 'U1', 'U2','U3' Sameor different contractor(s) can be appointed for Unit 'U1', 'U2' & 'U3' at a same rate or different rate(s) depending upon the lowest rate (%) quoted. ii. More than one RRC-cum-DSC located inside a Unit & are tagged to that Unit: One contractor shall be appointed for that Unit to operate from all the RRC-cum-DSCs located inside the Unit & tagged to that Unit. Example: - Unit - 'U' RRC-cum-DSCs tagged to Unit 'U' - 'R1' & 'R2'

(Signature 0 fficer) 2 (Signature of the tenderer) One contractor shall be appointed at a single rate for transportation of foodgrains to the retail centres of Unit 'U' from both the RRC-cum- DSCs i.e. 'R1' & 'R2'. The tenderer applying for Unit 'U' shall quote a single rate (%) for both RRC-cum-DSCs 'R1' & 'R2'. iii. More than one RRC-cum-DSC located at different Units are tagged with one Unit and one commodity will be lifted from one RRC-cum-DSC and another commodity will be lifted from the other RRC-cum-DSC located at

a different Unit: One contractor shall be appointed for the Unit for transportation of foodgrains from more than one RRC-cum-DSC located at different Units to the retail centres

of the Unit tagged depending upon the lowest rate (%) quoted.

Example: - RRC-cum-DSC located in different Units - 'R1' & 'R2' RRC-cum-DSC 'R1' located inside Unit 'U1' - Deals with rice RRC-cum-DSC 'R2' located inside Unit 'U2' - Dealswith wheat Unittagged - 'U1', One contractor will be appointed for the RRC-cum-DSCzyxwvutsrqponmlkjihgfedcbaZYXWVUTSRQPONMLKJIHGFEDCBA'Rr' for transportation of rice as well as for the RRC-cum-DSC'R2'for transportation of wheatto the retail centres of Unit 'Ui' depending upon the lowest rate (%) quoted. 1.4 Tender Papershall be submitted in the following manner: i. Separate tender paper shall be submitted for each Unit of a district. BMC & CMC shall be considered as 03 separate Units. ii. In case one Unit is tagged to more than one RRC-cum-DSC located inside that Unit, then one tender paper shall be submitted quoting a single rate (%). iii. In case one Unit is tagged to more than one RRC-cum-DSCdealing with different commodities (rice & wheat) located in different Units, then one tender paper

shall be submitted but quoting a single rate (%) for each such RRC-cum-DSC. 1.5 Original documents as per the Checklist (APPENDIX-II) shall be produced by the tenderer on the date and time of opening of tender paper for verification by the District Tender Committee. 1.6 The District Tender Committee may give reasonable time to a tenderer for production of original documents, as per his/her request on genuine grounds, and the tender paper may be considered on the basis of self- attested photocopies of the documents enclosed with the tender paper.

(Signalure~ng Officer) 3 (Signature of the tenderer) 1.7 The tenderer has to sign each and every page of the Tender Paper, Appendices & Annexures and put his seal. 1.8 The tenderer shall read all the instructions and guidelines carefully before filling up the tender papers and submitting the same so that there will be no ambiguity later on. 1.9 All the terms and conditions of the tender document along with its annexures & appendices shall form part of the required Agreement. 1.10 Tender paper not accompanied with all the Schedules / Annexures, Documents as detailed at Checklist (APPENDIX-II) intact and duly filled in & signed shall be liable for rejection. 1.11 Separate Agreement shall be executed for transport operation in each Unit. In case a tenderer is selected for more than one Unit, separate Agreement shall be executed with him/her for each Unit selected. 2. BIDDING PROCESS: 2.1 Tenderers participating in the Tender process shall submit a Technical Bid & Price Bid in response to the Tender Call Notice. 2.2 Earnest Money Deposit (EMD), Technical Bid & Price Bid shall be contained in separate sealed envelopes clearly marked as "EMD", "TECHNICAL BID" & "PRICE BID" as per norms specified below. 2.3 First sealed envelope will contain the EMD and the Cost of Tender Paper. This envelope shall be marked as: "EMD". 2.4 Second sealed envelope will contain the INSTRUCTIONS TO TENDERERS, PART-I TECHNICAL BID & its ANNEXURES. This envelope shall be marked as: "TECHNICAL BID". 2.5 Third sealed envelope will contain the PART-II PRICE BID. This envelope shall be marked as: "PRICE BID". 2.6 Fourth sealed envelope will contain all the THREE envelopes sealed separately i.e. EMD, TECHNICAL BID & PRICE BID with superscription "TENDER FOR APPOINTMENT OF LEVEL-II TRANSPORT CONTRACTOR IN ____ UNIT, GANJAM DISTRICT". 2.7 Envelope containing Technical Bid will be opened first and scrutinized on the day of opening of tender paper. The process may continue to the succeeding working days if scrutiny is not over on the day of opening of Technical Bid.

(Slgnature~g Officer)zyxwvutsrqponmlkjihgfedcbaZYXWVUTSRQPONMLKJIHGFEDCBA4 (Signature of the tenderer) 2.8 Tenderers who qualify on the scrutiny of Technical Bid shall be intimated for

opening of their Price Bid. Price Bid of tenderers who do not qualify in the Technical Bid shall not be opened & no correspondenceshall be madewith them. 3. INSTRUCTIONSTO TENDERERS: 3.1 Thecontract, if any,which mayeventuatefrom this tender, shall be governed by the terms and conditions of contract as contained in the invitation/instructions to the tenderer and provisions contained in the Tenderdocuments. 3.2 A tenderer can beappointed in any number of Units in a district. The tenderer selected for more than one Unit in a district or in other districts taken together shall have 02 (two) separate vehicles for each Unit selected. The successful tenderer shall be given 07 days' time in writing to produce documents in support of additional vehicles and he/she may be asked to submit a declaration as per format at APPENDIX-Vas to the name of Units he/she has been selected for appointment as Transport Contractor in the district and in other districts of the state.zyxwvutsrqponmlkjihgfedcbaZYXWVUTSRQPONMLKJIHGFEDCBA 3.2.1 In casea tendererselectedfor appointmentin morethan one Unit & fails to provide information on additional vehicles or does not own proportionatevehicles for the Units selectedwithin 07days, he/sheshall be appointedin those Units only where he/shehasquoted lowest ratesaccordingto the numberof vehicles owned.In case the tendererhasquotedsamelowest ratein moreUnits comparedto the numberof vehicles owned,he/sheshall be appointedin those numberof Units,as per his/her choice,accordingto the numberof vehiclesowned. 3.2.2 In the Units for which a tenderer has beenselected but doesn't get appointed as detailed above, the District TenderCommitteeshall negotiatewith the 2nd lowest tenderer qualified in Technical Bid for that Unit to operate at the lowest quoted rate. In case the 2nd lowest tenderer disagrees to operate at the lowest quoted

rate, similar exercise to be made with the 3rd lowest tenderer qualified in the Technical Bid and so on till all the tenderers qualified in the Technical Bid are negotiated to undertakethe transport operation at the lowest quoted rate. 3.2.3 In case no tenderer agrees to undertake the transport operation at the lowest quoted rate on exercising the options as detailed above, rates shall be invited from all the tenderers qualified in the Technical Bid in sealed covers. Then selection shall be made at a negotiated rate keeping in view the prevailing rates in the district and in the financial interest of the Corporation.

(Signature~Officer) 5 (Signatureof the tenderer) The instructions to be followed for submitting the Tender papers are set out below: 3.3 Information about Tenderer: The Tenderer must furnish full, precise, correct and accurate details of information asked for in the tender documents. 3.4 Signing of Tender Papers: Person or persons signing the tender papers shall state in

what capacity, hezyxwvutsrqponmlkjihgfedcbaZYXWVUTSRQPONMLKJIHGFEDCBAI she is or they aresigning the Tender,e.g.as SoleProprietorof a

Firmor asa SecretaryI ManagerI Directoretc.of a LimitedCompanyor as a Partnerof a PartnershipFirm.The namesof all the Partnersand Directorsshould be disclosed andthe tenderpapershall besignedby all the partnersor any partnerduly authorized or their duly constitutedattorney,havingauthorityto bindall the partnersin all matters pertainingto the contract.A copy of the registeredpartnershipdeedshall befurnished with the tenderpapers.In caseof a LimitedCompany,the namesof the Directorsshall be mentionedand it shall be certified that the person signing the tender paper is empoweredto do so on behalfof the LimitedCompany.Acopyof the Memorandumand Articles of Association of the Companyalong with copy of the Resolutionof the Companyauthorizingthe personwho will sign the tenderpaperon behalfof company shall beattachedto thetenderdocument. 3.4.1The person signing the tender paper or any document forming part of the tender, on behalf of another or on behalf of a firm or on behalf of a company, shall be responsible to produce a Registered Power of Attorney duly executed in his/her favour, stating that he / she has authority to bind such other person or the firm or the company as the case may be, in all matters pertaining to the contract. If the person so signing the tender fails to produce the said Registered Power of Attorney, his / her tender paper shall be liable for rejection, without prejudice to any other rights of the Corporation, under the Law. 3.4.2 Registered Power of Attorney shall be signed by all the partners in the case of partnership concern, by the proprietor in the case of a proprietary concern and by the person who by his I her signature can bind the company, in the case of a limited company. 3.4.3 However, a sole proprietor of a proprietorship firm signing the tender paper on own capacity need not furnish any Power of Attorney. 3.4.4 The successful tenderer shall ensure that the necessary documents authorizing the person who has signed the tender to bind his I her firm or the company have been filed and registered as per the provision of law.

(Signatur~ing Officer) 6 (Signatureof the tenderer) 4. PREREQUISITESFOR TENDER (QUALIFICATION CONDITIONS): The tenderer shall furnish following documents, affidavit and information for consideration of his tender paper during scrutiny of Technical Bid. 4.1 The tenderer shall furnish certificate from any Nationalised or Scheduled Bank indicatinghis/herfinancialcapabilityfor an amountnot less than Rs.25.00Lakhs.The tendereris to furnish financialcapabilitycertificateissuednot prior to 03monthsfrom publicationof tenderas perthe sampleformatenclosedatAnnexure-2. 4.2 Thetenderer shall haveexperience in Transportation/ Handling & Transportation of foodgrains in any State/Central Government PSU, State/Central Government Agencies or State Government/Central Government and they should have carried out, in any of the immediate preceding three financial years i.e. 2015-16, 2016-17or 2017-18,the work of value of at least: 12.5%of the estimated value of the contract, in one single contract OR 25%of the estimated value of the contract, in multiple contracts, as indicated at APPENDIX-IV. The tenderer shall furnish experience certificate in the sample format enclosed at Annexure-3 from the concerned organization. 4.3 In lieu of the experience certificate, the successful tenderer will have to furnish an additional security deposit equivalent to 50% of the total security deposit due to the tenderer at the time of execution of agreement. In such case,the tenderershall submit an undertaking along with the tender documents to the effect that "in lieu of experiencecertificate he/sheshall submit additional security deposit equivalent to 50%of the total security deposit due to him/her in shape of DemandDraft! Fixed Deposit!Bank Guaranteeissued from any Nationalised/ScheduledBank in favour of the District Manager,OSCSCLtd., Ganjam,Chatrapur at the time of execution of agreement for the entire agreement period". 4.4 The tenderer shall furnish an affidavit in the prescribed format (enclosed at Annexure-4) declaring that no criminal/vigilance case(s) pending in his /her name or in the name of his firm (sole proprietorship/ partnership/company) before any legal forum and his/her firm has/have never been black listed by any State/Central Government PSU, State/Central Government Agencies or by State Government/Central Government.

(SignatureLffiCer)zyxwvutsrqponmlkjihgfedcbaZYXWVUTSRQPONMLKJIHGFEDCBA7 (Signatureof the tenderer) 4.5 The tenderer shall furnish an affidavit in the prescribed format (enclosed at Annexure-5) declaring non-involvement in commercial interest of his/her family members or Partners along with their family members or Directors along with their family members, as the case may be, for consideration of her/his appointment under this tender. 4.6 In case the tenderer is a firm/company, copy of Registration Certificate issued by the Competent Authorities as provided under the statute, is to befurnished. 4.7 Thetenderershall enclosestatementfrom his bankerfor his financial transactions of last three months precedingto the publicationof TenderCall Notice. 4.8 Thetenderershall furnish latestIncometax returnfor the AssessmentYearzyxwvutsrqponmlkjihgfedcbaZYXWVUTSRQPONMLKJIHGFEDCBA2018- 19(Financial Year 2017-18)and copy of PAN Card. 4.9 The tenderer shall furnish Registration Certificate in support of their transportation work under "The Carriage by Road Act' 2007" & "The Carriage by Road Rule' 2011" issued by the State Transport Authority (STA) or Regional Transport Authority (RTA). 4.10 The tenderer shall have minimum 2 (two) number of transport vehicles registered in his/her name/ in the name of the family members. The heavy vehicle like Tipper shall not be considered as a vehicle carrying foodgrains for the purpose of this tender. (Details may be referred at Clause-8). 4.11 The tenderer shall submit the copy of Registration Certificate from Competent Authority as requiredunderfollowing Lawsat the time of executionof Agreement. The Registration Certificate under the provisions of: i. The Motor Transport Workers Act, 1961 ii. The Odisha Shops & Commercial Establishments Act, 1956 5. DISQUALIFICATION CONDITIONS: 5.1 No person/ firm/ company shall be appointed as Level-II Transport Contractor under this tender process, if he/sheor any of his/her family members / Partners along with their family members / Directors along with their family members has/have a commercial interest in a business relating to custom milling of rice for OSCSCunder DCPscheme of Govt. of in that district. 5.2 No person/ firm/ company shall be appointed as Level-IITransport Contractor in a district under this tender process, if he/she or any of his/her family members/ Partners along with their family members / Directors along with their family members has/havea commercial interest in a business relating to

(Signalureof&--~ffiCer) 8 (Signatureof the tenderer) State Level and Level-I Transport Operation under Departmental Storage Operation in the same district. [The term 'Commercial Interest" has been defined in detail at Clause-I (u) of the PART-I Technical Bid] 5.3 Any person/ firm/ company blacklisted or otherwise debarred by Corporation or by State/Central Government PSU, State/ Central Government Agencies or State Government/Central Government will be ineligible during the period of such blacklisting or for a period of 5 years from the date of blacklisting/debarment, whichever is earlier. 5.4 Any tenderer whose contract with the Corporation or State/ Central Government PSU, State/Central Government Agencies or State Government/Central Government has been terminated before the expiry of contract period at any point of time during last 5 years, will be ineligible. 5.5 Tenderer whose Earnest Money Deposit and/or Security Deposit has been forfeited by the Corporation or any State/Central Government PSU, State/ Central Government Agencies during the last 5 years will be ineligible.

5.6 If the Proprietor/ any of the Partners of the firm/ any of the Director of the company

have been, at any time, convicted by a court of an offence and sentenced to imprisonment for a period of three years or more, such tenderer will be ineligible.

5.7 While considering ineligibility arising out of any of the above clause, incurring of any

such disqualification in any capacity whatsoever (even as a Proprietor, Partner in another firm, or as Director of a company etc.)will render the tenderer disqualified.

5.8 Corporation reserves the right not to consider any person/firm/company having any dispute with OSCSC or whose operation is found unsuccessful by the Corporation during his previous assignment in order to protect its interest.

6. EARNEST MONEY DEPOSIT (EMD): 6.1 Each tender must be accompanied with an EMD of Rs.3,OO,OOO/-(Rupees Three

Lakhs) only in the form of crossed Demand Draft / Bankers cheque issued by any Nationalized / Scheduled Bank and drawn in favour of District Manager, OSCSC Ltd., Ganjam district payable at Chatrapur. In case the Tender Paper submitted is not accompanied by EMD,the tender paper shall be summarily rejected.

6.2 Thetenderer shall be permitted to bid on the express condition that in case he resiles or

modifies his offer or terms and conditions thereof, after submitting his tender, for any

reason whatsoever during the tender process or any of the information

(Signature ~ Officerl 9 (Signature of the tenderer) furnished by him/her is found to be incorrect or false, Earnest Money deposited by him shall stand forfeited, without prejudice to any other rights and remedies of the Corporation under the contract and the law & the tenderer will be liable for any loss suffered by the Corporation on account of its withdrawall modification etc. besides forfeiture of EMD.Hewill also be debarred from participating in any tender with the Corporation for a period of five years. 6.3 EMD shall be forfeited in case the successful tenderer fails to furnish the requisite security deposit by the date prescribed by the District Manager for execution of Agreement and to take up the work, without prejudice to any other rights and remedies of Corporation under the contract and law. 6.4 EMDshall be refunded to all unsuccessful tenderers after finalisation of tender process. No interest shall be payableon the amount of earnest money. 6.5 The EMD furnished by the successful tenderer can be adjusted towards Security Deposit if requested by successful tenderer in writing.

7. SECURITYDEPOSIT: 7.1 Thesuccessfultenderershallfurnishsecuritydepositfor aUnitinfollowingmanner. 7.1.1A sum of Rs.1.75 Lakhs or a sum equivalent to 5% of the estimated value of the contract as indicated at APPENDIX-IV,whichever is higher, in form of Demand Draft issued from any Nationalisedl Scheduled Bank issued in favour of the District Manager, OSCSCLtd., Ganjam. 7.1.2A sum of Rs.3.25Lakhs or a sum equivalentto 10%of the estimatedvalue of the contract as indicated at APPENDIX-IV,whichever is higher, in form of irrevocable and unconditional Bank Guaranteeissued from any NationalisedlScheduledBank issued in favour of the District Manager,OSCSCLtd., Ganjam,which shall be enforceabletill six monthsafterthe expiryof the contract period. 7.1.3If applicable,additional sum equivalentto 50%of the security deposit as requiredat Clause- 7.1.1& 7.1.2in shapeof DemandDraft & BankGuaranteeissuedfrom any NationalisedlScheduledBankin favour of the District Manager,OSCSCLtd., Ganjam. The bank guarantee shall be enforceable till six months after the expiry of the contract period. 7.2 Separate Security Deposit shall befurnished for each Unit in case the tenderer is selected for transport operation in more than one Unit. 7.3 Security Deposit furnished by the contractor shall besubject to the terms and conditions contained in this tender document and the Corporation shall not be liable

(Signature~g Officer)zyxwvutsrqponmlkjihgfedcbaZYXWVUTSRQPONMLKJIHGFEDCBA10 (Signatureof the tenderer) for payment of any interest on the security deposit or any depreciation thereof, whatsoever.

7.4 If the successful tenderer had previously held any contract and furnished security

deposit with the Corporation, the same shall not be adjusted against this tender and a fresh security deposit shall be made to make the contract valid.

8. REQUIREMENT OF VEHICLES:

8.1 The tenderer shall have minimum 02 (Two) number of Transport Vehicles registered in his/her name/ in the name of the family members. Additional requirement of vehicles can be availed on hire basis.

8.2 For this purpose, the "Transport Vehicle" has been defined at Clause - I (s). The

vehicles should be suitable for transportation of food grains. The vehicle "Tipper" shall not be considered a vehicle carrying food grains for the purpose of this tender. 8.3 In case of sole proprietorship, the vehicles must havebeen registered in the nameof the

tenderer or his/her family members. In case of partnership firm, the vehicles must have been registered in the nameof the firm or any of the partners. An affidavit of the partner who is registered owner of the vehicle has to be furnished about use of such vehicles by the firm for transportation operations of Corporation without any objection. In case of company, the vehicles must have been registered in the name of the company or in the name of any of the Director. An affidavit of the Director who is registered owner of the vehicle has to be furnished about use of such vehicles by the company for transportation operations of Corporation without any objection.

8.4 The vehicles should have National or State permit for transportation. The tenderer

shall have Registration Certificate under "The Carriage by Road Act' 2007" & "The Carriage by Road Rule' 2011" issued by the State Transport Authority or Regional Transport Authority to operate in more than one region of the state. Copy of the said certificate to be enclosed as per the Checklist (Appendix-II).

8.5 The vehicle has to be registered in the name of the tenderer till the end of the contract period. In case the vehicle is required to be disposed of in between the contract period, the same shall be made on prior intimation to the District Manager with substitute of a suitable vehicle in the name of the tenderer along with its documentary evidence. 8.6 The tenderer has to assess the requirement to utilize small vehicles for transportation of stock in areas where heavy vehicles cannot operate and during the restriction time of movement of heavy vehicles inside the urban area.zyxwvutsrqponmlkjihgfedcbaZYXWVUTSRQPONMLKJIHGFEDCBA c: (Signature of th~icer) 11 (Signature of the tenderer) 9. WORKABLE RATE: 9.1 The workable rate per qtl, for each Unit will be determined by the District Tender Committee keeping in view the following factors. Weighted average of shortest truckable distance 1. Distance covered from RRCto FPS pointzyxwvutsrqponmlkjihgfedcbaZYXWVUTSRQPONMLKJIHGFEDCBA& quantity allotted to FPS dealer. Rateapproved by Govt. for transportation of rice by 2. Transportation charges custom millers for KMS 2018-19 l.e. Rs.18.75 PQ for 1'" 10 Kms, Rs.0.60 PKm PO for 11 Kms - 40 Kms & Rs.0.40 PKm PQ for 41 Kms & above. 3. Interest on investment For one month @1% on SI. No.2 4. Sub Total SI. No. (2+3) 5. Incidental Charges 5% of SI. No.4 6. Unloading at FPS Prevailing unloading charges at FPS points 7. Weighment Charges Rs.40/- per truck load of 10 M.T. Le. Rs.0.40per qtl. Transportation through bullock cart, head load, ghat 8. Other factors road, ferry etc. relating to any unit, if any 9. Workable Rate per qtl. SI. No. (4+5+6+7+8)

9.2 The workable rates for each Unit will be determined separately by the District Tender Committee. 9.3 Such workable rates shall be determined by the District Tender Committee before floating of tender and shall be indicated in required column of the "PART-II PRICE BID". 9.4 The tenderer may quote rate below the workable rates (% BWR). However, the successful tenderer has to submit additional security deposit during execution of agreement for the differential cost as will be decided by the District Manager, which will be calculated as below. Differential Cost: (Workable Rate- Lowest Bid Rate) X Average Monthly Stock (In qtl.) X 03 Months Average monthly stock means averageof actual stock (both rice & wheat) transported through Level-II Contractor for any unit during the year 2017-18. 9.5 During the contract period, new RRC may come into operation in addition to or in place of the list of RRCs as indicated at "APPENDIX-I" andzyxwvutsrqponmlkjihgfedcbaZYXWVUTSRQPONMLKJIHGFEDCBAI or the existing tagging arrangement of a Unit to an RRC may be relocated to another RRC as per requirement. In such case a new workable rate will be determined as per Clause-9.1 for that Unit and the contractor shall carryout transport

(Signalure O~OfflCer) 12 (Signature of the tenderer) operation at the approved percentage of rate for the new RRC or new tagging arrangement as the case may be.

However, if the weighted average distance of new RRC or new tagging arrangement is within an excess distance of 10 Kms from the weighted average distance of exlstinq RRC then the workable rate need not be revised and the contractor shall transport the stock at the existing rate. 10. QUOTING OF RATES:zyxwvutsrqponmlkjihgfedcbaZYXWVUTSRQPONMLKJIHGFEDCBA

10.1 Thetenderer shall quote ratefor each Unit separatelyinclusive of all taxes, duties, cess etc. confirming that no other chargeswould be payableto him/herasfollows: 10.1.1 At the Workable Rate given in the Price Bid, or 10.1.2 At a percent (%) above the Workable Rategiven in the Price Bid (AWR), or 10.1.3 At a percent (%) below the Workable Rate given in the Price Bid (BWR). 10.2 Pricebid without mentionof quoted rateas detailedaboveshall not beconsidered. 10.3 Quoting of lowest rate does not confer any right for selection of the tenderer at the rate quoted. The District Tender Committee reserves the right to negotiate with the lowest tenderer. 10.4 The District Tender Committee reserves the right to havecross negotiation with all the qualified tenderers, if required, to finalize the rate for transport operation. 10.5 Quoting of same lowest rate (L-1) by more than one tenderer could be construed as an exceptional circumstance. In such cases, all the tenderers who have quoted the same lowest rates shall be called for and decision will be taken through public lottery. 10.6 In case no rate is quotedor all the ratesquotedarefound to be exorbitantly higher than the WorkableRatein any Unit,the district maygo for retenderfor that Unit.Till finalisation of such retenderprocess,the District Managermay engagethe Level-II TransportContractorof any Unit of the district on negotiation. 10.7 The tenderershall quote the rate for transport operation being acquaintedwith the prevailingconditions at the RRC-cum-DSCsof the district and RetailCentrestagged relating to matters such as Truck Owners' Association, additional requirementof vehicles(Heavy,Medium,Light),conditionof roads,ghat roads,inaccessiblepockets, naturalbarriers,transportoperationwithin a specifiedtime, numberof RRC-cum-DSCs to becovered,quantityof stock to betransported,weighmentchargesetc. He/sheshall considerall thesefactors & also all other factors as may be necessaryviz. prevailing trendof inflationin fuel ratesfor quotinghis/hereffective

icer) 13 (Signatureof the tenderer) rate. The tenderer has to assess the requirement to utilize small vehicles for transportation of stock in areas where heavy vehicle cannot operate and during the restriction time of movement of heavy vehicles inside the urban area. 11. DELIVERY OF TENDER DOCUMENTS:

11.1 The tenderers shall submit tender documents duly filled in, complete and signed on each page in a sealed envelope being superscripted as "Tender for appointment of Level-II Transport Contractor in Unit", addressed to the District Manager, OSCSC Ltd. Ganjam district. Tenders, which do not comply with this instruction, shall be summarily rejected.

11.2 Tender paper shall be sent strictly through registered post! speed post! courier service only to District Manager, OSCSC Ltd.,Ganjam District. Tender paper sent other than the above mode shall not be entertained in any circumstances. 11.3 Tender paper shall be accompanied with EMDof the required amount.

11.4 The tenderer, who has downloaded the tender paper from the district website

shall have to pay an amount ofzyxwvutsrqponmlkjihgfedcbaZYXWVUTSRQPONMLKJIHGFEDCBARs.10000/- only (Rupees ten thousand only) along with the tender paper. The amount shall have to be in the form of a Crossed DemandDraft I Bankerscheque issued by any NationalisedI Scheduled Bank in favour of District Manager,Ganjamdistrict payableat Chatrapur. 11.5 All credentials, documents and copies of certificate I information called for shall besubmitted along with the tender paper. 11.6 If the last date for receipt of tender paper happens to be a holiday, tender paperwill be received on the next working day following the holiday. 11.7 It should be clearly understood by the tenderer that no opportunity shall be given to them to alter, modify or withdraw any offer at any stage after submission of the tender. 12. OPENINGOF TENDERPAPER: 12.1 TheTender Papershall be opened in the chamber of the District Manageror in such other office premisesat Chatrapuron the dateandtime specified. 12.2 The Tenderersshall be at liberty to be presenteither in person or through their authorized representative at the time of opening of Tender. The authorized representativeshall furnish the authorizationletterduly executedby the tendererto the Chairmanof the DistrictTenderCommitteebeforeopeningof Tender. 12.3 If the datefor opening of tender paperhappensto bea holiday, tender paperwill beopenedat the sametime on the nextworking dayfollowing the holiday.

(Signatureo~ Officer) 14 (Signatureofthetenderer) 13.zyxwvutsrqponmlkjihgfedcbaZYXWVUTSRQPONMLKJIHGFEDCBACLERICAL ERRORS OR OMISSION(S) COMMITTED BY THE TENDERER: In case of any clerical error or minor omission(s) in the tender paper, the District Tender Committee may take a suitable decision keeping in view the intension of the tenderer, if he/she is otherwise qualified. 14. CORRUPT PRACTICES:

Any bribe, commission, or advantage offered or promised by or on behalf, of the tenderer to any officer or servant of the Corporation shall (in addition to any criminal liability which the tenderer may incur) debar his tender from being considered. Canvassing, in any form, on the part or on behalf of the tenderer shall also make his tender liable for rejection. 15. INTERVIEWS AND ACCEPTANCE OF TENDER: 15.1 The tenderer is required to proceed to the office of the District Manager, OSCSC Ltd. Ganjam district at his / her own expenses and without any obligation, if called upon to do so, by the District Manager, OSCSC Ltd. or by an Officer authorized to act on his behalf. 15.2 The District Tender Committee reserves the right to reject any or all tenders without assigning any reason there of and does not bind itself to accept the lowest or any tender. 15.3 The successful tenderer shall be intimated about the acceptance of his / her tender by a letter/zyxwvutsrqponmlkjihgfedcbaZYXWVUTSRQPONMLKJIHGFEDCBAfaxl e-mail! phone and which shall be acted upon immediately, without waiting for the post copy in confirmation. 16. EXECUTION OF AGREEMENT:

16.1 The successful tenderer shall enter into an Agreement with the District Manager in the prescribed format. 16.2 Separate Agreement shall be executed for transport operation in each Unit. In case a tenderer is selected for more than one Unit, separate Agreement shall be executed with him/her for each Unit. 16.3 The Agreement shall be typed on a Non-Judicial Stamp Paperworth Rs.100/-only. 16.4 Execution of Agreement shall be made on furnishing of required security deposit, additional security deposit (in lieu of Experience Certificate and I or quoting BWR & two-passport size photograph duly attested by Gazetted Officer. 16.5 The Agreement will be executed with the tenderer on production of following documents.

(Signature LOfficer) 15 (Signature of the tenderer) Registration under The Odisha Shops & Commercial Establishments Act, 1956 to operate in ULB. Registration under The Motor Transport Workers Act, 1961. Or Declaration in prescribed format thatzyxwvutsrqponmlkjihgfedcbaZYXWVUTSRQPONMLKJIHGFEDCBAhel she is not required to possess licence under the Motor Transport Workers Act 1961 because of engagement of limited workers. However, in such case, the Transport Contractor to operate in ULB shall register hisl her establishment under "The Orissa Shops & Commercial Establishment Act, 1956" only. 16.6 The Agreement shall be executed within the time prescribed by the District Manager failing which the contract shall be liable to be rescinded solely at the discretion of District Manager. In such case the Earnest Money Deposit of the tenderer shall stand forfeited at the discretion of District Manager. 16.7 In genuine case,the Collector can allow more time to the successful tenderer to

furnish any document I certificate wanting at the time of execution of agreement. 16.8 All the instructions to tenderers, terms and conditions governing contract along with its annexures & appendices shall form part of the Agreement and any violation of the provisions prescribed here under shall be construed as violation of the agreement. 17. OTHERS: 17.1 In case of any clear indication of cartelization, the District Tender Committee shall reject the tender(s) and forfeit the EMD. 17.2 If the information given by the tendererin the TenderDocumentand its Annexures and Appendices are found to be falsel incorrect at any stage, the Collector shall havethe right to disqualifyl summarily terminate the contract, without prejudice to any other rights that the Corporationmayhaveunderthe contract and law. 17.3 District Manager,OSCSCLtd. reservesthe right to amendthe tender conditions at anytime during the currencyof contract,which shall bebinding on the contractors.

