+ All Categories
Home > Documents > ORISSA INDUSTRIAL INFRASTRUCTURE … doc-ohtankmanitira.doc · Web viewTENDER CALL NOTICE No....

ORISSA INDUSTRIAL INFRASTRUCTURE … doc-ohtankmanitira.doc · Web viewTENDER CALL NOTICE No....

Date post: 14-Jun-2018
Category:
Upload: phungbao
View: 213 times
Download: 0 times
Share this document with a friend
104
BID DOCUMENT FOR THE WORK DESIGN, CONSTRUCTION, TESTING & COMMISSIONING OF 1.00 LAKH LITRE. CAPACITY OVER HEAD TANK AT MANTIRA REHABILITATION COLONY NEAR VILLAGE MANTIRA IN KALINGA NAGAR INDUSTRIAL COMPLEX, JAJPUR. Orissa Industrial Infrastructure Development Corporation BHUBANESWAR 1
Transcript

BID DOCUMENT

FOR THE WORK

DESIGN, CONSTRUCTION, TESTING & COMMISSIONING OF 1.00 LAKH LITRE. CAPACITY OVER HEAD TANK AT MANTIRA REHABILITATION COLONY NEAR VILLAGE MANTIRA IN KALINGA NAGAR INDUSTRIAL

COMPLEX, JAJPUR.

Orissa Industrial Infrastructure Development CorporationBHUBANESWAR

1

ORISSA INDUSTRIAL INFRASTRUCTURE DEVELOPMENT CORPORATIONIDCO TOWER, JANPATH, BHUBANESWAR-22

Name of work : Design, Construction, Testing & Commissioning of 1.00 lakh litre capacity over head tank at Mantira Rehabilitation Colony near village Mantira in Kalinga Nagar Industrial Complex, Jajpur

Sold to :

On payment of : Rs. 6,000.00 (Rupees six thousand only)

Vide Money Receipt : No. Dt.

Executive Engineer (PH)

W/S & EC Division, IDCO, Bhubaneswar.

I undertake to abide by the terms and conditions as stipulated in the detail tender call notice and condition of contract

Signature of the TendererFor official use only:

1. Total no. of corrections :

2. Total no. of over writings :

3. Total no. of interpolations

4. Total nos. of pages :

5. Earnest money deposit in shape of :

6. Copy of Clearance Certificate on VAT -612

: Furnished/ Not furnished

7. Copy of PAN : Furnished/ Not furnished

8. Copy of EPF Registration No. : Furnished/Not furnished

9. Copy of service tax registration certificate.

: Furnished/Not furnished

10. Any other enclosures :

Executive Engineer (PH) W/S & EC Division,

IDCO, Bhubaneswar.

2

ORISSA INDUSTRIAL INFRASTRUCTURE DEVELOPMENT CORPORATION:IDCO TOWERS, JANPATH: BHUBANESWAR-751022.

Name of the work : Design, Construction, Testing & Commissioning of 1.00 lakh litre capacity over head tank at Mantira Rehabilitation Colony near village Mantira in Kalinga Nagar Industrial Complex, Jajpur.

Estimated Cost : Rs 16.00 lakh (Rupees sixteen lakh ) only.

Earnest Money Deposit : Rs 16,000.00 (Rupees sixteen thousand ) only

Period of sale of Bidding document : From 4.1.2008 to 8.1.2008 up to 3.00 PM.

Last date & time of receipt of Bid : 16.1.08 up to 5.00 PM by (Registered Post/Speed Post only)

Time & Date of opening of Bids : Date: 17.1.2008 at 11.30 AM

Place of opening of Bid : Executive Engineer (PH) W/S & EC Division, IDCO, Bhubaneswar

Officer inviting Bids : Executive Engineer (PH) W/S & EC Division, IDCO, Bhubaneswar

3

I N D E X

SL NO SUBJECT PAGE NO.

1. DETAILED TENDER CALL NOTICE 5-7

2. TENDER FOR WORK 8-9

3. FORM OF BID / TENDER 10-11

4. FORMS AND FORMATS 12

A) FORM OF EARNEST MONEY DEPOSIT 13-14

B) FORM OF SECURITY DEPOSIT 15-16

C) FORM OF PERFORMANCE GUARANTEE 17-18

D) AGREEMENT FORMAT 19-20

5. SPECIAL CONDITION 21-22

6. GENERAL INFORMATION 23-25

7. GENERAL CONDITION 26-30

8. CONDITION OF CONTRACT 31-42

9. SCHEDULE OF ITEMS 43-44

10. SPECIAL NOTE 45

11. PREAMBLE TO THE SCHEDULE OF QUANTITIES 46-48

12. GENERAL RULES AND DIRECTION FOR THE GUIDANCE OF CONTRACTORS.

49-56

13. COMMERCIAL & TECHNICAL INFORMATION 57-59

14. SPECIAL TERMS & CONDITIONS FOR SAFETY MEASURES 60-62

15. SPECIAL CONDITIONS FORMING A PART OF THIS CONTRACT

63-70

16. TECHNICAL SPECIFICATION & SCOPE OF WORK. 71-89

17. BILL OF QUANTITIES. 90

4

Orissa Industrial Infrastructure Development Corporation(A Government of Orissa Undertaking) ISO 9001 & 14001 CORPORATIONIDCO, IDCO Towers, Janpath, Bhubaneswar-751022 Phone: (0674) 2542784,2540820, Fax: 2542956E-mail: [email protected]

DIVISION OFFICEW/S & EC DIVISION

1st Floor, IDCO Towers, BBSRPhone: 2543820, Ext-603

NO.BBSR/WS&EC/ 2857 Date: 24.12.07

TENDER CALL NOTICE

The Executive Engineer , W/S & EC Division, IDCO, IDCO Towers, Bhubaneswar invites sealed tenders from the registered contractors from IDCO vendors/ Registered firms/ Autonomous Govt. owned enterprises in India /Company / Contractors having appropriate class of registration from State PHD/ State PWD / CPWD/ Railway/ MES for the work as detailed below.

Sl.No

Name of work Estimated Cost (Rs.) (Appx)

Bid security

/EMD (Rs.)

Cost of

Document (Rs)

Periodof

completion

Class of tendererFor

IDCO venders

For other deptt

01. Design, Construction, Testing & Commissioning of 1.00 lakh litre capacity Over Head Tank at Mantira Rehabilitation Colony near village Mantira in Kalinga Nagar Industrial Complex, Jajpur

16.00lakhs

16,000/- 6,000/- (six thousand ) only

06(sIx) Calendar Months

Range above Rs.25.00 lakh up to 500.00 Lakh

A & B Class .

2. SALE OF TENDER PAPER:The Tender document may be purchased during office hours from the office of the Executive

Engineer (PH), W/S & E.C Division, Bhubaneswar from 4.1.2008 to 8.1.2008 up to 3.00 PM on production of IDCO vender/ valid contract license, valid PAN, clearance certificate on VAT-612, Service Tax registration certificate and valid EPF registration certificate. The Vendor/ Contractor should have executed similar nature of work of value not less than Rs.10.00 lakhs in a single agreement during last five years and also have to produce necessary completion certificate from the concerned client such as Govt. Departments, PSU, Registered Society with proof of owner ship of machineries both in self possession or hire.

The tender is open to individual firm/ contractors only. Application from joint venture is not acceptable.

The tender documents can also be down loaded during the sale period from IDCO’s website www.idcoindia.com which must accompany the tender document cost of Rs.6,000.00 (Non refundable) only in shape of Demand Draft along with the tender drawn on any Nationalised Bank in favour of Orissa Industrial Infrastructure Development Corporation payable at Bhubaneswar, failing which the tender will be liable for rejection. IDCO shall not be responsible for any delay / difficulties / inaccessibility of the down loading facility for any reason whatsoever, in

5

case of any discrepancy between the tender documents down loaded from internet and the master copy

3. EARNEST MONEY DEPOSIT:The EMD shall be in shape of demand draft payable at Bhubaneswar or in shape of a Bank

Guarantee in the prescribed format from any Nationalized bank in favour of “Orissa Industrial Infrastructure Development Corporation”.

4. SUBMISSION OF TENDER:The sealed tender of the Bid Document and attested copies of IDCO vender/ Contract

license/ Registration Certificate , EMD, Experience Certificate, clearance certificate on VAT-612, PAN, EPF Registration Certificate, Service Tax registration certificate so as to reach the same to Executive Engineer (PH), W/S & EC Division, IDCO, IDCO Tower, Bhubaneswar on or before 16.1.08 during office hours through registered post/ speed post only. 5. OPENING OF TENDER:

The tender will be opened on 17.1.2008 at 11.30 AM in the office of the Executive Engineer (PH), W/S & EC Division, IDCO, IDCO Tower, Bhubaneswar in presence of the bidders or their authorized representatives who wishes to attend . If the office happens to be closed on the date of last sale / receipt / opening of bids as specified, the bids will be sold / received /opened on the next working day at the same time and venue.

The undersigned will not be responsible for any loss, damage and delay if any in the delivery of the documents or non-receipt of the same within the stipulated period. For details please contact to Sri P.K.Panda, Jr. Engineer (PH), W/S & EC Division, IDCO , IDCO Towers, Bhubaneswar or Telephone No.(0674)— 2543820 during office hours.

IDCO reserves the right to cancel any or all the bids without assigning any reason thereof.

Executive Engineer (PH) IDCO, W/S & EC Division, BBSR.

Memo No. Date:Copy to Jt.Manager (P&A) PR Cell / Manager (MIS), IDCO for information and necessary

action. They are requested to publish the notice (Copy enclosed) in two Oriya dailies. The detailed tender call notice may also be included in the IDCO website for wide circulation ( soft copy enclosed). The tender document can also be down loaded from IDCO website from 4.01.2008 to 8.01.2008 up to 3.00 PM.Encl: As above

Executive Engineer (PH) IDCO, W/S & EC Division, BBSR.

Memo No. Date:Copy to Chief General Manager (P&C) IDCO, Bhubaneswar for information.

Executive Engineer (PH) IDCO, W/S & EC Division, BBSR.

Memo No. Date:Copy to All Divisional Heads, IDCO / Notice Board for information and wide circulation.

Executive Engineer (PH) IDCO, W/S & EC Division, BBSR.

Memo No. Date:Copy to Accounts Section, IDCO, W/S & EC Division, Bhubaneswar// for information and

necessary action.Executive Engineer (PH)

IDCO, W/S & EC Division, BBSR.

6

TENDER CALL NOTICE

No. IDCO/W/S & EC- 2857 Dt. 24.12.07

Sealed tenders are invited for the work “Design, Construction,

Testing & Commissioning of 1.00 lakh litre capacity Over Head Tank at

Mantira Rehabilitation Colony near village Mantira in Kaling Nagar

Industrial Complex, Jajpur” with an estimated cost of Rs.16.00 lakh

(approx) from appropriate class of IDCO vendors / Registered firms

/Autonomous Govt. owned enterprises in India / Company / Contractors

having A & B class registration from State PWD /State PHD/ CPWD/

Railways / MES. The tender paper can be obtained from 4.1.2008 to 8.1.08 up to 3.00 PM on payment of Rs.6000.00 only from office of the

Executive Engineer (PH), W/S & EC Division, IDCO, Bhubaneswar and

will be received on or before 16.1.08 by speed post / Regd. post only

during office hours . For details please contact to Sri P.K.Panda, Jr.

Engineer (PH) , W/S & EC Division, IDCO, IDCO Tower, Janpath ,

Bhubaneswar-22, Tel No-0674-2543820 during office hours or see our

website WWW.idcoindia.com. The tender documents can also be down

loaded from the above web site during the period of sale of tender

document.

The Corporation reserves the right to cancel any or all the bids

without assigning any reason thereof.

Executive Engineer (PH) IDCO, W/S & EC Division, BBSR.

7

TENDER FOR WORKS.

I/We hereby tender for the execution for the work of Orissa Industrial Infrastructure Development Corporation, Bhubaneswar, specified in the under written memorandum at the rates specified thereon within the period as mentioned in the tender call notice from the date of written order to commence and accordance in all respects with the specification, designs, drawings and other documents referred to in rule, I hereof and subject to the annexed conditions of contract and with such materials as are provided for in all respects in accordance with such conditions.

MEMORANDUM

a) Name of work : Design, Construction, Testing & Commissioning of 1.00 lakh litre capacity Over Head Tank at Mantira Rehabilitation Colony near village Mantira in Kalinga Nagar Industrial Complex, Jajpur.

b) Estimated cost : Rs. 16.00 lakh

c) Earnest Money to be deposited : Rs. 16,000.00

d) Initial security deposit (including Earnest money) to be deposited before drawal of agreement (2% (two) percent of the tendered amount)

:

Percentage to be deducted from bill @ 5%(five percent) towards performance guarantee)

(This percentage deducted from bills will be credited to the Contractor’s security deposit)

Time required for the work from Date of written order to commence

6 ( six ) months

Date of written order to commence

Should this tender be accepted I/We hereby agree to abide by and fulfill all the terms

and provisions of the said conditions of contract annexed hereto or in default thereof

forfeiture to pay to the Orissa Industrial Infrastructure Development Corporation,

Bhubaneswar or his successors in office of the sum of money mentioned in the said

condition.

Date.___________________________

WITNESS.________________________

Occupation._______________________TENDERER

8

WITNESS_________________________ Occupation.________________________

The above tender is hereby accepted by me on behalf of the Orissa Industrial Infrastructure Development Corporation, Bhubaneswar.

Signed on behalf of theOrissa Industrial Infrastructure Development

Corporation.

Common seal of the Corporation is affixed in the manner laid down as per the provisions of Rules framed under Orissa Corporation Rules in presence of me.

SignatureDesignation of the Officer of the Orissa Industrial

Infrastructure Development Corporation

Signature of Contractor Signature of Authorised Officer of IDCODated this…………day of…………………….2008

Signature …………………… .in the capacity of……………duly authorized to sign Bid

for and on behalf of…………………………………………………….. (in block capitals).

Name of the Witness:…………………………….

Address :…………………………………………………………………………………

Signature :……………………………………….

Signature of Tenderer Signature of Authorised Officer of IDCO

9

FORM OF BID/TENDER

[Note: the Appendix forms part of the Bid/Tender. Bidders/Tenderers are required to fill up all the blank spaces in this Form of Bid/Tender and Appendix]

From:

[Name & address of the tenderer]

ToThe Executive Engineer (PH),IDCO, W/S & EC Division,IDCO Towers, Jan path,Bhubaneswar.

Sub: Design, Construction, Testing & Commissioning of 1.00 lakh litre capacity Over Head Tank at Mantira Rehabilitation Colony near village Mantira in Kalinga Nagar Industrial Complex, Jajpur.

1. Having examined the Drawings, Conditions of Contract, Specification and Bill of

Quantities for the execution of the above named works, I/We, the undersigned, offer

to execute, complete and maintain the whole of the said works in conformity with the

approved Drawings, Condition of Contract, Specifications and Bill of Quantities for

the sum of

(Rs................................................. ...................... ...................... .....................) or

such other sum as may be ascertained in accordance with the said Conditions.

2. I/We undertake, if my/our Bid is accepted, to commence the works as per stipulation

prescribed in the tender document and complete and deliver the whole of the works

comprised in the Contract within 6 (six ) months from the date of issue of work

order.

3. If my/our Bid is accepted I/We will furnish a security in the form of Bank Guarantee

(approved form) to be jointly and severally bound with me/us in an amount of (Two)

percent of the above named sum in accordance with the Conditions of Contract or a

Demand Draft in an amount of (Two) percent of the above named sum in accordance

with the Conditions of Contract.

4. I/We agree to abide by this Bid for the period of 120 (One hundred twenty) days from

the date of Bid opening prescribed in the general rules and guide lines to contractors

and it shall remain binding upon us and may be accepted at any time before the

expiration of that period.