District Manager OSCSC Ltd., Ganjam,ChatrapurzyxwvutsrqponmlkjihgfedcbaZYXWVUTSRQPONMLKJIHGFEDCBA

,~,--- ...-- -.~ ~~---, 16 PART-I DETAILED TERMS AND CONDITIONS GOVERNING CONTRACT FOR LEVEL- " TRANSPORT OPERATION TECHNICALBID

Odisha State Civil Supplies Corporation Ltd., Ganjam, Chatrapur intends to appoint Level-II Transport Contractor for transportation of foodgrains from RRC- cum-DSCs to Retail Centres of Ganjam district of the State of Odisha for the year 2019-20 & 2020-21. I. Definitions:

a. The term 'Contract' shall mean and include the notice inviting tender, the invitation to tender incorporating the instruction to tender, the tender documents, its annexures and schedules, acceptance of tender, agreement and such general and special conditions as may be added to it as & when required. b. The term 'Tenderer' shall mean and include the person or persons, firm or company with whom the contract has been made for transport operation of food grains including their heirs, executors, administrators, successors and their authorized person, as the case may be. c. The terms 'OSCSC Ltd.'/ 'Corporation', shall mean the Odisha State Civil Supplies Corporation Limited registered under the Indian Companies Act 1956 having its Head Office at C/2, Nayapalli, Bhubaneswar-12, Khordha, Odisha and shall include its District Manager and his/her successor or successors and any Authorized Person to act for the District Manager for any specified work. d. The term 'Managing Director' shall mean the Managing Director of the Corporation or any authorized officer to act on his behalf for a specific work. e. The term 'District' shall mean the revenue district of Odisha. f. The term 'District Tender Committee' shall mean the Committee formed as such by the Collector of the district for opening of tender and finalization of Level-II Transport Contractor and to take decision on all the related matters. g. The term 'District Manager' shall mean the District Manager of the Corporation, working in Revenue District or any authorized officer to act on his/her behalf for a specific work. h. The term 'Govt.' shall mean Government in Food Supplies & Consumer Welfare Department of Government of Odisha, Bhubaneswar.

(Signature O~ffiCer)zyxwvutsrqponmlkjihgfedcbaZYXWVUTSRQPONMLKJIHGFEDCBA17 (Signature of the tenderer) i. The term 'Family' shall mean husband/wife, unmarried sons/daughters, married sons living in the same mess (including adopted children) & dependent parents. j. The term 'Foodgrains' for this contract shall mean and include Rice, Wheat, Sugar, Dal, Edible Oil, Salt, Potato & Onion or any other packaged commodity as decided by the Corporation packed in 50 k.g./ 100 k.g. HDPP bag or jute gunny bag or in packet of any weight. k. The term 'Rice' shall mean and include the custom milled rice or rice packed by custom miller in 50 kg jute gunny bags after milling of the paddy received from the Corporation or rice lifted from the Food Corporation of India. I. The term 'Wheat' shall mean and include the wheat packed in 50 k.g.l100 k.g. HDPP bag or jute gunny bags lifted from the Food Corporation of India. m. The terms 'Rice Receiving Centre-cum-Departmental Storage Centre (RRC- cum-DSC)', 'RRC' shall mean the storage centre run by the Corporation for receipt, storage and delivery of foodgrains with HDPP bag or jute gunny bag or any other package commodity. This shall include Corporation own godown, hired godown, hired godown managed through CWC/OSWC &

godowns constructed under PEG scheme.

n. A 'Unit' shall mean: i. One Block or, ii. One Block and adjoining one NAC together or,

iii. One Municipality or, iv. The Bhubaneswar Municipal Corporation (BMC) or the Cuttack Municipal Corporation (CMC) shall be considered as 03 separate Units each for this tender. The FPS dealers working in BMCzyxwvutsrqponmlkjihgfedcbaZYXWVUTSRQPONMLKJIHGFEDCBA& CMCshall be demarcated into 3 Units as per the geographical location for appointment of separate Transport Contractor for each Unit under this tender process v. Considering the geographical location, some G.P.of a unit can be tagged to other Unit for smooth transportation operation. o. Theterm 'ULB' shall mean & include all the NACs, Municipalities & Municipal Corporations declared as such by Govt. of Odisha. p. The term 'FPS Dealer' Retailer , Retail Dealer' shall mean and include a Person' Firm' Society' Co-operative' Gram Panchayat' SHGetc. appointed by the competent authority to act as such for distribution of foodgrains under Public Distribution System to the consumers.

icer) 18 (Signatureof the tenderer) q. The term 'Fair Price Shop (FPS)' or 'Retail Centre' shall mean the place where FPS dealer, Retailer or Retail Dealer distributes the commodities under Public Distribution System r. Theterm 'Handling Contractor' shall mean & include a contractor appointed by the District Managerfor handling of foodgrains at BaseRRCzyxwvutsrqponmlkjihgfedcbaZYXWVUTSRQPONMLKJIHGFEDCBA& RRC-cum-DSC. s. The term 'Level-I Transport Contractor' shall mean & include a contractor appointed by the District Manager for transportation of foodgrains from Food Storage Depot, FCI to RRC-cum-DSC. t. The term 'Level-II Transport Contractor'/'Transport Contractor'/ 'Contractor' shall mean & include a contractor appointed by the District Manager for transportation of foodgrains from RRC-cum-DSC to retail centres. u. The term 'Transport Vehicle' shall mean a vehicle suitable for transportation of foodgrains. The vehicle 'Tipper' shall not be considered as transport vehicle for this tender purpose. The vehicle 'Tractor' shall be considered as a single transport vehicle along with a 'Trailer'. 'Tractor' and/or 'Trailer' individually shall not be considered as separate transport vehicles for this tender purpose. v. Theterm 'Weighment'shall meanthe weighmentof foodgrains in HDPPbagor jute gunny bageither at weighbridgeor by using electronic/ manualweighing scale. w. The term 'Commercial Interest' shall mean a business, partnership or company for the operation as State Level and/or Level-I Transport Contractor under Departmental Storage Operation of OSCSC Ltd. and/or Custom Miller for OSCSC Ltd. under DCPscheme of Govt. of India for the district for which he/she intends to apply under this tender. A Partnerin a partnershipfirm andanyof his/herfamilymemberor a Directorin acompanyandanyof his/herfamilymemberwill betreatedto havecommercialinterest in the firm or company,as the casemaybe, if such firm or companyis operatingas StateLeveland/orLevel-ITransportContractorand/orCustomMillerfor OSCSCLtd. in thedistrict for which he/sheintendsto applyunderthis tender.

II. PARTIES TO THE CONTRACT: a. The Parties to the contract are the Contractor and the OSCSC Ltd., represented by its District Manager of the concerned district or any other officer authorized and acting on his/her behalf. b. The personsigning, the tender or any other documentsforming part of the tender, on behalfof anyother personor afirm shall bedeemedto warrant that he/shehas

(Signature Of~~iCer) 19 (Signatureof the tenderer) authority to bind such other person or the firm as the case may be in such matters pertaining to the contract. If, at any stage, it is found that the person concerned has no such authority, the District Manager, OSCSC Ltd.,Ganjam may without prejudice to other civil or criminal remedies, terminate the contract and hold the signatory liable for all costs and damages. c. Notice or any other action to be taken on behalf of the OSCSC Ltd. may be givenl taken by the District Manager, OSCSC Ltd., Ganjam or any other officer so authorized and acting on his/her behalf. III. CONSTITUTION OF CONTRACTOR:

a. The contractor shall at the time of submission of tender, declare whether he/she/they is/are Sole Proprietary concern or Registered Partnership Firm or Private Limited Company or a Public Limited Company or Cooperative Society incorporated in India. The composition of the partnership or names of Directors of Companies as the case may be, shall also be indicated. Similarly, in case of Cooperative Society, the name of Secretary, by-laws and areas of operation shall be indicated. The contractor shall also nominate a person in whose hands the active management and control of the work relating to the contract during the tenure of contract would lay. The persons so nominated shall be deemedto havepower of Attorney from the contractors in respect of the contract and whose acts shall be binding on the contractor.

b. The contractor, during currency of the contract shall not make any change in the constitution of the firm without prior approval of Corporation in writing, failing which the Contract shall be forthwith liable for termination treating it as breach of contract by the Contractor with consequences following there from.

c. The contractor shall notify to the Corporation the deathzyxwvutsrqponmlkjihgfedcbaZYXWVUTSRQPONMLKJIHGFEDCBAI resignation of any of their partner I directors immediately on the occurrence of such an event. On receipt of such notice, the Corporation shall have the right to terminate the contract, if it deems so fit. IV. SUBLETTING: a. The contractor shall not sublet, transfer or assign the contract or any part thereof without previous written approval of the District Manager. b. Inthe eventof the contractorcontraveningthis condition, the District Managershall

beentitledto placethe contractelsewhereon the contractoraccountandat his I her risk andthe contractorshall beliablefor anyloss or damage,which the Corporation maysustain in consequenceor arising out of such replacingof the contract.

(Signature Of~Cer) 20 (Signatureof the tenderer) V. RELATIONSHIP WITH THIRD PARTIES:

a. All transactions between the contractor and third parties shall be carried out as between two principals without reference in any event to the District Manager. b. The contractors shall also undertake to make the third parties fully aware of the aforesaid position.

a. All persons employed by the contractor shall be treated as his/her own employeeszyxwvutsrqponmlkjihgfedcbaZYXWVUTSRQPONMLKJIHGFEDCBAI workers in all respects and the responsibility under the Workmen's Compensation Act' 1923; Employees Provident Fund Act' 1952; Maternity Benefit Act' 1961;The Motor Transport Workers Act' 1961;The Orissa Shops & Commercial Establishment Act' 1956; Payment of Gratuity Act' 1972; Equal RemunerationAct' 1976;ESIAct' 1948;Minimum WagesAct' 1948or any other similar enactments and rules madethere under with up to date amendments in respectof all such personnel shall bethat of the contractor. Thecontractor shall be bound to indemnify the District Manageragainst all claims whatsoever, in respect of the said personnel under the Workmen's CompensationAct' 1923or any statutory modification thereof, or otherwise for in respect of any damageor compensation payable inconsequence of any accident or injury sustained by any workman or other personwhether in employment of the contractor or not. b. The contractor shall be liable for making contributions in accordancewith the provisions of the EmployeesProvidentFunds Act' 1952,and the schemeframed there under in respect for the workers employed by him. The contractor shall recoverthe requiredamountpayableby such employeesand depositthe samewith concernedPF authoritieswith employershare.If, on accountof the defaultof the contractor in makingsuch paymentsor for any other reason,the District Manager makessuch contributions on behalfof the contractor,the District Managershall be entitled to set off against the amountdue to the contractor for the contributions madeby it including penalty,if anyon accountof his default in makingpaymentsor otherwisein respectof the workersemployedbythe Contractor. The Contractor shall also maintain such records and also submit such returnsas maybe prescribedunderthe Act to the Authority designatedin the EPF Act' 1952and the schemeframedthere-under,prescribedand I or whendemanded for inspection to the Officers of the RegionalProvidentCommissionerand to the District Manageror anOfficeauthorizedby himor actingon his behalf.

(Signature ~!l Officer)zyxwvutsrqponmlkjihgfedcbaZYXWVUTSRQPONMLKJIHGFEDCBA21 (Signatureof the tenderer) c. In complying with the said enactments or any statutory modifications thereof, the contractor shall also comply with or cause to be complied with, the labour regulations enactments made by the State Governments./ Central Govt. from time to time in regard to payment of wages to the workers, wage period, deduction from wages, recovery of wages not paid and deductions unauthorizedly made, maintenance of wage register, attendance register, muster roll registered, wage slip, publication of scale of wages and other terms of employment, inspection and submission of periodical returns and all other matters of like nature.

d. Notwithstanding the fact, whether the said legislations, enactments or any statutory modifications thereof are applicable or not to the employeeszyxwvutsrqponmlkjihgfedcbaZYXWVUTSRQPONMLKJIHGFEDCBAI workers employed by the contractor, he\she shall pay the following to them. i. Payment of Wages to Workers: - The contractor shall pay not less than minimum wages to the workers engaged by him/her on either time rate basis or piece rate basis on the work. Minimum wages both for the time rate and for the piece rate work shall mean the prevailing rates notified by the Government in Labour Department, Odisha, Bhubaneswar during the contract period for the work. The contractor shall maintain necessary records and registers like wage book and wage slip etc. Register of unpaid wages and Register of Fines and Deductions etc. as required for such purposes.

ii. Weekly off:- The contractor shall allow or cause to be allowed to the workers directly or indirectly employed in the work one-day rest for six days continuous work and pay wages at the same rate as for duty. iii. Attendance Allowance:- The contractor shall pay the required attendance allowance per day to the regular workers generally employed by him on piece rate or time rate basis when such worker report for duty on the day but is not bookedor given work for the dayshift.

e. Aforesaid wage / benefits at Clause VI (d) (i to iii) shall be deemed to be a part of this contract and any contravention thereof shall be deemed to be a breach of this contract. The District Manager shall have the right to deduct from money due to the contractor, any sum required for making good the loss suffered by a worker or workers by reasons of non-fulfilment of the conditions of the contract for the benefit of workers, non-payment of wages, or of deductions made from his/her or their

(Signature O~ffiCer)zyxwvutsrqponmlkjihgfedcbaZYXWVUTSRQPONMLKJIHGFEDCBA22 (Signature of the tenderer) wages which are not justified or non-observations of the regulations/enactments mentioned in Clause VI (a) and (b). f. Declaration in lieu of License & Registration of establishment: -

In case the contractor claims thatzyxwvutsrqponmlkjihgfedcbaZYXWVUTSRQPONMLKJIHGFEDCBAhel she is not requiredto possessanyregistration under the Motor TransportWorkersAct' 1961& the Orissa Shops & Commercial EstablishmentAct' 1956becauseof engagementof limited workers, hel she shall give Declarationin prescribedformat before execution of agreement& on every timewhile preferringbill for settlementof bills ontransport operation.However,in such case,the contractor to operate in ULBshall register hisl her establishment under "The Orissa Shops & CommercialEstablishmentAct' 1956"only. VII. BRIBES. COMMISSION.CORRUPTIONETC:

Any bribe,commission,gift or advantagegiven,promisedor offeredbyor on behalf

of the contractoror anyone of their partnersI DirectorsI Agentsor servantor any one-else on their behalf to any officer, servant, representativeor agent of the Corporationor anypersonon his or their behalffor showingor for bearingfavouror disfavour to any person in relation to the contract, shall be subject to the cancellationof this contractor anyothercontractwith Corporationalso to payment anyloss or damageresultingfrom such cancellationbythe contractor.

VIII. PERIODOF CONTRACT: a. The contract shall remain in force from the date of execution of agreement till 31stMarch'2021 or such later date as may be decided by the District Manager with the approval of the Collector. b. TheDistrict Managerwith theapprovalof the Collectorreservesthe following rights. i. To extend the period of contact maximum for 06 months at a stretch beyond the original contract period as at Clause VIII (a), on the same rates, terms and conditions. ii. To terminatethe contactat anytime during its currencywithout assigningany reason thereof by giving seven days' notice in writing to the contractor at

his/herlast knownplaceof residenceI businessandthe contractorshall not be entitledto anycompensationby reasonof such prematuretermination. iii. To award similar works on the basis of said contract on mutual agreement with another contractor.

(Signature icer) 23 (Signatureof the tenderer) IX. SECURITY DEPOSIT: a. On acceptance of the tender, the successful tenderer shall be required to furnish the prescribed security deposit in the manner as mentioned at Clause-7.1. b. The Corporation shall not be liable for payment of any interest on the Security Deposit or any depreciation thereof for the entire period as is held by the Corporation. c. In the event of premature termination of the contract as envisaged in Clause- VII, VIII, X & XI, the District Manager, shall have the right to forfeit the entire or part of the amount of security deposit deposited by the contractor or to appropriate the security deposit or any part, thereof in or towards the satisfaction of any sum due to the claim for any damages, losses, charges, expenses or costs that may be suffered or incurred by the Corporation.

d. The decision of the District Manager in respect of such damage, losses, charges, costs or expenses shall be final and binding on the contractors. e. In the event of the security being insufficient or if the security has been wholly forfeited, the balance of the total sum recoverable as the case may be, shall be deducted from any sum due or which at any time thereafter may become due to the contractor under this or any other contract with the Corporation. In the event of that any sum found not sufficient to cover up the full amount recoverable, the contractor shall pay to the Corporation on demand, the remaining balance due.

X. LIABILITY OF CONTRACTORS FOR LOSSES ETC. SUFFERED BY

CORPORATION: a. The contractor shall be liable for all costs, damages, charges and expenses suffered or incurred by the Corporation for any service under this contract or breach of any term thereof or their failure to carry out the work within time and for all damages or losses occurred to the corporation due to any act whether negligence or otherwise

of the contractor himselfzyxwvutsrqponmlkjihgfedcbaZYXWVUTSRQPONMLKJIHGFEDCBAI herselfor his I her employees.Thedecision of the District

Managerregardingsuch failure of the contractorand his I her liability for the losses, etc.suffered by Corporationshall befinal and binding on the contractor. b. The District Managershall be at libertyto reimbursehimselfof any damages,losses, charges,costs or expensessufferedor incurredby him dueto contractor'snegligence and un-workmanlikeperformanceof serviceunderthe contractor breachof anyterm thereof.Thetotal sumclaimedshallbedeductedfrom anysumdueor whichat anytime hereaftermaybecomedueto thecontractorunderthis or anyzyxwvutsrqponmlkjihgfedcbaZYXWVUTSRQPONMLKJIHGFEDCBA

(SignalureO~;~~~lficer) 24 (Signatureof the tenderer) other contract with the District Manager as aforesaid, the balance of the total sum claimed and recoverable from the contractor as aforesaid shall be deducted from the security deposit furnished by the contractor as specified in Clause-7. If this sum is also found not to be sufficient to cover the full amount claimed by the District Manager, the contractor shall pay to the District Manager on demand, the remaining balance of the aforesaid sum claimed. c. All the partners! all the directors shall be liable jointly and separately for payment of dues of the corporation for transport operations and shall be liable for the working of any partner! any director! any family member or their employees as the case may be. During the currency of this contract there shall not make any change in the constitution of the firm! company! proprietorship !partnership without prior approval of the Corporation in writing.

a. In the event of the contractor having been adjudged insolvent or going into liquidation or winding up his / her business or making arrangements with his / her creditors or failing to observe any of the term and condition governing the contract, the District Manager with the approval of the Collector shall be at liberty to terminate the contract forthwith without prejudice to any other rights or remedies under the contract and to get the work done for the unexpired period of the contract at the risk and cost of the contractor and to claim from the contractor any resultant loss sustained or costs incurred.

b. The non-performing / defaulting contractor may be suspended / banned for trade relation/black listed for a period up to 5 years based on the gravity of non-performance/default of the contractor, by the Collector whose decision in the matter shall be final and binding.

c. Besides, a contractor, whose transport license is cancelled during the contract period, may be suspended/ banned for trade relation/ blacklisted for a period up to 5 years by the Collector whose decision in the matter shall be final and binding. d. The District Manager with the approval of the Collector shall also have, without prejudice to other rights and remedies, the right to terminate the contract forthwith in the event of breach of any of the term and condition of the contract and to get the work done for the unexpired period of the contract, at the risk and cost of the contractor and!or forfeit the security deposit or any part thereof for the sum or sums

(Signature ~cer)zyxwvutsrqponmlkjihgfedcbaZYXWVUTSRQPONMLKJIHGFEDCBA25 (Signatureof the tenderer) due for any damages, losses, charges, expenses or costs that may be suffered or incurred by the Corporation due to the contractor's negligence or un-workman like performance of any of the service under the contract. e. The contractor shall be responsible to supply adequate trucks/carts/any other transport vehicle for transportation & carrying out any other service under the contract in accordancewith the instructions issued by the District Manageror an officer acting on his behalfwithin thetime specified.If the contractorfails to supply the requisitenumberof trucks etc. in duetime,the District Managershall,at his sole discretion without terminatingthe contractbe at liberty to engageothertrucks etc. at the risk and cost of the contractor,who shall be liable to makegood to the Corporationall additional charges,expenses,cost or losses that the Corporation may incur or suffer thereby.The contractorshall not, however,be entitled to any gain resulting from entrustmentof the work to another party. The decision of the District Managershall befinal andbindingon the contractor. f. If the contractor is found to be involved in any criminal case amounting to moral turpitude, vigilance case & is blacklisted by any State or Central Government, by State or Central Agency or Undertaking during contract period, the Agreement executed with the contractor as Level-lor Level-II Transport Contractor or Handling Contractor in any district shall be terminated forthwith without prejudice to other rights & remedies. XII. ENGAGEMENTOF NEWTRANSPORTCONTRACTORON FAILURE OF OPERATIONSBY THE EXISTINGTRANSPORTCONTRACTOR: In case the approved Level-II Transport Contractor fails to provide transport services, the District Tender Committee shall negotiate in following manner to make alternative arrangements.

a. TheDistrict TenderCommitteeshall negotiatewith the 2nd lowesttendererqualified nd in TechnicalBid for that Unit to operateat the lowest approvedrate. In case2 lowesttendererdisagreesto operateat the lowestapprovedrate,similar exerciseto

be made with the 3rd lowest tenderer qualified in the Technical Bid andso on till all the Tenderers qualified in the Technical Bid for that Unit are negotiated to select an alternative Transport Contractor. b. In case no Transport Contractoris selectedon exercisingthe options as detailed above, selection shall be made from among all the Tenderersqualified in the TechnicalBidfor that Unitaswell asfor all Unitsof the district by inviting rates

26 (Signatureof the tenderer) through sealed cover. Then selection shall be made at a negotiated rate as would be decided by the Collector keeping in view the prevailing market rates in the district and in the financial interest of the Corporation at the risk and cost of the defaulting contractor. Transport Contractor selected on the procedures laid down above shall operate for the balance contract period of defaulting Transport Contractor.

c. In case no Transport Contractor is selected on exercising the options detailed above, Collector can engage a Transport Contractor on negotiation from among the Transport Contractors operating under other Govt. schemes like SNP, MOM or similar schemes keeping in view the prevailing market rates in the district and in the financial interest of the Corporation at the risk and cost of the defaulting contractor. d. In case no Transport Contractor is selected from among the Transport Contractors operating under other Govt. schemes like SNP, MDMor similar schemes, Collector can engage any person capable of transportation of foodgrains as Level-II Transport Contractor on negotiation keeping in view the prevailing market rates in the district and in the financial interest of the Corporation at the risk and cost of the defaulting contractor. Such selection shall be for a period of one month or selection of new Transport Contractor through tender process, whichever is earlier. The rate negotiated shall not exceed the transport rate approved in the district for SNP,MDM or other similar schemes. XIII. SET OFF: Any sum of money due and payable to the contractor (including security deposit returnable) under this contract may be appropriated by the District Manager and set-off against any claim of the District Manager for the payment of any sum of money arising out of or under any other contract made by the contractor with the District Manager. XIV. BOOK EXAMINATION: The contractor shall, whenever required, produce or cause to be produced, for examination by the District Manager or any other officer authorized by him on his behalf, any cost or other accounts, book of accounts, vouchers, receipts, letters, memorandumor writings or any copy of or extract from any such document and also furnish information and returns, verified in such manner,as may be required relating to the execution of this contract or relevant for verifying or ascertaining the cost of execution of this contract. Thedecision of District Manageron the question ofzyxwvutsrqponmlkjihgfedcbaZYXWVUTSRQPONMLKJIHGFEDCBA

(SignalureofILfficer) 27 (Signatureof thetenderer) relevancy of any documents information or return shall be final and binding on the contractor. XV. VOLUME OF WORK:

a. The District Manager does not guarantee any definite volume of work or any particular pattern of service at any time or throughout the period of the contract. Mere mention of any item of work in this contract & execution of agreement does not by itself confirm a right on the contractor to demand that the work relating to all or any item thereof at the concerned Unit or RRC- cum-DSC should necessarily or exclusively be entrusted to him / her. b. The District Manager with the approval of the Collector shall also have the exclusive right to appoint one or more contractors at any time viz. at the time of award of the contract and / or during the tenure of contract for any or all the services and to divide the work as between such contractors in any manner that the District Manager may decide and no claim shall lie against the District Manager by reason of such division of work. c. During the period of agreement with the contractor, the District Manager reserves the right to deploy "Mobile Van" of the Corporation to make transport operations to retail centres for transportation of Rice & Wheat stock. The arrangement made by the District Manageris finalzyxwvutsrqponmlkjihgfedcbaZYXWVUTSRQPONMLKJIHGFEDCBA& binding on the contractor. Thecontractor will haveno claim for anywork on this arrangement.

a. The contractor shall be paid with the remuneration in respect of the services described in the tender and performed by them at the contract rate. b. The payment shall be made for the transport operation only for net quantity of foodgrains. No payment shall be made for the weight of the containers/bags/packaging material. c. The rate quoted by the tenderer for the transport operation shall include the cost of weighment of empty vehicle and loaded vehicle in a weigh bridge located within a radius of 5 Km of RRC-cum-DSC.Weighment cost if paid by the Corporation, shall be realised from the dues payable to the contractor. d. The contractor shall be paid with additional charges for distance (to & fro) covered for weighment of stock in case weighbridge is not available within a radius of 5 Km of RRC-cum-DSCat following rate. i) Weighbridge at a distance beyond 5 Km but within 10Km -

(Signature 0 fficer)zyxwvutsrqponmlkjihgfedcbaZYXWVUTSRQPONMLKJIHGFEDCBA28 (Signatureof the tenderer) Rs.100 per vehicle (4 wheelers) Rs.200 per vehicle (6 wheelers) Rs.300 per vehicle (10 wheelers or more) ii) Weighbridge at a distance beyond 10 km but within 15 km - Rs.200 per vehicle (4 wheelers) Rs.400 per vehicle (6 wheelers) Rs.600 per vehicle (10 wheelers or more). e. If the contractor is required to perform any service in addition to those specifically provided for in the contract, the contractor's remuneration for the same will be paid at the rates as negotiated and fixed on mutual agreement. f. Thecontractor will have the right to represent in writing to the District Managerthat

a particular service which hezyxwvutsrqponmlkjihgfedcbaZYXWVUTSRQPONMLKJIHGFEDCBAI she is being called upon to perform is not covered by any of the service specifically provided for in the contract or as the case may be, is not auxiliary or incidental to such services, provided that such representation in writing is made maximum within 30 days after the date of actual performance of such services. If no such representation in writing is received within the said time, the contractor's right in this regard will be deemedto have been waived. g. The question whether a particular service is or is not covered by any of the service specifically described and provided for in the contract, or is not auxiliary or incidental to any of such service, shall be decided by the District Manager, whose decision shall be final and binding on the contractor. h. The contractor shall have no claim on detention of vehicle both at despatching and receiving point for any reason. i. Recovery of shortage! damage! diversion of foodgrains: No transit shortage shall be allowed to the contractor during transportation. In case of any shortage of stock! damage of stock! diversion of stock, in quantity and quality, during transit shall be recovered from the dues of the contractor. The value shall be recovered at the following rate. a. Rice - At one time economic cost of rice fixed by Govt. of India, b. Wheat - At ten times of purchase price of wheat from FCI.

a. Payment will be made by the District Manager on submission of bills, in duplicate as per the format and procedure prescribed.

(Signature~g Officer)zyxwvutsrqponmlkjihgfedcbaZYXWVUTSRQPONMLKJIHGFEDCBA29 (Signature of the tenderer) b. The contractor will submit bills on monthly basis by the 15th of succeedingmonth and not later than end of the succeeding month, failing which penalty shall be imposedat such rateandin such manneraswill bedecidedbythe Corporation. c. The paymentshall normally be madeby the District Managerwithin 30daysof submission of complete set of bills in the format and procedure prescribed. d. Payment shall be made on realizing the cost of shortage at the rate as specified at Clause-XVI (i). e. Thepaymentshall bemadethrough PFMSsystemfor which the following details shall beprovidedby the contractor immediatelyaftercommencingof the contract: (1) Bank Account No. (2) Nameof the Bank & Branch. (3) Bank RTGScode (IFSCCode). (4) PAN No. f. IncomeTax(TDS)& taxesunderanyotherAct shall be recoveredfrom the bills of the contractor at the applicable rate. XVIII. FORCEMAJEURE: The contractor will not be responsiblefor delays which may arise on account of reasonsbeyondhis control of whichthe Collectorshall bethe final judge. Strikesby contractor's workers on account of any dispute betweenthe contractor and their workersasto wagesor to otherwiseshall not bedeemedto bea reasonbeyondthe contractor's control andthe contractorshall be responsiblefor any loss or damage which the Corporationmaysuffer on this account. XIX. LAWSGOVERNINGTHECONTRACT: The contract shall be governed by the laws of India and Odisha for the time being in force. XX. SERVICESTO BE RENDEREDBY THE CONTRACTOR: a. Transportation of foodgrains from RRC-cum-DSCto Retail Centres. i. (Servicesat RRC-cum-DSC)-Transportationof stock from RRC-cum-DSCto retail centresas perthe list providedby DistrictManageror anyauthorisedOfficer. ii. (Services at Retail Centre)- Unloading of stock from the vehicle, weighment of stock by electronicl manual weighing scale and delivery to retail dealer. Thecontractor shall arrange required number of labours and weighing scale.

(Signature Of~OffICer) 30 (Signatureof the tenderer) b. The contractor shall transport by trucks, to be arranged for such quantity of foodgrains as may be required from day to day by the District Manager or an Officer acting on his behalf, from RRC-cum-DSCto Retail Centres. c. The contractor shall take care not to mix bags of different kinds of foodgrains, bags containing different qualities of the same foodgrains and bags containing wet/damagedfoodgrains sweepings, etc. with bags of sound grains. d. New RRC may come into operation or new tagging arrangement may be made in addition to or in place of the list of RRCsand tagging arrangements indicated at "APPENDIX-I", as per the requirement and/or availability of suitable godowns. The Level-II Transport Contractor shall transport the stock at the approved percentage of rate. XXI. DUTIESAND RESPONSIBILITIESOF THE TRANSPORT CONTRACTOR:

a. TheTransportContractoris requiredto keepcontinuous & close liaisonwith the In- charge of the RRC-cum-DSC,Handling Contractor, Retail Dealer,District Manager andother officials of OSCSCin respectof programmeof transportation of stock. b. The Transport Contractor shall take complete care of the stocks from RRC- cum-DSC till it is delivery at Retail Centres. c. The Transport Contractor shall always be bound to act with reasonable diligence and in a business-like manner and to use such skill as expected of person of ordinary prudence in the conduct of his / her activities. d. The Transport Contractor shall engage competent and adequate staff to the satisfaction of Corporation for ensuring efficient transport operation in time. He / She shall furnish true, correct and up to date position/information/progress of work statement and accounts. e. The Transport Contractor shall be responsible for the good conduct of his / her employees and shall compensate the Corporation for losses arising from neglect, carelessness, want of skill or misconduct of himself / herself, his / her servants or agents or representatives. f. The District Manager/ In-charge of the RRC-cum-DSCor any official acting on their behalf, shall have the right to ask for the removal of any employee of the contractor, who in his opinion, is hampering the smooth execution of the work and his / her decision regarding losses caused by neglect and misconduct etc; of the contractor, his / her servants or agents or representatives. Such decision shall be final and binding on the contractor.

(Signature of ~ffiCer)zyxwvutsrqponmlkjihgfedcbaZYXWVUTSRQPONMLKJIHGFEDCBA31 (Signatureof the tenderer) g. The Transport Contractor shall intimate the In-charge of the RRC-cum-DSC, District Manageror other Officers authorized to act on hiszyxwvutsrqponmlkjihgfedcbaZYXWVUTSRQPONMLKJIHGFEDCBAI her behalf, the name of one or more responsible representative(s)authorized to act on his I her behalf in day to day working of the contract. Such authorised person shall be authorized by the contractor through a "Power of Attorney" in a stamp paper

worth Rs.50/- duly registered before competent authority. The contractor shall be liable for all the activities of authorized person. It shall be the duty of those representative(s) to call at the office of the Godown Managerlin-charge of RRC- cum-DSCI Lifting Officer or an officer acting on his behalf, every day and generally to remain in touch, with them, to obtain information about transport operation and to report the progress of transport work etc. h. The Transport Contractor shall issue Identity Card with photograph to all his employees including driver & helper, manager, clerk etc. L TheTransport Contractor shall take adequatesteps and necessary precautions to avoid wastage or damageto the foodgrains during transportation. The contractor shall be liable for any loss which the Corporation maysuffer from any

loss in quantity and quality of stock transported by him I her. The decision of the District Manageron such loss shall befinal and binding on the contractor. j. The Transport Contractor shall have adequate vehicle arrangements for transport operation within the stipulated period as communicated by the District Manager. The contractor shall accordingly assess the requirement of vehicles for completion of the work within the stipulated period. k. The Transport Contractor has to assess the requirement to utilize small vehicles for transportation of stock in areas where heavy vehicle cannot operate and during the restriction time of movementof heavyvehicles inside the urban area. I. The Transport Contractor shall carry adequate number of weighing scale for weighment of stock at retail centers during delivery of stock. m. The Transport Contractor shall provide sufficient number of tarpaulins for each truck to cover the foodgrains during transportation to protect those from rains and other natural calamities. He I She shall be responsible for any loss or damage that may arise due to his I her failure to supply adequate number of tarpaulins or to take reasonable precautions. The decision of the District Manager in this matter shall be final and binding on the contractor.

(Signatureo~ Officer) 32 (Signatureof the tenderer) n. The Transport Contractor shall ensure that workers do not use large hooks for

unloading of foodgrains bagszyxwvutsrqponmlkjihgfedcbaZYXWVUTSRQPONMLKJIHGFEDCBAI packets at Retail Centres. The use of hooks other than those, if any, approved by the Corporation shall render the contract liable for cancellation. The Transport Contractor shall also be liable to make good to Corporation, if any losses caused by the use of unauthorized hooks. The decision of the District Manageron such losses shall befinalzyxwvutsrqponmlkjihgfedcbaZYXWVUTSRQPONMLKJIHGFEDCBA& binding. o. The Transport Contractor shall strictly abide by all rules and regulations of Transport Department, Police, Municipal Authorities and other local bodies. The contractor shall not load more than permissible quantity of foodgrains in each truck before transportation as provided under M.V. Act. If the contractor shall load the stock beyond permissible limit provided under the statute, he I she shall be responsible for such violation of statute & any consequential penalty thereof. The Corporation shall not be liable for such act of contractor. p. The Transport Contractor shall be responsible for keeping a complete and

accurate account of transport operation of foodgrains undertaken by him I her and shall render accounts and furnish returns and statements in such a manner as may be prescribed by the District Manageror the Officer acting on his behalf. q. The Transport Contractor shall obtain transit insurance coverage of the foodgrains stocks at economic cost & purchase price of rice & wheat respectively in the name of OSCSC Ltd. covering all type of risks from the point of loading to trucks at RRC-cum-DSC, transporting to specified Retail Centres & till the stock is delivered at the Retail Centres. No shortage of foodgrains will be admissible during transit that may happen due to theftlfire/accidentlriotl flood or any other natural and unforeseen happenings. r. The Transport Contractor shall be responsible for the safety of the foodgrains while transporting through trucks. he I she shall also exercise adequate care and take precautions to ensure that the foodgrains is not damaged while in transit in his I her trucks to specified Retail Centres. He I She shall deliver the equal quantity and quality of foodgrains at Retail Centres as received by them at RRC-cum-DSCbefore transportation. He/she shall be liable to make good the value of any shortage, wastage, losses or damage to the foodgrains in transit both for quantity & quality at the rate intimated at Clause-XVI (i). s. TheTransportContractorshall be responsiblefor performingall or anyof the service detailedin andarisingout of this contractalsoat nightwithout anyadditional

(Signature icer) 33 (Signatureof the tenderer) remuneration, whenever required by the District Manager or an Officer acting on hisl her behalf. t. The Transport Contractor shall, whenever required, supply petromax lamps for carrying out work during night. u. The Transport Contractor shall be liable for all costs, damages, charges and expenses suffered or incurred by the Corporation due to the contractor's negligence and un-workman like performance of any service under this contract or breach of any terms thereof or their failure to carry out the work with a view to avoid incurrence of damage to foodgrains and for all damages or losses occurred to the Corporation or in particular to any property or plank belonging to the Corporation

due to any act whether negligence or otherwise of the contractor himselfzyxwvutsrqponmlkjihgfedcbaZYXWVUTSRQPONMLKJIHGFEDCBAI herselfor

his I her employees.Thedecision of the District Managerregardingsuch failure of

the contractorand his I her liability for the lossesetc. sufferedby Corporationshall befinal and bindingon theTransportContractor. v. The Transport Contractor shall paint the vehicles in specified colour and write information or display prominently on their trucks in the "FLEX BANNER" of specified size, as prescribed by the District Manager. No extra remuneration, whatsoever will be payable for painting, writing and displaying such banners. The District Manageror an officer acting on his/her behalf shall havethe right to disallow loading of any vehicle if the Transport Contractor does not paint, write or display prominently the aforesaid banners. w. The Transport Contractorshall install "GPSTRACKINGSYSTEM"in the vehicles used for transportation of foodgrains,wheneverdirected by the District Manager. TheGPSdevicesshall be as perthe specificationof the Corporation& the cost of the sameshall beborneby the contractor.If GPSdevicewill developanydefect,no loadingin that vehiclewill beentertainedandthe contractorhasto get it repairedor replacewith a newonewithin 24hoursof developmentof anydefect. x. The Transport Contractor shall provide the information on day-to-daytransport operation in the website in softwaredevelopedby the Corporation.The contractor

shall havecomputer,internet connectivity and trained computerpersonnelat his I herdisposalfor transmissionof computerizeddataon dayto day basis. y. The cost of installation of "GPS Tracking System" and reporting in website is deemedto be included in the rate quoted by the tenderer.

(Signatureo~ Officer)zyxwvutsrqponmlkjihgfedcbaZYXWVUTSRQPONMLKJIHGFEDCBA34 (Signatureof the tenderer) z. The Transport Contractor shall guarantee the transportation of assigned quantity within the stipulated time, failing which the entire Security Deposit or part of it may be forfeited at the discretion of the District Manager. aa. If required so, the Transport Contractor shall submit the stamped receipts of different check gates located en-route in proof of transportation of foodgrains for release of his bills. bb. The contactor has to obtain a license from Licensing Authority as per the Odisha Public Distribution System (Control) Order, 2016 immediately after execution of agreement. XXII. DISPUTE RESOLUTION & JURISDICTION OF THE COURT: a. In the event of any dispute covering or arises out of this contract/agreement the jurisdiction of the court shall be at concerned revenue district & it is hereby expresslyagreedthat neitherpartyshall bring anycase/suitin regardto the matters coveredby this agreementat anyplaceoutsideconcernedrevenuedistrict. b. It is expressly agreedzyxwvutsrqponmlkjihgfedcbaZYXWVUTSRQPONMLKJIHGFEDCBA& declared by & betweenthe parties hereto that all amount due to the Corporation under this contract, if not paid in time, shall be recovered under Odisha Public Demand Recovery Act-1962 (Odisha Act-1 of 1963) or through the competent civil court & shall bear interest @ 18%per annum from the date when such payment falls due up to the date of final recovery. Besides criminal action shall also be taken against the defaulting contractor in appropriate court of law by following the provisions of Law in force.

(Signature~g Officer) 35 (Signatureof the tenderer) APPENDIX-I GENERAL INFORMATION List of Rice Reciving centre-cum-Departmental Storage Centre, unit tagged and name and location of the Retail Centres. District-Ganiam

Commodities Handled Name and location of Name and location of RRC-Cum-DSC Unit tagged to RRC-cum- (Fig in Qtl) the retail centres of Name Location (Block/ ULB) DSC Rice Wheat unit taggedzyxwvutsrqponmlkjihgfedcbaZYXWVUTSRQPONMLKJIHGFEDCBA

CWC, Kornoli Komoll, Aska Aska Block & NAC 5330.29 1185.82 Annexure-1

CWC, Kornoll Kornoli, Aska Block 4295.10 529.31 Annexure-2

RRC, Buguda Buguda Block/ NAC 4993.89 742.74 Annexure-3

RMC, Bhanjanagar NAC Bhanjanagar Block/NAC 5809.93 949.47 Annexure-4

RRC,Tanarada Tanarada Bhanjanagar Block/NAC 5809.93 949.47 Annexure-5

CWC, Kornoll Kornoli, Aska Sheragada Block 5090.67 816.32 Annexure-6

RRC,Sheragada Sheragada Sheragada Block 5090.67 816.32 Annexure-7

RMC, Bhanjanagar Bhanjanagar NAC Bellaguntha Block / NAC 3589.33 927.32 Annexure-8

RRC,Tanarada Bhanjanagar NAC Bellaguntha Block / NAC 3589.33 927.32 Annexure-9

PEG,Jagannathprasad Budurungu, J.N Prasad Jagannathprasad Block 4869.44 835.98 Annexure-10

RRC,Jagannathprasad Jagannathprasad Jagannathprasad Block 4869.44 835.98 Annexure-11

Annexure-12 RRC,Tatabali Tatabali, Surada Block/ NAC 6570.64 1005.31

Annexure-13 RMC, Chatrapur Krusakabazar, Ctp Chatrapur Block/ NAC 5671.32 771.63 Il.JanJam tlIOCK/NAl., PEG, Krushnaprasad Chilika Nauapada, Puru NAC 4477.67 434.23 Annexure-14 Beguniapada Block/ Annexure-15 RRC,Beguniapada , Beguniapada Kodala NAC 6281.91 708.53 Beguniapada Block/ Annexure-16 PEG, Keshapur Keshapur, Khalikote Kodala NAC 6281.91 708.53

831.75 Annexure-17 PEG, Keshapur Keshapur, Khallkote Khalikote Block/ NAC 6482.05

896.21 Annexure-18 PEG, Keshapur Keshapur, Khalikote Block/ NAC 5625.75

872.24 Annexure-19 RRC,Bhutarasarasingi Bhutarasarainsgi Purusotampur Block/ NAC 6307.92 Ir-dUISuryandl::dl OIUI-II./ 748.74 Annexure-20 RRC, Kabisuryanagar NAC 4862.51

4960.87 849.93 Annexure-21 RMC, Hlnjillcut RMC, Hinjill Hinjlllcut Block/ NAC

(Signature of the tenderer) Officer)zyxwvutsrqponmlkjihgfedcbaZYXWVUTSRQPONMLKJIHGFEDCBA36 Commodities Handled Name and location of Name and location of RRC-Cum-OSC Unit tagged to RRC-cum- (Fig in Qtl) the retail centres of Name Location (Block/ ULB) OSC Rice Wheat unit taggedzyxwvutsrqponmlkjihgfedcbaZYXWVUTSRQPONMLKJIHGFEDCBA CWC,Lanjipali Lanjipali, Berhampur BeMC 6477.16 1515.87 Annexure-22 PEG,Rangeilunda Dumudumi Berhampur BeMC 6477.16 1515.87 Annexure-23 PEG, Patrapur Patrapur Block 5063.60 640.07 Annexure-24 PEG,Patrapur Patrapur Block/ NAC 4729.67 606.43 Annexure-25 IrvangeuunuazyxwvutsrqponmlkjihgfedcbaZYXWVUTSRQPONMLKJIHGFEDCBACluCKI RRC,Rangeilund Golanthara Gopalpur NAC 6796.77 773.93 Annexure-26 Irvengeuunua CIUl.I\/ PEG,Rangeilunda Dumudumi Gopalpur NAC 6796.77 773.93 Annexure-27

RRC,Kukudakhandi Kukudakhandi Kukudakhandi Block 5676.57 810.80 Annexure-28

PEG,Narasinghapur Narasinghapur Kukudakhandi Block 5676.57 810.80 Annexure-29

RRC,Sahaspur Sahaspur Sanakhemundi Block 6627.37 795.81 Annexure-30

RMC,Dengadi Dengadi Sanakhemundi Block 6627.37 795.81 Annexure-31

PEG,Narasinghapur Narasinghapur DigapahandiBlock/ NAC 6463.52 914.96 Annexure-32

RMC, Digapahandi DigapahandiBlock/ NAC 6463.52 914.96 Annexure-33

CSO-cum-DistrictManager shall mention whether Unit is covered in part or full by the RRC-cum-DSC.

CSO-cum-DistrictManager, Khurda & Cuttack shall demarcate the BMC& CMCrespectively into 3 Units asBMC-1,BMC-2, BMC-3,& CMC-2,CMC-3as per the graphical location of the FPSdealers working inside the BMC& CMCarea. They shall indicate the name & location of retail centres in each Unit separately.

[Signature o~cerJ 37 (Signature of the tenderer) APPENDIX - II CHECKLIST DOCUMENTS TO BE ATTACHED WITH THE TECHNICAL BID 1 Cost of Tender Paper & Earnest Money Deposit (EMD)zyxwvutsrqponmlkjihgfedcbaZYXWVUTSRQPONMLKJIHGFEDCBA 2 Invitation to Tender & Instruction to Tenderers, Tender Submission Undertaking - Annexure-1 3 Capability Certificate from the Bank (In the model format as at Annexure-2) 4 Certificate of experience on transportation of food grains (In the model format as at Annexure-3) Or Undertaking in lieu of the experience certificate 5* Affidavit mentioning that s!he ! firm ! company is neither blacklisted nor any criminal or vigilance case is pending against the Tenderer (In the model format as at Annexure-4) 6* Affidavit declaring non-involvement in commercial interest of family members or partners along with their family members or directors along with their family members (In the model format as at Annexure-5) 7 Certified copy of Partnership Deed! Articles of Association! Memorandum of Association! Bye-laws! Certificate of Registration, as applicable 8 Registered Power of Attorney in submitting the tender paper on behalf of the Partnership Firm! Company 9 Statement of Bank account for the last 03 months 10 Copy of the Income Tax Return for the assessment year 2018-19 (Financial year 2017-18) and

12 Copy of the Registration Certificate issued by the State Transport Authority or Regional Transport Authority under "The Carriage by Road Act' 2007" & "The Carria_geby Road Rule' 2011" 13 List of two owned transport vehicles with attested copies of R.C. Books & Fitness Certificate 14* Affidavit on use of vehicle of Partner or Director

*N. B: All documents mentioned above except at 51. No.5, 6 & 14 are only to be self-attested by the tenderer. 51. No.5, 6 & 14 shall be submitted in original.

Place: Signature ofzyxwvutsrqponmlkjihgfedcbaZYXWVUTSRQPONMLKJIHGFEDCBAtendererl authorized person Date: Name: Seal:

(Slgnature~g Officer) 38 (Signature of the tenderer) APPENDIX-III (Reference Clause VI (d) (i) of the terms and conditions governing the contract)zyxwvutsrqponmlkjihgfedcbaZYXWVUTSRQPONMLKJIHGFEDCBA

J. WAGE BOOK AND WAGE SLIPS ETC: i) The contractor shall maintain a WageBook of each worker in such form as may be convenient,at the placeof work, but the sameshall include the following particulars: a) Name of the Worker; b) Rate of Daily or Monthly wages. c) Nature of work on which employed. d) Total number of days worked during each wage period. e) Dates and periods for which worked overtime. f) Gross wages payable for the work during each wage period. g) AH deductions made from the wages with an indication in each case, of the ground for which the deduction is made. h) Wages actually paid, for each wage period. i) Signature or thumb impression of the worker. ii) The Contractor shall also issue a wage slip containing the aforesaid particulars to each worker employed by him on the work at least a day prior to the day of disbursement of wages. iii) The Contractor shall issue an Employment Card in the prescribed Form at Appendix III (a) to each worker on the day of work or entry into his employment. If the worker has already any such card with him from the previous employer, the contractor shall merely endorse that Employment Card with relevant entries. On termination of employment, the Employment Card shall again be so endorsed by the contractor and returned to the worker. II REGISTER OF UNPAID WAGES: The contractor shall maintain a Register of unpaid wages in such form, as may be convenient, at the place of work but the same shall include the following particulars: - a) Full particulars of the work whose wages have not been paid. b) Reference number of the Muster Roll with wage Register. c) Rateof wages. d) Wage period. e) Total amount not paid. f) Reasons for not making payment g) How the amount of unpaid wages was utilized. h) Acquaintance with dates.

(Signatu~~ng Officer)zyxwvutsrqponmlkjihgfedcbaZYXWVUTSRQPONMLKJIHGFEDCBA39 (Signature of the tenderer) III FINES AND DEDUCTIONSWHICH MAY BE MADE FROM WAGES:

The wages of aworker shall be paid to him without any deductions of any kind except the following: - a) Fines b) Deductions for absence from duty i.e.from the place or the places where by the terms of hisl her employment,zyxwvutsrqponmlkjihgfedcbaZYXWVUTSRQPONMLKJIHGFEDCBAs/he is required to work. The amount of

deduction shall be in proportion to the period for which s/he was absent. c) Deduction for damage to or loss of goods expressly entrusted to the employed person for custody, or for loss of money or any other deduction which s/he is required to account, where such damage or loss is directly attributable to his/her neglect or default. d) Deduction for recovery of advances or for adjustment of over payment of wages, advances granted shall be entered in a register. e) Any other deduction which the Central Govt. may from time to time allow.

i) The contractor shall maintain a register of fines and a register of unpaid wages of deductions for damage or loss in form No. Iand 2 as per Appendix -1I1(b)and lII(c) respectively which should be kept at the place work. ii) Thecontractorshallmaintainbothin Englishandthelocal Language,alist approvedby the Chief Regional Labour Commissioner(Central) clearly stating the acts and omissionsfor which penaltyor finemaybeimposedonaworkmananddisplayit in a good condition in a conspicuous place of the work. V PRESERVATION OF REGISTERS: The wage book, wage slips, the register of unpaid wages, the register of accidents, the register of fines, deductions required to be maintained under these regulations shall be preserved forzyxwvutsrqponmlkjihgfedcbaZYXWVUTSRQPONMLKJIHGFEDCBA12 months after the date of last entry made in them shall be madeavailable for inspection by the Labour Enforcement Officer or any other Officer authorized by the Ministry of Labour in this behalf.

(Signature ~Uing Officer)zyxwvutsrqponmlkjihgfedcbaZYXWVUTSRQPONMLKJIHGFEDCBA40 (Signatureof the tenderer) APPENDIX - III (a)

TEMPORARY WORKER'S EMPLOYMENMT CARDzyxwvutsrqponmlkjihgfedcbaZYXWVUTSRQPONMLKJIHGFEDCBA

1. Name of the Worker

2. Father'szyxwvutsrqponmlkjihgfedcbaZYXWVUTSRQPONMLKJIHGFEDCBAI Husband's Name

3. Date of Birth

4. i) Address (Local)

ii) Permanent

5. Name & Address of OSCSC Contractor

6. Valid*

(* Period of the Contractor) Form to

Signature of the Contractor I

Authorized Representative

(Signatures o~ Officer)zyxwvutsrqponmlkjihgfedcbaZYXWVUTSRQPONMLKJIHGFEDCBA41 (Signature of the tenderer) Back Side of the Card

Countersigned by

General Manager (PDS), OSCSC Ltd.,

Validfrom to ------zyxwvutsrqponmlkjihgfedcbaZYXWVUTSRQPONMLKJIHGFEDCBA------(Ref. No. _

General Manager (PDS)

OSCSC Ltd., Bhubaneswar

Place: Date:

42 (Signature of the tenderer) APPENDIX - IIIzyxwvutsrqponmlkjihgfedcbaZYXWVUTSRQPONMLKJIHGFEDCBA(b)

FORM-I

REGISTEROFFINES

51. Name Father's! 5 ~x Department ""ature and date Whether workmen Rate of Date and date on Remar No Husband's of the offence show caused wages amount of which fine ks name for which fine against fine or not, fine realized imposed if so, enter date imposed

(SignaturezyxwvutsrqponmlkjihgfedcbaZYXWVUTSRQPONMLKJIHGFEDCBALOfficer) 43 (Signature of the tenderer) APPENDIX - III (c)

FORM -II

REGISTER OF DEDUCTIONS FOR DAMAGES OR LOSS CAUSED TO THE EMPLOYER BY THE NEGLECT OR DEFAULT OF THE WORKERS Whether worker Dateon show Dateand Father'szyxwvutsrqponmlkjihgfedcbaZYXWVUTSRQPONMLKJIHGFEDCBAI Damageof Numberof which 51. caused amount of No. Name Husband's Sex Department loss caused against deduction instalment, total I~emark~ name with date if any deduction, imposed amount if so, enter realized date

(SignaturezyxwvutsrqponmlkjihgfedcbaZYXWVUTSRQPONMLKJIHGFEDCBA0 fficer)zyxwvutsrqponmlkjihgfedcbaZYXWVUTSRQPONMLKJIHGFEDCBA44 (Signature of the tenderer) Appendix-IV INFORMATION ON UNITWISE REQUIREMENT OF EXPERIENCE& SECURITYDEPOSIT BASING ON THE ESTIMATED VALUE OF CONTRACT DISTRICT: GANJAM Figures in Rupees

Work value for Experience Certificate Security Deposit ,I No Name of the Unit 12.5% of Estimated value of 25%of Estimated value of 5%of Estimated value 10%of Estimated value of Contract In a single Contract. Contract in a single Contract. of Contract In DO. Contract In BG.

1 Berhampur (M) 838691.00 1677382.00 335476.00 670953.00 I 2 Patrapur 503748.00 1007496.00 201499.00 402999.00 I 3 Chikiti BlockzyxwvutsrqponmlkjihgfedcbaZYXWVUTSRQPONMLKJIHGFEDCBA& NAC 585904.00 1171808.00 234362.00 468723.00 4 Rangeilunda Block & NAC 748137.00 1496273.00 299255.00 598509.00 5 Kukudakhandi 704918.00 1409835.00 281967.00 563934.00 6 Sanakhemundi 669422.00 1338845.00 267769.00 535538.00 7 Digapahandi Block & NAC 709441.00 1418882.00 283776.00 567553.00 8 Chatrapur Block & NAC 509817.00 1019634.00 203927.00 407854.00 9 Ganjam Block & NAC & Rambha NAC 810464.00 1620927.00 324185.00 648371.00 10 Beguniapada Block & Kodala NAC 795652.00 1591304.00 318261.00 636522.00 11 Block & NAC 637178.00 1274357.00 254871.00 509743.00 12 Polasara Block & NAC 983381.00 1966762.00 393352.00 786705.00 13 Block & NAC 608303.00 1216606.00 243321.00 486643.00

14 Kabisurjyanagar Block NAC & 469662.00 939323.00 187865.00 375729.00

15 Block Municipality & 486364.00 972728.00 194546.00 389091.00

16 Aska Block NAC & 583127.00 1166253.00 233251.00 466501.00

17 Dharakote 520313.00 1040625.00 208125.00 416250.00

18 Buguda Block NAC & 503734.00 1007467.00 201493.00 402987.00

19 Bhanjanagar Block & NAC 665733.00 1331467.00 266293.00 532587.00

20 Sheragada 527022.00 1054043.00 210809.00 421617.00

21 Bellaguntha Block & NAC 407041.00 814081.00 162816.00 325632.00

22 Jaganathprasad 593421.00 1186842.00 237368.00 474737.00

23 Surada Block & NAC 758201.00 1516402.00 303280.00 606561.00

(Signature&Officer, (Signature of Tenderer) (h..--zyxwvutsrqponmlkjihgfedcbaZYXWVUTSRQPONMLKJIHGFEDCBA APPENDIX - V DECLARA TION

Sri._------zyxwvutsrqponmlkjihgfedcbaZYXWVUTSRQPONMLKJIHGFEDCBAAged about__ , Son! Daughter! Wife of Sri ,Proprietor!Director!Partnerof ,doherebydeclare that I have been selected as the Level-IITransport Contractor in the following Units. I have mentionedthe numberof 02(two)vehicles againsteachUnit as indicated below.

SL. Name & Location of the District name Vehicle No.

No. UnitzyxwvutsrqponmlkjihgfedcbaZYXWVUTSRQPONMLKJIHGFEDCBA

1.

2.

1.

2.

1.

2.

1.

2.

I am aware of the fact that separate tender is required for each Unit, which requires separate 02 (two) vehicles for that tender.

I do hereby declare that I have not been selected for any other Units in any zyxwvutsrqponmlkjihgfedcbaZYXWVUTSRQPONMLKJIHGFEDCBA districts besides the Units mentioned above. r

If the above declaration is found falsezyxwvutsrqponmlkjihgfedcbaZYXWVUTSRQPONMLKJIHGFEDCBAI not true, I shall be liable for punishment for breach of the contract and my agreement shall also be terminated as detailed in tender paper.

Place: Signature of the Tenderer

Date: Name of the Tenderer s.: (Signature of the Issuing Officer) 46 (Signature of the tenderer) Annexure-1 TENDER SUBMISSION UNDERTAKING

FORAPPOINTMENTOF LEVEL-IITRANSPORTCONTRACTORSFORTRANSPORTATION OF FOODGRAINSFROM RICERECEIVINGCENTRE-CUM-DEPARTMENTALSTORAGE CENTRE(RRC-CUM-DSC)TO RETAIL CENTRES.

1. Name of the tenderer:

2. Details of Earnest Money Deposit:zyxwvutsrqponmlkjihgfedcbaZYXWVUTSRQPONMLKJIHGFEDCBABDI Bankers Cheque

No. date ofRs.------zyxwvutsrqponmlkjihgfedcbaZYXWVUTSRQPONMLKJIHGFEDCBA ------1- of Bankpayableat

3. NameofProprietor/Partner/Director:

______(Namesofall Directorsl Partners shall bementioned) 4. FullAddressofRegisteredOffice(withPinCode)zyxwvutsrqponmlkjihgfedcbaZYXWVUTSRQPONMLKJIHGFEDCBA & Police Station _ Telephone No. _ Mobile No: _ FAX No.: _ E-Mail Address: _ 5. Full address of Operatingl Branch Office (with Pin Code):

____ &Police Station _ TelephoneNo: _ Mobile No: _ FAX No: _ E-Mail Address: _

6. Name,Telephone no.! Mobile No.1 Email address of Authorized officerlperson to CoordinatewiththeofficeoftheDistrictManager:

(Signatureof~ Officer) 47 (Signature of the tenderer) 7.zyxwvutsrqponmlkjihgfedcbaZYXWVUTSRQPONMLKJIHGFEDCBABankerof the Tenderer:(Attachcertified copy of statementof Alc for the lastthree months), _

8. Address & Telephone Number of Banker: _

9. Details of Transport Vehicles in the name of the Tenderer Registration FitnessCertificate Type of Heavy vehicle numberofvehicles Number,ifany

10. PANNo.&yearoffilingthelatestreturn: _ 11. Registration No.in the case of Company: _zyxwvutsrqponmlkjihgfedcbaZYXWVUTSRQPONMLKJIHGFEDCBA 12. Additional information, if any _ (Attach separate sheet, if required)

To: The Chairman, District Tender Committee, Odisha State Civil Supplies Corporation Ltd.Ganjam

Sir, I/Wesubmit the sealed tender for appointment as Level-IITransport Contractor for transportation of foodgrains from RRC-cum-DSCto RetailCentresof Unit. 2. I/We have thoroughly examined and understood instructions to tenderers, terms and conditions governing contract given in the notice inviting tender, invitation to tender titled as General Information, Instructions to Tenderers and those contained in general conditions of contract and its appendixes, and schedules and agree to abide by them. 3. l!Wewould liketo committhat in caseof anydifferencelvariation in the ratesquoted, betweenfiguresandin words,onlythe lowerof the two ratesquotedeitherin figuresor inwordsshall beconstruedascorrectandvalid.If anycorrectionloverwritinghaszyxwvutsrqponmlkjihgfedcbaZYXWVUTSRQPONMLKJIHGFEDCBA

(Signatures oft~g Officer) 48 (Signatureof the tenderer) not been authenticated by me by my full signatures, my tender be declared null and void. 4. l!Weagree to keep the offer open for acceptance up to a period so decided by the District Manager. l!We shall be bound by communication of acceptance of the offer dispatched within the time and l!We also agree that, if the date up to which the offer would remain open bedeclared a holiday for the Corporation, the offer will remain open for acceptance till the next working day. 5. In the event of my/ our tender being accepted, l!Weagree to furnish a security deposit as per terms of the tender. 6. l!We do hereby declare that the entries made in the tender and annexures/ schedules attached therein are true and also that l!We shall be bound by the actof my/our duly constituted attorney Shri _ whose signature is appended hereto in the space specified for the purpose and of any other person who in future may be appointed by me/us instead to carry on the business of the concerned, whether any intimation of such change is given to the District Manager, OSCSC Ltd. or not. 7. I hereby declare that no contract entered into by me, my Firm/Company with the Corporation or State/Central Government PSU, State/ Central Government Agencies or State Government/Central Government, has been terminated before the expiry of the contract period at any point of time during the last five years. 8. I hereby declare that the Earnest Money Deposit and/or Security Deposit has not been forfeited or adjusted against any compensation payable, in the case of any contract entered into by me/my firm/company/us with Corporation or State/Central Government PSU State/ Central Government Agencies or State Government/Central Government during last 5 years. 9. I herebydeclare that I havenot beenconvicted at any time by aCourt of Lawof an offence and sentenced to imprisonment for a period of three years or more. 10. Required documents as per Appendix-II (Checklist) are enclosed with this tender duly filled and signed.