5. Unless and until an Agreement is prepared and executed, this Bid, together with

your written acceptance thereof, shall constitute a binding Contract between us.

10

6. I/We understands that you are not bound to accept the lowest or any Bid you may

receive.

7. I/We agree that we will not withdraw the bid during the period of validity of bids that

will be required for intimation of acceptance or non-acceptance as stipulated in

general rules and guide lines for contractors or during such extended period as

agreed to by us, such period to date from the last date by which bids are due to

submitted to the (OIIDC) and if we do so withdraw I/We shall forfeit the bid security

to OIIDC.

Dated this ...........................day of .....................................2008

Signature ........................................................ in the capacity of ..................... duly

authorised to sign Bid for and on behalf of ................................... .....(in block capitals).

Name of the Witness : ................................................................

Address : ................................................................

................................................................

Signature : ................................................................

11

FORMS AND FORMATS

12

EARNEST MONEY DEPOSIT

NON-JUDICIAL STAMP PAPER OF APPROPRIATE VALUE

Ref. No._______________ Dated ________________

Bank Guarantee No.__________________

ToOrissa Industrial InfrastructureDevelopment Corporation,IDCO Towers, Janapath,Bhubaneswar-751007, Orissa.

Dear Sir,

In consideration of Orissa Industrial Infrastructure Development Corporation, having

its Registered Office at IDCO Towers, Janapath, Bhubaneswar (hereinafter called the

“Owner” which expressions shall unless repugnant to the subject or context include its

successors and assigns) having issued Notice Inviting Tender for “ *_______________________and M/s __________________________________ having its

Registered Head Office at _____________________ (hereinafter called the “Tenderer *)

who wished to participate in the said tender for “_______________________” and you, as a

special favour, have agreed to accept an irrevocable and unconditional Bank Bid Guarantee

for an amount of Rs.______ valid up to ______ on behalf of the tenderer in lieu of Cash

Deposit required to be made by the Tenderer, as condition precedent for participation in the

said tender.

We the _____________________ Bank incorporated under ______________ law

and having one of our branches at ________________________ and having our Registered

Office/ Head Office at _______________________________________ do hereby

unconditionally and irrevocable guarantee and undertake to pay to the “Owner” immediately

on demand without any demur, reservation, protest, contest

and recourse to the extent of the said sum of Rs._________________ (Rupees

__________________________________________)only. Any such claim / demand made

by *”Name of the work to be written”

Said “Owner” on us shall be conclusive and binding on us irrespective of any dispute or

differences raised by the tenderer. This guarantee shall be irrevocable and shall remain valid

upto ___________________________. If any further extension of this guarantee is required,

the same shall be extended to such required period on receiving instruction from

M/s____________________________________________

on whose behalf this guarantee is issued.

13

We, the said Bank, lastly undertake not to revoke this guarantee during its currency

except with the previous consent of the Owner in writing and agree that any change in the

constitution of the said tenderer or the said Bank shall not discharge our liability hereunder.

In witness where of the Bank, through its authorised offices has set its hand and

stamp on this _____________________ day of ________________2008___ at

__________________________________

WitnessSignature SignatureName Name

Designation with Bank StampOfficial Address

Attorney as per power of Attorney No.______________________

Date :______________________

Note : The stamp papers of appropriate value shall be purchased in the name of “Bid Guarantee issuing Bank”

14

SECURITY DEPOSITBANK GUARANTEE PROFORMA IN LIEU OF SECURITY DEPOSIT

Bank Guarantee to be executed on non-judicial stamped paper worth Rs.40.00 (Rupees forty only).

1. In consideration of the ____________________, Orissa Industrial Infrastructure Development Corporation (hereinafter called “The Corporation having agreed to allow (M/s___________________) (hereinafter called “the said Contractor_________________ terms and conditions of an agreement no. ( _______________________date _________________ )2 made between the Corporation and (M/s______________________) for supply of materials ( as detailed in the said agreement) and for the due fulfillment by the said contractor(s) of the terms and conditions contained in the said agreement, on production of Bank Guarantee for Rs._____________) we (______________________)3 (hereinafter referred to “the Bank”) do hereby undertake to pay the Corporation an amount not exceeding Rs.__________ against any loss or damage caused to or suffered by or would be caused or suffered by the Corporation by reason of any breach by the said contractor(s) of any of the terms of conditions contained in the said agreement.

2. We (_________________________) 3 do hereby undertake to pay the amounts due and payable under this guarantee without any demur, merely on a demand from the Corporation Stating that the amount claimed is due from the Corporation Stating that the amount claimed is due by way of loss or damage caused to or suffered by the Corporation by reason of any breach by the said contractor (s) of any of the terms and conditions contained in the said agreement or by reason of the contractor (s) failure to perform the said agreement. Any such demand made on the Bank shall be conclusive as regards the amount due and payable by the Bank under this guarantee. However, our liability under this guarantee shall be restricted to an amount not exceeding Rs. ____________.

We (___________________________________)3 further agree that the guarantee herein contained shall remain in full force and effect during the period that would be taken for the performance of the said agreement and that it shall continue to be enforceable till all the dues of the Corporation under or by virtue of the said agreement have been fully paid and its claims satisfied or discharged or the (___________________________)4, Orissa Industrial Infrastructure Development Corporation, certifies that the terms and conditions of the said agreement have been full and properly carried out by the said contractor(s) and the guarantee shall then be in-effective.

Unless a demand or claim under this guarantee is made on us in writing or before the (_________________________)5 we shall be discharged from all liability under this guarantee thereafter.

4. We (_____________________________)3 further agree that the corporation shall have the fullest liberty without our consent and without affecting in any manner our obligations hereunder to vary any of the terms and conditions of the said agreement or to extend time of performance by the said contractors and we shall not be relieved from our liability

15

by reason of any such variation, or extension being granted to the said contractor(s) or for any forbearance, act or omission on the part of the Corporation or any indulgence by the Corporation to the said contractor(s) or by any such matter or thing whatsoever which under the law relating to sureties would but for this provision have effect of so relieving us.

5. We (_______________________________) 3 lastly undertake not to revoke this guarantee during its currency.

6. Not withstanding what is stated above the guarantee is valid upto (___________________________________)5 from the date of execution and our liability therein is limited to a maximum of Rs._______________ unless a suit or an action to enforce a claim under the guarantee is filed against (___________________________________________________ )3 on or before (___________________________)5 all rights of the Orissa Industrial Infrastructure Development Corporation, under the guarantee, shall be forfeited and the said Bank shall be released and discharged from all liabilities there under.

Date at _____________________ the _________________________ day of

_______________________ two thousand ___________________.

N.B. : 1. Name of the supplier.

2. Number and date of order/agreement.

3. Name of the Bank.

4. Name of the Division Office.

5. Validity period or date up to which the guarantee is valid.

Signature of the Constituent Authority of the Bank With Seal

16

PERFORMANCE GUARANTEE FORMAT

PROFORMA FOR PERFORMANCE BANK GUARANTEE

Bank Guarantee No._______________

Date _________________

WHEREAS ________________________________________________(hereinafter referred to as “The Owner”) which expression shall unless repugnant to the context includes their (legal representatives, successors and assigns having) their registered office at ________________________________________________________________________________________________________________________________ has placed a purchase order (hereinafter referred to as the “Supplier”) which expression shall unless repugnant to the context include their legal representatives, successors and assigns) for supply of ___________________________________ on the terms and conditions as set out, (interalia), in the Owner’s purchase order no.______________________ dated ____________________ and various documents forming part thereof hereinafter collectively referred to as the “Said purchase order” which expression shall include all amendments, modifications and/or variations thereto.

AND WHEREAS one of the conditions of the “Said purchase order” is that the Supplier shall furnish to the Owner a Bank Guarantee from a Nationalised Bank for _________________________ ( _________ percent ) of the total value of the “Said purchase order against due and faithful performance of the materials supplied including defects liability obligation against the performance guarantee obligations of the supply made under the said purchase order.

AND WHEREAS the “Supplier” has approached ________________________________________________________________(hereinafter referred to as the Bank) having their registered office at ____________ and at the request of the supplier and in consideration of the promises the Bank have agreed to give such guarantee as hereunder :-

(i) The Bank hereby undertake to pay the amount due and payable under this guarantee without any demur merely on a demand from the Owner stating that the amount claimed is due by reason of (default made by the supplier in supplying the materials as per) the terms and conditions of the said purchase order including defects liability obligations in fulfilling the performance guarantee obligations against the supply made by the supplier under the said purchase order. Any such demand made on the Bank by the owner shall be conclusive as regards the amount due and payable by the Bar under this guarantee. However, the Bank’s liability under this guarantee shall restricted to an amount not exceeding ____________________(Rupees _________________).

(ii) The Owner will have the full liberty without reference to the Bank and without affecting the guarantee to postpone for any time or from time to time the exercise of any powers and rights conferred on the owner under the said purchase order and to enforce or to for bear from endorsing and powers or rights or by reasons of time being given to the

17

supplier which under law relating the surety would but for the provisions have the effect of releasing the surety.

(iii) The rights of the Owner to recover the said sum of _________________ (Rupees ___________________) only from the Bank in manner aforesaid will not be affected or suspended by reasons of the feet that any dispute or disputes have been raised by the supplier or that any dispute(s) are pending before any office, tribunal or court.

(iv) The guarantee herein contained shall not be affected by the liquidation or winding up, dissolution, change of constitution or insolvency of the supplier but shall in all respects and for all purchases be binding and operative until payment of all money due to the Owner in respect of such liability or liabilities is affected.

Notwithstanding any thing stated above, the liability of the Bank under this Guarantee is restricted to Rs.___________________ (Rs. _________________only) and this guarantee shall expire on ____________unless a demand or a claim under this guarantee is filed against the Bank within ________________ i.e. the date of expiry of the guarantee, all the rights of the Owner under the said guarantee shall be forfeited and the Bank shall be relieved and discharged from all liabilities hereunder. Accordingly, this Guarantee shall remain in force till ______________________.

However, if the supplier’s obligations against which this Guarantee is given are not completed or fully performed within the period, Bank hereby agrees to further extend the guarantee for a further period of six months.

We have the power to issue this Guarantee in your favour under the discretionary powers vested on us.

Signature of the ConstituentAuthority of the Bank with Seal

18

A G R E E M E N T

The Agreement is made this ------------------------------ day of ---------------2008

between ORISSA INDUSTRIAL INFRASTRUCTURE DEVELOPMENT CORPORATION,

(IDCO), a statutory Corporation, established under Orissa Industrial Infrastructure

Development Corporation Act. 1980 (Orissa Act. 1 of 1981), having its Head Office at IDCO

Towers, Janapath, Bhubaneswar, represented by ------------------------------------- Engineer-in-

charge, -----------------here in after referred to as “Corporation” which expression shall where

the context so requires or admits, also includes its successors or assignees of the one part.

AND --------------------------------------- represented by ---------------------------- hereinafter

called the “Contractor” which expression shall where the context so requires also includes its

successors or assignees of the one part.

Whereas IDCO invited tenders from intending contractors for execution of

------------------------------------------------------------ at ----------------------------------------------- and

whereas the Contractor offered his tender to construct, execute & complete such work in all

respect in conformity with provision of Agreement and whereas IDCO has accepted his

tender & issued work order in his letter No.-------------dt.-------------- for execution &

completion of the work with the following condition. Now this Agreement witnesses as

follows :

1. In this Agreement, words, expression shall have the same meaning as are

respectively assigned to them to the conditions of contract hereinafter referred to.

2. The following documents shall be deemed to form and to be read and construed as

part of this Agreement as follows :

i) Terms and conditions : Annexure - ‘A’

ii) Bill of quantities : Annexure - ‘B’

3. That in consideration of the payment of Rs. --------- by the Corporation to the

contractor as hereinafter mentioned, the contractor hereby covenants with the

Corporation to construct & complete the work ----------------- in all respects in

conformity with the provisions of the contract.

4. The corporation hereby covenants to pay the contractor the contract price in

consideration of the construction & completion at the time and in the manner

prescribed in the contract.

5. The Contractor will not vary of deviate from the said plans and specification without

obtaining permission in writing of the Corporation.

19

6. The Contractor shall make good any defects, shrinkage or other faults that may

appear in the works within six months after their completion.

7. In-case the Contractor shall commit the break of any covenants herein contained the

Corporation shall be at liberty to terminate this Agreement giving 15 days notice.

8. The Contractor shall indemnify to the Corporation from all claims for injury, death,

caused to any person under workmen Compensation Act. 1938. Besides the

contractor shall comply all the provisions of prevailing Labour laws during execution

of work.

9. Both the parties agree by mutual consent that any dispute relating to this Agreement

is barred from Arbitration. All problems shall be mutually settled and the decision of

IDCO shall be final and binding on the contractor.

10. In the event of any dispute that may arise out of this assessment the competent

Courts situated at Bhubaneswar shall have the jurisdiction to decide such disputes /

litigations between parties hereto.

IN WITNESS WHERE OF the parties have caused their respective common seals to

be herein to affixed (or have here into set their respective hands & seals) the day and year

first written above.

Witness :1. Signature of the Party of the one part2.

Witness :1. Signature of the Party of the other part2.

20

SPECIAL CONDITIONS.

1. Notwithstanding any other condition in DTCN; Corporation will normally supply no water. The Contractor is to arrange water for the work at his own cost The Contractor will lay the pipe line net work required for the construction purpose at his own cost No delay in construction is permissible on the ground of paucity of water. If the water is availed from the Corporation source, water charges will be levied as per the cost of purchase and the amount will be recovered from Contractor bill. Service roads are to be constructed by contractor at his own cost.

2. No time extension will be granted on the ground of scarcity of water, communication, material and machinery etc.

3. The responsibility to locate Govt. approved quarry and borrow area lies with the Contractor.

4. Wherever levels are to be taken, it will be the responsibility of Contractor to get the same done through concerned Junior Engineer and checked by the Assistant Engineer. The instrument is to be arranged by the contractor.

5. The Contractor will submit a detailed programme of completion of work with methodology for execution of each item of work at the time of execution of agreement preferably in PERT chart.

6. All machineries will be arranged by the Contractor at his own cost in proper time.

7. The Contractor is to abide by the Contract Labour Act and E.P.F. & ESI Act as the sole employer of the labour staff. The Contractor is to maintain the wage register and deposit the provident fund dues of all labourers and workers, In case the Contractor fails to deposit the provident fund dues of the Labourers/workers. 10% of each running bill of the Contractor will be kept withheld which can only be released after getting clearance from the Area Enforcement Officer of the Office of the R.P.F.C., Orissa. The Contractor is required to register his name and get individual code numbers from the office of the R.P.F.C.,Orissa, Bhubaneswar

8. For any bad quality of work the amount of award given by any consumer court/judicial court will be recovered from the executing Contractor.

9. No extra quantity beyond the agreement quantity should be executed without the prior written approval of competent authority of IDCO.

10. Additional performance security shall be deposited by the successful bidder when the bid amount is seriously unbalanced i.e. less than the estimated cost of more than 10%. In such an event the successful bidder will deposit the additional performance security to the amount of the differential cost of the bid amount and 90% of the estimated cost in shape of Bank draft or Bank Guarantee of any nationalized Bank.

11. For any additional quantities up to 25% on any item, the contractor will be paid at the approved tender rate.

12. 10% of the executed value of work shall be withheld towards testing and commissioning from each bill which shall be released after successful testing and commissioning of the work and on recommendation of site –in-charge.

21

SPECIAL CONDITION.

The contractor shall abide by the Employee Provident Fund and Miscellaneous

Provision Act-1952. He should maintain wages register properly and must obtain Employees

Provident Fund Code No. and a clearance from the Regional Provident Fund Authorities to

the effect that, he has provided provident fund benefits to his labourers / employees.

Executive Engineer (PH)IDCO: W/S & EC Division.

22

GENERAL INFORMATION

1. SCOPE OF WORK: –Design, Construction, Testing & Commissioning of 1.00 lakh litre capacity Over Head Tank at Mantira Rehabilitation Colony near village Mantira in Kalinga Nagar Industrial Complex, Jajpur.

.2. SITE VISIT: -

The Tenderer is advised to visit and examine the site of works and its surroundings

and obtain for himself on his own responsibility all information as may be necessary

for preparing the tender and entering into contract. The costs of any such visits shall

be entirely at the Tenderer’s own expenses.

3. CONTENT OF TENDERING DOCUMENTS: -

The tenderer is expected to examine carefully all instructions, conditions, forms,

appendix to tender, terms, specifications, annexure etc. in the tender documents.

Failure to comply with the requirement of tender submission will be at the tenderer’s

own risk.

4. CLARIFICATION OF TENDERING DOCUMENTS :-

Tenderers shall carefully examine the tender documents and fully inform themselves

as to all the conditions and matters, which may in all way affect the work or the cost

thereof. Should a tenderer find discrepancies in or omission from the specification or

other documents or should he be in doubt as to their meaning he should at once

address a query to the Corporation in writing or by cable to –

The Executive Engineer (PH)IDCO, IDCO Towers,Bhubaneswar.

.The Corporation will entertain all offered clarifications to any such quarries only if these are received before due date of submission of the tender.

23

5. AMMENDMENT OF TENDERING DOCUMENTS:

5.1 At any time prior to the due date and for submission of tenders the Corporation may

for any reason, whether at their own initiative or in responses to the clarification

requested by the prospective tenderers, modify the tender documents by issuing

addendum. Addendum will be issued in 1(one paper) copiers.

5.2 Such addendum will be sent in writing or by cable to the tenderers who have

purchased the tender documents and will be binding upon them. The Tenderers shall

duly sign and return the addendum in 1 copy alongwith their tenders which shall form

part of their tender.

6. DOCUMENTS COMPRISING THE TENDERS:-

Tender to be prepared by the tender shall comprise the following –

a) Registration Certificate as IDCO vendor..

b) Earnest Money Deposit

c) Copy of experience certificate towards execution of similar nature of work of

value not less than Rs.10.00 lakh in a single agreement during last five years.

d) Valid up-to-date TIN/PAN /Clearance certificate on VAT –612

Technical information, condition of contract,

e) Cost of tender document in shape of Demand Draft drawn on any

nationalized bank in favour of IDCO payable at Bhubaneswar , if downloaded

from the website.

f) General programme for execution of the work .

g) Details of work in hand during last three years

h) Details of Past Experience.

i) Work schedule in the form of a bar chart.

j) Any current litigation in which the tenderer is involved.

k) Rate of items in prescribed Schedule of Quantities.

n) EPF Registration Certificate

o) Service tax registration certificate

7. TENDER PRICES

7.1 The contractor should note that unless otherwise stated the tender is strictly on item

rate basis and his attention is drawn to the fact that rates for each and every item

should be correct, workable and self-supporting.

24

7.2 All duties, taxes, insurance, transportation, royality, loading, unloading, storage,

watch & ward, cost of T&P and other levies payable by the contractor under the

contract or for any other cause shall be included in the rates and prices and total

tender price submitted by the tender and the evaluation and comparison of bids by

the Corporation shall be made accordingly.

7.3 The rates and prices quoted by the tender shall be firm for the duration of the

contract and not subject to escalation on any account.

7.4 Rates shall be quoted both in figures and in words in clear legible writing. No

overwriting is allowed. All scoring and cancellation should be countersigned by the

Tenderer. In case of illegibility, the interpretation, the decision of the Engineer-in-

charge of work shall be final. All entries shall be in English Language. In case if on

check there are differences between the rates given by the bidder in words and

figures or in the amounts worked out by him, the following procedure should be

followed.

(i) When there is difference between the rates in figures and in words, the rates which

correspond to the amount worked out by the bidder shall be taken as correct.

(ii) When the amount of an item is not worked out by the bidder or it does not

correspond with the rate retain either in figures or words, then rate quoted by the

bidder in words shall be taken as correct.

(iii) When the rate quoted by the bidder in figures and in words tallies but the amount is

not worked out correctly, the rates quoted by the bidder shall be taken as correct and

not the amount.

7.5 Engineer’s decision shall be final and binding on the contractor regarding clarification

of items in the Schedule with respect to the other sections of the Contract.

NB: All documents furnished by the tender shall be duly attested by a officer not below

the rank of Class-I in State /Central Govt. or Notary.

25

GENERAL CONDITIONS

1. NAME OF WORK: –

Design, Construction, Testing & Commissioning of 1.00 lakh litre capacity Over Head Tank at Mantira Rehabilitation Colony near village Mantira in Kalinga Nagar Industrial Complex, Jajpur.

2.1 The tenderer will be received up to 5.00 PM on dtd.16.1.08 in office of the

Executive Engineer (PH), IDCO, W/S & EC Division, IDCO Tower, Bhubaneswar

and will be opened on 17.1.2008 at 11.30 A.M. by Executive Engineer (PH), W/S &

EC Division, IDCO, IDCO Tower, Bhubaneswar in the presence of the tenderers or

their authorised representatives.

2.2 Telegraphic Tenders, Incomplete Tender, Delayed Tenders on account of Postal

Delayed or any other reasons and conditional tenders will not be entertained.

3. EARNEST MONEY DEPOSIT (EMD): -

3.1 The tenderer is required to furnish EMD amounting to Rs.16,000.00 ( Rupees sixteen thousand ) only in shape of Bank Draft/ Bankers cheque/ Pay Order

drawn in favour of “Orissa Industrial Infrastructure Development Corporation” from

any Nationalised Bank, payable at Bhubaneswar or in the shape of Bank Guarantee

as per the format given in the Bid documents. The EMD will be refunded to the un-

successful tenderers after finalisation of the tender and no interest will be paid by the

Corporation on the Earnest Money Deposited by the tenderers.

3.2 Any tender furnished without EMD or furnished in any other form will also be

rejected.

3.3 The Earnest Money Deposit shall be forfeited

a) If a tenderer modifies or withdraws his tender during the period of tender validity.

OR

b) In the case of a successful tenderer, if he fails within specified time limit to

i) Sign the agreement or

ii) Furnish the required security deposit

4. SALE TAX REGISTRATION CERTIFICATE /TIN /PAN & CLEARANCE CERTIFICATE ON VAT - 612

The valid and up-to-date Sale Tax Registration Certificate /PAN & Certificate on

VAT-612 shall accompany the tender. Tenderers received without above are liable

26

for rejection. The contractor must be registered as per Orissa Sales Tax and submit

copy of registration document. Tender without receipt of the above is liable for

rejection.

5. SIGNING OF TENDER:

Each page of tender document submitted and all corrections must be signed by the

tenderers. The entire tender documents shall form part of the Agreement.

6. OMISSIONS & DISCREPANCIES:

Should the tenderer find discrepancies, in or omissions from tender documents or

should be in doubt as to their meaning & expression, he should at once notify the

Executive Engineer (PH), IDCO, Bhubaneswar, who may sent a written instruction to

all tenderers.

7. VALIDITY OF TENDER:

The tender submitted shall remain valid for a period of 120 (one hundred twenty)

days from the date of opening of the tender.

8. ACCEPTANCE & REJECTION OF TENDER :

8.1 The authority reserves the right to reject any or all tenders or accept any tender

without assigning any reason what-so-ever. Without limiting the generality of the

foregoing, any tender which is incomplete, obscure or irregular may be rejected. The

tenders containing alteration or over writing are liable for rejection. Any correction

made by the tenderer must be signed by the tenderer.

8.2 No claim shall be entertained towards any expenses made by the tenderer for

submission of the tender in case of the cancellation or withdrawal of the tender

notice.

8.3 Tender acceptance of the tender shall be a notice in writing signed by the Executive

Engineer (PH), W/S & EC Division), IDOO, Bhubaneswar. The acceptance of the

tender shall bind the successful tenderer to execute the contract.

9. PRICE :

All rates must be quoted both in words and figures. In the event of discrepancy

between quoted price in word and figure, the rate which correspond to the amount

worked out by the bidder shall be taken as correct. When the bidder does not work

27

out the amount, the word shall prevail. The quoted price shall be firm and valid till

completion of the work.

10. INITIAL SECURITY DEPOSIT (ISD) :On receipt of formal order of acceptance of the tender and before execution of the

agreement with the Corporation, the successful tenderer shall have to deposit a

further amount as ISD, so that the EMD together with ISD will 2% of the value of

order, in shape of crossed Bank Draft/Pay Order/Bankers Cheque from any

Nationalised Bank drawn in favour of “Orissa Industrial Infrastructure Development

Corporation” payable at Bhubaneswar. The same will be released after expiry of the

guarantee period on application.

11. EXECUTION OF AGREEMENT:

The successful tenderer will have to execute an agreement with the Corporation

within 10 (Ten) days of issue of formal order of acceptance of offer after depositing

required amount of ISD failing which the EMD alongwith ISD will be forfeited.

12. TIME OF COMPLETION:

The time of completion of the work shall be 6 ( six ) months from the date of issue of

the work order/ Letter of Intent/ Acceptance.

13. PAYMENT:

13.1 Interim payment for the work done by the Contractor will be made on the basis of

measurement of each item recorded in the measurement book by the Junior

Engineer(W/S) concerned.

13.2 All such interim payments from time to time shall be treated as payment by way of

advance against the final payment only.

13.3 Final payment will be made after completion of the work in all respect and recorded

in the measurement book by the concerned Junior Engineer(W/S) and check

measurement by the AE(PH)/Executive Engineer (PH)/Engineer-in-charge.

14. TAX DEDUCTION:

Recovery towards Income Tax, Sales Tax/ Work Contract Tax will be made from

gross amount of each R/A bill at the rates fixed by Government from time to time.

28

15. PENALTY:

Failure to execute the order within the time schedule, tenderer is liable to pay penalty

equal to ½ % (Half percent) of the value of order not executed per week or part

thereof of delay subject to a maximum of 10% (Ten percent) of contract value. In

addition to this, the EMD & ISD shall be also be forfeited.

16. SECURITY DEPOSIT (SD):

5% (Five percent) of the gross amount of each R/A bill and final bill will be kept as

Security Deposit as further security over the 2% ISD & EMD, towards guarantee for

materials and workmanship for a period of one year from the date of completion of

the work and any defect found during this period has to be rectified by the contractor

free of cost. The Security Deposit will be released after the guarantee period on

application.

17. DAMAGES TO PERSONS & PROPERTY:

The contractor shall take every precaution not to damage or injure adjoining or other

property of any persons. He shall indemnify the employee against all claims for

injures or damages to any property which may arise out of or in consequent of any

negligence or default on the representatives and against all claims.

All safety equipments shall be adequately made available by the contractor at work

site for use of persons engaged at site.

18. FAIR WAGE CLAUSE:The contractor shall abide by the Fair Wage Clause as introduced by the State

Government and amended from time to time. Orissa PWD/PH/Electricity Department

Contractor’s labour rules and regulations shall also be applicable to the contractor.

These shall form a part of the agreement.

19. SITE CLEARANCE:

After the work is finished or completed, surplus materials and debrises are to be

removed by the contractor at his own cost and preliminary works such as vats,

mixing platforms, level pillars, temporary sheds and godowns etc. are to be

dismantled and all such materials removed from site. After the work is completed in

all respect as per contract, the contractor shall vacate the site immediately from the

date of completion by making good to the damages, if any.

29

20. ESCALATION:

The rates/amount quoted against price bid shall remain firm and valid till completion

of the work. No escalation in rates will be allowed till completion of work.

21. Any dispute as regards to the contract of this tender shall have to be dealt within the Judicial Jurisdiction of State Orissa.

30

CONDITIONS OF CONTRACT.

CLAUSE-1:

All compensation of other sum of money payable by the contractor to Corporation

under the terms of this contract may be deducted from , or paid by, the sale of sufficient part

of his security deposit or from the interest arising there from, or from any sums which may be

due or may become due to the Contractor by the Corporation on any account whatsoever

and in the event of his security deposit being reduced by reason of any such deduction or

sales as aforesaid the Contractor shall within ten days thereafter made good in cash or

government security endorsed as aforesaid any sum or sums which may have been

deducted from, or raised by, sale of the security deposit or any part thereof.

CLAUSE-2 : PENALTY FOR DELAY;

Time is deemed to be essence of the contract on the part of the Contractor. The time

allowed for carrying out the work as entered in the tender shall be strictly observed by the

Contractor and shall be reckoned from the date on which the written order to commence the

work is given to the Contractor. On receipt of the work order, the Contractor will give a

schedule of construction and stick to the time schedule during execution. In case he fails to

observe the approved time schedule during the intermediate period of the execution of work,

penalty will be levied and will be recovered @ ½% on the value of work lagging behind for

every week delay in execution of the portion or component of work for which programme is

given in the time schedule.

The penalty thus recovered at different stages may be waived in full or part if the

authorized person of IDCO in-charge of the work is satisfied that the Contractor has made

up the delay at subsequent stages and the work proceeds as per original time schedule. The

decision of the authorised officer in charge of the work is final and binding as regards

recovery and waive of penalty at the intermediate stages of the execution of the work.

If the work is delayed at the completion stage the penalty levied can not be

considered unless the work is finished in all respect within the time schedule. The work

should not be considered as finished until such date as the corporation shall satisfy as the

date on which the work is finished after necessary rectification of defects as pointed out by

the Corporation or its authorized officer are fully complied with by the Contractor to the

Contractors satisfaction provided all ways that entire amount of penalty to be paid under

provision of this Clause shall not exceed 10% of the contract value of the work. Penalty

levied for any delay which will occur during the last 3 months of the contract period can not

be considered for waiver by any Authority other than the Managing Directors of the

Corporation. Subject to the consideration that the application for waiver or penalty to the

31

Managing Director of the Corporation can only be considered if work gets finally finished

within time schedule.

It is mutually agreed by both the parties that in case of any dispute arising out of the

provisions of this clause, the decision of the Managing Director of the Corporation is final

and binding on both the parties and the decision is neither arbitrable or changeable within

the court of law.

CLAUSE-3: ACTION WHEN WHOLE SECURITY DEPOSIT IS FORFEITED:

In any case in which under any clause or clauses of this contract, the Contractors

shall have rendered himself liable to pay compensation/penalty amounting to the whole of

his security deposit in the hands of the Corporation (whether paid in one sum or deducted by

installments) the Authorized officer on behalf of the Managing Director of the Corporation,

shall have power to adopt any of the following courses, as he may deemed best suited to

the interest of Corporation.

(a) To rescind the contract (of which rescission notice in writing to the Contractor under

the hand of the authorised officer of the Corporation shall be conclusive evidence)

and in which case, the security deposit of the Contractor shall stand forfeited, and be

absolutely at the disposal of the Corporation.

(b) To employ the labor, paid by the Orissa Industrial Infrastructure Development

Corporation and to supply materials to carry out the work, or any part of the work,

debiting the Contractor with the cost of the labour and the price of the materials (of

the amount of which the cost and price certificate of the authorised officer of the

Corporation shall be final and conclusive against the Contractor) and crediting him

with the value of the work done, in all respects in the same manner and at the same

rates as if it had been carried out by the Contractor under the terms of his contract

the certificate of the authorised officer of the Corporation as to the value of the work

done shall be final and conclusive against the Contractor.

To measure up the work of the Contractor, and to take such part of the work of the

contract as shall be un executed out of his hands and to give it to another Contractor to

complete, in which case any expenses which may be incurred in excess of the sum which

would have been paid to the original Contractor ,if the whole work had been executed by him

( of the amount of which excess the certificate in writing of the authorised officer of the

Corporation shall be final and conclusive ) shall be borne and paid by the original contractor

and may be deducted from any contract. And in case the contract shall be rescind under the

provision aforesaid, the Contractor shall not be entitled to recover or be paid any sum for any

32

work, thereto for actually performed under this contract, unless and until the EIC of the work

shall have certified in writing the performance of such work and the value payable in respect

thereof and he shall only be entitled to be paid the value so certified.