I/wecertify that all informationfurnishedby me/usis correctandtrue andin the event that the information is found to be incorrect/untrue,Corporationshall have the right to disqualifyme/uswithoutgiving anynoticeor reasonwith forfeitureof EMD or summarily

mg Officer)zyxwvutsrqponmlkjihgfedcbaZYXWVUTSRQPONMLKJIHGFEDCBA49 (Signatureof the tenderer) terminate the contract with forfeiture of Security Deposit, as the case may be, without prejudice to any other rights that the Corporation may have under the Contract and Law.

Yours faithfully,

Signature of tenderer Capacity in which signing Signature of constituted attorney

Name Address Date

Name,date of birth And address of attorney

Signature of witness with date

Nameand address of witness

(Signalure Of~ Officer)zyxwvutsrqponmlkjihgfedcbaZYXWVUTSRQPONMLKJIHGFEDCBA50 (Signature of the tenderer) Annexure-2 Capability Certificate Bank: Branch:

Phone No. . . EMail ...... Letter No.zyxwvutsrqponmlkjihgfedcbaZYXWVUTSRQPONMLKJIHGFEDCBA...... Date .

To District Manager, Odisha State Civil Supplies Corporation Ltd. Ganjam, Chatrapur.

This is to certify that to the best of our knowledge and information, Mr./Mrs residingat (Full address),a customerof our bank,in our opinion and basedon the records produced,can beconsideredgood/worthuptoasumofRs (Rupees ...... Lakhs only) and has financial ability to meetthe expensesup to the amount indicated above. It is clarifiedthat this informationis furnishedwithout any responsibilityon our part in any respect whatsoever more particularly either as guarantor or otherwise. This certificateis issuedat the specific requestof the customerfor furnishing the sameto you.

Branch Manager/Authorised Signatory (Seal & Signature)

(The above Certificate to be issued in Letter Headof the concerned Bank)zyxwvutsrqponmlkjihgfedcbaZYXWVUTSRQPONMLKJIHGFEDCBA

l~inn:l"lr.:o nf th.:o t.:onti.:or.:or\ Annexure-3

Experience Certificate

This is to certify that as per information available on record,zyxwvutsrqponmlkjihgfedcbaZYXWVUTSRQPONMLKJIHGFEDCBAM/s _ of (full address), is a transport contractor of this organization for transportation I handling & transportation of food grains by road for the period & work value as indicated below.

Product Agreement! Total period Volume of Place Value of Performa 51. Nature of transported I Contract! of contract Financi work work nce ofthe Remarks No. of work handled & Work Order (from ....to al Year work handled executed contracto transported No. & Dt...... ) (in MT) (in Rs.) r

Office Seal Seal & Signature of Authorised Officer

*Note: - a. Total transportationl handling & transportation charges whether paid or payable is to be mentioned. b. Strike out whichever is not applicable.

(The above Certificate to be issued in Letter Head of the concerned organization)

(Signature s.,Officer)zyxwvutsrqponmlkjihgfedcbaZYXWVUTSRQPONMLKJIHGFEDCBA52 (Signature of the tenderer) Annexure-4

Before the Executive Magistrate/ Notary Public SrizyxwvutsrqponmlkjihgfedcbaZYXWVUTSRQPONMLKJIHGFEDCBA

AFFIDAVIT I, Sri/ Smt.. aged aboutzyxwvutsrqponmlkjihgfedcbaZYXWVUTSRQPONMLKJIHGFEDCBA5/0.1 0/0.1zyxwvutsrqponmlkjihgfedcbaZYXWVUTSRQPONMLKJIHGFEDCBA

W/o.______Proprietorl PartnerlDirector of MIs. At:zyxwvutsrqponmlkjihgfedcbaZYXWVUTSRQPONMLKJIHGFEDCBA------PO: ,P.S:. _

Dist: doherebysolemnly affirmandstateasfollows:

1) That pursuant to the Tender Call Notice dt. of OSCSC Ltd. for appointment of Level-IITransport Contractor for transportation of foodgrains, lImy firmlcompany amlisan intendedbidderto participatein the said tenderprocess. 2) That as per terms & conditions of the tender documents, I am to declare that, I/my firm/company have not been blacklisted by any Central/State Govt. Organisation or by any Public Sector undertakings of the State/Central Govt. 3) That neither any criminal case nor any vigilance case is pending against me/my firm/company before any forum. 4) That this affidavit is required to be produced with tender paper before the District Manager,OSCSCLtd. District. 5) That the facts stated above are true to the best of my knowledge and belief.

Identified by me Deponents Advocate The above deponent being present before me & duly identified by Sri. _ Advocate states on oath that the facts stated above are true to the best of his/her knowledge. Deponent ExecutiveMagistratelNotary *Strike out whichever is not applicable. Public _

~ (Signature of t~OffiCer) 53 (Signatureof the tenderer) Annexure-5 (DECLARATIONOFFAMILYMEMBERS/PARTNERS/DIRECTORS)

Beforethe Executive Magistrate/ Notary Public SrizyxwvutsrqponmlkjihgfedcbaZYXWVUTSRQPONMLKJIHGFEDCBA

AFFIDAVIT

ISri "Aged about,__ ,zyxwvutsrqponmlkjihgfedcbaZYXWVUTSRQPONMLKJIHGFEDCBASonl Daughterl Wife of Sri ,Proprietorl Partnerl Directorof ,do hereby solemnly affirm and declare as follows. I amawareof the fact that the term 'Family' shall meanhusband/ wife, un-married sons / daughters,marriedson leaving in the samemess(including adoptedchildren) and dependantparents. No person shall be appointed as Level-IITransport Contractor under this tender process,if s/he or any of her/his family membershas a commercialinterest in a business relating to State Level and/or Level-ITransport Operation under Departmental StorageOperationof OSCSCLtd. and/orcustom milling of rice for OSCSCLtd. underDCP schemeof Govt.of Indiafor the district for which I intendto apply underthis tender.

I am also aware that commercial interest shall include a business, partnership or company for the operation as State Level and/or Level-I Transport Contractor under Departmental Storage Operation of OSCSC Ltd. and/or Custom Miller for OSCSC Ltd. under DCPscheme of Govt. of India for the district for which I intend to apply under this tender.

I declare that 1/any my family memberl Partner(s) along with his/her/their family members/ Director(s) along with his/her/their family members have no commercial interest with any State Level and/or Level-I Transport Contractor under Departmental Storage Operation of OSCSCLtd. and/or Custom Miller for OSCSCLtd. under DCP schemeof Govt. of India of the district for which I intend to apply this tender. If the above declaration is found false 1 not true during the scrutiny of tender or the currency of the contract, I shall be liable for punishment for such breach of the contract and my agreement shall also be liable for termination. Apart from above, my EMD 1 Security Deposit may also be forfeited.

(Signatur~ Officer)zyxwvutsrqponmlkjihgfedcbaZYXWVUTSRQPONMLKJIHGFEDCBA54 (Signatureof the tenderer) Identified by me Deponents Advocate

The above deponent being present before me & duly identified by Sri , Advocate states on oath that the facts stated above are true to the best of his/her knowledge.

Deponent Executive Magistrate/Public Notary

(The above Affidavit shall be made in a Non-Judicial Stamp Paper worth Rs.10/-)

(Signalure L Officer)zyxwvutsrqponmlkjihgfedcbaZYXWVUTSRQPONMLKJIHGFEDCBA55 (Signature of the tenderer) PART-IIzyxwvutsrqponmlkjihgfedcbaZYXWVUTSRQPONMLKJIHGFEDCBA

PRICEBID

DISTRICT: GANJAM

Sl. Name of RRC-Cum-DSC Unit tagged to RRC- Workable Rate per quintal for the Unit No Cum-DSC (In Rupees per Qtl.)

Name Location Figure wordszyxwvutsrqponmlkjihgfedcbaZYXWVUTSRQPONMLKJIHGFEDCBA 1 PEG,K.Dumdumi K.Dumdumi 1.Brahmapur(M) 33.08 RupeesThirty Three & PaiseEight 2.Rangailunda/NAC 31.33 RupeesThirty One & PaiseThirty Three 2 CWC,Brahmapur Lanjipalli 1.Brahmapur(M) 27.90 RupeesTwenty Seven& PaiseNinetyzyxwvutsrqponmlkjihgfedcbaZYXWVUTSRQPONMLKJIHGFEDCBA 3 PEG,Patrapur Patrapur 1.Patrapur Block 29.44 RupeesTwenty Nine & PaiseForty four 2.Chikiti (B)& NAC 36.60 RupeesThirty Six& PaiseSixty 4 RRC,Rangailunda Golanthara 1.Rangailunda/NAC 32.94 RupeesThirty Two & PaiseNinety Four RupeesTwenty Eight & PaiseFifty Seven 1 5 RRC,Kukudakhandi Kukudakhandi 1.Kukudakhandi 28.57 .__--I 36.22 RupeesThirty Six& PaiseTwenty Two 6 1.Kukudakhandi ----,..-.--.~-.------~ PEG,Digapahandi Narasingpur 2.Digapahandi(B)NAC 32.05 RupeesThirty Two & PaiseFive 28.94 RupeesTwenty Eight & PaiseNinety Four 7 RRC,Sanakhemundi Sahaspur 1.Sanakhemundi _.---_------_., 30.65 RupeesThirty & PaiseSixty Five i 8 RMC,Digapahandi Digapahandi 1.Digapahandi ._.1 RMC,Sanakhemundi Dengada 1.Sanakhemundi 30.06 RupeesThirty & PaiseSix 9 RMC,Chatrapur KrushakBazar 1.Chatapur(B)&NAC 28.45 RupeesTwenty Eight & PaiseForty Five 10 PEG,K.Prasad Nuapada(Puri) l.Ganjam(B)/NAC&Ramba 55.00 RupeesFifty Five NAC 11 RRC,Beguniapada Beguniapada l.Beguniapada(B)&Kodala 28.07 RupeesTwenty Eight & PaiseSeven NAC 12 PEG,Khallikote Keshapur 1.Beguniapada(B) & Kodala 37.94 RupeesThirty Seven& PaiseNinety Four NAC 2.Khallikote(B)&NAC 29.04 RupeesTwenty Nine & PaiseFour 3.Polasara(B)&NAC 50.26 RupeesFifty & PaiseTwenty Six 13 RRC,Purusottampur Bhutasarsingi l.Purusottampur(B)&NAC 28.24 RupeesTwenty Eight & PaiseTwenty Four 14 RRC,K.S.Nagar K.S.Nagar K.S.Nagar(B)&NAC 27.90 RupeesTwenty Seven& PaiseNinety 15 RMC,Hinjili Hinjilicut 1.Hinjili(B)&Mpl. 27.90 RupeesTwenty Seven& PaiseNinety 29.83 RupeesTwenty Nine & PaiseEighty rhr5'_e_. 16 CWC,Aska Kornoli 1.Aska(B)&NAC ---·-1 2.Dharakote 35.95 RupeesThirty Five& £,~i~~__[\Ji_fl~t_y~~e _. RupeesTwenty Nine & PaiseSeventy Four 3.Sheragada 29.74 ~----'-"- 29.27 RupeesTwenty Nine & PaiseTwenty Seven 17 RRC,Buguda Buguda 1.Buguda(B)&NAC -< RupeesThirty & PaiseTwenty Five 18 RMC,Bhanjanagar Bhanjanagar 1.Bhanjanagar(B)&NAC 30.25 2.Beliagunth(B)&NAC 29.46 RupeesTwenty Nine & PaiseForty Six RupeesThirty Two & PaiseEighty Three 19 RRC,Bhanjanagar Tanarada 1.Bhanjanagar(B)&NAC 32.83 2.Bellagunth( B)&NAC 30.04 RupeesThirty & PaiseFour RupeesTwenty Eight & PaiseEighteen 20 RRC,Sheragada Sheragada 1.Sheragada 28.18 RupeesThirty Four & PaiseSixty Seven 21 PEG,J.N.Prasad Budurungu 1.J.N.Prasad 34.67 RupeesThirty Two & PaiseNinety Six 22 RRC,J.N.Prasad J.N.Prasad 1.J.N.Prasad 32.96 RupeesThirty Three & PaiseThirty Six 23 RRC,Surada Tatabali 1.Surda(B)&NAC 33.36

(Signature~er) (Signature of the tenderer) 56 (Attach separate sheets, if required)

*Workable rates shall be determined by the District Tender Committee before floating of tender and shall be indicated above.

I/We offer to carry out transport operation for UNITonfollowing rates which includes all taxes, duties, cess etc.zyxwvutsrqponmlkjihgfedcbaZYXWVUTSRQPONMLKJIHGFEDCBA

o At the rates given in the Workable Ratefor services(WR)or o At percent ( ) indicate percentage in Words) above the rates given in the Workable Ratefor services (AWR),or

OAt Percent( indicate percentage in words)

Below the rate given in the Workable Ratefor services(BWR), and it isconfirmed that no other chargeswould be payableto me/us.

N.B. 1. Indicate the Name of Unit at the appropriate placeabove for which Tender is applied. 2. Chooseanyone option only from the above 03 options and put a '.,/' mark againstthe desired option in the check box. In caseof opting for option (ii) or (iii), mention the desired percentage along with putting a ,.,/, mark)

Date: Signature of tenderer/ Authorised person Place: Name: Seal:

~ (Signature of I~icer) (Signature of the tenderer) ANNEXURE:- I

CALCULATION SHEET OF WEIGHTED AVERAGE DISTANCE FOR LEVEL-II TRANSPORT CONTRACTOR RRC KORNOL! TO FPS OF ASKA BLOCK! NAC. ASKABLOCK Distance Allotment in Quintal from RRC- Total Qty X SrNo FPS Code and Name GPlWard Total Quantity cum-DSC Rice Wheat Distance KORNOL! 1zyxwvutsrqponmlkjihgfedcbaZYXWVUTSRQPONMLKJIHGFEDCBA.•..••.••...... •i.Jj·. i·:~·~l;;;;1,.::zyxwvutsrqponmlkjihgfedcbaZYXWVUTSRQPONMLKJIHGFEDCBA·~._{(i:.~~A·1m::,zyxwvutsrqponmlkjihgfedcbaZYXWVUTSRQPONMLKJIHGFEDCBA..·i:w:·.~:::.··.···. 1 1101G087-PEO, ALiPUR ALiPUR 12 152.21 31.49 183.70 2204.40 2 1101G011-PEO, BABANAPUR 8 167.77 29.02 BABANAPUR 196.79 1574.32 3 1101G015-PEO, BADAKHOILI 16 211.05 57.1 BADAKHOILI 268.15 4290.40 4 1101G014-PEO, BALICHAI BALICHAI 11 131.09 36.41 167.50 1842.50 5 1101G100-PEO, BALlSIRA BALlSIRA 16 261.41 53.74 315.15 5042.40 6 1101G091-PEO, BANGARADA 24 142.79 38.56 BANGARADA 181.35 4352.40 7 1101G012-PEO, BARAGAN BARAGAN 11 220.18 45.67 265.85 2924.35 8 1101G101-PEO, BENAPATA 21 101.19 25.01 BENAPATA 126.20 2650.20 9 1101G016-PEO, BHETANAI BHETANAI 15 181.81 42.04 223.85 3357.75 10 1101G018·PEO, CHADIAPALI 12 152.91 35.59 CHADIAPALI 188.50 2262.00 11 1101G002·PEO, DEBABHUMI 8 201.25 44.65 DEBABHUMI 245.90 1967.20 12 1101G006·PEO, GAHANJU 25 140.98 41.67 Ir...,,..",r., 182.65 4566.25 13 1101G098·PEO, GANGAPUR 14 190.85 29.35 GANGAPUR 220.20 3082.80 14 1101G019·PEO, GUNTHAl'ADA 13 198.54 62.01 GUNTHAPADA 260.55 3387.15 15 1101G01O·PEO, HARIDAPADARA 15 337.39 58.71 HARIDAPADARA 396.10 5941.50 16 1101G086·PEO, JAYAPUR JAYAPUR 14 237.66 50.19 287.85 4029.90 17 1101G084·PEO, KALASANDHAPUR 4 260.18 63.12 KALASANDHAPUR 323.30 1293.20 18 1101G004·PEO, KAMAGADA 18 120.34 26.41 KAMAGADA 146.75 2641.50 19 1101G017·PEO, KENDUPADARA 21 104.05 20.65 KENDUPADARA 124.70 2618.70 20 1101G008·PEO, KHANDADEULI 0 184.18 41.07 KHANDADEULI 225.25 0.00 21 1101G020·PEO, KHARIA KHARIA 10 306.81 57.84 364.65 3646.50 22 1101G013·PEO, MANGALAPUR 12 154.23 43.92 MANGALAPUR 198.15 2377.80 23 1101G009-PEO, MUNIGADI MUNIGADI 24 171.15 40.7 211.85 5084.40 24 1101G007·PEO, NALABANTA 2.5 199.21 47.94 NALABANTA 247.15 617.88 25 1101G003·PEO, NIMINA NIMINA 19 181.35 28.75 210.10 3991.90 26 1101G083·PEO, PANDIAPATHARA 19 128.29 27.66 PANDIAPATHARA 155.95 2963.05 27 1101G082·PEO, SIDHANAI SIDHANAI 21 119.06 29.79 148.85 3125.85 Total 385,5 4957.93 1109.06 6066.99 81836,295 ASKA NAC 1123P015·PADMA WARDNO.14 1 CHARAN SAHU 7.00 63.04 8.61 71.65 501.55 1123P006·SURNDRANATH 2 SAHU 6.50 84.96 30.89 115.85 753.03 1123P010·DANDASI 3 PATRO 6.50 54.26 14.39 68.65 446.23 1123P011·BABULA 4 GOUDA 6.50 46.16 4.89 51.05 331.83 1123P016·SURESH CHANDRA SAHU 7.00 63.04 10.23 73.27 512.89 1123P018·NIRANJAN 5 POLAI 7.00 60.90 7.75 68.65 480.55 Total 40.50 372.36 76.76 449.12 3026.07 G.Total 426.00 5330.29 1185.82 6516.11 84862.36

Weighted average distance 13.02

Signature Signature of the TendererzyxwvutsrqponmlkjihgfedcbaZYXWVUTSRQPONMLKJIHGFEDCBA

58 ANNEXURE:-zyxwvutsrqponmlkjihgfedcbaZYXWVUTSRQPONMLKJIHGFEDCBA;l.. , CALCULATION SHEET OF WEIGHTED AVERAGE DISTANCE FOR lEVEL-II TRANSPORT CONTRACTOR PEG, KORNOll TO FPS OF DHARAKOTE BLOCK. DHARAKOTE BLOCK Allotment in Quintal Distance Total Qty X SrNo FPSCodeandName GPlWard fromCWC, TotalQuantity Rice Wheat Distance KORNOL!

1 L,zyxwvutsrqponmlkjihgfedcbaZYXWVUTSRQPONMLKJIHGFEDCBAL.?'''. ' 2'~·i;1. .·i.·.··'.,. 8 1 111m~~ HtP~ IV,., ,~,iAiv 20 333.79 37.36 Ie" '''P''PII~v 371.15 7423.00 2 1108G044-PEO, BALARAMPUR 40 244.76 14.49 BALARAMPUR 259.25 10370.00 3 IRARA IARII 23 332.78 56.32 IU~'I~~u:~~:~~~~lu, 389.10 8949.30 4 11 nR~ P~ IDHA, !AKJTE 15 315.53 46.35 In;:;;;~~;T~v IU"~' ~,.v 361.88 5428.20 5 111nl'v::nLl"i.P~ nHAUGAM 8 312.15 39.25 IDHAIIr.AM ~. 351.40 2811.20 6 IGOI A lAMA IA lAI 'A 6 208.31 15.79 I ~~IIl~~~~~~~~R,APALI II 224.10 1344.60 7 IA ~AMnH,AN 22 202.15 26.85 I~1~A-:~H~~O, 229.00 5038.00 8 111 'EO, JAHADA IJAHADA 22 240._83 ~ ~ 5940.0(, 9 IJ,IAJAJANDH,A 32 262.07 45.53 1~~~8nGAO;1:;~~ 307.60 9843.20 10 111mc:n"i P~ IJ", '"'' "'" 25 164.41 22.84 .lHARAPARI ~v 187.25 4681.25 1108G041- MArI--IAI('{)TE 25 131.5 14.45 PEO,MACHAKOTE 145.95 3648.75 11 U~ 30 294.42 28.83 1~~~IKAP:RE_v 323.25 9697.50 12 l11nRc:nLl P~ IMUNDAMARA, 14 226.92 30.86 IMUNDAMAR~~ 257.78 3608.92 13 111vvvvv ~v RIIr.IIMI IRIlr.IIMI 25 402.35 43.7 ~ 11151.25 111nRc:nLl PE_"),SABA ISABA 40 219.5 ~ ~ 9016.00 14 111nRc:nLlF:PEO, SARADHAPUR 12 234.91 42.44 IS~v;~~HAPUR 277.35 3328.20 15 1108G052-PEO, SINGIPUR ISINGIPU~ 35 168.72 29.18 197.90 6926.50 ITotal 394 4295.1 ~ 4824.41 tnszos R7

Weighted average distance 22.64

Signature o~r Signature of the Tenderer ANNEXURE:-zyxwvutsrqponmlkjihgfedcbaZYXWVUTSRQPONMLKJIHGFEDCBA;3 CALCULATION SHEET OF WEIGHTED AVERAGE DISTANCE FOR LEVEL-II TRANSPORT CONTRACTOR RRC BUGUDA TO FPS OF BUGUDA BLOCK! NAC. BUGUDA BLOCK Distance Allu" n Quintal from RRC- Total Qty X SrNo FPSCode and Name GPlWard Total Quantity cum-DSC Rice Wheat Distance Rllnllt4,. 1zyxwvutsrqponmlkjihgfedcbaZYXWVUTSRQPONMLKJIHGFEDCBA... i·e' ....•..:.. •...,.... ···.8.··· .. 1 , 25 179.31 1:1~~~~~~~~~; 212.50 5312.50 2 111O!'iGnn9-PEO, IANTARA,>ADA 12 200.24 35.86 IANT,ARAPAnA'"'' ,~ 236.10 2833.20 3 111 'EO, IA,~AK,IAPU~ 19 189.56 46.74 IARAKHAPUR 236.30 4489.70 4 B,KARADABADI 7 153.35 17.28 I~1~;~~~~~~~; 170.63 1194.41 5 11105G013-PEO, IJALIPAJA, 14 154 25.09 IRAllPAnAR 179.09 2507.26 6 11105Gn?" P~ ~PUR 14 172.8 21.15 IRHA,,;~~vM;;JR 193.95 2715.30 7 R~AUAC:;IALI 6 186.88 24.97 I~~O:~~~~~;O, 211.85 1271.10 8 1105G016-PEO, IBIRANCI-tlPUR 5 356.21 50.58 BIRANCHIPUR 406.79 2033.95 9 11105~033· PE.~ IGAUI IAPACl.I.nA 16 221.25 35.65 GAUDIABARADA 256.90 4110.40 10 GOLABANDHA 7 252.15 24.65 1~~lv;~;~D~~ 276.80 1937.60 11 111' 'EO, GOLIA IGOLIA 6 339.27 33.23 372.50 2235.00 12 111nfir-n.ll~ PE.~ I(A A~ARA11(..11 AMRA 17 261.03 46.47 307.50 5227.50 13 KARACHULI 17 447.18 49.97 I~~O;:~~~~EO, "" I 497.15 8451.55 14 1K, ,OLAKHA~, 6 274.55 46.6 ~~OI~AKHALI 321.15 1926.90 15 noscoec-eec IMANITARA 21 308.72 48.98 MANITARA 357.70 7511.70 16 IMOTABADI 17 197.09 16.11 ~~~~~!~~EO, 213.20 3624.40 17 noscoss ;>E.~ PANGIDI IpANr.lnl 9 227.08 39.57 266.65 2399.85 18 POr.HAI )NDI 22 172.91 34.49 ~~~~~~~;~;~'~~ ,~~ 207.40 4562.80 19 :11uo\,;)u(u-r'EO, SAN KURU :AIIJI(II~ 13 216.77 42.23 259.00 3367.00 20 11105G074-PEO, ITAI(ARA 1..11 10 141.12 21.88 ITAKARADA 163.00 1630.00 ITotal 263 -4651.47 694.69 5346.16 69342.12 Buguda NAC 1127POO1-PRASANT WARD NO.01 1 KUMAR PATNAIK 1.00 38.50 8.40 46.90 46.90 1127P002-K. SIMANCHAL WARD NO.02 2 SUBUDHI 1.00 95.97 12.67 108.64 108.64 1127P003-SUNIL KUMAR WARD NO.03 3 PADHI 1.00 44.99 4.06 49.05 49.05 1127P008-G. PRADYUMNA KUMAR PATRA WARD NO.08 4 0.50 38.50 11.93 50.43 25.22 1127POO9-PRAKASH WARD NO.09 5 CHANDRA SAHU 0.50 124.46 10.99 135.45 67.73 Total 4.00 342.42 48.05 390.47 297.53 G.Total 267.00 4993.89 742.74 5736.63 69639.65

Weighted average distance 12.14

Signature 0 Signature of the Tenderer ANNEXURE:-zyxwvutsrqponmlkjihgfedcbaZYXWVUTSRQPONMLKJIHGFEDCBAIi

CALCULATION SHEET OF WEIGHTED AVERAGE DISTANCE FOR LEVEL-II TRANSPORT CONTRACTOR RMC BHANJANAGAR TO FPS OF BHANJANAGAR BLOCKI NAC. BHANJANAGAR BLOCKzyxwvutsrqponmlkjihgfedcbaZYXWVUTSRQPONMLKJIHGFEDCBA Distance from

Sr No FPSCode and Name GPlWard Total Quantity Total Qty X Distance

274.25 1371.25 2 4.03 169.00 5915.00 3 12 285.22 69.78 355.00 4260.00 4 3 218.95 43 261.95 785.85 5 30 38.81 324.15 9724.50 6 20 364.06 32.09 396.15 7923.00 7 3 236.4 280.95 842.85 157.17 13.68

229.30 1834.40 24.5 16.8 141.30 2684.70 32 258.02

Bhanjanagar NAC

1126P010-JAGANNATH DASH 1 2.00 220.60 49.50 270.10 540.20 1126POO3-NIRANJANA 2 PRADHAN 2.00 77.50 23.10 100.60 201.20

1126P016-MAMAHAD NIAZ 3 2.00 96.63 13.40 110.03 220.06 1126P009-T SRINIBASH 4 RAO 2.00 55.37 12.90 68.27 136.54 TotalzyxwvutsrqponmlkjihgfedcbaZYXWVUTSRQPONMLKJIHGFEDCBA8.00 450.10 98.90 549.00 1098.00 G.Total 343.00 5809.93 949.47 6759.40 92472.95

Weighted average distance 13.68

fficer Signature of the Tenderer ANNEXURE:-zyxwvutsrqponmlkjihgfedcbaZYXWVUTSRQPONMLKJIHGFEDCBA5" CALCULATION SHEET OF WEIGHTED AVERAGE DISTANCE FOR LEVEL-II TRANSPORT CONTRACTOR RRC TANARADA TO FPS OF BHANJANAGAR BLOCK! NAC. BHANJANAGAR BLOCK Allotme: .. in Quintal Distance from T tal Q fty Total Qty X GPlWard RRC-cum-DS , Sr No FPSCode and Name Rice Wheat o uan I Distance TANARADA

, 7 '. 8 1 2 ","","_~~ 45.8 1 ~~~~:~~:~~~ ~ 9 274.25 2468.25 2 1104G031-PEO, BAIBALI BAIBALI 39 164.97 4.03 169.00 6591.00 3 11 ·~"v .BARUDA BARUDA 16 285.22 69.78 355.00 5680.00 '" IINnl 7 218.95 43 261.95 1833.65 BRAHI 34 285.34 38.81 324.15 11021.10 Ill. ')11.1'A IINnA 364.06 32.09 396.15 9507.60 7 1104G033-PEO, DIH,AI'ADHAL.A 7 236.4 44.55 DIHAPADHALA 280.95 1966.65 8 110··",025- oE.v, DOMUf-'II.NI DOMUHANI 39 157.17 13.68 170.85 6663.15 9 11OA\..,022 "EO, DUMAi(UMPA 14 378.2 80.5 458.70 6421.80 10 11(1'" 'A_ =so ~ GAITERY 32 227.57 40.48 268.05 8577.60

11 11OA\..,zyxwvutsrqponmlkjihgfedcbaZYXWVUTSRQPONMLKJIHGFEDCBA'''lA-PEO, GOLAPADA uVLMr ~DA 12 191.95 37.35 229.30 2751.60 12 1104G096- GUNnARIRAnl 26 124.5 16.8 PEO,GUNDARIBADI 141.30 3673.80 13 1111 -::mr DE.v ,iARI('II.,)1I. HARIGADA 36 258.02 23.23 281.25 10125.00