CLAUSE-4;CONTRACTOR REMAINS LIABLE TO PAY COMPENSATION IF ACTION NOT TAKEN UNDER CLAUSE-IV;In any case in which any of the powers, conferred upon the competent authority / EIC of the

Corporation by Clause-III hereof shall have become exercisable and the same shall not be

exercised. The non-exercise thereof shall not constitute a waiver of any of the conditions

thereof and such powers shall not withstanding be exercisable in event or any future case of

default by the Contractor of which by any clause or clauses thereof he is declared liable to

pay compensation/penalty amounting to the whole of his security deposit, the liability of the

Contractors for past and future compensation/penalty shall remain unaffected.

CLAUSE –5: POWERS TO TAKE POSSESSION OF OR REQUIRE REMOVAL OF OR SELL CONTRACTOR’S PLANTS:

In the event of the EIC of the works putting in force the powers vested in him under the

preceding clause he may, if he so desires, take possession of all or any tools, plants,

materials and stores, in or upon the works, or the site thereof or belonging to the Contractor,

or produced by him and intended to be used for the execution of the work or any part thereof

, paying or allowing for the same in the account at the contract rates, or in case of these not

being applicable, at current market rats to be certified by the EIC whose certificate thereof

shall be final. Otherwise the EIC on behalf of the Corporation may issue notice in writing for

the Contractor or his agent of the works, foreman or any other authorized person require

him to remove such tools plant, materials or stores from the premises (Within a time to be

specified in such notice), and in the event of the Contractor failing to comply with any such

requisition, the EIC /authorized officer of the Corporation may remove them at the

Contractor’s expense or sell them by auction or private sale on account of the Contractor

and at his risk in all respects, and the certificate of the EIC of the Corporation as to be

expense of any such removal and the amount of the proceeds and expense of any such sale

shall be final and conclusive against the Contractor.

If the Contractor shall desire on extension of time for completion of the work on the

ground of his having been unavoidably hindered I its execution or any other grounds, he hall

apply in writing to the Engineer-in-Charge within 30 days of the date of hindrance on account

of which he desires such extension as aforesaid and the Engineer-in-charge shall, if in his

opinion ( which shall be final) reasonable ground be shown therefore, authorize such

33

extension of time if any, as may in his opinion be necessary or proper. The Engineer-in-

charge shall at the same time information the Contractor whether the Corporation claims

compensation for delay . In case there is any delay in execution due to non-availability of

stock material or land or use is any delay in execution due to non-availability of stock

materials or land or use in cost of materials and labour or any reason whatsoever beyond

the control of the Corporation the Contractor is bound to execute the work as per the terms

and rates in the contract and no monetary claim on such account will be acceptable to the

Corporation but extension of time, proportionate to the delay in execution may be granted by

the competent authority/Engineer-in-charge considering the merit of the case. The

Corporation reserves the right to take any expert advice of any committee /legal adviser

associated with the Corporation /State Government while considering the application of the

Contractor for extension of time and can impose any condition which shall be binding on the

Contractor.

CLAUSE-6: FIANAL CERTIFICATE:The work will not be considered as completed until the temporary works , labour,

and staff colonies , all surplus materials , rubbish are cleared from the site of work

completely and the work has been measured by the Engineer- in Charge and other

subordinate officers take over charge of the work , whole measurement shall be binding and

conclusive aginst the contractor . If the contractor fails to comply with the requirement of the

clause of from the date fixed for the completion of the work , the Engineer- in charge will at

the expenses of the contractor remove such temporary works, labour hutments surplus

materials rubbish scaffoldings etc and dispose the sme and clear the site , The contractor

shall forthwith shall pay amount of all expenses so incurred and shall have no claims in

respect of any such scaffoldings surplus materials etc

The following documents should be furnished by the contractor for issue of

completion certificate

1. Completion and test certificate

2. Performance Guarantee Certificate

3. Amount of materials issued and consumption statement for rtyhe materials issued

by the corporation’s store duly supported by necessary documents

Up[en the expiry of the liability period and subject to the satisfaction of the engineer

in charge about the completion of the work , proper maintenance of the work by the

contractor and obligation as per contract The Engineer- in – Charge will issue the final

certificate

The contractor shall not consider to have fulfilled whole of his obligations under the

contract and final certificate shall have been given by the Engineer- in – Charge not

withstanding any previous entry upon the work and taking possession of the work or part

34

thereof or using the same by the corporation . Only the final certificate will relieve the

contractor from the contract obligations . Except the certificate no other certificate or

payment against the certificate shall be taken to be an admission by the corporation of the

performance of contract .

CLAUSE-7: PAYMENT Interim payment for the work done by the contractor A bill shall be submitted by the

Contractor each month or before the date fixed by the Corporation for all works executed in

the previous month and the authorized officer of the Corporation or his subordinate shall

take the requisite measurement for the purpose of having the same verified and the claim as

far as admissible, adjusted if possible, before the expiry of ten days from the presentation of

the bill. If the Contractor does not submit the bill within the time fixed as aforesaid, the

authorized officer of the Corporation or his subordinate shall measure up the said work in the

presence of the Contractor whose counter signature to the measurement list shall be

sufficient warrant and the authorized officer of the Corporation or his subordinate shall

prepare a bill from such list which shall be binding on the Contractor in all respects. Provided

that, if any balance of the 7% (seven percent),security is outstanding from each such

payment shall be deducted so mush not exceeding 5% as may be necessary to make up the

balance of the security. All such intermediate payments to the Contractor shall be regarded

as payments by way of advance against the final payment only and not as payments for

work actually done and completed and shall not preclude the requiring of bad, unsound and

imperfect or unskilled work to be removed and taken away and reconstructed or re-erected,

or be considered as an admission of the due performance of the contract , or any part

thereof in any respect, or the accrual of any claim nor shall it condoled, determine of effect in

any way the powers of the Corporation under these conditions or any of them as to the final

settlement or adjustment of the accounts or otherwise, or in any other way vary or affect the

contract.

5% (Five percent) of the value of each Running Account Bill and the final bill

prepared shall be retained withheld towards security deposit as further security over the 2%

(Two percent) I.S.D. & E.M.D for the defect liability period. Deduction towards Income tax

and work contract/Sales Tax for each will be made from each bill and the amount will be

credited to the concerned authority at the rates fixed from time to time.

Final Payment:The Contractor shall receive the final payment of entire of all the money due to payable to

him under or by virtue of the Contract except the Security Deposit of (Ten percent) of the

gross value deducted from each R/A & final bill as further security over the E.M.D. & I.S.D.

comprising 2% (Two percent) of the tender amount.The contractor shall submit the final bill

35

within one month from the date of completion of the work only after completion of the work in

a manner satisfying clause.

For recording the final measurement of the work the Engineer-in-charge of

authorised Engineer shall have serve a notice upon the contractor stipulating there in the

date fixed for recording such measurement. If the contractor fails to attend the

measurement, the Engineer-in-charge on receipt of written request from the Contractor may

at his discretion fix another date or get the measurement recorded expertise and the total

amount payable to the contractor as certified by the Engineer-in-charge shall be final and

binding on all parties.

CLAUSE-8: PAYMENT FOR UNLAWFUIL REMOVAL OF MATERIALS :-

If the contractor removed any materials or stock so supplied to him from the work the

contravention of the provision of this contract a view to dispose off the same dishonestly and

or any other reason whatsoever without any written permission of the Engineer- in – Charge

, he shall in addition to any other liability , civil or criminal arising out of this contract be late

to pay a penalty equivalent to 5 times the price of the said materials or stock according to the

stipulated rate . The penalty so imposed shall be recovered from the Contractor from any

time thereafter may become due to the Contractor from this contract or from his security

deposit of the proceed of sale thereof.

C LAUSE-9; EXTENSION OF TIME IN CONSEQUENCE OF ALTERATION : The time for the completion of the work shall be extended in the proportion that the

additional work bears to the original contract work and the certificate of the Engineer-in-

charge shall be conclusive as to such proportion.

CLAUSE-10: RATES FOR WORK NOT IN ESTIMATE OR SCHEDULE OR RATES FOLLOWED BY THE GOVERNMENT OF ORISSA.

The successful tenderer is bound to carry out any item of work necessary for the

completion of the job even though such items are not included in the quantities and rates,

schedule of instructions in respect of such additional items and their quantities will be issued

in writing by the Corporation.

If any additional work includes any class of work for which no rate is specified in this

contract, then rate for such class of work shall be derived from the approved schedules or

rates of State of Orissa prevailing during the period of execution. It if is not possible too

derive the rate from he schedule rates of State of Orissa, then the rate for the work will be

fixed on mutually agreed rate. The Contractor shall within seven days of the date of his

receipt of the order to carry out the wok inform the Engineer-in-charge of the rate which it is

36

his intention to charge for such class of work for approval. It the Engineer-in-charge on

behalf of the Corporation does not agreed to this rate he shall serve notice in writing and be

at liberty to cancel his order to carry out such class of work and arrange to carry it out in

such manner as he may consider advisable, PROVIDED ALWAYS that if the Contractor

shall commerce the work or incur any expenditure in regard thereof before the rates shall

have been determined as lastly herein before mentioned, then and in such case he shall

only be entitled to be paid in respect of the work carried out or expenditure incurred by him

prior to the date of determination of the rate as aforesaid according to such rate or rates as

shall be fixed by the Engineer-in-charge on behalf of the Corporation. In the event of a

dispute, the decision of the Engineer-in-charge shall be final. The additional work shall be

started only after receipt of written order from the Engineer-in-charge.

Provided always that the Contractor shall not be entitled to any payment for any

additional, works done or for deviation from the specification stipulated in the contract unless

he has received an order in writing from the Engineer-in-charge for such deviation and/or the

additional work and the Contractor shall be bound to submit his claim for any additional work

done during any month on or before the 15 th day of the following month accompanied by a

copy of the order in writing of the Engineer-in-charge for such additional work and that the

Contractor shall not be entitled to any payment in respect of such additional work if he fails

to submit his claim within the aforesaid period.

CLAUSE-11: NO COMPENSATION FOR ALTERATION IN OR RESTRICTION OF WORK TO BE CARRIED OUT :

If at any time after the commencement of the work the Corporation shall for any reason

whatsoever not require the whole thereof as specified in the tender to be carried out, the

Engineer –in-charge shall give notice in writing of the fact to the contractor who shall have

no claim to any payment or compensation whatsoever an account of any profit or advantage,

which he might have derived from the execution of the not having been carried out, neither

shall be have any claim for compensation by reason of any alterations having been made in

the original specifications, drawing, designs and instruction which shall involve any

curtailment of the work as originally contemplated.

CLAUSE-12 : ACTION & COMPENSASTION PAYABLE IN CASE OF BAD WORK:-

If it shall appear to the Engineer-in-charge or his subordinate Engineer-in-charge of

the work, that any work has been executed with unsound, imperfect or unskilled

workmanship or with materials of any inferior description, or that any materials or articles

provided by him for the execution of the work are unsound or of a quality inferior to that

contracted for or otherwise not in accordance with the contract or usual practice, the

37

Contractor shall on demand in writing from the Engineer-in-charge or his Subordinate

Engineer-in-charge specifying the work, materials or articles complained of not

withstanding that the same may have been inadvertently passed certified and paid for

forthwith rectify or remove and reconstruction work so specified in whole or in part, as the

case may require, or the case may be, remove the materials or articles so specified and

provide other proper and suitable materials or articles at his own charge and cost and in the

event of his failing to do so within a period to be specified by the Engineer-in-charge in his

demand aforesaid, then the Contractor shall be liable to pay compensation at the rate of

one percent on the amount of the estimate for every day not exceeding ten days while his

failure to do so hall continue and in the case of any such failure the Engineer-in-charge

and /or his Subordinate Engineer may rectify or remove and re-execute the work or remove

and replace with others, the materials or articles complained of as the case may be at the

risk and expense in all respects of the Contractor.

CLAUSE-13 : WORKS TO BE OPEN TO INSPECTION :

All works in coarse of execution or executed in pursuance of the contract shall at the

times be open to the inspection and supervision of the competent authority/Engineer-in-

charge of Corporation and/or Subordinate Engineer-in-charge of the work and the

Contractor shall at the times during the usual working hours, and at all other times at which

reasonable notice of the intention of the Competent authority/Engineer-in-charge of

Corporation and/or Subordinate Engineer in direct charge of supervision to visit the works

shall have been to the Contractor either himself be present to receive orders and instruction

nor have a responsible agent duly accredited in writing present for that purpose. Orders

given to the Contractor’s agent shall be considered to have the same force as if they had

been given to the Contractor himself.

CLAUSE-14 : NOTICE TO BE GIVEN BEFORE WORK IS COVERED UP:The Contractor shall give not less than Ten days notice in writing to the Engineer-in-

charge of the work before covering up or otherwise placing beyond the reach of

measurement any work shall be covered up or placed beyond the reach of measurement

without such notice having been given or consent obtained, the same shall be un covered at

the Contractor’s expense or in default thereof no payment or allowance shall be made for

such work or the materials with which the same was executed.

38

CLAUSE-15 : CONTRACTOR LAIBLE FOR DAMAGE DONE AND FOR IMPRRFECTION OR 6 MONTHS AFTER CERTIFICATE.

Any defect, shrinkage, or other faults which may appear of if the Contractor or his

work people or servants shall break deface, injure or destroy any part of a building, structure

in which they may be working or any building road, pipe lines, fence, enclosure or class land

or cultivated ground etc. contiguous to the premises on which the work while in progress

from any cause whatsoever or any imperfection before apparent in it within 12 months from

the date of final certificate of its completion shall have been given by the Engineer-in-charge

as aforesaid, the Contractor shall make good the same at his own expenses, or in default

the Engineer-in-charge may cause the same to be made good by other workman, and

deduct the expenses ( of which the certificate of the Engineer-in-charge shall be final) from

any sums that way then or at any time thereafter may become due to the Contractor, or from

his security or the proceeds of sales thereof, or a sufficient portion thereof and the

contractor shall be liable to pay any part of the expenses not so recovered by the Engineer-

in-charge.

CLAUSE: 16 : ENGAGEMENT OF LABOURERS AND AGE LIMITS ETC :

The contractor shall not employ for the purpose of this contract any person who is

below the age of eighteen years and shall pays to each labourer for the work done by such

labourer wages not less than the wages as prescribed for Government of Orissa. The

Engineer-in-charge shall have the right to inquire into and decided any complain alleging that

the wages paid by the Contractor to pay labourer for the work done by such labourer is less

than the wages prescribed by the Government of Orissa. The Engineer-in-charge and/or his

subordinate Engineer immediate charge of the work shall have the right to decide whether

any labourer employed by the Contractor is below the age of fifteen years and to refuse to

allow any labourer whom we decided to be below the age of eighteen years to be employed

by the Contractor. The contractor shall have to grant a weekly paid holiday to his

labourers/staff. The contractor shall have to comply to all labour legislations while carrying

out work.

CLAUSE: 17 : WORK SHALL NOT TO BE SUBLET :

The contractor shall not sublet the work without the written approval of the

Corporation . And if the Contractor shall assign or sublet his contract or attempt to do so or

become an insolvent or commerce any insolvency proceedings or make any composition

with his creditor or attempt to do so or if any bribe gratuity gift loan perquisites rewards or

advantage, pecuniary or otherwise shall either directly or indirectly be given promised or

39

offered by the Contractor or any of his servants or agents to any office staff, employees of

the Corporation in any way relating to his office of employment or if any such

officer/staff/employee/ person, associated with the corporation shall become in any way

directly or indirectly interested in the contract Engineer-in-charge of the Corporation

authorised by the Corporation in its behalf may there upon by notice in writing rescind the

contract and the security deposit of the Contractor shall there upon stand forfeited and be

absolutely at disposal of the Corporation and the same consequence shall ensure as if the

contract had been rescinded under Clause-3 and in addition the Contractor shall not be

entitled to recover or be paid for any work thereto for actually performed under the Contract.