14 1111.,v,~~ III ,lNnl IJILl.UNDI 8 441.03 67.57 508.60 4068.80 15 1111 KULADA IKULADA 14 240.,15 36 276.75 3874.50

16 1111 'lOV LALSINGI 11.1""1\1,3' 8 188.67 52.38 1928.40 17 11(1",c:n':l"DE.v LAMBHEI [IAMBi=fEI 25 199.88 38.12 238.00 5950.00 18 1104G021-PEO, MUJAGADA IMI 111.,:11.Ill. 19 317.92 23.23 341.15 6481.85 19 1104G027-PEO, ~t\" nANDA 12 351.11 67.19 SANAKODANDII. 418.30 5019.60 20 1104G017-PEO, TILISINGI nLiSINGI 19 176.14 33.26 209.40 3978.60 21 1104G018-PEO, TURUMU TURUMU 22 323.53 42.72 366.25 8057.50 Total 422 5359.8~ 850.57 1f6640.45 Bhanjanagar NAC

1126P010-JAGANNATH DASH 1620.60 1 6.00 220.60 49.50 270.10 1126P003-NIRANJANA 603.60 2 PRADHAN 6.00 77.50 23.10 100.60 1126P016-MAMAHAD NIAZ 660.18 3 6.00 96.63 13.40 110.03 1126P009-T SRINIBASH 68.27 409.62 4 RAO 6.00 55.37 12.90 Total 24.00 450.10 98.90 549.00 3294.00 G.Total 446.00 5809.93 949.47 6759.40 119934.45 Weighted average distance 17.74

Signatur~cer Signature of the Tenderer ANNEXURE:- " CALCULATION SHEET OF WEIGHTED AVERAGE DISTANCE FOR lEVEL-II TRANSPORT CONTRACTOR PEG KORNOll TO FPS OF SHERAGADA BLOCK. BLOCK

Distance Total Qty X SrNo FPS Code and Name GPlWard from PEG, Total Quantity KORNOL! DistancezyxwvutsrqponmlkjihgfedcbaZYXWVUTSRQPONMLKJIHGFEDCBA

222.70zyxwvutsrqponmlkjihgfedcbaZYXWVUTSRQPONMLKJIHGFEDCBA BARAMUNDULI 12.5 28.22 233.87 2923.38 05 29.4 229.45 2753.40 4 BRAMHANCHHAI 200.72 33. 234.44 3516.60 5 16 40.66

236.47 3783.52 DHABALPUR 11 24.64 186.11 2047.21 15 DHANANTARA 257.76 303.00 4545.00 8 GOTHAGAM 16 42.86 248.70 3979.20 9 GOVINDAPUR 16 30.61 327.80 5244.80 1121G019-PEO, KARADAKANA 219.48 36. KARADAKANA 255.95 4095.20 134.52 16.34 1121G042-PEO, KHIRIDA KHIRIDA 150.86 1961.18 1121GOO2-PEO, KRUSHNACHHAI 199.11 38.53 KRUSHNACHHAI 237.64 2851.68 193.93 37.67 231.60 2316.00 14

Weighted average distance 12.89zyxwvutsrqponmlkjihgfedcbaZYXWVUTSRQPONMLKJIHGFEDCBA fL Signature of I~cer Signature of the Tenderer ANNEXURE:- '1 . CALCULATION SHEET OF WEIGHTED AVERAGE DISTANCE FOR LEVEL-II TRANSPORT CONTRACTOR RRC SHERAGADA TO FPS OF SHERAGADA BLOCK Sheragada BLOCK Distance AHu., ". nQuintal from RRC- Total Qty X SrNo FPS Code and Name GPlWard Total Quantity cum-DSC Rice Wheat DistancezyxwvutsrqponmlkjihgfedcbaZYXWVUTSRQPONMLKJIHGFEDCBA Sheragada 1zyxwvutsrqponmlkjihgfedcbaZYXWVUTSRQPONMLKJIHGFEDCBA•...•.• <2>~ ...... '•• "'8'0.. .'<8L IE0/. < 8 1 11121G073- ALARIGADA IPEO,ALARIGADA 222.70 4364.92 1121G058- 5.8 205.65 28.22 2 BARAMUNDULI PEO.BARAMUNDULI 233.87 1356.45 1121GOO7-PEO, 8 200.05 29.4 3 BANDHAGUDA BANDHAGUDA 229.45 1835.60 11121G052-PEO, 18.5 200.72 33.72 4 BRAMHANCHHAI IBRM~I-HIt-Jr.HHAI 234.44 4337.14 5 11121C021-CADRE 9 195.81 40.66 lSI ARY, SECY S.C.S. DENGAPADAR Inl=t-Jr.APAnAR 236.47 2128.23 1121G060-PEO. 3.9 161.47 24.64 6 DHABALPUR DHABALPUR 186.11 725.83 7 1121G046-PEO, 6.8 257.76 45.24 DHANANTARA DHANANTARA 303.00 2060.40 8 1121G034-PEO. 14.8 205.84 42.86 GOTHAGAM GOTHAGAM 248.70 3680.76 1121G053-PEO, 9.1 297.19 30.61 9 GOVINDAPUR GOVINDAPUR 327.80 2982.98 10 1121G019-PEO. 9.7 219.48 36.47 KARADAKANA KARADAKANA 255.95 2482.72 11 12.8 134.52 16.34 1121G042-PEO, KHIRIDA IKHIRIDA 150.86 1931.01 199.11 38.53 12 1121GOO2-PEO, KRII~I-lt-JAI 13.2 KRUSHNACHHAI 237.64 3136.85 37.67 13 1121G051-PEO, Kill II~IInil 6.7 193.93 KULAGADA 231.60 1551.72 1121G025- 5.4 171.28 25.53 14 KUMARPANI PEO,KUMARPANI 196.81 1062.77 15 11121G014-PEO, KURULA KURULA 15 158.45 22.59 181.04 2715.60 11121G074- 8.9 396.06 52.79 16 MAHUPADAR pl=n MIII-lIIPADAR 448.85 3994.77 1121G065-PEO, 13.7 301.91 56.28 17 NARENDRAPUR NARENDRAPUR 358.19 4907.20 6292.44 18 1121G063-PEO PITALA PITALA 19.8 270.41 47.39 317.80 1121GOO5-PEO, 1 435.07 78.49 19 SHERAGADA IS'-It:RII~IInil 513.56 513.56 1121G047- 2.2 278.79 50.2 20 TAKARADA PEO,TAKARADA 328.99 723.78 21 11121G061-PEO, TANHAR ITANHAR 23 178.22 23.15 201.37 4631.51 22 1121G036-PEO, 16.3 233 28.79 ITHURUBURAI 4267.18 THURUBURAI 261.79 [Total 243.2 5090.67 816.32 5906.99 61683.40

Weighted average distance 10.44

Signature of the Tenderer ANNEXURE:-zyxwvutsrqponmlkjihgfedcbaZYXWVUTSRQPONMLKJIHGFEDCBAg

CALCULATION SHEET OF WEIGHTED AVERAGE DISTANCE FOR LEVEL-II TRANSPORT CONTRACTOR RMC BHANJANAGAR TO FPS OF BLOCK! NAC. BELAGUNTHA BLOCK Distance from RRC- Total Quantity Total QtyzyxwvutsrqponmlkjihgfedcbaZYXWVUTSRQPONMLKJIHGFEDCBAX Sr No FPSCode and NamezyxwvutsrqponmlkjihgfedcbaZYXWVUTSRQPONMLKJIHGFEDCBAGPlWard Distance

304.80 3352.80

374.15 4863.95

Bellaguntha NAC

1124POO9-AMANOJ Pentho .SahizyxwvutsrqponmlkjihgfedcbaZYXWVUTSRQPONMLKJIHGFEDCBA 1833.30 1 KUMAR PATRA 9.00 170.38 33.32 203.70 1124P010-T BISWANATH Pentho Sahi 7.61 78.35 705.15 2 PATRA 9.00 70.74 40.93 282.05 2538_45 Total 18.00 241.12 4516.65 56236.50 G.Total 238.00 3589.33 927.32

Weighted average distance 12.45

Signalur. ~flic.r Signature of the Tenderer

bS ANNEXURE:- 9 _ 'CALCULATION SHEET OF WEIGHTED AVERAGE DISTANCE FOR LEVEL-II TRANSPORT CONTRACTOR RRC TANARADA TO FPS OF BELAGUNTHA BLOCK/NAC. BELAGUNTHA BLOCK Distance AlluulIO: II: in Quintal from RRC- Total Qty X SrNo FPS Code and Name GPlWard Total Quantity cum-DSC Rice Wheat Distance TANARADAzyxwvutsrqponmlkjihgfedcbaZYXWVUTSRQPONMLKJIHGFEDCBA 8 1 2zyxwvutsrqponmlkjihgfedcbaZYXWVUTSRQPONMLKJIHGFEDCBA('. i..zyxwvutsrqponmlkjihgfedcbaZYXWVUTSRQPONMLKJIHGFEDCBAIC))" ~ fJll2"zyxwvutsrqponmlkjihgfedcbaZYXWVUTSRQPONMLKJIHGFEDCBA"J'12 '.i"ii" i .'.... 1 111N~_~' 'EO, AMBAPUA IAMBAPUA ~ ~ 52.5 304.80 1524.00 2 IRA lA 18 297.87 76.28 I~I~~O~:~~~-~~~,'r-, ,~ 374.15 6734.70 3 111mr-n.d.< P~(') IJA.JA, 'A.OA 13 179.19 42.46 IRAnAPAnA ~~ 221.65 2881.45 4 111m( l.d.~ PE.~ BANKA IBANKA 9 175.74 51.11 226.85 2041.(35 5 BENIPALLI 18 79.47 25.78 I~ENIPALLI ~. 105.25 1894.50

6 111u""'U"II-r-t::V, IDI-lUMUCHA, 4 157.96 38.59 IDHUMUCHAI 196.55 786.20 7 11mr-nM P~ I~~"~ 'UR 23 238.28 53.87 ~~,r.ANr.A.PUR~~,~'" 292.15 6719.45 ~(')I'lA 'A 8 11" .~ GOBARA 17 190 62.35 252.35 4289.95 9 1103G037-PEO, IINGINATHI 7 145.3 33.15 INGINATHI 178.45 1249.15 10 KHAIRAPUTI 25 183.12 69.13 I ~~O;I~~~1~~~O, 252.25 6306.25 "..,,"" 11 11103G048· 'EO, IKHETRIBARAPUR 21 274.91 71-:04 IKHt:: I KIBARAPUR 345.95 7264.95 12 1111~r.n4Cl-PEO, LUNI 'A 21 140.12 41.78 ILUN;PA[),AC:::AC:::AN 181.90 3819.90 13 ''''~I _PUR 12 166.36 48.29 l~n1~~~~;~~~O, 214.65 2575.80

14 11103Cv·II';. PE~, NETTANGA 17 122.59 35.61 INETT",~G" 158.20 2689.40 15 11103G018-PEO, NIIAr.AM "lUAIJAM 5 87.27 20.98 108.25 541.25 16 .PAILIPADA 23 214.18 57.27 ~AILIPADA 'EO, 271.45 6243.35 17 111 'EO, ITANARAnA 1 215.42 64.88 T.ANARAnA 280.30 280.30 18 1103G011-PEO, UDHURA IUDHURA 5 228.13 41:32 269.45 1347.25 TotalzyxwvutsrqponmlkjihgfedcbaZYXWVUTSRQPONMLKJIHGFEDCBA244 3348.21 886.39 4234.6 59189.5 Bellaguntha NAC

1124POO9-A.MANOJ Pentho .Sahi 1 KUMAR PATRA 4.00 170.38 33.32 203.70 814.80 1124P010-T BISWANATH Pentho Sahi 2 PATRA , 4.00 70.74 7.61 78.35 313.40 Total 8.00 241.12 40.93 282.05 1128.20 G.Total 252.00 3589.33 927.32 4516.65 60317.70

Weighted average distance 13.35

Signature of the Tenderer ANNEXURE:-zyxwvutsrqponmlkjihgfedcbaZYXWVUTSRQPONMLKJIHGFEDCBAIZ>

CALCULATION SHEET OF WEIGHTED AVERAGE DISTANCE FOR LEVEL-II TRANSPORT CONTRACTOR PEG, JAGANNATHPRASAD TO FPS OF JAGANNATHPRASAD BLOCK. JAGNNATH PRASAD BLOCK Distance Ahounem: in Quintal from RRC- Total Qty X FPS Code and Name GPIWard Total Quantity SrNo cum-DSC Rice Wheat Distance PEG J.NzyxwvutsrqponmlkjihgfedcbaZYXWVUTSRQPONMLKJIHGFEDCBA .·~:,.l;.i IUtU/C' ••.••• .' ',imT• . /?1liii ,,:;" ...•.•••.••.•.•.•8' 1zyxwvutsrqponmlkjihgfedcbaZYXWVUTSRQPONMLKJIHGFEDCBA. --z-zyxwvutsrqponmlkjihgfedcbaZYXWVUTSRQPONMLKJIHGFEDCBAii ~'i IA ....HEIG", 2132 1 1112G048-PEO, IADHEIGAN 129.61 2721.81 .4nR~zyxwvutsrqponmlkjihgfedcbaZYXWVUTSRQPONMLKJIHGFEDCBAR&; 2 111~ALASU IALASU 17 196.45 42.6 239.05 3 11112G058-PEo, ALLADI IALLADI 14 211.62 30.43 242115 3388.70 2903.26 4 11112Go49-PEO, B.D.PUR IB.D.PUR 17 146.62 24.16 170.78 ,to.!fo.("to.~A 20 137.15 9.19 5 1112G037-PEO, 2926.80 BARAGAM 146.34 I .... UDU~UNGU 1.5 113.03 22.92 6 1112G062-PEO, 203.93 BUDURUNGU 135.95 7 ICHA....HIA,.>A...... , 7 141.48 26.12 1~~1~~,~:::t:~1' 167.60 1173.20 1112G060-PEO, IvHHAMUNDA 7 244.17 57.74 8 2113.37 CHHAMUNDA 301.91 IGANJADI-l.t;1'? 134.22 14.34 9 1112G022-PEO, 12 GANDADHAR 148.56 1782.72 IGAYAGto.MnA 46 321.71 39.61 10 1112G010-PEO, 16620.72 GAYAGANDA 361.32 22Q.74 6180.72 11 11112G019-PEO, GERE~ iGEREDA 28 179.42 41.32 Ito.~HII\TH PRASAD 4 263.53 51.25 12 1112G027-PEO, 1257.12 JAGANATH PRASAD 314.28 13 IJRADABHUMI 16 278.85 49.75 I:~~, 328.60 5257.60 36.79 271.21 3254.52 14 11112G036.oEO, KADU~ IKADUA 12 234.42 IK, '",.,''' '''' , ...... , 22 224.36 36.86 15 1112G054-PEO, 5746.84 KHAMARAPALLI 261.22 I"Mt: 1AIV1UNDALLI 31 181.73 30.25 16 1112G020-PEO, 6571.38 KHETAMUNDALLI 211.98 17 1112G012-PEO, IKOKOLABA 47 201.67 30.66 232.33 10919.51 KOKOLABA 33.72 245.60 6631.20 18 1111Ll:iUUb-PEO, KUDUTAI IKUDUTAI 27 211.88 30.77 19 11112G040-PEO, IKUMPA,.>A..lP- 11 139.8 ,KUMPto.pto.nto. 170.57 1876.27 )At--.CHAB~UTI 7 174.34 32.67 20 1449.07 ~~~~I-lAR~U~ 207.01 1112GOO5-PEO, PHp-rto.PI R 22 260.96 44.74 21 305.70 6725.40 PRATAPUR 56.46 276.90 1384.50 22 11112Go32-PEO, RAUTI iRAUTI 5 220:44 iRunpto. )to.,to. 52 186.65 21.49 23 1112G016-PEO, 208.14 10823.28 RUDHAPADAR 17.4 128.84 257.68 24 1112G071-PEO, JIRABAD~ IJIRABADI 2 111.44 ITARASINGI 41 245.71 33.42 25 1112GOO1-PEO, 279.13 11444.33 TARASINGI AS:U:QU 5705.42 117677.775 ITotal 489.5 835.98

Weighted average distance 20.63

Signature of the Tenderer CALCULATION SHEET OF WEIGHTED AVERAGE DISTANCE FOR LEVEL-II TRANSPORT CONTRACTOR RRC J.N. PRASAD TO FPS OF JAGANNATHPRASAD BLOCK. JAGNNATH PRASAD BLOCK ANNEXURE:- I\ Distance from RRC• Total Quantity Total Qty X Sr No FPS Code and NamezyxwvutsrqponmlkjihgfedcbaZYXWVUTSRQPONMLKJIHGFEDCBAGPIWard cum-DSC - Distance

146.34 1902.42 6 113.03 135.95 815.70 7 12 14 .48 26.12 167.60 2011.20 8 7 244.17 57. 301.91 2113.37 9 5 14.34 148.56 742.80 40

261.22 5746.84 25 30.25 211.98 5299.50 40 201.67

170.57 2899.69 14 74.34 207.01 2898.14 44.74

Weighted average distance 17.94zyxwvutsrqponmlkjihgfedcbaZYXWVUTSRQPONMLKJIHGFEDCBA

Signature ~Offlcer Signature of the Tenderer ANNEXURE ~ 12. CALCULATION SHEET OF WEIGHTED AVERAGE DISTANCE FOR LEVEL-II TRANSPORT CONTRACTOR. RRC,TATABALJ TO FPSOF SURDA BLOCKzyxwvutsrqponmlkjihgfedcbaZYXWVUTSRQPONMLKJIHGFEDCBA& NAC.

Total Qty. Distane 51 into from RRC- Allot. In Qtls. No distance FPSCode & Name G.P./Ward Cum-DSC Rice Wheat 1 2 Total Qty. (Col.4*7) 3 4 5 6 7 8 1 1122G058-PEO,AMURUTULU AMURUTULU 11 201.95 36.30 2 1122G049-PEO,ASURABANDHA 238.25 2620.75 ASURABANDHA 15 424.08 79.57 503.65 7554.75 3 1122G061-PEO, BADABADANGI BADABADANGI 20 206.16 12.89 4 1122G053-PEO, 219.05 4381.00 BADAGADA 20 280.25 45.60 325.85 6517.00 5 1122G054-PEO, BADAGOCHHA BADAGOCHHA 54 157.10 10.50 6 1122G070-PEO, BORADA 167.60 9050.40 BORADA 28 195.88 21.82 217.70 6095.60 7 1122G059-PEO, BORASINGI BORASINGI 11 153.07 35.58 8 1122G052-PEO, EKALAPUR 188.65 2075.15 EKALAPUR 24 279.83 54.97 334.80 8035.20 9 1122G071-PEO, G P.SASAN GPSASAN 10 454.16 92.99 547.15 10 1122C073-SECRETARY, SCS GOCHA 5471.50 GAJALABADI 26 201.41 1122C066-SECRETARY, SCS 16.04 217.45 5653.70 11 GANGAPUR """ 20 242.24 34.56 12 1122G064-PEO, GENJA 276.80 5536.00 GENJA 19 104.42 15.08 119.50 2270.50 13 1122C072-SECRETARY, SCS GOCHA GOCHHA 24 265.67 31.68 14 297.35 7136.40 1122G067-PEO, GOUDAGOTHA GOUDAGOTHA 40 413.03 3.12 15 1122G060-PEO, HINJALAKUDA 416.15 16646.00 HINJALAKUDA 14 141.14 20.76 161.90 2266.60 16 1122G051-PEO, HUKUMA HUKUMA 11 253.02 49.18 302.20 17 1122G063-PEO, KULLANGI 3324.20 KULLANGI 20 284.77 62.48 347.25 6945.00 18 1122G055-PEO, LATHIPADA LATHIPADA 18 268.13 49.12 317.25 19 1122G069-PEO, MERRIKOTA 5710.50 MERRIKOTA 40 221.54 1122S068-SECRETARY, MAA TARINI 2.86 224.40 8976.00 20 NUAGADA 8 256.38 38.27 294.65 21 1122G062-PEO, PALAKATA 2357.20 PALAKATA 12 144.66 26.64 171.30 2055.60 22 1122G056-PEO, RAIBANDHA RAIBANDHA 16 235.20 50.70 285.90 4574.40 23 1122G057-PEO, SARABADI SARABADI 14 338.19 66.26 404.45 24 1122G050-PEO, SIDHAPUR 5662.30 SIDHAPUR 20 263.73 45.47 309.20 6184.00 25 1122G065-PEO, SURAMANI SURAMANI 6 185.36 24.44 209.80 1258.80 TOTAL 6171.37 926.88 7098.25 138358.55 SURDA NAC 1 1140T001-E.O.NAC SURADA Ward No-01 5 91.35 0.00 91.35 2 ACMPCS,NAC, SURDA 456.75 5 307.92 78.43 386.35 1931.75 TOTAL 399.27 78.43 477.70 2388.50 GRAND TOTAL 6570.64 1005.31 7575.95 140747.05

Weighted average distancel 18.581

(Signatu (Signature of the Tenderer) ANNEXURE- 13 CALCULATION SHEET OF WEIGHTED AVERAGE DISTANCE FOR LEVEL-II TRANSPORT CONTRACTOR. RMC,CHATRAPUR TO FPS OF CHATRAPUR BLOCKzyxwvutsrqponmlkjihgfedcbaZYXWVUTSRQPONMLKJIHGFEDCBA& NAC.

Total Qty. Distane SI into from RRC- Allot. In Qtls. Total distance No FPSCode & Name G.P./Ward Cum-DSC Rice Wheat 1zyxwvutsrqponmlkjihgfedcbaZYXWVUTSRQPONMLKJIHGFEDCBAQty. (Col.4*7)zyxwvutsrqponmlkjihgfedcbaZYXWVUTSRQPONMLKJIHGFEDCBA 2 3 4 5 6 7 8 1 1106G005-PEO,AGASTINUAGAN AGASTINUAGAN 12 304.70 31.60 336.30 4035.60 2 1106G008-PEO,ARJYAPALLI ARJYAPALLI 7 340.44 56.64 397.08 2779.56 3 1106G006-PEO, BADA MADHAPUR BADA MADHAPUR 18 293.62 38.45 332.07 5977.26 4 1106G001-PEO, BAULAGAM BAULAGAM 15 167.71 25.42 193.13 2896.95 5 1106G016-PEO, BHIKARIPALLI BHIKARIPALLI 7 352.12 35.14 387.26 2710.82 6 1106G017-PEO, BIPULINGI BIPULINGI 6 400.35 45.35 445.70 2674.20 7 1106G002-PEO, CHAMAKHANDI CHAMAKHANDI 6 418.73 63.61 482.34 2894.04 8 1106G003-PEO, CHIKALAKHANDI CHIKALAKHANDI 5 303.50 35.75 339.25 1696.25 9 1106G004-PEO, KALiPALLI KALiPALLI 13 294.26 49.53 343.79 4469.27 10 1106G015-PEO, KANAMANA KANAMANA 5 236.17 35.32 271.49 1357.45 11 1106G014-PEO, LAXMIPUR LAXMIPUR 18 261.03 35.96 296.99 5345.82 12 1106G013-PEO, MAHANADAPUR MAHANADAPUR 17 178.32 23.93 202.25 3438.25 13 1106G012-PEO, NARENDRAPUR NARENDRAPUR 14 203.38 22.62 226.00 3164.00 14 1106G009-PEO, PODAPADARA PODAPADARA 5 248.33 18.97 267.30 1336.50 15 1106G010-PEO, POTLAMPUR POTLAMPUR 15 312.50 40.33 352.83 5292.45 16 1106G011-PEO, SUNDARPUR SUNDARPUR 12 473.29 61.33 534.62 6415.44 17 1106G007-PEO, TANGANAPALLI TANGANAPALLI 20 356.22 49.28 405.50 8110.00 TOTAL 5144.67 669.23 5813.90 64593.86 CHATRAPUR N.A.C. 1 1128P008-SANTOSH KUMAR GOUDA WARD NO.05 1 64.73 16.17 2 1128P004-SANDEEP KUMAR BHOOT 80.90 80.90 WARD NOO9 2 62.17 16.28 3 1128G012-PITABAS PATTNAIK 78.45 156.90 1 52.37 8.78 4 1128POO3-RHARIBABU 61.15 61.15, 2 64.54 20.16 5 1128P005-KNARASING MURTY 84.70 169.40 2 52.42 7.73 6 1128P009-SANDHYA RANI SETHI 60.15 120.30 1 54.54 6.91 61.45 7 1128P010-KALU CHARAN BEHERA 61.45 1 51.16 10.34 61.50 8 1128P013-PUSPANJALI MOHANTY 61.50 1 69.06 10.29 9 1128P014-S.TRINATH REDDY 79.35 79.35 1 55.66 5.74 61.40 61.40 TOTAL 526.65 102.40 159.35 237.80 GRAND TOTAL 5671.32 771.63 5973.25 64831.66

Weighted average distance I 10.851

(Signatu~1 (Signature of the Tenderer) ANNEXURE:-zyxwvutsrqponmlkjihgfedcbaZYXWVUTSRQPONMLKJIHGFEDCBA11 CALCULATION SHEET OF WEIGHTED AVERAGE DISTANCE FOR LEVEL·II TRANSPORT CONTRACTOR PEG, KRUSHNAPRASAD TO FPS OF GANJAM BLOCK! NAC & RAMBHA NAC. GANJAM BLOCK Distance A"uLl ...... n QUii1tal from RRC- Total Qty X SrNo FPS Code and Name GPlWard Total Quantity cum-DSC Rice Wheat Distance PEG,zyxwvutsrqponmlkjihgfedcbaZYXWVUTSRQPONMLKJIHGFEDCBA 'hn"zyxwvutsrqponmlkjihgfedcbaZYXWVUTSRQPONMLKJIHGFEDCBA •.• iT 1. ..•••. •• 1 1110G053-PEO, HUMI 52.00 ~ ~zyxwvutsrqponmlkjihgfedcbaZYXWVUTSRQPONMLKJIHGFEDCBA332.10 17269.20 2 60.50 214.22 34.08 ~~~~~::A"",~U, 248.30 15022.15 3 KARAPADA 77.00 306.95 23.70 ~~~:';-;~'Aw 330.65 25460.05 4 111',~ II

1131 P002-S.K ACHARYA WARD NO.02 1 58.50 37.51 3.94 41.45 2424.83 1131P008-GOVI NDA WARD NO.03 2 CHANDRA DASH 58.00 31.66 4.24 35.90 2082.20 1131POO9-PRADEEP WARD NO.06 3 KUMAR PANDA 57.90 37.73 1.97 39.70 2298.63 1131P010-RAMESH CH WARD NO.07 4 PANIGRAHI 57.60 33.16 3.14 36.30 2090.88 1131P011-JAYAKRUSHNA WARD NO.OS 5 BARIKI 57.00 35.81 3.04 38.85 2214.45 1131 POO5-SIMANCHALA WARD NO.09 6 TARAI 56.60 51.32 3.63 54.95 3110.17 1131P012-S.BHUDEVI WARD NO.12 7 REDDY 58.50 51.42 3.73 55.15 3226.28 Total 404.10 278.61 23.69 302.30 17447.43 1139POO5-HARISH WARD NO.04 1 CHANDRA BEHERA 58.50 61.54 12.86 74.40 4352.40 1139POOB-PRAKASH WARD NO.05 2 CHANDRA GOUDA 57.30 51.23 6.97 58.20 3334.86 1139POO1-BASANTI WARD NO.06 3 PANDA 59.00 46.16 6.74 52.90 3121.10 1139POO9-JOGINDRA WARD NO.09 4 SWAIN 58.00 38.59 6.31 44.90 2604.20 1139P011-DILIP KUMAR WARD NO.11 5 TARAI 58.00 49.95 9.05 59.00 3422.00 1139P012-NARAYAN WARD NO.12 6 PATTNAIK 57.00 57.62 9.53 67.15 3827.55 1139P013-A.GANGA DHAR WARD NO.13 7 PATRA 56.70 28.96 4.79 33.75 1913.63 Total 404.50 334.05 56.25 390.30 22575.74 G.Total 1662.90 4477.67 434.23 4911.90 289166.35 Weighted average distance 58.87

Signature ~Officer Signature of the Tenderer ANNEXURE - I s- CALCULATION SHEET OF WEIGHTED AVERAGE DISTANCE FOR LEVEL-II TRANSPORT CONTRACTOR. RRC,BEGUNIAPADA TO BEGUNIAPADA BLOCK & KODALA NAC

Total Qty. Oistane Allot. In Qtls. into from RRC- SI No FPSCode & Name distance G.P./Ward Cum-OSC Rice Wheat 1zyxwvutsrqponmlkjihgfedcbaZYXWVUTSRQPONMLKJIHGFEDCBATotal Qty. (Col.4*7)zyxwvutsrqponmlkjihgfedcbaZYXWVUTSRQPONMLKJIHGFEDCBA 2 3 4 5 6 7 8 1 1102G022-PEO, ANGARGAM ANGARGAM 21.0 275.79 21.96 297.75 6252.75 2 1102G019-PEO, B.K.KHAMA B.K.KHAMA 10.0 222.24 23.76 246.00 2460.00 3 1102G015-PEO, BEGUNIAPADA BEGUNIAPADA 1.0 210.49 15.26 225.75 225.75 4 1102G008-PEO, BERUANBADI BERUANBADI 13.5 213.59 30.46 244.05 3294.68 5 1102G002-PEO, BURUJHARI BURUJHARI 8.0 271.40 28.85 300.25 2402.00 6 1102G021-PEO, CHANDANPUR CHANDANPUR 8.0 288.39 26.16 314.55 2516.40 7 1102G013-PEO, CHINGUDIKHOLE CHINGUDIKHOLE 6.0 132.41 13.74 146.15 876.90 8 1102G007-PEO, DIGAPADA DIGAPADA 11.5 272.91 30.52 303.43 3489.45 9 1102G011-PEO, K.BARIDA K.BARIDA 2.5 370.79 43.01 413.80 1034.50 10 1102G005-PEO, KALiMEGHI KALiMEGHI 14.5 235.62 37.33 272.95 3957.78 11 1102G020-PEO, KHANDIANAI KHANDIANAI 0.5 291.91 42.34 334.25 167.13 12 1102G006-PEO, KUMBHARGAM KUMBHARGAM 21.0 206.69 23.76 230.45 4839.45 13 1102G014-PEO, MARDAKOTE MARDAKOTE 6.0 322.25 33.37 355.62 2133.72 14 1102G012-PEO, MARDAMEKHA MARDAMEKHA 11.0 482.60 42.75 525.35 5778.85 15 1102G016-PEO, MATHASARASING MATHASARASING 14.0 290.50 20.70 311.20 4356.80 16 1102G009-PEO, PHASI PHASI 9.5 317.78 49.07 366.85 348508 17 1102G001-PEO, S.CHACHINA S.CHACHINA 5.5 307.94 25.25 333.19 1832.55 18 1102G010-PEO, S.USTAPADA S.USTAPADA '- 15.0 154.97 18.73 173.70 2605.50 19 1102G003-PEO, SANDHAMULA SANDHAMULA 19.0 204.92 26.68 231.60 4400.40 20 1102G077-PEO, SANKUDA SANKUDA 13.0 200.28 26.82 227.10 2952.30 21 1102G017-PEO, SUMANDALA SUMANDALA 10.0 203.50 15.55 219.05 2190.50 22 1102G004-PEO, TALASARA TALASARA 16.0 282.66 37.14 319.80 5116.80 23 SARDHAPUR 11.0 101.73 11.87 113.60 1249.60 TOTAL 5861.36 645.08 6506.44 67618.86 KODALA NAC 1 Arakshita Pradhan 8.0 220.11 32.84 252.95 2023.6 2 Bikram Panda 9.0 200.44 30.61 231.05 207Q.45 TOTAL 420.55 63.45 484.00 4103.05 GRAND TOTAL 6281.91 708.53 6990.44 71721.91

Weighted average distance 10.261

(Signature of the Tenderer) ANNEXURE -zyxwvutsrqponmlkjihgfedcbaZYXWVUTSRQPONMLKJIHGFEDCBAI ~ CALCULATION SHEET OF WEIGHTED AVERAGE DISTANCE FOR LEVEL-II TRANSPORT CONTRACTOR. PEG,KESHAPUR TO BEGUNIAPADA BLOCK & KODALA NAC

Total Qty. Oistane Allot. In Qtls. into from RRC- SINo FPSCode & Name distance G.P./Ward Cum-OSC Rice 1zyxwvutsrqponmlkjihgfedcbaZYXWVUTSRQPONMLKJIHGFEDCBA2 Wheat Total Qty. (CoI.4*7) 3 4 5 6 7 1 1102G022-PEO,ANGARGAM 8 ANGARGAM 27.0 275.79 21.96 297.75 2 1102G019-PEO, B.K.KHAMA 803925 B.K.KHAMA 19.0 222.24 23.76 246.00 1102G015-PEO, BEGUNIAPADA 4674.00 3 BEGUNIAPADA 20.0 210.49 15.26 225.75 4 1102G008-PEO, BERUANBADI 4515.00 BERUANBADI 35.0 213.59 30.46 244.05 5 1102G002-PEO, BURUJHARI 8541.75 BURUJHARI 15.0 271,40 28.85 300.25 1102G021-PEO, CHANDANPUR 4503.75 6 CHANDANPUR 24.0 288.39 26.16 314.55 7549.20 7 1102G013-PEO, CHINGUDIKHOLE CHINGUDIKHOLE 28.0 132.41 13.74 146.15 1102G007-PEO, DIGAPADA 4092.20 8 DIGAPADA 31.0 272.91 30.52 303.43 9 1102G011-PEO, K.BARIDA 9406.33 K.BARIDA 20.0 370.79 43.01 413.80 10 1102G005-PEO, KALIMEGHI 8276.00 KALIMEGHI 36.0 235.62 37.33 272.95 11 1102G020-PEO, KHANDIANAI 9826.20 KHANDIANAI 23.0 291.91 42.34 334.25 12 1102G006-PEO, KUMBHARGAM 7687.75 KUMBHARGAM 35.0 206.69 23.76 230.45 13 1102G014-PEO, MARDAKOTE 8065.75 MARDAKOTE 22.0 322.25 33.37 355.62 7823.64 14 1102G012-PEO, MARDAMEKHA MARDAMEKHA 33.0 482.60 42.75 525.35 17336.55 15 1102G016-PEO, MATHASARASING MATHASARASING 34.0 290.50 20.70 311.20 16 1102G009-PEO, PHASI 10580.80 PHASI 32.0 317.78 49.07 366.85 11739.20 17 1102G001-PEO, S.CHACHINA S.CHACHINA 15.0 307.94 25.25 333.19 4997.85 18 1102G010-PEO, S.USTAPADA S.USTAPADA 40.0 154.97 18.73 173.70 6948.00 19 1102G003-PEO, SANDHAMULA SANDHAMULA 22.0 204.92 26.68 231.60 5095.20 20 1102G077-PEO, SANKUDA SANKUDA 18.0 200.28 26.82 227.10 4087.80 21 1102G017-PEO, SUMANDALA SUMANDALA 15.0 203.50 22 1102G004-PEO, TALASARA 15.55 219.05 3285,75 TALASARA 22.0 23 282.66 37.14 319.80 7035.60 SARDHAPUR 20.0 101.73 11.87 TOTAL 113.60 2272.00 5861.36 645.08 KODALA NAC 6506.44 166379.57 1 ArakshitaPradhan WARD NO-6 28.0 220.11 32.84 252.95 7082.6 2 BikramPanda WARD NO-2 29.0 200.44 30.61 231.05 TOTAL 6700.45 420.55 63.45 484.00 13783.05 GRAND TOTAL 6281.91 708.53 6990.44 180162.62

Weighted average distance 25.771

ISignatu~~rJ (Signature of the Tenderer)zyxwvutsrqponmlkjihgfedcbaZYXWVUTSRQPONMLKJIHGFEDCBA 13 ANNEXURE - tl- CALCULATION SHEETOF WEIGHTED AVERAGE DISTANCE FOR LEVEL-II TRANSPORT CONTRACTOR. PEG, KESHAPUR TO FPSOF KHALLIKOTE BLOCK & NAC.

Total Qty. Distane Allot. In Qtls. SI into from RRC- No FPSCode & Name distance G.P'/Ward Cum-DSC Rice Wheat 1zyxwvutsrqponmlkjihgfedcbaZYXWVUTSRQPONMLKJIHGFEDCBA2 Total Qty. (CoI.4*7) 3 4 5 6 7 8 1 1114G080-PEO,AITIPUR AITIPUR 12 133.27 2 1114G068-PEO, B.N PALLI 20.14 153.41 1840.92 B.N PALLI 10 260.14 33.25 293.39 2933.90 3 1114G075-PEO, B.N PUR B.N PUR 25 250.27 31.54 4 1114G066-PEO, BADAPALLI 281.81 7045.25 BADAPALLI 20 230.20 24.33 254.53 5090.60 5 1114G069-SECRETARY, BANIA BANIA 15 201.32 30.73 6 1114G070-PEO, BHIKAPADA 232.05 3480.75 BHIKAPADA 14 136.69 11.98 148.67 2081.38 7 1114G060-PEO, BIKRAMPUR BIKRAMPUR 4 245.29 28.98 274.27 1097.08 8 1114G061-PEO, CHIKILI CHIKILI 13 211.16 35.98 9 1114G082-PEO, DANAPUR 247.14 3212.82 DANAPUR 25 259.17 10 28.83 288.00 7200.00 1114G059-PEO, DIMIRIA DIMIRIA 10 188.81 28.72 11 1114G064-PEO, KAIRASI 217.53 2175.30 KAIRASI 12 158.76 12 1114G071-PEO, KANAKA 22.47 181.23 2174.76 KANAKA 12 261.20 13 25.14 286.34 3436.08 1114G079-PEO, KANCHANA KANCHANA 15 324.71 33.71 14 1114G076-PEO, KANHEIPUR 358.42 5376.3(), KANHEIPUR 7 365.05 15 48.89 413.94 2897.58 ' 1114G067-PEO, KESHPUR KESHPUR 1 282.66 21.04 16 1114G072-SECRETARY, KHOJAPALLI 303.70 303.70 KHOJAPALLI 16 155.33 17 12.61 167.94 2687.04 1114G081-PEO, KOMONDO KOMONDO 20 253.10 22.91 18 1114G084-PEO, LANGALESWAR 276.01 5520.20 LANGALESWAR 7 372.61 19 48.64 421.25 2948.75 1114G065-PEO, MATHURA MATHURA 10 345.45 39.59 20 1114G077-PEO, NAIKANIPALLI 385.04 3850.40 NAIKANIPALLI 15 199.36 21 24.44 223.80 3357.00 1114G083-PEO, PATHARA PATHARA 8 399.61 51.58 22 1114G073-PEO, SABULIA 451.19 3609.52 SABULIA 15 276.23 23 31.95 308.18 4622.70 1114G062-PEO, SKS PUR SKS PUR 1 181.74 25.89 24 1114G074-PEO, TALAPADA 207.63 207:63' TALAPADA 13 193.52 25 28.88 222.40 2891.20 1114G063-PEO, TENTULIAPALLI TENTULIAPALLI 12 123.12 21.74 144.86 1738.32 26 1114G078-PEO, TULASIPUR TULASIPUR 9 154.92 31.76 186.68 1680.12 TOTAL 6163.69 765.72 6929.41 83459.30i KHALLIKOTE NAC

1135P019-NCS,PVT WARD NO.09 7 45.24 13.06 1135P003-BIRANCHI NARAYAN 58.30 408 101 BARDHAN SAMANTA WARD NO.03 6 140.94 26.35 167.29 1003.74 1135P010-DURJYODHAN BARIK WARD NO.11 8 80.62 18.78 99.40 795.20 1135P021-GOVINDA BARIK WARD NO.12 8 51.56 7.84 59.40 475.20 TOTAL 318.36 66.03 384.39 2682.24 GRAND TOTAL 6482.05 831.75 7313.80 86141.54

Weighted average distance 11.781

(Signatur (Signature of the Tenderer) CALCULATION SHEET OF WEIGHTED AVERAGE DISTANCE FOR LEVEL-II TRANSPORT CONTRACTOR PEG KESHAPUR TO FPS OF POLASARA BLOCK! NAC POLASARA BLOCK ANNEXURE:-zyxwvutsrqponmlkjihgfedcbaZYXWVUTSRQPONMLKJIHGFEDCBAIYs Allotment in Quintal Distance Total QtyX from PEG Total Quantity SrNo FPSCodeand Name GPlWard Rice Wheat Distance Keshapur

ill 1117G042-PEO,BADA 48 216.41 44.9 1 BADA PANKALABADI 261.31 12542.88 PANKALABADI 56 120.58 17.84 2 1117G038-PEO,BALICHAI BALICHAI 138.42 7751.52 15.73 3 1117G001-PEO, 41 144.19 BANTHAPALLI 159.92 6556.72 BANTHAPALLI 47 135.48 21.57 4 1117G039-PEO,BARTINI BARTINI 157.05 7381.35 1117G002-PEO, 42 273.67 62 5 BELAGAON 335.67 14098.14 BELAGAON 17.37 6 1117G020-PEO, 50 155.82 BHABARADA 173.19 8659.50 BHABARADA 27.77 7 1117G004-PEO, 43 110.48 BUDHEISUNI 138.25 5944.75 BUDHEISUNI 45.9 8 1117G021-PEO, 48 291.56 CHIRIKIPADASASAN 337.46 1619808 CHIRIKIPADASASAN 25.41 9 1117G036-PEO, 49 194.54 DHUNKAPADA 219.95 10777.55 DHUNKAPADA 1117G006-PEO, 48 96.7 20.73 10 GHOPAPALANA 117.43 5636.64 GHODAPALANA 27.22 11 1117G025-PEO, 60 218.43 GOCHABADI 245.65 14739.00 GOCHABADI 30.01 12 46 213.72 1117G045-PEO,HATIOTIA HATIOTIA 243.73 11211.58 15.83 13 1117G008-PEO, 40 177.08 J.DENGAPADAR 192.91 7716.40 J.DENGAPADAR 30.01 243.73 11211.58 14 JAKARA 46 213.72 40.37 15 43 275.25 1117G010-PEO,KALAMBA KALAMBA 315.62 13571.66

1117G046-PEO, 55 130.72 48.84 16 KANACHAI 179.56 9875.80 KANACHAI 1117G048-PEO, 57 132.63 20.22 17 KENDUBADI 152.85 8712.45 KENDUBADI 15.17 1117G056- 48 167.2 18 KHANDURU 182.37 8753.76 PEO,KHANDURU 1117G015-PEO, 43 237.91 36.57 19 MADHUPALLI 274.48 11802.64 MADHUPALLI 1117G029-PEO,MALA 47 213.44 33.71 20 MALATENTULIA 247.15 11616.05 TENTULIA 35.72 21 50 150.97 1117G050-SECRETARY, MANDARA MANDARA 186.69 9334.50 38 270.77 30.4 22 1117G014-PEO,MATHURA MATHURA 301.17 11444.46 23.67 223.41 10500.27 23 1117G017-PEO,NIMINA NIMINA 47 199.74 1117G033-PEO, 62 298.74 36.42 24 PANDIRIPADA 335.16 20779.92 PANDIRIPADA 1117G052-PEO, 48 207.41 33.74 25 RUMAGADA 241.15 11575.20 RUMAGADA 60 208.64 34.18 26 1117G051-PEO,SODAKA SODAKA 242.82 14569.20 5847.1 282961.6 Total 1262 5055.8 791.3 POLASARA NAC

1137P001-R.SINGARAO WARDNO.01 77.37 12.35 89.72 3768.24 1 PATRA 42.00 1137P002-NIRANJAN WARD NO.02 87.02 3654.84 2 BAITHARU 42.00 73.36 13.66 1137P005-SMT.A. GOLAP WARDNO.05 59.61 2444.01 3 PATRA 41.00 51.28 8.33 1137P006-PRABHAKAR WARDNO.06 30.78 1261.98 4 PRADHAN 41.00 24.34 6.44 1137P007-SUDIPTA WARDNO.07 53.65 2306.95 5 MOHANPATINAYAK 43.00 44.30 9.35 1137P009-RAMESH WARD NO.09 62.84 2576.44 6 CHANDRAPRADHAN 41.00 53.46 9.38 1137P011-GOURAHARI WARD NO.10 7.37 38.99 1676.57 7 MALIK 43.00 31.62 1137P004-BHART 7.76 62.45 2560.45 8 BEHERA 41.00 54.69 1137P008-PRAFULLA 25.39 156.01 6396.41 9 KUMARSAHU 41.00 130.62 1137S017-SECRETARY 28.91 4.88 33.79 1452.97 10 MAAMANGALA 43.00 674.86 28098.86 Total 418.00 569.95 104.91 311060.46 G.Total 1680.00 5625.75 896.21 6521.96 Weighted average distance 47.69

~ Signature of Issuing Officer Signature of the Tenderer ANNEXURE:- IzyxwvutsrqponmlkjihgfedcbaZYXWVUTSRQPONMLKJIHGFEDCBA'1 CALCULATION SHEET OF WEIGHTED AVERAGE DISTANCE FOR LEVEL-II TRANSPORT CONTRACTOR RRC BHUTASARASINGI TO FPS OF PURUSOTAMPUR BLOCK! NAC. Purusotampur BLOCK Distance Allotment inQuintal from RRC- Total Qty X SrNo FPSCodeand Name GPlWard Total Quantity cum-DSC Rice Wheat Distance Bhutasarasi 1 i,',tt<·.·~·. .V8;;Q' 1 10 201.84 26.31 1118G071·PEO,ACHULI ACHULI 228.15 2281.50 1118G083·PEO, 2 ANTARIGAM 16 255.18 15.12 ANTARIGAM 270.30 4324.80 1118G085·PEO, 3 ARAKHAPUR 8.3 157.81 25.41 ARAKHAPUR 183.22 1520.73 1118G090-PEO, 4 BADABARAGAM 8.3 223.48 34.57 BADABARAGAM 258.05 2141.82 1118G077·PEO, 5 BADAKHARIDA 4.6 428.03 59.52 BADAKHARIDA 487.55 2242.73 6 15 288.32 46.72 1118G078·PEO,BAGHALA BAGHALA 335.04 5025.60 1118G072·PEO, 7 BHATAKUMARADA 14 276.69 49.13 BHATAKUMARADA 325.82 4561.48 8 7.7 186.46 35.64 1118G070-PEO,BHIMPUR BHIMPUR 222.10 1710.17 1118G092·PEO, 9 BHUTASARASINGI 1 303.4 40.01 BHUTASARASINGI 343.41 343.41 10 1118G095·PEO, CHANGUDIPADAR 11 209.45 22.15 CHANGUDIPADAR NUAGAM 231.60 2547.60 1118G081·PEO, 11 CHINGUDIGHAI 15 204.6 28.72 CHINGUDIGHAI 233.32 3499.80 1118G086·PEO, 12 GANGADAHANI 15 117.5 20.76 GANGADAHANI 138.26 2073.90 1118W087·SECRETARY, 13 GANGADAHANI 10 64.75 9.7 RAMAKRUSHNAWSHG 74.45 744.50 1118G079-PEO, 14 HANDIGHAR 8.3 133.94 12.71 HANDIGHAR 146.65 1217.20 1118G073-PEO, 15 JAGANATHPUR 13 182.08 23.22 JAGANATHPUR 205.30 2668.90 16 13 184.05 39.1 1118G096-PEO,JAMUNI JAMUNI 223.15 2900.95 17 14 265.91 33.59 1118G094-PEO,JHADABAI JHADABAI 299.50 4193.00 18 1118G093·PEO,KAMA KAMA 8.9 268.15 31.75 NALINAKHYAPUR NALINAKHYAPUR 299.90 2669.11 9.5 182.79 27.06 1118G069,PANDIA PANDIA 209.85 1993.58 1118G076·PEO, 19 PRATAPUR 10 151.19 12.51 PRATAPUR 163.70 1637.00 20 15 217.04 21.51 1118G084·PEO,RAIPUR RAIPUR 238.55 3578.25 1118G088·PEO, 43.62 21 RANAJHALI 7.8 308.73 RANAJHALI 352.35 2748.33 22 14 236.17 40.33 1118G075·PEO,SAMA SAMA 276.50 3871.00 23 7.5 229.82 32.48 1118G082·PEO,SIKULA SIKULA 262.30 1967.25 1118G091·PEO, 24 SOLAGHAR 13 173.81 12.94 SOLAGHAR 186.75 2427.75 25 1118G089·PEO, SUNATHAR 19 184.26 37.52 SUNATHAR 221.78 4213.82 1118G074·PEO, 38.72 26 TANKACHAI 17 228.19 TANKACHAI 266.91 4537.47 Total 305.9 5863.64 820.82 6684.46 73641.63 Purusotampur NAC 1138POO2·PRABHATA WARDNO.01 1 KUMARMAHAPATRA 4.00 142.55 19.60 162.15 648.60 1138POO3·SUDARSAN WARD NO.02 2 SAHU 3.50 95.62 9.63 105.25 368.38 1138POO7·NILAKANTHA WARD Nd.10 3 PADHY 3.70 40.12 4.63 44.75 165.58 1138POO6-BINODINI WARDN~.11 4 PADHY 3.70 85.46 8.89 94.35 349.10 1138P001·HRUSHIKESH 5 PANDA 5.50 27.00 3.50 30.50 167.75 1138POO8·KABIRAJ 6 BEHERA 4.50 53.53 5.17 58.70 264.15 Total 24.90 444.28 51.42 495.70 1963.55 G.Total 330.80 6307.92 872.24 7180.16 75605.18

Weighted average distance 10.53

Signature 0 Signature of the Tenderer ANNEXURE ..- ~o CALCULATIONSHEETOF WEIGHTEDAVERAGEDISTANCEFORLEVEl-lJTRANSPORTCONTRACTOR. RRC,KABISURYANAGARTO FPS OF K.S.NAGARBLOCK&zyxwvutsrqponmlkjihgfedcbaZYXWVUTSRQPONMLKJIHGFEDCBANAC.

Total Qty. Distane SI into No from RRC- Allot. In Qtls. FPSCode & Name G.P./Ward distance Cum-DSC Rice Wheat 1 2 Total Qty. (CoI.4*7) 3 4 5 1 1113G003-PEO,AMBAPUA 6 7 8 AMBAPUA 6.5 178.28 2 1113G001-PEO,ATHAGADAPATNA 37.82 216.10 1404.65 ATHAGADAPATNA 6.0 242.98 3 1113G007-PE~, BADAMAHURI 28.82 271.80 1630.80 BADAMAHURI 14.0 115.79 4 1113G069-PEO, BALIASARA 16.11 131.90 1846.60 BALIASARA 6.2 263.82 5 1113G013-PEO, BARIDA(A) 47.68 311.50 1931.30 BARIDA(A) 11.0 263.12 6 1113G004-PEO, BAUNSIA 27.13 290.25 3192.75 BAUNSIA 8.5 265.77 7 1113G014-PEO, BOLASARA 33.93 299.70 2547.45 BOLASARA 7.5 122.75 8 1113G070-PEO, BORASINGI 22.10 144.85 1086.38 BORASINGI 9.6 231.20 9 1113G071-PEO, BUDHAMBA 32.15 263.35 2528.16 BUDHAMBA 11.0 222.36 10 1113G012-PEO, GANGAPUR 37.09 259.45 2853.95 GANGAPUR 5.0 248.58 11 1113G009-PEO, GUDIALI 45.77 294.35 1471.75 GUDIALI 2.5 228.99 12 1113G015-PEO, JARADA 37.06 266.05 665.13 JARADA 6.0 191.57 13 1113G008-PEO, KANIARY 28.73 220.30 1321.80 KANIARY 18.0 204.95 14 1113G073-PEO, KHAJAPALLI 22.35 227.30 409822 KHAJAPALLI 13.0 195.25 15 1113G006-PEO, NANDIAGADA 25.85 221.10 2874.30 NANDIAGADA 6.6 240.72 16 1113G074-PEO, PAIKAJAMUNA 39.93 280.65 1852.29 PAIKAJAMUNA 9.0 209.14 17 1113G010-PEO, RISIPUR 44.51 253.65 2282.85 RISIPUR 15.0 140.37 18 1113G005-PEO, SIALIA 16.58 156.95 2354.25 SIALIA 6.0 218.97 19 1113G016-PEO, SUBALAYA 51.83 270.80 1624.80 SUBALAYA 19.2 247.73 20 23.57 271.30 5208.96 1113G011-PEO, SUNAPALLI SUNAPALLI 8.5 204.22 31.43 235.65 21 1113G002-PEO, SUNARIJHOLA SUNARIJHOLA 2003.03 6.6 145.02 14.68 159.70 TOTAL 1054.02 4381.58 665.12 5046.70 K.S.Nagar N.A.C. 45833.42 1 1134P003-NANDA KISHOR BISHOYI WARD NO.04 3.2 52.72 10.73 2 1134P006-RAMAHARI NANDA 63.45 203.04 WARD NO.06 3.0 82.39 11.11 93.50 280.50 3 1134P008-DUTIKRUSHNA BARADA WARD NO.07 3.2 1134P005-PRAMOD CHANDRA 68.26 12.34 80.60 257.92 4 SAMANTARA WARD NO.09 3.0 96.86 1134P007-UDAYANATH JENA 15.74 112.60 337.80 5 WARD NO.09 3.0 90.67 18.93 6 1134P002-BABITA JENA 109.60 328.80 3.2 53.18 9.27 7 1134P004-MRUTUNJAYA DASH 62.45 199.84 3.5 36.85 5.50 42.35 TOTAL 148.23 480.93 83.62 564.55 1756.13 GRANDTOTAL 4862.51 748.74 5611.25 47589.55

Weighted average distance 1 8.481

(Signature of ISS~ (Signature of the Tenderer) 11- ANNEXURE -.2.f CALCULATION SHEET OF WEIGHTED AVERAGE DISTANCE FOR LEVEL-II TRANSPORT CONTRACTOR. R M C, HINJILICUT TO FPSOF HINJILICUT BLOCKzyxwvutsrqponmlkjihgfedcbaZYXWVUTSRQPONMLKJIHGFEDCBA& MUNICIPALITY

Oistane Allot. In Qtls. Total Qty. from RRC- SINo FPSCode & Name into distance G.P./Ward Cum-OSC Rice Wheat 1 Total Qty. (CoI.4*7) 2 3 4 5 6 7 8 1 1111G062-PEO, BADAKHANDI BADAKHANDI 10 208.72 39.98 248.70 2 1111GO?4-PEO,BELAGAM BELAGAM 2487.00 17 126.69 15.06 141.75 2409.75 3 1111G030-PEO, BHABANDHA BHABANDHA 20 192.75 30.97 223.72 4474.40 4 1111G022-PEO, BURUPADA BURUPADA 6 323.06 75.46 398.52 2391.12 5 1111G025-PEO, CHANDUll CHANDUll 6 128.96 22.49 151.45 908.70 6 1111G043-PEO, DARUBHADRA DARUBHADRA 14 216.42 35.88 252.30 3532.20 7 1111G052-PEO, DAYAPALLI DAYAPALLI 16 100.40 13.85 114.25 1828.00 8 1111G036-PEO, DHOBADI DHOBADI 16 176.74 18.81 195.55 3128.80 9 1111G048-PEO, DURUBANDHA DURUBANDHA 14 232.84 34.16 267.00 3738.00 10 1111G033-PEO, GANDOLA GANDOLA 18 236.02 42.33 278.35 5010.30 11 1111G049-PEO, KANCHURU KANCHURU 9 339.45 40.10 379.55 3415.95 12 1111G016-PEO, KHARIDA KHARIDA 7 173.74 45.17 218,91 1532.37 13 1111GO?1-PEO,MAKRJHOLO MAKRJHOLO 7 191.65 46.45 238.10 1666.70 14 1111G013-PEO, NANDIKA NANDIKA 10 151.68 24.82 176.50 1765.00 15 1111G06?-PEO, POCHILIMA POCHILIMA 6 196.63 34.92 231.55 1389.30 16 1111G009-PEO, PUTIAPADAR PUTIAPADAR 12 151.39 39.31 190.70 2288.40 17 1111G006-PEO, RALAB RALAB 8 304.27 32.93 337.20 2697.60 18 1111G05?-PEO, S.AMBAGAM S.AMBAGAM 10 223,90 34.31 258.21 2582.10 19 1111G02?-PEO, SAHAPUR SAHAPUR 20 154.36 33.96 188.32 3766.40 20 1111G059-PEO, SARU SARU 6 177.44 30.16 207.60 1245.6CJ 21 1111G001-PEO, SIKIRI SIKIRI 4 263.56 64.76 328.32zyxwvutsrqponmlkjihgfedcbaZYXWVUTSRQPONMLKJIHGFEDCBA1313.2b TOTAL 4270.67 755.88 5026.55 53570.97 HINJILICUT N.A.C. 1133P001-PITAMBAR SAHU WARD NO.03 2 167,31 17.54 184.85 369.70 1133P002-BABU SABAT WARD NO.O? 1 70.86 9.99 80.85 80.85 1133P003-SANJAYA KUMAR GOUDA WARD NO.09 1 71.81 11.74 83.55 83.55 1133P004-BRAJABANDHU PANDA WARD NO.12 3 88.85 8.45 97.30 291.90 1133P005-SUBAS KUMAR SAHU WARD NO.13 2 57.24 10,11 67.35 134.70 1133P006-U.SIMANCHALA PATRO WARD NO.16 3 50.45 9.95 60.40 181.20 1133POO?-PRADIPTAKU. PATIANAIK WARD NO.1? 4 120.14 18.06 138.2 552.80 1133P008-KISHORE CH. PADHY WARD NO.1? 4 63.54 8.21 71.75 287.00 TOTAL 690.2 94.05 784.25 1981.70 GRAND TOTAL 4960.87 849.93 5810,80 55552.67

Weighted average distancel 9,561

(Signature O~) (Signature of the Tenderer)