CLAUSE-18 : SUM PAYABLE BY WAY OF COMPENSATION TO THE ON SIDED AS REASONABLE COMPENSATION WITHOUT REFERENCE TO ACTUAL LOSS :

All sums payable by way of compensation under any of these conditions shall be

considered as reasonable compensation to be applied to the use of the Corporation without

reference to the actual loss or damage sustained and whether or not any damage shall have

been sustained.

CLAUSE: 19 : CHANGE IN CONSTITUTION OF FIRM :

In case of tender by a partnership firm any change in the constitution of the firm shall

be forthwith notified by the Contractor to he Engineer-in-charge or Corporation for his

information. In case of failure the Engineer-in-charge/ competent authority may notice in

writing rescind the contract and the security deposit of the Contractor shall thereupon sand

forfeited and he absolutely at the disposal of the Corporation and the same consequence

shall ensure as if the contract had been rescinded under Clause-3 thereof and in addition the

Contractor shall not be entitled to recover or be paid for any work therefore actually

performed under the contract.

CLAUSE: 20 : ENGINEER-IN-CHARGE & ENGINEERING PERSONNEL :

All works to be executed under the contract shall be executed under direction and

subject the approval in respect of the Chief General Manager or General Manger /Executive

Engineer (PH) designated as Engineer-in-charge for the time being who shall be entitled to

direct at what point or points and in what manner they are to be commenced from time to

time carried on.

CLAUSE:21: DEFINATION OF WORK : The expression “works” where used in these conditions shall, unless there be

something either in the subject or context repugnant to such constructed and taken to mean

40

the works pay or by virtue of the contract to be executed, whether temporary or permanent

and whether original, altered, substituted or additional.

CLAUSE : 22 : WORKMAN’S COMPENSATION ACT VIII OF 1923 :

The Corporation shall be entitled to recover in full form Contractor any amount that

the Corporation may be liable to pay under workman’s compensation Act VIII of 19123 to

any workman employees in course of execution of any part of the work covered by this

contract.

CLAUSE : 23 : JURISDICTION IN THE EVENT OF DISPUTE :

That the purpose of the jurisdiction in the event of dispute if any the contract should

be deemed to have entered into within the jurisdiction of Civil Court situated at Bhubaneswar

State of Orissa and it is agreed that neither party to this agreement will be competent to

bring a suit in regard to the matters converted by this contract at any place outside Orissa.

CLAUSE : 24 : INSPECTION OF SCAFFOLDING :

The Engineer-in-charge and /or his subordinate Engineer-in-charge will have the right

to inspect the scaffolding any centering etc. made for the work and can reject partly or fully

such structure if found defective in his/their opinion.

CLAUSE : 25 : LIGHTING AND SANITARY ARRANGEMENT :Lighting and Sanitary arrangement and supply of drinking water will be made by the

Contractor at his own cost for his labour camp.

CLAUSE: 26 : PAYMENT OF TAXES :

The Contractor shall bear all taxed including Sales Tax both State & Central Income

Tax, Royalties, Octroi Tax, Fair Weather Charges and tillage where necessary.

CLAUSE : 27 : SITE CLEARANCE :

After the work is finished or completed, surplus materials and debris are to be

removed by the Contractor at his own cost and preliminary works such as vast, mixing

platforms, level pillars, temporary sheds and godowns etc. are to be dismantled and all such

materials removed from site. The site involved in the construction activities should be

cleared properly.

41

CLAUSE –28: FAIR WAGE CLAUSE: - The contractor shall abide by the fair wage clause as introduced by the State

Government and emended from time to time. Orissa PWD/Electricity Department

Contractor’s labour regulations shall also be applicable to the Contractor . These shall form a

part of the contract.

CLAUSE –29: CONTRACTOR TO SUPPLY PLANT, LADDERS, SCAFFOLDING ETC,:

The Contractor shall supply at his own cost all materials ( except such special

materials, if any, as may in accordance with the contract be supplied by the Corporation ,

plants, machineries tools, appliances implements , ladders , cordage , tackles scaffolding ,

instrument and temporary work requisite for the proper execution of the work whether

original , altered or substituted, and where included in the specifications or other documents

forming part of the contract or referred to in these conditions or thereof which may be

necessary for the purpose of satisfying or complying with requirement of the Engineer-in-

charge or his subordinate Engineers as to any matters as to which under these conditions is

entitled to be satisfied, which he is entitled to require together with carriage therefore to and

form the work. The contractor shall also supply without charge the requisite number of

persons with the means and materials necessary for the purpose of setting our works after

clearing or examination at any time and from time to time of the work of materials failing his

so doing the same may be provided by the Corporation at the expenses of the contractor.

CLAUSE-30 : TESTING OF MATERIALS /WORKS;All materials supplied by the contractor to be used in the work are to be tested in the

Corporation laboratory as per relevant specification before use. The cost of materials and

testing shall be borne by the contractor. The concrete cubes are to be supplied by the

contractor as per codal provision prepared out of the concrete mix during execution at his

cost for testing. The testing charges shall be born by the contractor.

CLAUSE-31: PROVIDENT FUND:

Employees Provident Fund & Miscellaneous Act 1952 will be applicable to the contractor as contractors of IDCO, the principal employer.

42

SCHEDULE OF ITEMSNOTES: -

1. Details of the items under this schedule shall be read in conjunction with the

corresponding Specifications, Drawings and other Tender Documents.

2. The work shall be carried out as per the approved drawings, specifications, and the

description of items in the Schedule and or Engineer’s instructions. Drawings

enclosed with these documents are only preliminary for giving some ideas of the

work involved. Final drawings will be issued progressively during execution of the

works.

3. Items of work provided in this Schedule but not covered in the Specifications shall be

executed strictly as per instructions of the Engineer.

4. Unless specifically mentioned otherwise in the contract, the Tenderer shall quote for

the finished items and shall provide for the complete cost towards labour, materials,

plant and machinery, operational costs, levies, taxes, insurance, consumable,

scaffolding, transport, repairs, rectification, maintenance till handing over, revenue

expenses, contingencies, overheads, watering, curing, water, power tariffs and all

incidental items not specifically mentioned but reasonably implied and necessary to

complete the work according to the Contract.

5. The quantities of the various items mentioned in this Schedule are approximate and may

vary upto any extent or be deleted altogether. The quoted rates of each item will

remain firm as long as the variation in the total value of the works executed under

this contract including extra items, if any but excluding any price escalation remain

within +/ -25% (twenty five percent) of the tendered value of the works. The

Contractor, in his own interest, should get an indication of the probable extent of work

to be executed under any particular item in this schedule, before undertaking any

preliminary work or purchasing bought out components related to the work.

6. Rates shall be quoted both in figures and in words in clear legible writing. No

overwriting is allowed. All scoring and cancellation should be countersigned by the

Tenderer. In case of illegibility, the interpretation , the decision of the Engineer-in-

charge of work shall be final. All entries shall be in English Language. In case if on

check there are differences between the rates given by the bidder in words and

figures or in the amounts worked out by him, the following procedure should be

followed.

43

(i) When there is difference between the rates in figures and in words, the rates

which correspond to the amount worked out by the bidder shall be taken as

correct.

(ii) When the bidder does not work out the amount of an item or it does not

correspond with the rate written either in figures or words, then rate quoted by the

bidder in words shall be taken as correct.

(iii) When the rate quoted by the bidder in figures and in words tallies but the amount

is not worked out correctly, the rates quoted by the bidder shall be taken as

correct and not the amount.

7. Engineer’s decision shall be final and binding on the Contractor regarding clarification

of items in the Schedule with respect to the other sections of the Contract.

8. Unless otherwise specified, all works shall be executed following relevant Orissa Standard Specification, Indian Standard Specification ,CPHEEO Manual on water supply & treatment relevant IRC & MORTH specification and all materials shall confirm to Indian Standard.

44

SPECIAL NOTE

1. The rates to be quoted for different items must be inclusive of cost and carriage of all

materials, labour, tools and plants, hire charges, curing and finishing, scaffoldings,

centering and shuttering, Sales Tax, (VAT), Octroi, Royalties and all other local and

Central Taxes and duties, insurance and other incidental charges etc. complete

except where otherwise specifically mentioned.

2. The works carried out for any item of work is to be completed as per the

direction of the Authorized Officer of the Corporation (herein referred as Authorized

Officer) if not specifically otherwise mentioned in the item.

3. Royalty on minor minerals used in the contract work shall be deducted from

the Contractor's bill at source at rates prescribed as per statutory rules. However, the

amount deducted towards royalty charges can be refunded to the Contractor if

clearance certificate from the concerned Department is produced by the Contractor

establishing payment of the royalty.

45

PREAMBLE TO THE SCHEDULE OF QUANTITIES

1. The quantities given in this Schedule of Quantities are liable to variation. Such

variation in quantities shall not, however, vitiate the contract in any way whatsoever

and Contractor shall be paid for actual measured quantities of work executed by

them at the rates given in the tender.

2. The rate quoted shall include all the operations, materials, equipments etc.

mentioned in the specifications of respective items of work required to complete job.

3. The rate quoted shall include all statutory taxes in force of local body, State or

Central Govt., such as Entry Tax, VAT, Octroi, Sales Tax, VAT. Contract Sales Tax,

Royalty etc., the cost of all carriage of materials, labour, tools and plants, curing and

finishing, centering and shuttering, loading and unloading, storage, insurance and all

other incidental charges etc. complete.

4. The rates quoted in the Schedule of Quantities are to be full and inclusive of the

works described in the Schedule of Quantities, specification including all costs and

expenses which may be required for the execution of the work described together

with other associated items such as general risks, liabilities and obligations,

construction of temporary stores, fencing, watching, lighting, insurance of men and

materials, cleaning of site and building after completion of work.

5. The Contractor shall submit various samples of materials for the work. Only such

materials as are approved shall be used in the work. All samples of approved

materials shall be kept at site in the custody of the clients and shall be handed over

to the Contractor after completion of the work.

6. All extra or additional work done by order of Engineer-in-charge shall be valued at

the rate and prices set out in the contract, if applicable.

For extra items where rate is not available in the contract the rate shall be

determined as under.

a) If the rate can be derived from similar items existing in the contract, it will be

derived so.

b) If the rate can not be derived from the existing item of contract, and the rate is

existing in the schedule of rate, it will be paid at schedule of rate.

46

c) If the rate is not existing in the schedule of rate but can be derived from

analogous items existing in the schedule of rate, the rate will be derived

accordingly.

d) If the rate can not be derived as per above clauses mentioned at (a), (b) &

(c), the rate for such items is to be arrived at by actual analysis taking into

consideration the market value of materials and actual labour involved. 121/2%

extra shall be allowed on the labour component towards over head and profit.

7. All the measurement shall be jointly taken by Contractor’s representative and

Engineer-in-charge of the work at site and they shall be jointly signed. Any dispute

arising out of this shall be referred to the Authorised Officer’s of the Corporation and

his decision shall be binding on both the parties.

8. Purchase vouchers of materials in original shall be produced for verification on

demand by the Authorized Officer of the Corporation. Carriage or transport charges

shall not be considered for the purpose of this payment.

8. Any deviation between specifications, schedule of quantities and drawings found by the

Contractor, the same shall be brought to the notice of the Authorized Officer of the

Corporation immediately.

10. In case of doubt regarding the meaning and scope of specifications of different items

of works and in case of variation in the provisions of IS Specification, CPHEEO

Manual National Building Code and Orissa Detailed Standard Specification and

I.R.C., MORTH specification, the decision of the Managing Director, IDCO will be

final and binding, and no extra claim over and above the accepted agreement, rules

will be payable to the Contractor on this account.

11. The Contractor shall carry out the electrical, sanitary and water supply through the

agency as approved by the Corporation whose name shall be submitted to the

authorized officer for approval. All works carried out shall comply with Rules, Bye-

laws, and regulations in force. All testing fees for materials as required shall be borne

by the Contractor only.

12 The work of plumbing and drainage shall be carried out by skilled plumbers in line

and level as instructed and as per good engineering practice.

47

13. The Corporation can omit or add item. Any extra item of to be carried out, the rate for

the same shall be decided by the Authorized Officer of the Corporation as per item

no-6.

14. All the fittings of external pipes and sanitary ware shall be fitted in such a way that

they shall be absolutely water tight.

15. All the fittings and fixtures shall be of I.S.I/ Approved make.

Executive Engineer (PH)IDCO: W/S & EC Division, BBSR

48

ORISSA INDUSTRIAL INFRASTRUCTURE DEVELOPMENT CORPORATION BHUBANESWAR.

GENERAL RULES AND DIRECTION FOR THE GUIDANCE OF CONTRACTORS

ITEM RATE TENDER & CONTRACT FOR WORKS

1. All works proposed for execution by contract will be notified in a form of invitation to

the Contractors signed by the Chief General Manager/Executive Engineer(PH) or any

other officer so authorized by the Corporation.

The notice will state the work to be carried out, the date of submitting and opening of

tenders also the amount of earnest money to be deposited and any other documents

required in connection with the submission of tender signed for the purpose of

identification by the Chief General Manager/Executive Engineer(PH)/Authorized Officer

shall be open for inspection by the Contractor at the office of the Chief General

Manager/Executive Engineer(PH)/Authorized Officer of Orissa Industrial Infrastructure

Development Corporation, Bhubaneswar, during office hours. Tenderers are to go

through the drawings, design and specification and other documents and inspect the site

before submission of tender. Each page of the tender document shall bear the signature

of the Tenderer with seal.

2. In the event of the tender being submitted by a firm it must be signed separately by each

member thereof or in the event of the absence of any partner, it must be signed on his

behalf by a person holding a power of attorney authorizing him to do so.

3. Receipts for payments made on account of work, when executed by a firm must also be

signed by the several partners, except where the contractors are described in their

tender as a firm in which case the receipts must be signed in the name of the firm by one

of the partners, or by some other person having authority to give effectual receipts for the

firm.

4. The memorandum of works tendered for and the memorandum of materials to be

supplied by the Orissa Industrial Infrastructure Development Corporation, Bhubaneswar

and their issue rates shall be filled in and completed in the office of the Chief General

Manager/Executive Engineer(PH)/Authorized Officer before the tender form is issued, if

a form is issued to an intending tenderer without having been so filled in and completed,

he shall request the office to have this done before he completes and delivers his tender.

49

5. Any person who submits a tender fill up the usual printed form stating at what rate he is

willing to undertake each item of the work. Incomplete tender and tenders which propose

any alteration in the work specified in the said form of invitation to tender, or which

contain any other conditions of any sort deviating from that of Tender Schedule, or omit

to note the time within which the work can be finished, or which are not accompanied by

the required earnest money will be liable to rejection. No single tender shall include more

than one work, but contractors who tender for both works, shall submit a separate tender

for each. Tender shall bear the name of the work to which they refer written outside the

envelop. Deposits for earnest money herein before mentioned shall be made in the form

of Demand Draft / Bank Guarantee in favour of Orissa Industrial Infrastructure Development Corporation, Bhubaneswar on any Nationalized Bank payable at

Bhubaneswar and the bank draft/ Bank Guarantee thereof furnished along with the

tender shall not be less than the amount specified in the tender call notice.

6. Chief Engineer/Chief General Manager/General Manager/Joint General Manager or any

authorised officer will open the tenders in the presence of the intending contractors who

may be present at the time and will enter the amounts of the tenders in a comparative

statement in a suitable form. In the event of a tender being rejected, the earnest money

forwarded there with shall thereupon be returned to the tenderer.

7. The Corporation reserves the right to reject all or any of the tenders without assigning

any reason thereof.

8. In the event of a tender being selected for acceptance, the Corporation inform the

tenderer of his selection, who shall thereupon execute an agreement with the

Corporation in the format enclosed within ten days being called upon to do so, failing

which the offer will be rejected with forfeiture of EMD. Bid documents issued to the

tenderer, correspondence between the tenderer and Corporation and final accepted offer

of the tenderer shall form part of the agreement . The tenderer of the selected tender

shall also deposit the required amount of the Security money (2% of tendered value

including EMD already deposited) within 10 days of intimation of acceptance. If the

selected tenderer fails to deposit the required amount of the security money in shape of

Demand Draft or Bank Guarantee, the Corporation may reject the tender with forfeiture

of the earnest money. The Bank Guarantee for initial Security deposit (to be treated as

performance Guarantee) shall be in the format enclosed. The Contractor may also

furnish ISD in shape of Bank Draft on any nationalized Bank payable at Bhubaneswar in

favour of Orissa Industrial Infrastructure Development Corporation.

50

9. The tenderer shall also furnish a work schedule in the form of a bar chart for approval by

the Corporation which shall also form part of agreement.

10. When a tender is selected for acceptance, the tenderer shall deposit in the

Corporation Office the required amount of the security money in shape of Bank

Guarantee in the prescribed form on any nationalized bank located in the State of

Orissa or Bank Draft in favour of the ‘Orissa Industrial Infrastructure Development Corporation’ on any nationalized Bank payable at Bhubaneswar. No tender shall be

finally accepted until the required amount of the security money has been deposited.

11. The amount of initial security deposit money to be deposited by the tenderer whose

tender is selected for acceptance shall be 2(two) percent (including EMD already

deposited) of the tendered amount of the work. The security money shall be

deposited by the selected tenderer within such time as may be notified to him in

writing by the Corporation, failing which tender shall be liable for rejection and

Earnest money may be forfeited.

12. In addition to the earnest money deposit (at the time of submission of tender) and

security money (to be deposited by the selected tenderer before drawal of

agreement) a further deduction of 5(Five) percent will be made from each and every

bill of the Contractor towards performance security by the Corporation. The entire

security money so deducted will be refunded to the Contractor after one calendar

year from the date of completion of the work, i.e. after one year of successful testing

& commissioning of the work.

13. Besides, deductions towards Sales Tax (VAT) on works contact, and Income Tax

will be made from each and every bill of the contractor as per statutory orders of the

competent/appropriate authority and credited to the concerned Departments of

State/Central Governments. Necessary certificate towards such deduction will be

furnished by the Corporation to the contractor.

14. Royalties on minor minerals used in the contract work shall be deducted from the

contractors bill at source at rates prescribed as per statutory rules. However, the

amount deducted towards royalty charges can be refunded to the contractor if

clearance certificate from the concerned Departme1nt is produced by the Contractor

establishing payment of the royality.

15. The tenderer has to furnish attested copies copy of valid document showing IDCO

vendor /Valid license, PAN, Experience certificate, Clearance certificate on VAT –

612, EPF Registration Certificate , Service Tax Registration Certificate , proof of

ownership of machineries both in self possession or hire with company profile,

51

organization chart, details of key personnel, financial balance sheet for last three

years and manimum turn over of Rs. 4 crore per year , solvency certificate from a

schedule bank along with the tender.

16. The tender will remain valid upto 120 days (One hundred twenty days) from the date

of receipt of tender.

17. The tenderer has to furnish the details of work in hand and details of work done

during the last three years as per the format furnished below.

A) Details of work in Hand:

SL.No.

Name of the work

Total value of the work

Aporox.value of the work already

executed.

Value of the work in

hand.

Authority under whom

executed

Remarks.

1 2 3 4 5 6 7 B) Details of past experience.

Sl. No.

Name of the work.

Total agreement value

Authority under whom executed.

StipulatedTime & period of completion

Actual timePeriod takenFor Completion.

Remarks.

1 2 3 4 5 6 7.

18. No other terms and conditions as other than those mentioned in the tender

documents will be accepted

52

ORISSA P.W.D./ ELECTRICITY DEPARTMENT CONTRACTOR’S LABOUR REGULATION

1. Short Title:

These regulations may be called “The Orissa Public Works Department/ Electricity

Department Contractor’s Regulation.

2. Definitions:In these regulations, unless otherwise expressed or indicated the following words and

expressions shall have the meaning hereby assigned to them respectively, that is to say :

(a) “Labour” means workers employed by a Contractor of the Orissa Industrial

Infrastructure Development Corporation directly or indirectly through a sub-

contractor or other person or by an agent on his behalf;

(b) “Fair Wages” means wages whether for time or piece work prescribed by the

State Public Works Department/ Electricity Department for the area in which the

work is done;

(c) “Contractor” shall include every person whether a sub-contractor or headman

or agent employing labour on the work taken on contract;

(d) “Wages” shall have the same meaning as defined in the Payment of Wages Act

and include time and piece rate wages, if any.

3. Displace of notices regarding wages, etc.:

The Contractor shall :

(a) Before he commences his work on contract display and correctly maintain and

continue to display and correctly maintain, a in a clean and legible condition, in

conspicuous places on the work, notices in English and in the local Indian Language

spoken by the majority of the workers, giving the rate of wage prescribed by the State

Public works Department/ Electricity Department for the district in which the work is

done.

(b) Send a copy of such notices to the authorized officer of IDCO.

4. Payment of Wages:

i) Wages due to every worker shall be paid to him direct.

iii) All wages shall be paid in current coin or currency or in both.

5. Fixation of wage period :

(a) The Contractor shall fix the wage period in respect of which the wages be payable.

53

(b) No wage period shall exceed one month.

(c) Wages of every workman employed on the contract shall be paid before the expiry of ten

days, after the last day of the wage period in respect of which the wages are

payable.

(d) When the employment of any worker is terminated by or on behalf of the Contractor, the

wages earned by him shall be paid before the expiry of the day succeeding the one

on which his employment is terminated.

(e) All payments of wages shall be made on a working day.

6. Wage book and wages cards etc. :

i) The Contractor shall maintain a wage book of each worker in such form as may be

convenient, but the same shall include the following particulars :

(a) Rate of daily or monthly wages.

(b) Nature of work on which employed.

(c) Total number of days worked during each wage period.

(d) Total amount payable for the work during each wage period.

(e) All deductions made from the wages with an indication in each case of the

ground for which the deduction is made.

(f) Wage actually paid for each wage period.

ii) The Contractor shall also maintain a wage card for each worker employed on the

work.

iv) The authorized officer of IDCO may grant an exemption, from the maintenance of wage

bond, wage cards to a Contractor who in his opinion, may not directly or indirectly

employ more than 100 persons on the work.

7. Fines and deduction which may be made from wages :

a) The wages of a worker shall be paid to him without any deduction of any kind except

the following:

i) Fines;

54

ii) Deductions for absence from duty, i.e. from the place or places where by the

terms of his employment he is required to work. The amount of deductions shall

be in proportion to the period for which he was absent.

iii) Deductions for damage to or loss of good expressly entrusted to the employed

person for custody or for loss of money for which he is required to account

whereas such damage or loss is directly attributable to his neglect or default.

iv) Any other deductions, which the Orissa Govt. may from time to time allow.

b) No fines shall be imposed on a worker and no deduction for damage or loss shall be

made from his wages until the worker has been given an opportunity of showing

cause against such fines or deduction.

c) The total amount of fines which may be imposed in any one wage period on a works

shall not exceed an amount equal to five paise in a rupee of the wages payable to

him in respect of that wage period.

d) No fine imposed on any worker shall be recovered from him by installments, or after

the expire of 60 days from the date on which it was imposed.

8. Register of fines, etc. :

i) The Contractor shall maintain a register of fines and of all deductions for damage or

loss. Such register shall mention the reason for which fine was imposed or deduction

for damage or loss was made.

ii) The Contractor shall maintain a list of English and the in the local Indian Language,

clearly defining acts and omissions for which penalty of fine can be imposed. It shall

display such list and maintain it in a clean and legible condition in conspicuous

places on the work.

9. Preservation of register:

The wage register, the wage cards and the register of fines, deduction required to be

maintained under these regulations shall be preserved for 12 months after date of the

last entry made in them.

10. Powers of Labour Welfare Officers to make investigations of inquiry:The Labour Welfare Officer or any other persons authorized by the Government of

Orissa on their behalf shall have power to make inquiries with a view to ascertaining

and enforcing due and proper observance of the fair wage clause and the provisions

55

of these regulations. He shall investigate into any complaint regarding default made

by the Contractor, sub-contractor in regard to such provisions.

11. Report of Labour Welfare Officers:

The Labour Welfare Officer or others authorized aforesaid shall submit a report of the

results of his investigation or inquiry to the authorized officer of IDCO indicating the

extent, if any, to which the default has been committed with a note that necessary

deductions from the Contractor’s bill be made and the wages and other dues be paid

to the labourers concerned.

12. Appeal against the decision of Labour Welfare Officers :

Any persons aggrieved by the decision and recommendation of the Labour Welfare

Officer or other person so authorized may appeal against such decision to the Labour

Commissioner within 30 days from the date of decision forwarding simultaneously a

copy of his appeal to the authorized officer of IDCO but subject to such appeal, the

decision of the officer shall be final and binding upon the Contractor.

13. Inspection of Register:

The Contractor shall allow inspection of the wage book and wage cards to any of the

his workers or to his agent at a convenient time and place after due notice is received

or to the Labour Commissioner or any other person authorized by the Government of

Orissa on his behalf.

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

15. Amendments:

The Government of Orissa may from time to time, add to or amend these regulations

and on any question as to the application, interpretation of affect of these regulations,

the decision of the Labour Commissioner or any other person authorized by the

Government of Orissa in that behalf shall be final.

The terms and conditions of the contract have been read/ explained to me and quoted my rates accordingly and certify that we have clearly understood them.

Witness: Tenderer

56

COMMERCIAL & TECHNICAL INFORMATION

1. DRAWING & SPECIFICATIONS:

The work will be carried out as per the direction and to the reasonable satisfaction of

the Engineer-in-charge in accordance with the approved Drawings, Design and specification.

The work will be executed under the supervision of the Executive Engineer(PH) of

the Corporation or any other Officer authorised by him. Such Officer will be deemed to be

the Engineer-in-charge of the work.

All items of work must be executed in workman like manner in accordance with

Orissa Detailed Standard Specification or any other standard specification as prescribed by

the Engineer-in-charge.

2. MATERIALS TO BE SUPPLIED BY CONTRACTOR:

The contractor shall make his own arrangement for procurement of all materials,

equipment, tools and plants etc. not supplied by the Corporation, as required in connection

with execution of the work. All materials, articles shall be the best of their respective kinds for

the work described in the specification and schedule. Samples of materials shall be

furnished at the contractor’s expenses to the Engineer-in-charge for testing at laboratory

and then approved the same if found fit for the execution of the work .

3. TEST, INSPECTION & REJECTION OF MATERIAL & WORK:

The contractor shall provide proper facilities at all times for the testing of materials

and inspection of the work by the Engineer-in-charge and the Engineer-in-charge or

authorised officer of the Corporation shall have access at all time to the place of storage or

manufacturer where materials are being used under the contract to determine the execution

is proceeding in accordance with the drawings and specifications.

The contractor shall upon demand also furnish the inspection test certificate from the

vendor when he is purchasing the materials, in respect of which certificates are usually

available.

The Engineer-in-charge shall have the power to reject at any stage any material or

work he considers defective in quality or material or workmanship. The rejection made at the

contractor’s expenses. In case of default, the Engineer-in-charge shall have power to employ

and pay other person to carry out the orders at the contractor’s and all expenses thereon

shall be borne by the contractor.

57

4. WATER AND POWER SUPPLY:

IDCO may provide construction water at site for which cost of water supplied shall be

realized from the work bill of contractor as per the prevailing rate. In case water supply is not

provided by IDCO then the contractor has to arrange the water making his own

arrangement. The contractor has to apply to to avail power supply from the concerned

distribution company a to meet his construction requirement during the construction period at

his own cost.

5. SETTING OUT WORKS:

The contractor shall be responsible for the true and proper setting out of the works at

his own cost in relation to original points, lines and levels of reference proposed by

contractor and approved by Engineer-in-charge in writing out for the correctness of the

position, levels, dimensions, alignment of all part of the works and for the provisions of all

herewith. If at any time during the progress of the works the correctness on being required

to do so by the Engineer-in-charge or his representative shall at his own cost rectify such

efforts to the satisfaction of the Engineer-in-charge. The checking of any setting out or any

line or level by the Engineer-in-charge or his representative shall not in any way relieve the

contractor of is responsibility for the correctness thereof and the contractor shall carefully

protect and preserve all benchmarks sight rails, page and other things user in setting out of

the work.

6. WORK PROGRAMME:

The contractor shall furnish a detailed construction schedule in the form of Bar Chart.

This will include all operation from procurement of materials to final testing at site to be

indicated with reference to the time period of each item. The Bar Chart showing the

construction schedule shall be approved by the Corporation and the approved schedule will

be binding on the contractor. The programme shall be reviewed at monthly intervals and

may be revised depending upon the progress so as to complete the work within stipulated

period.

7. SITE ORDER/SITE INSPECTION/QUALITY CONTROL REGISTER:

The Engineer-in-charge will issue a Site Order Register to the contractor or his

authorised representatives. The contractor shall keep the site order book always with the

representative. The site order register shall be the property of the corporation but will remain

with the contractor during the period of execution and safe custody of the site order book will

be the responsibility of the contractor. The Site Order Register shall be returned by the

58

Contractor with the final bill. The contractor will also keep the site inspection and quality

control register issued by the Deptt. at site.

8. RESIDENT ENGINEER:

The contractor shall engage for this work competent qualified and authorised

Resident Engineers and Assistants to the satisfaction of the Engineer-in-charge. The

Resident Engineer shall represent the contractor in his absence in receiving directions from

Officers of the Corporation which will be binding on the Contractor.

9. ATTENTION TO URGENT WORKS:

If any urgent work in the opinion of Engineer-in-charge becomes necessary to be

executed and the contractor is unable and unwilling at once to carry out, the Engineer-in-

charge may be his own or through othe1r age1ncy carry it out as he may consider

necessary. All expenses incurred on it shall be recoverable from the contractor or be

adjusted against any sum payable to him.

10. SCAFFOLDING:Suitable Rigid/Scaffolding as required shall be provided at contractor’s cost for

workmen. For construction, steel plate shuttering/ply wood shuttering should be provided.

11. SAFE MEANS OF ACDESS & VERIFICATION:Safe means of access shall be provided to all working platform and other working

places to the full satisfaction of Engineer-in-charge of execution of the corporation for proper

verification of the work.

12. HEALTH & SANITARY ARRANGEMENTS FOR WORKERS:The tenderer shall abide to the prevailing model rules of the Government of Orissa

for Health & Sanitary arrangement for workers with amendment and addition thereto from

time to time.

13. GUARANTEE FOR DEFECT LIABILITY PERIOD:The contractor shall furnish a guarantee to the effect that all items of works

constructed and supplied by him shall be free from any defects both in terms of materials

and workmanship for a defect liability period of 12 months from the date of commissioning

of the work and taken over by the Corporation. Since the structures are mostly of water

retaining nature it is the responsibility of the contractor to provide total water tightness at own

cost & no extra payment in this regard will be paid.

14. Any other specifications as required for construction of the works, the same will be decided by the Engineer-in-charge, which will be binding on the contractor.

59

SPECIAL TERMS & CONDITIONS FOR SAFETY MEASURES

1. The Contractor shall barricade all openings near his work place properly.

2. The Contractor should use sand materials for staging and shuttering work. It should

be strong enough to take the load. If staging and shuttering work are to be executed

on filled up area, care should be taken to see that the filed up earth/sand are properly

rammed.