1.8 ANNEXURE -zyxwvutsrqponmlkjihgfedcbaZYXWVUTSRQPONMLKJIHGFEDCBAA.~ CALCULATION SHEET OF WEIGHTED AVERAGE DISTANCE FOR LEVEL-II TRANSPORT CONTRACTOR. CWC,LANJIPALLI TO FPS OF BRAHMAPUR MUNICIPALlTY.~P'Jlt Iotat ~ty. Distane Allot. In Qtls. into SI from RRC- distance No FPSCode & Name G.P./Ward Cum-DSC Rice Wheat Total Qty. (CoI.4*7) 1 2 3 4 5 6 7 8 1 1125P003-NARAYAN SAHU WARD NO.01 5 97.72 25.30 123.02 615.10 2 1125P004-B.AMARNATH WARD NO.01 5 94.31 23.24 117.55 587.75 3 1125P132-BHASKAR BEHERA WARD NO.01 5 174.60 24.76 199.36 996.80 4 1125S164-PRESIDENT MAA LAXMI WSHG WARD NO.01 5 208.48 27.62 236.10 1180.50 5 1125P005- RAGHUNATH PATNAIK WARD NO.01 4 94.29 19.61 113.90 455.60 6 1125P006- SARAT KU.SAHU WARD NO.02 4.5 39.47 11.99 51.46 231.57 7 1125P007- RAMESH CHANDRA PATRA WARD NO.02 5 120.43 21.32 141.75 708.75 8 1125POOS-PRAMILA SAHU WARD NO.02 4.5 43.58 10.72 54.30 244.35 9 1125P009- SKPATRA WARD NO.03 4.5 22.41 23.59 46.00 207.00 10 1125P011- SIBA KU.ACHRAYA WARD NO 03 4.5 65.86 14.09 79.95 359.78 11 1125P013- BATA KUDALAI WARD N003 4.5 74.22 22.53 96.75 435.38 12 1125P015- RAJIB KOTHIA WARD NO 04 4 129.91 28.69 158.60 634.40 13 1125P016- NAGABHUSAN PATNAIK WARD NO 04 4 30.13 11.90 42.03 168.12 14 1125P024-T.MANMAD RAO WARD NO 04 4 66.31 18.42 84.73 338.92 15 1125P021-SRI MANGALA PRUSTY WARD NO.05 4 99.39 21.75 121.14 484.56 16 1125P026-STOOFAN RAO WARD NO.06 4 58.47 11.14 69.61 278.44 17 1125P022-RABINDRA PRASAD WARD NO.06 4 44.75 12.00 56.75 227.00 18 1125P023-BHAGWAN SWAIN WARD NO.06 4 103.50 18.15 121.65 486.60 19 1125P025-K BHASKAR REDDY WARD NO.06 4 86.23 11.22 97.45 389.80 20 1125P02S-KTIRUPATI RAO WARD NO.Q7 5.5 75.01 11.14 86.15 473.83 21 1125P029-BRAJABANDHU CHOUDHRY WARD NO.07 5.5 69.65 10.80 80.45 442.48 22 1125P030-DEBASIS SAHU WARD NO.07 5.5 121.80 17.80 139.60 767.80 23 1125P031-S0MANATH PANIGRAHI WARD NO.07 5 86.41 23.24 109.65 548.25 24 1125P033-GODAVARI CHOUDHRY WARD NO.OS 5.5 34.84 8.26 43.10 237.05 25 1125P034-DILIP BEHERA WARD NO.OS 4.5 59.52 11.18 70.70 318.15 26 1125P036-CHANDRA SEKHAR NAIK WARD NOOS 4.5 132.58 23.37 155.95 701.78 27 1125P133-DEVARAJ SAHU WARD NO OS 4.5 47.21 13.64 60.85 273.83 28 1125P037-SANYASI MOHAPATRO WARD NO OS 4 59.72 13.22 72.94 291.76 29 1125P03S-RAMESHSENAPTI WARD NO 09 4 65.01 21.34 86.35 345.40 30 1125P040-NAMITA CHOUDHRY WARD N009 4 72.93 15.54 88.47 353.88 31 1125P042-V PRASAD RAO WARD NO.09 4 89.80 22.25 112.05 448.20 32 1125P043-VJEEVAN RAJU WARD NO.09 4.5 74.00 44.02 118.02 531.09 33 1125P044-CH. KURUMA PATINAI WARD NO.10 4 93.65 28.70 122.35 489.40 34 1125P046-PURNA CH. SAHU WARD NO.10 4 62.25 10.75 73.00 292.00 35 1125P047-MADHURIBEHERA WARD NO.10 4 83.93 17.22 101.15 404.60 36 1125P049-SMTTANU SAHU WARD NO.10 4 102.89 28.76 131.65 526.60 37 1125P14S-RABINDRAMOHAPATRO WARD NO.10 4 125.21 30.14 155.35 621.40 38 1125P050-AM NAYAK WARD NO.11 3.5 94.38 18.22 112.60 394.10 39 1125P051-SAHADEV SAHU WARD NO.11 3.5 46.97 11.68 58.65 205.28 40 1125P054-BINAYAK SUBUDHI WARD NO.12 3.5 51.96 12.90 64.86 227.01 41 1125P056-A MADHAB RAO WARD NO.12 3.5 134.00 32.50 166.50 582.75 42 1125P057-CH SURYA RAO WARD NO.12 3.5 69.97 21.33 91.30 31955' 43 1125P061-RAMESH CH NAYAK WARD NO.13 3.5 90.01 31.99 122.00 427.00 44 1125P062-SISIR KU SAHU WARD NO.13 3.5 70.14 25.21 95.35 333.73 45 1125P063-CHAKRADHAR PANIGRAHI WARD NO.14 3.5 36.96 12.02 48.98 171.43 46 1125P064-B K AGRAWAL WARD NO.14 3 29.64 13.27 42.91 128.73 47zyxwvutsrqponmlkjihgfedcbaZYXWVUTSRQPONMLKJIHGFEDCBA1125P065-ASHOK KU SAMANT WARD NO.14 3 49.16 14.06 63.22 189.66 48 1125P066-AV MOHAN RAO WARD NO.14 3 22.57 11.06 33.63 100.89 49 1125P068-GEETANJALI SAHU WARD NO.15 3 214.06 36.32 250.38 751.14 50 1125P069-NILAMBAR SAMANTARAY WARD NO.15 3 74.00 14.05 88.05 264.15 51 1125P070-SISIR KU DALAI WARD NO.15 3 89.32 24.68 114.00 342.00 52 1125P072-PRAKASH CH SABAT WARD NO.16 3 107.97 16.68 124.65 373.95 53 1125P073-V TIRUPATI RAO WARD NO.16 3 60.91 14.14 75.05 225.15 54 1125W163-PRESIDENT,MARUTI WSHG WARD NO.17 3 101.44 25.21 126.65 379.95 55 1125P081-SURESH CH.PATRO WARD NO.17 3 28.69 16.02 44.71 134.13 56 1125P082-ASHOK KU.DASH WARD NO.18 2 27.71 9.74 37.45 74.90 57 1125P083-KANAKLATA SAHU WARD NO.18 2 64.04 18.28 82.32 164.64 58 1125P084-SAROJINI PADHY WARD NO.18 2 31.19 10.61 41.80 83.60 59 1125P086-K.MADHUSUDAN RAO WARD NO.18 2 97.16 17.15 114.31 228.62 60 1125P087-SANJAY KU.SAHU WARD NO.19 1 85.37 22.61 107.98 107.98 61 1125P088-PURNA CH.SAHU WARD NO.19 1 68.89 17.00 85.89 85.89 62 1125P089-PRAMOD PADHY WARD NO.19 1 74.05 13.02 87.07 87.07 63 1125P090-SRI SANKAR SANA PATRA WARD NO.20 1 84.76 17.46 102.22 102.22 64 1125P092-RAMESH CH.PALO WARD NO.20 1 71.06 13.86 84.92 84.92 65 1125P093-PRMOD PADHY WARD NO.20 1 78.97 18.86 97.83 97.83 66 1125P094-PRATIMA SAHU WARD NO.20 1 36.77 4.98 41.75 41.75 67 1125P150-K.GOPI WARD NO.20 0.5 109.25 8.89 118.14 59.07 68 1125P095-SRI DANDESWAR MISHRA WARD NO.21 1 35.09 12.91 48.00 48.00 69 1125P098-SUDIP KU.PADHY WARD NO.21 1 40.58 13.27 53.85 53.85 70 1125P1OO-KAILASHCH. SAMAL WARD NO.22 1.5 31.41 11.02 42.43 63.65 71 1125P104-FAKIR MOHAN SABAT WARD NO.22 0.5 60.77 12.38 73.15 36.58 72 1125W165-PRESIDENT MAA DURGA WSHG WARD NO.22 1.5 54.84 13.28 68.12 102.18 73 1125P105-BRUNDABAN PADHY WARD NO.23 1.5 73.54 28.94 102.48 153.72 74 1125P107-B.RAMA RAO WARD NO.23 1.5 33.65 12.43 46.08 69.12 75 1125P109-D LlNGARAJ PATRA WARD NO.24 1 88.62 23.73 112.35 112.35 76 1125P110-V.MOHAN RAO WARD NO.24 3 34.39 19.15 53.54 160.62 77 1125P114-B.P.SINGDEO WARD NO.25 0.5 70.34 16.76 87.10 43.55 78 1125P115-RUDRA PRASAD SINGH DEO WARD NO.25 0.5 62.86 12.32 75.18 37.59 79 1125P116-KRUSHNA CH.PANDA WARD NO.25 0.5 43.29 12.21 55.50 27.75 80 1125W161-PRESIDENT MANORAMA WSHG WARD NO.25 0.5 67.94 17.31 85.25 42.63 81 1125W162-President,Maa Dakshinakali WSHG WARD NO.25 1 83.30 11.30 94.60 94.60 82 1125P118-NIRANJAN PADHY WARD NO.26 2 54.72 7.18 61.90 123.80 83 1125P119-T SUBASH CHANDAR PATRO WARD NO.26 1.5 107.09 9.76 116.85 175.28 84 1125P120-SMT.MAMI SETHI WARD NO.26 3 95.21 19.58 114.79 344.37 85 1125P121-GJAMUNA REDDY WARD NO.26 4 65.69 17.62 83.31 333.24 86 1125P123-PRATIMAPADHY WARD NO.27 2.5 61.99 11.51 73.50 183.75 87 1125P124-AMBIKA PATRA WARD NO.27 1.5 28.13 10.02 38.15 57.23 88 1125P126-KUMUD CH.PADHY WARD NO.27 1 56.09 13.42 69.51 69.51 89 1125P127-G.GOURI PR. ACHRAYA WARD NO.2? 1 67.66 12.54 80.20 80.20 90 1125P131-JHUNU SAHU WARD NO.2? 1.5 128.23 15.87 144.10 216.15 91 1125P152-MANORANJAN BEHERA WARD NO.2? 0.5 62.70 9.00 71.70 35.85 92 1125P153-GIRIDHARI MOHANTY WARD NO.2? 0.5 47.36 7.09 54.45 27.23zyxwvutsrqponmlkjihgfedcbaZYXWVUTSRQPONMLKJIHGFEDCBA TOTALzyxwvutsrqponmlkjihgfedcbaZYXWVUTSRQPONMLKJIHGFEDCBA6477.16 1515.87 8451.14 26559.74

1 Weighted average distance 1 3.141

(Signature of the Tenderer) ANNEXURE -2.8 CALCULATION SHEET OF WEIGHTED AVERAGE DISTANCE FOR LEVEL-II TRANSPORT CONTRACTOR. PEG,DUMDUMI TO FPS OF BRAHMAPUR MUNICIPALITY. C(:\~p ~,

Distane SI Allot. In Qtls. Total Qty. from RRC- No FPS CodezyxwvutsrqponmlkjihgfedcbaZYXWVUTSRQPONMLKJIHGFEDCBA& Name into distance G.P./Ward Cum-DSC Rice Wheat 1 2 Total Qty. (Col.4*7) 3 4 5 1 1125P003-NARAYAN SAHU 6 7 8 WARD NO.01 20 97.72 2 1125P004-B.AMARNATH 25.30 123.02 2460.40 WARD NO.01 20 94.31 3 1125P132-BHASKAR BEHERA 23.24 117.55 2351.00 WARD NO.01 20 174.60 4 1125S164-PRESIDENT MAA LAXMI WSHG 24.76 199.36 3987.20 WARD NO.01 20 208.48 5 1125P005- RAGHUNATH PATNAIK 27.62 236.10 4722.00 WARD NO.01 19 94.29 6 1125P006- SARAT KU.SAHU 19.61 113.90 2164.10 WARD NO.02 19.05 39.47 7 1125POO?-RAMESH CHANDRA PATRA 11.99 51.46 980.31 WARD NO.02 20 120.43 8 1125P008- PRAMILA SAHU 21.32 141.75 2835.00 WARD NO.02 19.5 43.58 9 1125P009- S.K.PATRA 10.72 54.30 1058.85 WARD NO.03 19.5 22.41 10 1125P011- SIBA KU.ACHRAYA 23.59 46.00 897.00 WARD NO.03 19.5 65.86 11 1125P013- BATA KU.DALAI 14.09 79.95 1559.03 WARD NO.03 19.5 74.22 12 1125P015- RAJIB KOTHIA 22.53 96.75 1886.63 WARD NO.04 19 129.91 13 1125P016- NAGABHUSAN PATNAIK 28.69 158.60 3013.40 WARD NO.04 19 30.13 14 1125P024-T.MANMAD RAO 11.90 42.03 798.57 WARD NO.04 19 66.31 15 1125P021-SRI MANGALA PRUSTY 18.42 84.73 1609.87 WARD NO.05 19 99.39 16 1125P026-S TOOFAN RAO 21.75 121.14 2301.66 WARD NO.06 19 58.47 17 1125P022-RABINDRA PRASAD 11.14 69.61 1322.59 WARD NO.06 19 44.75 18 1125P023-BHAGWAN SWAIN 12.00 56.75 1078.25 WARD NO 06 19 103.50 19 1125P025-K BHASKAR REDDY 18.15 121.65 2311.35 WARD NO 06 19 86.23 20 1125P028-K TIRUPATI RAO 11.22 97.45 1851.55 WARD NO.O? 20.5 75.01 21 1125P029-BRAJABANDHU CHOUDHRY 11.14 86.15 1766.08 WARD NO.O? 20.5 69.65 22 1125P030-DEBASIS SAHU 10.80 80.45 1649.23 WARD NOO? 20.5 121.80 23 1125P031-S0MANATH PANIGRAHI 17.80 139.60 2861.80 WARD NO.O? 20 86.41 24 1125P033-GODAVARI CHOUDHRY 23.24 109.65 2193.00 WARD NO.08 20.5 34.84 25 1125P034-DILIP BEHERA 8.26 43.10 883.55 WARD NO.08 19.5 59.52 26 1125P036-CHANDRA SEKHAR NAIK 11.18 70.70 1378.65 WARD NO.08 19.5 132.58 27 1125P133-DEVARAJ SAHU 23.37 155.95 3041.03 WARD NO.08 19.5 47.21 28 1125P03?-SANYASI MOHAPATRO 13.64 60.85 1186.58 WARD NO.OB 19.5 59.72 29 1125P038-RAMESH SENAPTI 13.22 72.94 1422.33 WARD NO.09 19 65.01 -_ 30 1125P040-NAMITA CHOUDHRY 21.34 86.35 1640.65 WARD NO 09 19 72.93 31 1125P042-V PRASAD RAO 15.54 88.47 1680.93 WARD NO.09 19 89.80 32 1125P043-VJEEVAN RAJU 22.25 112.05 2128.95 WARD NO.09 19.5 74.00 33 1125P044-CH. KURUMA PATTNAI 44.02 118.02 2301.39 WARD NO 10 19 93.65 34 1125P046-PURNA CH. SAHU 28.70 122.35 2324.65 WARD NO.10 19 62.25 35 1125P04?-MADHURI BEHERA 10.75 73.00 1387.00 WARD NO.1O 19 83.93 17.22 101.15 1921.85 36 1125P049-SMTTANU SAHU WARD NO.10 19 102.89 28.76 37 1125P148-RABINDRA MOHAPATRO 131.65 2501.35 WARD NO.10 19 125.21 38 1125P050-AM NAYAK 30.14 155.35 2951.65 WARD NO.11 18.5 94.38 18.22 112.60 2083.10 39 1125P051-SAHADEV SAHU WARD NO.11 18.5 46.97 11.68 40 1125P054-BINAYAK SUBUDHI 58.65 1085.03 WARD NO.12 18.5 51.96 41 1125P056-AMADHAB RAO 12.90 64.86 1199.91 WARD NO.12 18.5 134.00 32.50 166.50 3080.25 42 1125P05?-CHSURYA RAO WARD NO.12 18.5 69.97 21.33 43 1125P061-RAMESH CH NAYAK 91.30 1689.05 WARD NO.13 18.5 90.01 44 1125P062-SISIR KU SAHU 31.99 122.00 2257.00 WARD NO.13 18.5 70.14 25.21 45 1125P063-CHAKRADHAR PANIGRAHI 95.35 1763.98 WARD NO.14 18.5 36.96 46 1125P064-B K AGRAWAL 12.02 48.98 906.13 WARD NO.14 18 29.64 13.27 42.91 772.38 47zyxwvutsrqponmlkjihgfedcbaZYXWVUTSRQPONMLKJIHGFEDCBA1125P065-ASHOK KU SAMANT WARD NO.14 18 49.16 48 1125P066-AV MOHAN RAO 14.06 63.22 1137.96 WARD NO.14 18 22.57 49 1125P068-GEETANJALJSAHU 11.06 33.63 605.34 WARD NO.15 18 214.06 50 1125P069-NILAMBAR SAMANTARAY 36.32 250.38 4506.84 WARD NO.15 18 74.00 51 1125PO?O-SISIRKU DALAI 14.05 88.05 1584.90 WARD NO.15 18 89.32 52 1125PO?2-PRAKASHCH SABAT 24.68 114.00 2052.00 WARD NO.16 18 107.97 53 1125PO?3-VTIRUPATI RAO 16.68 124.65 2243.70 WARD NO.16 18 60.91 54 1125W163-PRESIDENT,MARUTI WSHG 14.14 75.05 1350.90 WARD NO.1? 18 101.44 55 1125P081-SURESH CH.PATRO 25.21 126.65 2279.70 WARD NO.1? 18 28.69 56 1125P082-ASHOK KU.DASH 16.02 44.71 804.78 WARD NO.18 17 27.71 57 1125P083-KANAKLATA SAHU 9.74 37.45 636.65 WARD NO.18 17 64.04 58 1125P084-SAROJINI PADHY 18.28 82.32 1399.44 WARD NO.18 17 31.19 59 1125P086-K.MADHUSUDAN RAO 10.61 41.80 710.60 WARD NO.18 17 97.16 60 1125P08?-SANJAY KU SAHU 17.15 114.31 1943.27 WARD NO.19 16 85.37 61 1125P088-PURNA CH.SAHU 22.61 107.98 1727.68 WARD NO.19 16 68.89 62 1125P089-PRAMOD PADHY 17.00 85.89 1374.24 WARD NO.19 16 74.05 63 1125P090-SRI SANKAR SANA PATRA 13.02 87.07 1393.12 WARD NO.20 16 84.76 64 1125P092-RAMESH CH.PALO 17.46 102.22 1635.52 WARD NO.20 16 71.06 65 1125P093-PRMOD PADHY 13.86 84.92 1358.72 WARD NO.20 16 78.97 66 1125P094-PRATIMA SAHU 18.86 97.83 1565.28 WARD NO.20 16 36.77 67 1125P150-K.GOPI 4.98 41.75 668.00 WARD NO.20 15.5 109.25 68 1125P095-SRI DANDESWAR MISHRA 8.89 118.14 1831.17 WARD NO.21 16 35.09 69 1125P098-SUDIP KU.PADHY 12.91 48.00 768.00 WARD NO.21 16 40.58 70 1125P100-KAILASH CH. SAMAL 13.27 53.85 861.60 WARD NO.22 16.5 31.41 71 1125P104-FAKIR MOHAN SABAT 11.02 42.43 700.10 WARD NO.22 15.5 60.77 72 WSHG 12.38 73.15 1133.83 WARD NO.22 15.5 54.84 73 1125P105-BRUNDABAN PADHY 13.28 68.12 1055.86 WARD N023 16.5 73.54 74 1125P10?-B.RAMA RAO 28.94 102.48 1690.92 WARD NO.23 16.5 33.65 75 1125P109-D LlNGARAJ PATRA 12.43 46.08 760.32 WARD NO.24 16 76 1125P110-V MOHAN RAO 88.62 23.73 112.35 1797.GO WARD NO.24 18 34.39 77 1125P114-B.P SINGDEO 19.15 53.54 963.72 WARD N025 15.5 70.34 78 1125P115-RUDRA PRASAD SINGH DEO 16.76 87.10 1350.05 WARD NO.25 15.5 62.86 79 1125P116-KRUSHNA CH.PANDA 12.32 75.18 1165.29 WARD NO.25 15.5 80 WSHG 43.29 12.21 55.50 860.25 WARD NO.25 15.5 67.94 81 KALJWSHG 17.31 85.25 1321.38 WARD NO.25 15.5 83.30 82 1125P118-NIRANJAN PADHY 11.30 94.60 1466.30 WARD NO.26 17 54.72 83 1125P119-T SUBASH CHANDAR PATRO 7.18 61.90 1052.30 WARD NO.26 16.5 107.09 84 1125P120-SMT.MAMI SETHI 9.76 116.85 1928.03 WARD NO.26 18 95.21 85 1125P121-GJAMUNA REDDY 19.58 114.79 2066.22 WARD NO.26 19 65.69 86 1125P123-PRATIMAPADHY 17.62 83.31 1582.89 WARD NO.2? 17.5 61.99 87 1125P124-AMBIKA PATRA 11.51 73.50 1286.25 WARD NO.2? 16.5 28.13 88 1125P126-KUMUD CH.PADHY 10.02 38.15 629.48 WARD NO.2? 16 56.09 89 1125P12?-G.GOURI PR. ACHRAYA 13.42 69.51 1112.16 WARD NO.2? 16 67.66 90 1125P131-JHUNU SAHU 12.54 80.20 1283.20 WARD NO.2? 16.5 128.23 91 1125P152-MANORANJAN BEHERA 15.87 144.10 2377 65 WARD NO.2? 15.5 62.70 9.00 71.70 1111.35 92 1125P153-GIRIDHARI MOHANTY WARD NO.2? 15.5 47.36 7.09 54.45 TOTAL 843.98zyxwvutsrqponmlkjihgfedcbaZYXWVUTSRQPONMLKJIHGFEDCBA 6477.16 1515.87 8451.14 153224.73

Weighted average distance 18.131

(Signature of the Tenderer) ANNEXURE .•.2.~ CALCULATIONSHEETOF WEIGHTEDAVERAGEDISTANCEFOR LEVEL-IITRANSPORTCONTRACTOR. PEG,PATRAPURTO FPS OF PATRAPURBLOCK.

Total Qty. Distane SI Allot. In into from RRC- Qtls. No FPS CodezyxwvutsrqponmlkjihgfedcbaZYXWVUTSRQPONMLKJIHGFEDCBA& Name distance G.P./Ward Cum-DSC Rice Wheat 1 2 Total Qty. (CoI.4*7) 3 4 5 1 1116G065-PEO, AMBAPUR 6 7 8 AMBAPUR 13 143.5 15.15 158.65 2062.45 2 1116G103-PEO, ANKULI ANKULI 22 238,12 1.76 3 1116G101-PEO, B.NUAGAM 239.88 5277.36 B.NUAGAM 9 160.1 34,05 194.15 1747.35 4 1116G068-PEO, BADAPUR BADAPUR 8 268.09 41.74 1116G004-PEO, BARANGA 309.83 2478.64 5 BARANGA 12 168.49 12.69 6 1116G102-PEO, BURATAL 181.18 2174.16 BURATAL 23 172.26 0.09 172.35 3964.05 7 1116S074-SECRETARY, RUDRESWAR GUDIPADAR 13 105.53 27.92 133.45 1734.85 8 1116G006-PEO, GUNDRA GUNDRA 10 199.62 28.15 9 1116G071-PEO, JARADA 227,77 2277.7 JARADA 10 194.66 10 16.26 210.92 2109.2 1116G002-PEO, JAYANTIPUR JAYANTIPUR 10 196.19 31.96 11 1116G008-PEO, KESARIPADA 228.15 2281.5 KESARIPADA 15 111.87 12 38.92 150.79 2261.85 1116G064-PEO, KHAMARIGAM KHAMARIGAM 7 176.77 27.34 204.11 1116W084-SECRETARY, MAA 1428.77 13 BHAIRABI KHARANIPADA 9 220.28 29.99 14 1116G005-PEO, KHARIAGUDA 250.27 2252.43 KHARIAGUDA 16 368.08 15 1116S067-SECRETARY, MAA 42.41 410.49 6567.84 MANDARADA 15 132.08 18.77 150.85 2262.75 16 1116G003-PEO, PADADIGI PADADIGI 7 247.32 42.43 17 1116G059-PEO, PATRAPUR 289.75 2028.25 PATRAPUR 0.5 295.31 47.38 342.69 171.345 18 1116G058-PEO, SAMANTIAPALI SAMANTIAPALI 3 261.73 41.82 303,55 19 1116G063-PEO, SAMANTRAPUR 910.65 SAMANTRAPUR 12 161.61 18.64 20 1116G001-PEO, SURANGI 180.25 2163 SURANGI 8 283.11 39.29 1116W070-SECRETARY, MAA KALUA 322.4 2579.2 21 WSHG TANDIPUR 10 133.15 22.1 155.25 1116W072-SECRETARY, 1552.5 22 BALYAKRUSHNA WSHG TANDIPUR 15 75.02 17.12 92.14 1382.1 23 GOURI SHANKAR LAIDA 58 72.06 0.23 72.29 4192.82 24 1116G100-PEO, TUMBA TUMBA 16 335.12 7.54 342.66 5482.56 25 1116G007-SECRETARY, TURUBUDI TURUBUDI 25 343.53 36.32 379.85 9496.25 TOTAL 5063.60 640.07 5703.67 70839.58

Weighted average distancel 12.421

(Signature of the Tenderer) ANNEXURE:-zyxwvutsrqponmlkjihgfedcbaZYXWVUTSRQPONMLKJIHGFEDCBA2S' CALCULATION SHEET OF WEIGHTED AVERAGE DISTANCE FOR LEVEL-II TRANSPORT CONTRACTOR PEG,PATRAPUR TO FPS OF CHIKITI BLOCK! NAC. CHIKITI BLOCK Allotment In Quintal Distance I Total Qty X FPS Code and Name GPlWard from PEG, Total Quantity SrNo Rice Wheat DistancezyxwvutsrqponmlkjihgfedcbaZYXWVUTSRQPONMLKJIHGFEDCBA PATRAPUR ' ",ii$t" •••"" 1 I';i;'~.'·.·.··:·"':[·'zyxwvutsrqponmlkjihgfedcbaZYXWVUTSRQPONMLKJIHGFEDCBA. .. .'zyxwvutsrqponmlkjihgfedcbaZYXWVUTSRQPONMLKJIHGFEDCBA"') 1 1107W073-MAA CHANDAPUR 29 194.57 27.73 THAKURANI WSHG 222.30 6446.70 2 1107W021-SECRETARY. EKASINGI 38 106.61 9.04 MAA CHINTAMANI WSHG 115.65 4394.70 3 1107W032·SECRETARY. GIRISOLA 28 212.69 26.01 MAA KANAK DURGA WSHG 238.70 6683.60 4 1107G051-PEO. GOVINDANAGAR 32 181.74 22.61 GOVINDANAGAR 204.35 6539.20 5 1107G034-PEO. JHATIPADAR 28 312.93 33.52 JHATIPADAR 346.45 9700.60 6 1107W027-SECRETARY, K.NUAGAM 20 290.64 45.11 MAA GANGADEVI WSHG 335.75 6715.00 7 1107WOO5·SECRETARY. KALABADA 9 302.89 30.86 MAA BALAKUMARI WSHG 333.75 3003.75

8 1107W066-BIRA KALABADA 9 99.53 15.17 BAJARANGI ATMA WSHG 114.70 1032.30 9 1107W033-SECRETARY, KATURU 32 142.31 14.49 MAA POLAMA WSHG 156.80 5017.60 10 1107W053-SIBARAM KATURU 37 72.05 11.95 ATMA SAHAYAK WSHG 84.00 3108.00 11 1107G074-PEO. KOTILINGI KOTLINGI 13 121.44 12.06

133.50 1735.50

12 1107W054·SECRETARY, KOTLINGI 11 69.11 6.54 MAA BARAHI WSHG 75.65 832.15

13 1107W002-SECRETARY. LALMENTA.L.N.PUR 26 104.14 16.81 LAXMI MAA WSHG 120.95 3144.70 14 1107W035-SECRETARY, LALMENTA.L.N.PUR 23 110.31 19.89 MAA GRAMADEVATI WSHG 130.20 2994.60 17.59 15 1107W067-SECRETARY. NUAPADA 27 145.71 TARINI SWAYANG SAHAYAKA SANGHA 163.30 4409.10 41.81 16 1107W031-SECRETARY. PITATALI 17 226.44 RUSHIKULYA MAA ANNAPURNESWARI 268.25 4560.25 WSHG 27.42 17 1107W020-SECRETARY, R.SUBANI 32 332.83 RUSHIKULYA OM BASUDEVAYA NAMAH 11528.00 WSHG 360.25 382.15 92.5 18 1107W026-SECRETARY. RAMACHANDRAPUR 11 MAA GUPTESWAR WSHG 474.65 5221.15

1107C018-SECRETARY, RAMPA 22 87.04 13.26 19 100.30 2206.60 COOPERATIVE SOCIETY 100.52 10.88 20 1107W042·SECRETARY, RAMPA 21 MAA BALAKUMARI WSHG 111.40 2339.40

1107C046·SECRETARY, SONAPUR 35 223 20.7 21 243.70 8529.50 COOPERATIVE SOCIETY 177.29 22.26 22 1107W050-SECRETARY, SONAPUR 38 SIBARAM MAHILA SAMITI 199.55 7582.90 WSHG 288.5 17.2 23 117W029-SECRETARY SORALA 32 MAA SARALA WSHG 305.70 9782.40 108.65 7.7 24 1107W039-SECRETARY, SORALA 31 LAXMI NRUSINGHA WSHG 116.35 3606.85 663.11 4966.2 121114.55 Total 601 4393.09 CHIKITI NAC 1129WOO6- SECRETARY,MAA 1734.85 13.00 114.72 18.73 133.45 11GlJDIATHAKURANI WSHG 1129C001·SECRETARY. 3450.30 2 COOPERATIVE SOCIETY 14.00 221.86 24.59 246.45 43.32 379.90 5185.15 Total 27.00 336.58 5336.10 126299.70 G.Total 628.00 4729.67 606.43 Weighted average distance 23.67

Signature of the Tenderer

84 ANNEXURE ,..:tb CALCULATION SHEET OF WEIGHTED AVERAGE DISTANCE FOR LEVEL-lJTRANSPORT CONTRACTOR. RRC-GOLANTHARA TO FPSOF RANGAILUNDA BLOCK.