3. The Contractor shall provide temporary hand rails to al staircases for use by the

workers and supervising officers.

4. The temporary staircases made during concreting should be strong enough for

movement of workers with materials.

5. During de-shuttering operation suitable care should be taken so that the shuttering

materials will not fall on any body.

6. All external and internal scaffolding works for plastering, painting etc. are to be done

properly. Safety belts should be used by the worker while working.

7. Any other safety measures that may be required during construction should also be

taken in addition to the measures mentioned above.

8. The Contractor should have one First Aid Box at the site to provide First Aid to the

workers.

9. Suitable steps should be taken for any fire during execution of work either from direct

fire or from electric fire.

10. Suitable lighting arrangement should be made during execution of the work.

11. The Rod and other materials should be properly kept so that they do not interfere in

execution of work.

12. The Contractor shall not keep any labour inside the incomplete building during

construction.

13. Temporary electric lines should be properly drawn and all labour should be instructed

to be very careful while using the same.

60

14. Safety helmets should be used by the worker and supervision during execution of the

work.

15. No overhead lines should be erected while doing reinforcement on concreting works.

16. Before locking of any room it should be checked by the watchman if any workers are

inside.

17. ESI insurance should be obtained for the labourers by the Contractor against any

accident.

18. Special Pre-caution for operational control for the construction sites as per functional

procedure of ISO-14001.

(a) The approach to the construction site is accessible and relatively free for

plying of materials, transport vehicles as well as vehicle of workers/

supervisors and inspecting officials.

(b) During dry weather, regular sprinkling of water is done in the construction

areas to ensure control of suspended particles like dust etc.

(c) The construction materials like bricks/ laterite stone/ metal/ chips/ steel rods/

sand etc. are stacked/ stored in proper manner in identified locations. Cement

is stored in a proper shed as per BIS Code.

(d) Construction water/ seepage water is properly drained out to avoid water

logging in the construction areas.

(e) Solid waste/ debris are collected and dumped at identified locations before

disposal thereof at designated places/ areas. This locations is barricaded so

as to ensure that the waste materials like, broken glass, pointed nails, steel

scraps with sharp edge etc. do not cause physically injuries to the workers or

supervisor or visitors.

(f) Reusable materials like empty containers, empty cement bags, wooden/ steel

centering, shuttering plates/ planks etc. are properly stacked for carrying

those to other construction sites/ Central Stores.

(g) The vehicles which carry debris/ excess earth etc. from the construction sites

are not allowed to be over loaded nor these vehicles are allowed to speed up

61

beyond a given speed limit so as to ensure that these materials do not get

spilled during transportation and thereby pollute the atmosphere.

(h) Dug-up areas/ pits, openings on upper floors are properly barricaded to avoid

accident to workers/ others.

(i) Provision is made for safe drinking water at the construction site for use by

the labourers and other persons working/ supervising works there.

(j) Wastage of construction water is avoided.

(k) As far as practicable dust-preventing masks, safety belts and helmets,

industrial gloves etc. are provided to the workers to avoid possible accidents

and physical injuries to them.

(l) First Aid Box is kept to attend to minor injuries immediately.

(m) The address and telephone numbers of the nearest Police Station, Fire

Brigade and Hospital are recorded on a display board for information of all

concerned.

The Contractor should take all necessary steps as mentioned above without any additional claim to the Corporation.

62

SPECIAL CONDITIONS FORMING A PART OF THIS CONTRACT.

1. All works are to be executed and measured in conformity with the relevant upto date

I.S Specification, CPHEEO Manual, National building code and Orissa Detailed

Standard Specification, I.R.C and MOS&T Code of practice and specification.

In case of variation in the norms, specifications and methods of execution and

measurement as prescribed in the different codes and incase of doubt regarding

means and scope of specification of any items, the decision of Chairman-cum-

Managing Director, IDCO will be final and binding in this regard. No extra monetary

compensation over and above the accepted agreement rates for various item will be

paid to the Contractor on this Account.

2. Incase of any technical specification not covered in the relevant I.S Specifications,

CPHEEO manuals, National Building Code and Orissa Detailed standard

Specification, I.R.C. and MOS&T Code etc., the specification given by the

Consultant/Purchaser/IDCO is final and binding on the contractor.

3. Every tenderer must examine the detailed specification of Orissa Public Works

Department, relevant IS specifications, CPHEEO manuals and provisions in National

Building code and IRC, MOS&T specification before submitting his tender. The right

is reserved with the Corporation without impairing the contract to make such increase

or decrease in the quantities or items of work mentioned in the schedule of quantities

attached to the tender notice as may by considered necessary to complete the work

fully and satisfactorily. Such increase/decrease shall in no case invalidate the

contract or rates. However, increase in quantity of any particular item upto 25% of the

tendered quantity the rate quoted/accepted will remain in force. It shall be definitely

understood that the Corporation does not accept any responsibility of the correctness

or completeness of the quantities shown in the schedule. The schedule is liable to

alternation by omission or addition or deduction and such omissions, additions and

deductions shall in no case invalidate the contract and no extra monetary

compensation will be entertained. At any point of time, the contract can be terminated

if so desired by the Corporation before 30 days of the proposed date of termination.

In the event of such termination, the Contractor shall not be entitled to any monetary

compensation whatsoever.

4. It is the responsibility of the Contractor to ensure production of quality concrete of

required strength and durability which shall be ascertained by the regular field and

Laboratory tests in accordance with IS: 516 and other relevant Indian Standards. All

cost involving such test shall be borne by the Contractor.

63

5. The Contractor shall provide at site required proper plant and machinery including

testing equipment’s instruments etc., for concrete at his own cost. The Contractor

shall not be paid anything extra for carrying out any test as directed either at site or at

Laboratory. Incase of Laboratory test, the name of the Laboratory or Institutions shall

be suggested by IDCO.

6. INSURANCE AGAINST FIRE, ACCIDENT, DAMAGE AND THEFT:

a) The Contractor shall be responsible for the safe custody and storage of all

equipment’s, materials, construction tools, tackles and machinery at the site which

are covered by this contract. All Contractors’ equipment shall be at the sole risk of

the Contractor. The Contractor shall take necessary insurance cover for all tools,

tackles and other constructions equipment’s and machinery and materials, owned

hired or used by the Contractor for performance of the works but which does not form

a part of the permanent work. The Contractor shall take necessary action to protect

all finished or partially finished construction and protect adjacent or adjoining

property, which might be damaged by the process of construction or erection. All

expenses incurred for ensuring the above shall be at the Contractor’s account.

b) The Contractor shall at the time of signing the contract insure the works and keep

them insured unit the completion of the contract against loss or damage by fire, theft

or other accident in an Office to be approved by IDCO, in the joint names of the

owner and Contractor (the name of the former being placed first in the policy) for full

amount of the contract and for any further sum called upon to do so by IDCO, the

premium of such further sum being allowed to the Contractor as an authorized extra.

Such policy shall cover the property of the IDCO only, fees for assessing the claim

and in connection with the Service generally therein, and shall not cover any property

of the Contractor or any sub-contractor or Employees. The Contractor shall deposit

the policy and receipt for the premiums with the IDCO within Twenty-one days from

the date of signing the contract unless otherwise instructed by IDCO. In default of the

Contractor insuring as provided above, IDCO on his behalf may so insure and may

deduct the premiums paid from any money due or which may become due to the

Contractor. The Contractor shall as soon as the claim under policy is settled or the

work reinstated by the Insurance Office, should then select to do so, proceed with all

due diligence with the completion of the works in the same manner as though the fire

had not occurred and in all respects under the same conditions of the contract, the

Contractor in case of rebuilding or reinstatement after fire, shall be entitled to such

extension of time for completion as IDCO deems fit.

64

The amount so due as aforesaid shall be the total value of the works duly executed

and of the contract materials and goods delivered upon the site for use in the works

up to and including a date not more than seven days prior to the date of the said

certificate less than amount to be retained by IDCO (as hereinafter provided) and

less any installments paid under this article provided that such certificates shall only

include the value of the said materials and goods as and from time as they are

responsible, properly and not prematurely brought upon the site and then only if

properly stored and/or protected against weather.

7. The measurement of steel reinforcement shall be made on the basis of linear

measurement as per standard practice. For the purpose of recovery of the quantity of

steel utilised in the work, will be calculated on the basis of standard unit weight of

various size bars as mentioned below. In case of any deviation in unit weight from

the standard weights mentioned below by more than the percentage allowed by code

the same shall be to the Contractor's account. No compensation shall be paid for

such variation in unit weight.

Nominal size of Bar in mm

Weight per Metre in Kg.

Nominal size of bar in mm.

Weight per Metre in Kg.

6 0.222 16 1.58

8 0.395 20 2.47

10 0.617 25 3.85

12 0.888 28 4.83

8. All centering/ shuttering and scaffolding shall be of steel materials of approved quality

and confirming to relevant BIS specification. Use of timber in the Centering/

shuttering shall not be permitted except where essentially required and unavoidable.

In any case the centering, shuttering work shall be rigid smooth and leak proof so

that the resulting concrete members are free from undulations, honey combs and are

true to size.

9. All concrete structure will be exposed smooth. However, where the columns, beams,

ceilings and RC walls are actually plastered, the same shall be done in approved

proportion of cement mortar and payment shall be made for such plastering actually

done at the quoted rate for such item in the contract.

65

10. It is the Contractor’s responsibility to correctly demarcate the layout and orientation of

the building and fixation of the level pillars at site by his own technical staff as

directed by Corporation.

All expenditure in connection with tool and plants instrument materials etc., required

in connection with demarcation of layout including minor leveling the ground, fixation

of level, bench marks and centre line etc., shall be borne by the Contractor.

11. The Contractor before any casting of RCC works/ plastering works/ flooring work

shall obtain the services/ clearance from the Officer authorized by the Corporation.

12. Bailing out water from the foundation where necessary shall be borne by the

Contractor.

13. As regards extra items of work, extra quantity of any item in excess of the schedule,

order must be obtained from the Corporation and in such cases, the matter shall be

dealt as per provision of Clause-11 of the Contract.

14. The Contractor shall be responsible for any accident to any person and shall have to

bear the cost of all litigation arising out of any such accident and also for the payment

of any money, damages or compensation payable in respect of such accident to any

person, employed by him for the work in any capacity whatsoever.

15. The Contractor shall submit to the Authorized Officer of the Corporation monthly

return of labour both skilled and unskilled employed by him on the work.

16. No monetary compensation shall be entertained on account of natural calamities like

cyclone, earthquake and flood etc., but suitable extension of time may be granted by

the Corporation on consideration of the application of the Contractor.

17. Provisional deduction towards Sales Tax and Income Tax shall be made from each

and every bill of the Contractor.

18. The rates quoted by the Contractor shall be inclusive of transportation, carriage, lead,

loading, unloading al taxes, levy, octroi etc. including contract of the State

Government and Excise duties. In the event of variation on the above taxes, levies,

duties etc. rates shall not be changed. However, under relevant condition,

specification under this contract variations would be accepted according to the whole

sale price index as per Clause-31 of the Contract.

66

19. If the Contractor removes any Corporation materials or stock supplied to him from the

site of work with a view to dispose off the same dishonestly, he shall, in addition to

any other liabilities Civil or Criminal arising out of the contract be liable to pay a

penalty equivalent to five times the price of the materials on stock, accounting to the

stipulated rate and the penalty so imposed shall be recovered from any sum that may

then or at any time thereafter become due to the Contractor or from his security

deposit or the proceeds of sale thereof

20. The Contractor should be fully liable to indemnify the Corporation for payment of any

compensation under workmen’s compensation Act VIII of 1923 on account of the

workmen being employed by him and the full amount of compensation paid will

recovered from the Contractor.

21. Every tenderer is expected before quoting his rates to inspect the site of proposed

work. He should also inspect the quarries and satisfy himself about the quality and

availability of materials, medical aids, labour and foodstuffs etc., and the rates may

be inclusive of all the items of work. In every case the materials must comply with the

relevant specification.

22. For the purpose of jurisdiction in the event of dispute, if any, contract should be

deemed to have been entered into at the place, where the contract is signed on

behalf of the Corporation within the State of Orissa and it is agreed that, either party

to the contract or the agreement will be competent to bring a suit in regard to the

matters covered by this contract at Bhubaneswar within the State of Orissa.

23. After the work is finished, all surplus materials and debris are to be removed by the

Contractor and preliminary works such as vats, mixing platforms etc. are to be

dismantled and all the materials are to be removed from the site. No extra payment

will be made to the Contractor on this account. The rate quoted should be inclusive of

all these items.

24. The Corporation will have the right to inspect the scaffolding and centering made for

the work and can reject partly or fully such structure if found defective in their opinion.

25. The Contractor will have to arrange for water supply and electricity at his own cost for

all works and make sanitary arrangements for his workmen employed at his own cost

for his labour camps. Contractor has to arrange adequate lighting arrangements for

night work whenever necessary at his own cost.

67

26. The tenderer shall have to abide by the C.P.W.D. Safety Code introduced by the

Government of India, Ministry of Works Housing and Supply in their standard order

No.44250 Dt.25.11.57.

27. The Corporation will have the right to supply at any time in the interest of work any

Deptt. Materials to be used in the work in addition to those mentioned in Clause-IC(b)

conditions of contract and the Contractor shall use such materials without any

controversy or dispute on that account. The rates of such materials will be at the

stock issue rates fixed by the Corporation plus storage charges or market rates

prevailing at the time of supply whichever is higher.

28. The Contractor will be responsible for the loss or damage if any, departmental

materials, equipment’s supplied to him under of the General Conditions and No.35

of the Special Conditions of Contract during execution of work due to any reasons

whatsoever and the cost of such materials will be recovered from him at the

prevailing stock issue rates plus storage charges or market rates whichever is higher.

29. When any items of work not specifically covered by the accepted tender or contract,

is to be executed, it can be taken up departmentally or through any other agency as

the Corporation fees fit.

30. In selection of fittings/-glazed tiles, stone/ grills/ paints etc., the decision of the

Corporation is final in regard to quality, make, shade etc.

31. No part of the contract shall be sublet without written permission of the Corporation

or transfer be made by Power of Attorney authorizing others to receive payment on

the Contractor’s behalf.

32. Under no circumstances interest is chargeable for the dues or additional dues if any

payable for the work. (As per Orissa Works Department’s letter No.3662

Dt.20.12.79).

33. The Contractor shall make all arrangements at his own cost for proper storage of

materials and guarding the same.

34. The Corporation reserves the right to delete any item of work incorporated in this

agreement from the scope of the contract and execute the same either

departmentally or through other agency, without assigning any reason thereof. Such

68

deletion shall not invalidate the contract and no monetary compensation whatsoever

shall be paid to the Contractor in this regard.

35. The Contractor shall carry out all the required tests for the works at his own cost in

the manner prescribed in relevant I.S. Codes. The tests should be done in presence

of the authorized person of the Corporation or his sub-ordinate and duly certified by

him regarding the correctness of the tests. The Contractor shall submit a copy of the

test results to the authorized Officer of the Corporation immediately after the test. In

case the Contractor fails to carry out the tests in the manner prescribed in the

relevant I.S. Code, the same shall be carried out by the Corporation and the cost so

involved shall be recovered from any amount due to the Contractor.

36. In case some machinery is available with the Corporation the same can be utilized by

the Contractor on payment of the prescribed hire charges to Corporation. The hire

charges as fixed by the Corporation shall be binding on the Contractor.

37. The Contractor has to provide a net work of pipe lines for proper watering and

curing of the works and provide outlet points at suitable places at his own cost.