Distane Total Qty. SI into from RRC- Allot. In Qtls. No distance FPSCode & Name G.P./Ward Cum-DSC Rice Wheat Total Qty. 1zyxwvutsrqponmlkjihgfedcbaZYXWVUTSRQPONMLKJIHGFEDCBA2 (Col.4*7)zyxwvutsrqponmlkjihgfedcbaZYXWVUTSRQPONMLKJIHGFEDCBA 3 4 5 6 7 8 1 1119G035-PEO, BADAKUSTALLI BADAKUSTALLI 26 153.06 20.15 2 1119S0304-MAA SYAMLAI 173.21 4503.46 26 76.77 4.98 81.75 2125.50 3 1119G056-PEO, BISWANATHAPUR BISWANATHAPUR 9 268.09 39.16 307.25 2765.25 4 1119G009-PEO, BOXIPALLI BOXIPALLI 33 297.23 48.31 345.54 11402.82 5 1119G100-PEO, CHIKARADA CHIKARADA 10 152.25 13.68 165.93 1659.30 6 1119G064-PEO, DURA DURA 18 315.83 36.22 352.05 6336.90 7 1119G069·PEO, GOLABANDHA GOLABANDHA 31 163.25 5.95 169.20 5245.20 8 1119G092-PEO, GOLANTHARA GOLANTHARA 3 239.67 29.67 269.34 808.02 9 1119G089-PEO, GOUNJU GOUNJU 26 218.62 20.23 238.85 6210.10 10 1119G013-PEO, INDRAKHI INDRAKHI 23 309.29 48.25 357.54 8223.42 11 1119G076-PEO, KAMALAPUR KAMALAPUR 32 336.33 16.86 353.19 11302.08 12 1119G051·PEO, KARAPALLI KARAPALLI 23 303.83 28.42 332.25 7641.75 13 1119G041-PEO, KELUAPALLI KELUAPALLI 19 174.05 29.54 203.59 3868.21 14 1119W046-SECRETARY. MAA KELUAPALLI 20 57.43 1119W042-SECRETARY, MAA 7.67 65.10 1302.00 15 SANTOSHI WSHG KELUAPALLI 18 114.60 12.76 127.36 2292.48 16 1119G037-PEO, KOLATHIGAN KOLATHIGAN 15 244.66 40.88 285.54 4283.10 17 1119G001-PEO, KONISI KONISI 10 499.61 64.84 564.45 5644.50 18 1119G102-PEO, KOTHARSINGI KOTHARSINGI 3 276.19 15.96 292.15 876.45 19 1119G020-PEO, LUHAJHARA LUHAJHARA 28 238.01 31.94 269.95 7558.60 20 1119G086-PEO, MANTRIDI MANTRIDI 8 222.74 21.40 244.14 1953.12 21 1119G083-PEO, NARAYANAPUR NARAYANAPUR 25 157.90 16.05 173.95 4348.75 22 1119G017-PEO, PADMAPUR PADMAPUR 14 227.31 21.32 248.63 3480.82 23 1119G026-PEO, PHULTA PHULTA 18 327.83 29.18 357.01 6426.18 24 1119G096-PEO, RANDHA 5 263.98 23.55 287.53 1437.GS 25 1119G047-PEO, RANGIPUR RANGIPUR 12 224.27 19.48 243.75 2925.00 26 1119G061-PEO, SASANAPADAR SASANAPADAR 8 326.30 49.83 376.13 3009.04 27 1119G071-PEO, SATAKUTUNI SATAKUTUNI 28 203.71 33.98 237.69 1119W075-SECRETARY, GHATAGAON 6655.32 28 TARINI WSHG SATAKUTUNI 23 213.93 22.32 236.25 5433.75 TOTAL 6606.74 752.58 7359.32 129718.77 GOPALPUR NAC 1 1132P002-G RAMA MURTY WARD NO.11 28 89.98 8.67 98.65 2762.20 2 1132POO -P KIRAN KUMAR 28 100.05 12.68 112.73 3156.44 3 1132POO -L DHARMA RAO 28 61.35 6.05 67.40 1887.20 TOTAL 190.03 21.35 211.38 5918.64 GRAND TOTAL 6796.77 773.93 7570.70 135637.41

L-Weighted ~ average ~ distance ~IzyxwvutsrqponmlkjihgfedcbaZYXWVUTSRQPONMLKJIHGFEDCBA17.iii] _

(Signature ~rJ (Signature of the Tenderer) ANNEXUREzyxwvutsrqponmlkjihgfedcbaZYXWVUTSRQPONMLKJIHGFEDCBA~~":I- CALCULATION SHEET OF WEIGHTED AVERAGE DISTANCE FOR LEVEL-lJTRANSPORT CONTRACTOR. PEG-K DUMDUMI TO FPSOF RANGAILUNDA BLOCK/NAC. Total Qty. Distane SI into from RRC- Allot. In Qtls. distance No FPSCode & Name G.P./Ward Cum-DSC Rice Wheat Total Qty. (Col.4*7) 1zyxwvutsrqponmlkjihgfedcbaZYXWVUTSRQPONMLKJIHGFEDCBA2 3 4 5 6 7 8 1 1119G035·PEO, BADAKUSTALLI BADAKUSTALLI 21 153.06 20.15 173.21 3637.41 2 1119S034-MAA SYAMLAI 22 76.77 4.98 81.75 1798.50 3 1119G056·PEO, BISWANATHAPUR BISWANATHAPUR 19 268.09 39.16 307.25 5837.75 4 1119G009-PEO, BOXIPALLI BOXIPALLI 28 297.23 48.31 345.54 9675.12 5 1119G100-PEO, CHIKARADA CHIKARADA 13 152.25 13.68 165.93 2157.09 6 1119G064-PEO, DURA DURA 14 315.83 36.22 352.05 4928.70 7 1119G069-PEO, GOLABANDHA GOLABANDHA 27 163.25 5.95 169.20 4568.4U 8 1119G092-PEO, GOLANTHARA GOLANTHARA 12 239.67 29.67 269.34 3232.08 9 1119G089-PEO, GOUNJU GOUNJU 22 218.62 20.23 238.85 5254,70 10 1119G013-PEO, INDRAKHI INDRAKHI 8 309.29 48.25 357.54 2860.32 11 1119G076-PEO, KAMALAPUR KAMALAPUR 28 336.33 16.86 353.19 9889.32 12 1119G051-PEO, KARAPALLI KARAPALLI 20 303.83 28.42 332.25 6645.00 13 1119G041-PEO, KELUAPALLI KELUAPALLI 4 174.05 29.54 203.59 814.36 14 1119W046-SECRETARY, MAA KELUAPALLI 5 57.43 7.67 65.10 325.50 1119W042-SECRETARY, MAA 15 KELUAPALLI SANTOSHI WSHG 6 114.60 12.76 127.36 764.16 16 1119G037-PEO, KOLATHIGAN KOLATHIGAN 5 244.66 40.88 285.54 1427 70i 17 1119G001-PEO, KONISI KONISI 5 499.61 64.84 564.45 2822.2') 18 1119G102-PEO, KOTHARSINGI KOTHARSINGI 15 276.19 15.96 292.15 4382.25 19 1119G020-PEO, LUHAJHARA LUHAJHARA 23 238.01 31.94 269.95 6208.85 20 1119G086-PEO, MANTRIDI MANTRIDI 18 222.74 2l.40 244.14 4394.52 21 1119G083-PEO, NARAYANAPUR NARAYANAPUR 22 157.90 16.05 173.95 3826.90 22 1119G017-PE~, PADMAPUR PADMAPUR 3 227.31 2l.32 248.63 745.89 23 1119G026-PEO, PHULTA PHULTA 15 327.83 29.18 357.01 5355.15 24 1119G096-PEO, RANDHA RANDHA 9 263.98 23.55 287.53 2587.77 25 1119G047-PEO, RANGIPUR RANGIPUR 8 224.27 19.48 243.75 1950.00 26 1119G061-PEO, SASANAPADAR SASANAPADAR 11 326.30 49.83 376.13 4137.43 27 1119G071-PEO, SATAKUTUNI SATAKUTUNI 25 203.71 33.98 237.69 5942.25 1119W075-SECRETARY, GHATAGAON 28 SATAKUTUNI 23 TARINI WSHG 213.93 22.32 236.25 5433.7~ TOTAL 6606.74 752.58 7359.32 111603.12 GOPALPUR NAC 1 1132P002-G RAMA MURTY WARD NO.11 23 89.98 8.67 98.65 2268.95 2 1132POO -P KIRAN KUMAR 23 100.05 12.68 112.73 2592.79 3 1132POO -L DHARMA RAO 23 6l.35 6.05 67.40 1550.20 TOTAL 190.03 21.35 211.38 4861.74 GRAND TOTAL 6796.77 773.93 7570.70 116464.86

Weighted average distance I 15.381

(Signature of the Tenderer) ANNEXURE:-zyxwvutsrqponmlkjihgfedcbaZYXWVUTSRQPONMLKJIHGFEDCBAzs- CALCULATION SHEET OF WEIGHTED AVERAGE DISTANCE FOR LEVEL-II TRANSPORT CONTRACTOR RRC KUKUDAKHANDI TO FPS OF KUKUDAKHANDI BLOCK. KUKUDAKHANDIBLOCK Distance A in Quintal from RRC- Total Qty X SrNo FPS Code and Name GPlWard Total Quantity cum-DSC Rice Wheat Distance kkd 1 ..zyxwvutsrqponmlkjihgfedcbaZYXWVUTSRQPONMLKJIHGFEDCBA lc !zyxwvutsrqponmlkjihgfedcbaZYXWVUTSRQPONMLKJIHGFEDCBA CiCCCC.CC·O 1 1115G085-PEO ANANTEI ANANTEI 355.34 44.06 , 399.40 3994.00 2 11115G087-PE~, 4 ANKUSHPUR 318.21 33.89 IANKUSHPUR 352.10 1408.40 3 1115G059-PEO, BAGHALATI 17 201.59 27.81 BAGHALATI 229.40 3899.80 4 1115G030-PEO, RA,LLlPA,DA 9 247.93 44.97 BALLIPADA 292.90 2636.10 5 1115G086-PEO, 15 212.77 27.43 BANTHAPALLI BANTHAPALLI 240.20 3603.00 6 7 262.59 38.76 1115G012-PEO, BORIGAM BORIGAM 301.35 2109.45 7 1115G060-PEO, 7 222.09 25.66 BOULAJHOLI BOULAJHOLI 247.75 1734.25 8 1115G089-PEO, 8 227.32 34.03 DAKHINAPUR DAKHINAPUR 261.35 2090.80 9 1115G039-PEO, 13 238.64 38.66 DENGAPADAR DENGAPADAR 277.30 3604.90 10 '1115G026-PEO, 14 250.34 44.51 GURUNTHI IGURUNTHI 294.85 4127.90 11 11115G018-PEO, 17 327.47 39.38 HUGULAPATA 1HUGULAPATA 366.85 6236.45 12 1115G015-PEO, 7 259.06 33.29 JAGDALPUR JAGDALPUR 292.35 2046.45 13 11115G047-PEO, KANKIA IKANKIA 25 171.41 14.09 185.50 4637.50 14 1115W009-PRESIDENT, 1 172.95 37.4 KUKUDAKAHANDI MAA BHAIRABI WSHG 210.35 210.35 15 1115W006-MAA 1 78.91 13.54 KUKUDAKAHANDI BHAGABATI WSHG 92.45 92.45 16 1115S007- 1 97.3 19.5 KUKUDAKAHANDI BIJUPATANAYAK WSHG 116.80 116.80 17 1115G049PEO- 10 268.21 55.09 LOCHAPADA LOCHAPADA 323.30 3233.00 18 11115G095-PEO, LANJIA ILANJIA 6 201.05 31.55 232.60 1395.60 19 11115G042-PEO, LATHI ILATHI 12 365.71 6~.~ ~ 5128.20 20 15 284.64 21.41 1115G001-PEO, MOHUDA MOHUDA 306.05 4590.75 21 1115G022-PEO, ,~~ 6 174.71 30.99 '" I I MOSIAKHALLI 205.70 1234.20 22 1115G034-PEO, 9 140.4 24.7 NIMAKHANDI NIMAKHANDI 165.10 1485.90 23 13 254.46 43.24 1115G073-PEO, ROHIGAM ROHIGAM 297.70 3870.10 24 11115G051-PEO, SIHALA SIHALAzyxwvutsrqponmlkjihgfedcbaZYXWVUTSRQPONMLKJIHGFEDCBA22 343.47 25.2 _3§§.§7_ 8110.74 TOTAL 249 5676.57 810.80 6487.37 71597.09

Weighted average distance 11.04

Signature o~.r Signature of the Tenderer ANNEXURE:-zyxwvutsrqponmlkjihgfedcbaZYXWVUTSRQPONMLKJIHGFEDCBA.:t, CALCULATION SHEET OF WEIGHTED AVERAGE DISTANCE FOR LEVEL-II TRANSPORT CONTRACTOR PEG, NARASINGHAPUR TO FPS OF KUKUDAKHANDI BLOCK. KUKUDAKHANDIBLOCK Distance Allvti" ..... in Quintal from RRC- Total Qty X SrNo FPS Code and Name GPlWard Total Quantity cum-DSC Rice Wheat DistancezyxwvutsrqponmlkjihgfedcbaZYXWVUTSRQPONMLKJIHGFEDCBA

1 k./zyxwvutsrqponmlkjihgfedcbaZYXWVUTSRQPONMLKJIHGFEDCBA.::1.';;.;::.7'. ... ·I'cllji~:' 's 1 1115G085·PEO, ANANTEI ANANTEI 399.40 9985.00 2 1115G087·PEO, 20 318.21 33.89 - ANKUSHPUR ANKUSHPUR - 352.10 7042.00 3 1115G059· PE.~ 29 201.59 27.81 BAGHALATI BAGHALATI 229.40 6652.60 4 1115G030·PEO, 11 247.93 44.97 BALLIPADA BALLIPADA 292.90 3221.90 5 1115G086·PEO, 22 212.77 27.43 BANTHAPALLI BANTHAPALLI 240.20 5284.40 6 25 262.59 38.76 1115G012·PEO, BORIGAM BORIGAM 301.35 7533.75 7 23 222.09 25.66 I~~~1.3060.DEO, BOULAJHOLI LAJHOLI 247.75 5698.25 8 1115G089·PEO, 16 227.32 34.03 DAKHINAPUR DAKHINAPUR 261.35 4181.60 9 1115G039·PEO, 10 238.64 38.66 DENGAPADAR DENGAPADAR 277.30 2773.00 10 1115G026·PEO, 34 250.34 44.51 GURUNTHI GURUNTHI 294.85 10024.90 11 1115G018·PEO, 34 327.47 39.38 HUGULAPATA HUGULAPATA 366.85 12472.90 12 1115G015·PEO, 25 259.06 33.29 JAGDALPUR JAGDALPUR 292.35 7308.75 13 11115G047·PEO, KANKIA KANKIA 35 171.41 14.09 185.50 RA.Q? &:in 14 1115W009·PRESIDENT, 18 172.95 37.4 KUKUDAKAHANDI MAA BHAIRABI WSHG 210.35 3786.30 15 1115W006·MAA KIIKllnJl.l<'l!.lll!.Nnl 18 78.91 13.54 BHAGABATI WSHG 92.45 1664.10 1115S007· 16 Klll<'llnl!.l<'l!.llANDI 18 97.3 19.5 BIJUPATANAYAK WSHG 116.80 2102.40 17 1115G049PEO· 26 268.21 55.09 LOCI-lAPADA LOCHAPADA 323.30 8405.80 18 1115G095·PEO, LANJIA ILANJIA 18 201.05 31.55 232.60 4186.80 19 1115G042·DEO LATHI ILATH I 23 365.71 61.64 427.35 9829_.05 20 23 284.64 21.41 1115G001·PEO, MOHUDA MOHUDA 306.05 7039.15 21 1115G022·PEO, 23 174.71 30.99 MOSIAKHALLI MOSIAKHALLI 205.70 4731.10 22 1115G034·PEO, 27 140.4 24.7 NIMAKHANDI NIMAKHANDI 165.10 4457.70 23 10 254.46 43.24 1115G073·PEO, ROHIGAM ROHIGAM 297.70 2977.00 24 1115G051·PEO, SIHALA ISIHALAzyxwvutsrqponmlkjihgfedcbaZYXWVUTSRQPONMLKJIHGFEDCBA32 343.47 25.2 368.67 11797-44 TOTAL 545 5676.57 810.80 6487.37 149648.39

Weighted average distance 23.07

Signalure of ~ Signature of the Tenderer ANNEXURE _ 30 CALCULATION SHEET OF WEIGHTED AVERAGE DISTANCE FOR LEVEL-II TRANSPORT CONTRACTOR.zyxwvutsrqponmlkjihgfedcbaZYXWVUTSRQPONMLKJIHGFEDCBA RRC, SAHASPUR DEPOT TO FPSOF SANAKHEMUNDI BLOCK. TotalzyxwvutsrqponmlkjihgfedcbaZYXWVUTSRQPONMLKJIHGFEDCBAQty. Oistane Allot. In Qtls. into from RRC- distance 51 No FPSCode & Name G.P./Ward Cum-OSC Rice Wheat Total Qty. (Col.4*7) 1 2 3 4 5 6 7 8 1 1120G088-PEO, ADAPADA ADAPADA 13 308.08 44.22 352.30 4579.90 2 1120G098-PEO,AMBAGAON AMBAGAON 3 132.49 21.09 153.58 460.74 3 1120G078-PEO, CHANAMERI CHANAMERI 14 372.57 49.61 422.18 5910.52 4 1120G092-PEO, CHUDANGAPUR CHUDANGAPUR 1 295.97 35.72 331.69 331.69 5 1120G081-PEO, DAYANIDHIPUR DAYANIDHIPUR 14 175.20 15.91 191.11 2675.54 6 1120G084-PEO, DENGADI DENGADI 11 272.23 49.13 321.36 3534.96 7 1120G085-PEO, ERRENDRA ERRENDRA 7 258.42 41.35 299.77 2098.39 8 1120G073-PEO, GANGAPUR GANGAPUR 8 226.60 23.89 250.49 2003.92 9 1120G087-PEO, GOUTAMI GOUTAMI 11 264.16 25.26 289.42 3183.62 10 1120G076-PEO, JEURA JEURA 6.5 140.21 23.83 164.04 1066.26 11 1120G095-PEO,KALARAPADAR KALARAPADAR 9 148.32 12.71 161.03 1449.27 12 1120G097-PEO,KANSAMARI KANSAMARI 17 142.05 19.57 161.62 2747.54 13 1120G079-PEO, KAUDIA KAUDIA 14 161.36 22.89 184.25 2579.50 14 1120G089-PEO, KHALLlNGI KHALLlNGI 10 278.04 28.25 306.29 3062.90 15 1120G080-PEO, KONKARADA KONKARADA 14.5 347.13 40.90 388.03 5626.44 16 1120G074-PEO, MOULABHANJA MOULABHANJA 10 347.19 54.25 401.44 4014.40 17 1120G082-PEO, P.RCH.PUR P.RAMACHANDRA 7 310.49 59.88 370.37 2592.59 18 1120G086-PEO, PATAPUR PATAPUR 3.5 232.66 47.09 279.75 979.13 19 1120G083-PEO, PATTIGUDA PATTIGUDA 25 240.76 19.12 259.88 6497.00 20 1120G072-PEO, PODAMARI PODAMARI 18 353.08 23.18 376.26 6772.68 21 1120G091-PEO, S.GOPALPUR S GOPALPUR 12 403.40 22.86 426.26 5115.12 22 1120G090-PEO, SAHASAPUR SAHASAPUR 0.5 251.18 30.92 282.10 141.05 23 1120G077-PEO, SINGIPUR SINGIPUR 13 322.25 46.05 368.30 4787.90 24 1120G075-PEO, T.GOVINDAPUR T.GOVINDAPUR 29 367.08 8.11 375.19 10880.51 PADMAPUR 20.0 119.91 7.51 127.42 2548.40 RADHADEIPUR 4.0 156.54 22.51 179.05 716.20 TOTAL zyxwvutsrqponmlkjihgfedcbaZYXWVUTSRQPONMLKJIHGFEDCBA6627.37 795.81 7423.18 86356.16

Weighted average distance 11.631

(Signature of the Tenderer)zyxwvutsrqponmlkjihgfedcbaZYXWVUTSRQPONMLKJIHGFEDCBA

89 ANNEXURE .. .3, CALCULATIONSHEETOF WEIGHTEDAVERAGEDISTANCEFORLEVEl-IITRANSPORTCONTRACTOR. R M C, DENGADIDEPOTTO FPS OF SANAKHEMUNDIBLOCK.

Total Qty. Allot. In Qtls. Distane into SI from RRC- distance No FPS CodezyxwvutsrqponmlkjihgfedcbaZYXWVUTSRQPONMLKJIHGFEDCBA& Name G.P./Ward Cum-DSC Rice Wheat Total Qty. (CoI.4*7)zyxwvutsrqponmlkjihgfedcbaZYXWVUTSRQPONMLKJIHGFEDCBA 1 2 3 4 5 6 7 8 1 1120G088-PEO, ADAPADA ADAPADA 4 308.08 44.22 352.30 1409.20 2 1120G098-PEO,AMBAGAON AMBAGAON 15 132.49 21.09 153.58 2303.70 3 1120G078-PEO, CHANAMERI CHANAMERI 20 372.57 49.61 422.18 8443.60 4 1120G092-PEO, CHUDANGAPUR CHUDANGAPUR 12 295.97 35.72 331.69 3980.28 5 1120G081-PEO, DAYANIDHIPUR DAYANIDHIPUR 9 175.20 15.91 191.11 1719.99 6 1120G084-PEO, DENGADI DENGADI 0.5 272.23 49.13 321.36 160.68 7 1120G085-PEO, ERRENDRA ERRENDRA 6 258.42 41.35 299.77 1798.62 8 1120G073-PEO, GANGAPUR GANGAPUR 14 226.60 23.89 250.49 3506.86 9 1120G087-PEO, GOUTAMI GOUTAMI 12 264.16 25.26 289.42 3473.04 10 1120G076-PEO, JEURA JEURA 9.5 140.21 23.83 164.04 1558.38 11 1120G095-PEO,KALARAPADAR KALARAPADAR 10 148.32 12.71 161.03 1610.30 12 1120G097-PEO,KANSAMARI KANSAMARI 24 142.05 19.57 161.62 3878.88 13 1120G079-PEO, KAUDIA KAUDIA 3 161.36 22.89 184.25 552.75 14 1120G089-PEO, KHALLINGI KHALLINGI 5 278.04 28.25 306.29 1531.45 15 1120G080-PEO, KONKARADA KONKARADA 3.5 347.13 40.90 388.03 1358.11 16 1120G074-PEO, MOULABHANJA MOULABHANJA 20 347.19 54.25 401.44 8028.80 17 1120G082-PEO, P.R.CH.PUR P.RAMACHANDRA 3 310.49 59.88 370.37 1111.11 18 1120G086-PEO, PATAPUR PATAPUR 10 232.66 47.09 279.75 2797.50 19 1120G083-PEO, PATTIGUDA PATTIGUDA 32 240.76 19.12 259.88 8316.16 20 1120G072-PEO, PODAMARI PODAMARI 25 353.08 23.18 376.26 9406.50 21 1120G091-PEO, S.GOPALPUR S.GOPALPUR 10 403.40 22.86 426.26 4262.60 22 1120G090-PEO, SAHASAPUR SAHASAPUR 11 251.18 30.92 282.10 3103.10 23 1120G077-PEO, SINGIPUR SINGIPUR 19 322.25 46.05 368.30 6997.70 24 1120G075-PEO, T GOVINDAPUR T.GOVINDAPUR 35 367.08 8.11 375.19 13131.65 PADMAPUR 26.0 119.91 7.51 127.42 3312.92 RADHADEIPUR 9.0 156.54 22.51 179.05 1611.45 TOTAL 6627.37 795.81 7423.18 99365.33

Weighted average distance 13.391

(Signature of the Tenderer) ANNEXURE - 3~ CALCULATION SHEET OF WEIGHTED AVERAGE DISTANCE FOR LEVEL-II TRANSPORT CONTRACTOR. PEG, NARSINGPUR TO FPS OF DIGAPAHANDI BLOCK & NAC.

Oistane Allot. In Qtls. Total Qty. from RRC- SI No into distance FPSCode & Name G.P./Ward Cum-OSC Rice Wheat 1 2 Total Qty. (CoIA*7)zyxwvutsrqponmlkjihgfedcbaZYXWVUTSRQPONMLKJIHGFEDCBA 3 4 5 1 1109G015-PEO, ANKORODA 6 7 8 ANKORODA 10 189.71 2 1109G111-PEO, B. TURUBUDI 46.49 236.20 2362.00 B.TURUBUDI 6 310.32 3 1109G011-PEO. BADA DUMULA 52.20 362.52 2175.12 BADA DUMULA 9 276.34 4 1109G009-PEO, BASUDEVPUR 31.94 308.28 2774.52 BASUDEVPUR 7 175.74 5 1109G007-PEO, BHISMAGIRI 21.19 196.93 1378.51 BHISMAGIRI 21 253.81 6 1109G014-PEO, BHRAMARPUR 30.39 284.20 5968.20 BHRAMARPUR 38 296.11 7 1109G008-PEO, BOMKEI 26.09 322.20 12243.60 BOMKEI 17 317.05 8 1109G028-PEO, CH. TIKARA PADA 58.25 375.30 6380.10 CH.T. PADA 35 174.76 9 BALAKUMARI 12.29 187.05 6546.75 C. NIMAKHANDI 23 218.75 10 1109G016-PEO, G.GOVINDAPUR 22.18 240.93 5541.39 G. GOVINDAPUR 35 177.71 34.94 212.65 7442.75 11 1109G006-PEO, GOKARNA PUR GOKARNA PUR 2 270.97 48.85 12 1109P047-MAA MAHALAXMI WSHG 319.82 639.64 GOUDAGAM 30 173.64 13 1109G004-PEO, JAKAR 18.80 192.44 5773.20 JAKAR 17 154.62 14 TARINI WSHG 29.83 184.45 3135.65 KAITHKHANDI 17 356.70 15 1109GOO1-PEO,KAITHADA 57.22 413.92 7036.64 KAITHADA 11 272.83 16 1109G002-PEO, KARAPADA 36.10 308.93 3398.23 KARAPADA 14 214.89 40.60 255.49 3576.86 17 1109GOO3-PEO,B.LNPUR B.L.N.PUR 30 173.83 11.18 18 1109G018-PEO, KHAMARI GAM 185.01 5550.30 KHAMARI GAM 26 340.02 19 1109G112-PEO, KOTINADA 36.48 376.50 9789.00 KOTINADA 10 210.76 20 1109G013-PEO, KUSAPADA 27.60 238.36 2383.60 KUSAPADA 6 172.40 21 1109G106-PEO,NK PENTHO 27.99 200.39 1202.34 NK PENTHO 22 230.30 22 SANTOSHI WSHG 27.66 257.96 5675.12 PADMANAVPUR 10 326.79 23 1109G017-PEO, PHASIGUDA 29.21 356.00 3560.00 PHASIGUDA 16 326.32 60.85 387.17 6194.72 24 1109G012-PEO, S.TIKARAPADA S.TIKARAPADA 24 203.35 19.19 25 1109G01O-PEO,SIDHESWAR 222.54 5340.96 SIDHESWAR 7 252.00 WSHG 44.25 296.25 2073.75 26 GOUDAGAM 33 36.61 1.11 37.72 1244.76 TOTAL 6106.33 852.88 6959.21 119387.71 DIGAPAHANDI N.A.C. 1 1130T007-E O.DIGAPAHANDI NAC WARD NO 06 6 75.25 0.00 75.25 451.50 2 WARD NOO3 6 61.12 11.8 72.92 437.52 3 WARD NO.10 6 117.37 24.45 141.82 850.92 4 WARD NOO8 6 103.45 25.83 129.28 775.68 TOTAL 357.19 62.08 419.27 2515.62 GRAND TOTAL 6463.52 914.96 7378.48 121903.33

Weighted average distance 1 16.521

(Signature (Signature of the Tenderer) ANNEXURE - 33 CALCULATION SHEET OF WEIGHTED AVERAGE DISTANCE FOR LEVEL-II TRANSPORT CONTRACTOR. RMC, DIGAPAHANDI TO FPS OF DIGAPAHANDI BLOCK & NAC.

Oistane Allot. In Qtls. Total Qty. from RRC- SI No FPSCodezyxwvutsrqponmlkjihgfedcbaZYXWVUTSRQPONMLKJIHGFEDCBA& Name into distance G.P./Ward Cum-OSC Rice Wheat 1 2 Total Qty. (Col.4*7) 3 4 5 1 1109G015-PEO, ANKORODA 6 7 8 ANKORODA 5 189.71 2 1109G111-PEO, B. TURUBUDI 46.49 236.20 1181.00 B.TURUBUDI 12 310.32 3 1109G011-PEO, BADA DUMULA 52.20 362.52 4350.24 BADA DUMULA 20 276.34 4 1109G009-PEO, BASUDEVPUR 31.94 308.28 6165.60 BASUDEVPUR 12 175.74 5 1109G007-PE~, BHISMAGIRI 21.19 196.93 2363.16 BHISMAGIRI 13 253.81 6 1109G014-PEO, BHRAMARPUR 30.39 284.20 3694.60 BHRAMARPUR 31 296.11 7 1109GOOB-PEO,BOMKEI 26.09 322.20 9988.20 BOMKEI 14 317.05 8 1109G02B-PEO,CH. TIKARA PADA 58.25 375.30 5254 20 CH.T. PADA 28 174.76 9 BALAKUMARI 12.29 187.05 5237.40 C. NIMAKHANDI 16 218.75 10 1109G016-PEO, G.GOVINDAPUR 22.18 240.93 3854.88 G. GOVINDAPUR 28 177.71 11 1109G006-PEO, GOKARNA PUR 34.94 212.65 5954.20 GOKARNA PUR 6 270.97 12 1109P047-MAA MAHAlAXMI WSHG 48.85 319.82 1918.92 GOUDAGAM 25 173.64 13 1109G004-PEO, JAKAR 18.80 192.44 481l.00 JAKAR 17 154.62 14 TARINI WSHG 29.83 184.45 3135.65 KAITHKHANDI 12 356.70 15 1109G001-PEO,KAITHADA 57.22 413.92 4967.04 KAITHADA 6 272.83 16 1109G002-PEO, KARAPADA 36.10 308.93 1853.58 KARAPADA 17 214.89 17 1109G003-PEO,B.L.N.PUR 40.60 255.49 4343.33 B.L.N.PUR 27 173.83 11.18 185.01 4995.27 18 1109G01B-PEO,KHAMARI GAM KHAMARI GAM 20 340.02 36.48 19 1109G112-PEO, KOTINADA 376.50 7530.00 KOTINADA 14 210.76 27.60 238.36 3337.04 20 1109G013-PEO, KUSAPADA KUSAPADA 6 172.40 27.99 200.39 1202.34 21 1109G106-PEO,NK PENTHO NK PENTHO 18 230.30 27.66 257.96 4643.28 22 SANTOSHI WSHG PADMANAVPUR 4 326.79 29.21 356.00 1424.00 23 1109G017-PEO, PHASIGUDA PHASIGUDA 11 326.32 60.85 387.17 4258.87 24 1109G012-PEO, S TIKARAPADA S TIKARAPADA 16 203.35 19.19 222.54 3560.64 25 1109G01O-PEO,SIDHESWAR SIDHESWAR 11 252.00 44.25 296.25 3258.75 26 WSHG GOUDAGAM 28 36.61 1.11 37.72 1056.16 TOTAL 6106.33 852.88 6959.21 104339.35 DIGAPAHANDI N.A.C. 1 1130T007-E.O.DIGAPAHANDI NAC WARD NO.06 3 75.25 0.00 75.25 225.75 2 WARD NO.03 3 61.12 11.8 72.92 218.76 3 WARD NO.10 3 117,37 24.45 141.82 425.46 4 WARDzyxwvutsrqponmlkjihgfedcbaZYXWVUTSRQPONMLKJIHGFEDCBANO.OB 3 103.45 25.83 129.28 387.84 TOTAL 357.19 62.08 419.27 1257.81 GRAND TOTAL 6463.52 914.96 7378.48 105597.16

Weighted average distance I 14.311

(Signature (Signature of the Tenderer)