Curing shall be done by the Contractor at his own cost with an arrangement of

flexible pipes and nozzles etc. The cost of energy charges, for running of pumps,

machineries and lighting arrangements etc. are to be borne by the Contractor. If at

any stage , it is observed that the curing being done by the Contractor is not proper

and acceptable to the Corporation then the same shall be got done by the

Corporation departmentally, or through other agency on actual cost + 25% basis

without an prior notice to the Contractor. This amount with 25% surcharge shall be

recovered by the Corporation from any amount due to the Contractor.

38. The Corporation will at his discretion and convenience and for the duration of the

execution of the work may provide land for construction of Contractors field, office,

godowns work shops and assembly yard required for the execution of the contract

nearest to the site. The tenderer shall at his own cost construct all these temporary

buildings structures and provide suitable water supply and sanitary arrangement as

approved by the authorized officer of IDCO and other inspectorates.

39. MATERIALS OBTAINED FROM DISMANTLING:

If the Contractor in the course of execution of the work is called upon to dismantle any

part for reasons other than those stipulated specifically in the tender else where the

materials obtaining in the work of dismantling etc. will be considered as the

Corporation’s property and will be disposed off to the best advantage of the Corporation.

69

40. WORKS ON SUNDAYS & HOLIDAYSFor carrying out works on Sundays and holidays except curing, the Contractor will

approach the authorized Officer of IDCO or his representative at least two days in

advance and obtain permission in writing. The Contractor shall observe all labour

laws and other statutory rules and regulations in force. In case of any violation of

such laws, rules and regulations, consequence if any, including the cost there to shall

be exclusively borne by the Contractor and the Corporation shall have no liability

whatsoever on this account.

41. The Contractor is required to abide by the fair wages clause as introduced by the

Govt. of Orissa in Works Deptt., letter No.LA-VIIR-18-16/52/75 Dt.26.02.1965, No.II-

36/61-28812(A) Dtd.27.5.1961 and No.IIM-58-77-22059 Dtd.16.8.1977 or as

modified from time to time.

42. The Corporation reserves the right to award a single group or more groups to any

tenderer depending on his capability as ensured by the authorised officer of IDCO

and also reserves the right to accept or reject any or all offers without assigning any

reason thereof.

43. The Contractor will enlist himself with State Labour Department and with Regional

Provident Fund Commissioner and will abide by the statutory rules and acts being

enforced by them like labour license etc. In case of any complaint by them, pecuniary

or otherwise. IDCO is entitled to recover such of their claims from the dues of the

Contractor and dispose the same as instructed by them and may terminate the

contract, in case of violation.

44. The Contractor shall be required to obtain requisite license from the concerned

Labour Officer for employment of labours in work and should follow the prevailing

labour laws.

45. Concrete for reinforcement, cement concrete and flooring shall generally be machine

mixed, unless otherwise permitted by authorized Officer of IDCO. Concrete mixer if

available can be supplied by the Corporation at approved hire charges of the

Corporation which will include the running and maintenance and pay of the machine

operator.

46. All gold, silver and other things of any subscriptions, precious stones, coins, treasures, relics, antiques, and other similar things which shall be found in, under or upon the site, shall be the property of the Corporation.

47. Price escalation will not be allowed under any circumstances. The Contractor should

quote his rates taking the above into consideration.

48. Recovery rate of Departmental machineries with consumables (As per rates fixed by

the Corporation from time to time).

Signature of Contractor

70

TECHNICAL SPECIFICATION

1. Any loose pocket patch below foundation shall be cleared and filled with 1:4:8 P.C.C

2. If the soil or subsoil water contains sulphate, the same shall be intimated and appropriate measures taken as per relevant specification codal requirements as specified by the Engineer-in-charge.

3. Foundation concrete In 1:4:8 mix (P.C.C) shall have coarse aggregate of size not more than 40mm nominal size.

4. Reinforced Concrete shall be of grade M-25

5. No concrete shall be cast at a temp. above 39oC or below 10o C unless special precautions as per relevant IS codes are taken.

6. In two-way slabs, place short span bars in bottom layer, web reinforcement and anchorages.

7. CPWD rules I.S- 456-2000 & IS- 13920 shall be followed in respect of stirrups, columns, ties and anchorages. Details of steel etc. must be carried out accordingly, unless other wise shown.

8. Clear cover for main reinforcement shall be as follows or as directed by EIC.

a. In footing : 50mmb. In columns : 50mmc. In beams : 45mmd. In slabs : 45mm

9. All steel reinforcement shall be of high yield strength TMT bars confirming to IS:1786 with minimum yield stress 0.2% proof stress of 415 N per Sq.mm (Grade Fe 415)

10. Normal laps of 41 dia in Grade M-25 Mix shall be provided.

11. Distance of 1st stirrup from edge column line/beam shall be 50mm max.

12. All bricks in the masonry shall have characteristic compressive strength of 7.5N/sq mm unless otherwise specified and laid in 1:6 cement and coarse sand.

13. All center line dimensions should be taken off arch. Drawings.

14. Not more than 1/3 rd of total col. Bars shall be lapped at any section of column . Laps shall be staggered and avoided at the places of max. stress. A lap shall be considered staggered if the centre to centre distance of the lap is not less than 1.3 times the development length as mentioned else where in these notes.

15. Lap in column should be provided in the middle half between two braces.

16. Lap should not be provided

a. Within a jointb. Within a distance of 2d from joint facec. Within a quarter length of the member from the joint face

17. Not more than 50% of bars shall be spliced at one section.

71

18. Wherever necessary horizontal bars shall be left in the column for lintels and other similar members.

19. The disposition of hooks of similar col. ties shall be vertically staggered and placed on opposite faces for alternate ties.

20. Only stirrups of column are to be continued through beam column junction.

21. During casting of beam if the work is stopped for a duration longer than initial setting time of cement, then such discontinuity shall be treated as construction joints.

22. Construction joint shall be made vertical by proper template with slots for accommodating reinforcement bars. The joint shall be treated in accordance with C.P.W.D specification.

23. Construction joint shall be planned at or near mid span but not out side the middle third of the span provided the beam does not carry any concentrated load. Incase beam carries concentrated load due to the reaction of the secondary beam, the construction joint in the main beam shall be off-set by a distance equal to twice the width of the secondary beam.

24. Construction joints shall not be provided in cantilever beams and shall be cast monolithically with interior beam.

25. Design bearing capacity of soil is 13.0 MT per Sqm at 3 m below GL

26. Any vibratory equipment, if placed on the structure must be mounted on properly designed vibration isolators and seismic snobbery so as not to transmit any dynamic forces on the structure nor dismount in an earthquake.

27 Where there are two or more rows of reinforcement bar, the reinforcement bars shall be vertically in line and minimum vertical distance. Between the reinforcement bars shall be 15mm or 2/3 of the nominal size of the aggregate or the max. size of bar whichever is more.

28. The stirrups and column bars at splices shall be bent over at a slope not steaper than 1.6 ( max) to avoid extension bars.

29. The specification in the approved drawing ( attached) should be strictly followed.

72

PART – VI

GENERAL REQUIREMENTS FOR OVER HEAD TANK & DETAIL SCOPE OF WORKS

1.0 The number, capacity ,shape of elevated service reservoir ,expected safe bearing

capacity of the soil, Ground levels, sub- soil water levels are given in Annexure- A

2.0

2.0.1 Before taking out the construction works, the contractor has to carry out the

required tests to find out the actual safe bearing capacity of soil at his own cost.

2.1 Excavation of foundation includes dressing and leveling the bed in all kinds of

soil/rock upto the required depth as per design including dewatering, shoring and

shuttering, if necessary, depositing the excavated materials 50 meters clear of site

as per direction of Engineer-in-charge.

2.2 Cement concrete grade M-10 as per design of suitable thickness under R.C.C

foundation with 40mm of down graded size crusher broken hard granite metal as per

relevant B.I.S.

2.3. Reinforced cement concrete grade M-25 as per design in all members of the

supporting structures (Columns, braces, load bearing shaft, stair, containers etc).

2.4 Reinforced cement concrete grade M-25 in all members in contact with water

and members subject to condensation like roof slab etc.

2.5 The supporting structure may be either on a group of columns connected by

rigid braces or a load bearing shaft subject to fulfillment of a architectural and

economic requirements as indicated at Clause –2.4 IV of B.I.S.-3370.Part-II.

2.6 In case of roof slab having no slope, necessary protection measures shall be

provided as pEr clause 6.1 and 6.4 of B.I.S- 3370 (Part-II)

2.7 The water tank shall be ventilated by providing ventilating windows from the

roof. The opening of the ventilator shall be protected with mosquito proof wire net

made of copper wire mesh. Adequate ventilation area shall be provided in relation to

the area of water face and aesthetic requirements.

73

2.7.1 The water tank will be provided with a circular ring ( walkway) of width 0.75

m at the base level of the container for its normal maintenance and supervision . A

guard handrail is also to be provided all round the walkway with G.I pipes . The

minimum diameter of the pipes for the posts and hand rails should be 25mm and 32

mm respectively. The pipes should be painted with two coats of approved enamel

pain as per direction of EIC.

2.8 The following appurtenances shall be provided.

2.8.1 One set of water level indicator shall be provided to indicate the depth of water

in meters and equivalent quantity of water in kiloliters. The gauge of the indicator

should be at the base level with clear visibility from distant places.,

2.8.2 A lightening arrestor of copper shall be provided in the roof of the OHT as per

B.I.S 2309. The top of the lightening arrestor shall be above the highest point of the

roof. The arrestor shall be suitably earthed with aluminium tape conductor as per

relevant B.I.S.

2.8.3 C.I. lockable hinge type man-hole covers of size 500mm dia each 50 kg wt.

with frame and cover fixed at suitable place in the roof of the tank. Minimum two

numbers of such man-hole cover shall be provided .

2.8.4 The roof of the OHT shall be provided by guard hand rails at the edges by

means of G.I. or R.C.C posts and G.I. railings. The same should be painted with two

coats of approved enamel paint as per direction of Engineer-in-charge.

2.8.5.a For the OHT there shall be at least one S.S. ladder with hand railings

outside the reservoir to facilitate access to the roof of the reservoir. Another S.S

ladder shall be provided into the compartment at location decided by the Engineer.

.2.8.5.b. For access into roof of the OHT there shall be R.C.C staircase with hand

railing at suitable intervals. The stairs shall be provided with G.I. hand railings of

approved design, for a minimum height of 800mm which shall be painted with two

coats of approved enamel paint as per direction of EIC.

2.8.6 The tenderer has to supply including erection, laying, hoisting, fitting and

fixing of C.I . pipes, specials and valves of various sizes as detailed below including

concrete bedding in R.C.C floor wherever necessary, excavation of pipe line

74

trenches, providing necessary support and staging, including supply of all jointing

materials required for flange joint or lead joints. Double flanged pipes, specials and

valves with I.S.I. mark will be supplied by the contractor cost of which should be

included in the tender. The limit of contract for laying the lines shall be up to a

distance of 5 mtr , from the edge of the foundation footing which shall be included in

the offer .

Feeder, Delivery, overflow and washout pipelines

For Feeder/

delivery Line: 100mm dia C.I. puddle collar – 2 nos

100mm dia C.I. Bell mouth – 2 nos

100mm dia C.I expansion joints - 2 nos

100mm dia C.I. double flanged pipes of suitable height

(minimum 1m below ground level)

100mm dia duck foot bend – 2 nos

100mm dia C.I. sluice valve of PN-1.0 (including construction

of valve chambers )with hand wheel confirming to IS-

14846/2000- 3 no( 2 no in delivery line and 1 no in feeder line )

Over Flow/

washout line : 150mm dia C.I. puddle collar – 2 nos

150mm dia C.I. Bell month – 2 nos

1500mm dia C.I expansion joints - 2 nos

150mm dia duck foot bend bend – 2 nos

150mm dia C.I. double flanged pipes of suitable height

(minimum 1m below ground level)

150mm dia C.I. sluice valve of PN-1.0 ( including construction

of valve chambers ) with hand wheel confirming to IS-

14846/2000- 2 no

( The overflow /washout lines are to be connected to masonry

chamber of size 1mx1mx1m

2.8.6 a. All C.I. pipes shall be as per IS specification having ISI Mark.

2.8.6.b. Required size sluice valves confirming to IS specifications with valve

chambers shall be provided in feeder, delivery, overflow and wash out pipe lines.

2.8.6.c All C.I. pipes shall be of class ‘B’ double flanged pipes and all specials

and valves shall be also C.I. double flanged . Necessary expansion joints should

75

also be provided at required places of feeder/ , delivery, overflow and washout

pipes of the OHT

2.8.7 All R.C.C works shall be finished smooth and no plastering will be allowed

except in the inside surface of walls and floors of the tank which shall be rendered

with 20mm thick C.P. (1:3) with approved water proofing compound including cement

punning and two coats of epoxy painting. Where necessary water bars shall be

provided. All exposed faces of the concrete and plaster over masonry shall be given

two coats of water proofing cement paint of approved shade. All exposed iron works

outside the reservoir shall be painted with two coats of approved enamel paint over

a coat of primer. All iron works inside the reservoir shall be painted with two coats of

anticorrosive paint over a coat of primer. All masonry works shall be plastered with

12mm thick C.P. in (1:6) cement mortar.

76

TECHNICAL INFORMATION AND SPECIALITIES

1.0 Site Clearance :

All foundation trench shall be filled up with sand including watering and

ramming. The site of construction shall be cleared from all rubbish and dressed to

proper slope. The outsides of the underground reservoir should be sloped 1:2 upto

the required distance (minimum 2.0m)as per the direction of the Engineer-in-charge .

2.0 Testing of concrete :All concrete works for water retaining as well as the supporting structures

shall be executed, tested as per I.S. 456/1978, I.S. 3370 (Part-I) 1965 and I.S. 3370

(Part-II) .

For all type of concrete works, machine mix shall be used. The mixer should

comply with I.S. 1971-1968. Design mix concrete is preferred to nominal mix. For

compaction of concrete, vibrators of appropriate size shall be used. The contractor at

his own cost will furnish a mix design to be conducted in recongnised laboratories

approved by IDCO.

The contractor shall give at his cost concrete cubes to IDCO made from

samples of fresh concrete taken as per I.S. 1199 cured 7 days and 28 days for

testing at the laboratory of IDCO or any recognized testing laboratory, selected by

IDCO at regular intervals at his own cost.The samples shall be taken from the

concrete prepared for use in the following component of the structures and No. of

cubes to be supplied will be as per relevant B.I.S.

(i) Foundation

(ii) Each lift of supporting structure

(iii) Each lift of the wall

(iv) Roof slab

(v) Any other portion of the structure as required by the Engineer-in-charge.

2.0.1 In the event of the deviation from the desired strength, the Contractor shall dismantle

the defective part of construction for replacement at his own cost and risk, failing in

which the same will be dismantled and work redone by IDCO at the cost and risk of

the Contractor.

3.0 The water tight test of the water container shall be conducted to satisfy the provisions

as laid in I.S. 3370 (Part-I) 1965.

77

4.0 Non-availability of a particular size of steel reinforcement as per design will be

substituted by available size giving equivalent steel area which shall be accepted by

the contractor and no claim on this account will be entertained.

5.0 Design criteria and specification :5.1 On receipt of letter of intent, the contractor shall immediately conduct soil test to

ascertain SBC of the soil at the site of construction of overhead tank and submit

within fifteen (15) days two sets of design calculations and drawing to the Executive

Engineer, W/S & EC Division, IDCO , Bhubaneswar. The design and drawings shall

be scrutinized by the design wing of IDCO for communication of preliminary approval.

5.2 On receipt of preliminary approval, the Contractor shall furnish within seven (7) days ,

eight sets of design calculations and 8 sets of drawings for final approval and

communication to all concerned.

5.3 The Contractor shall satisfy the Department with rational design calculation and

drawings during scrutiny. In the event of the Contractor failing to submit the designs

and drawings in proper order or delay in submission of designs and drawings within

the stipulated time, is liable for cancellation of letter of intent and forfereiture of

earnest money without any reference to him.

5.4 The following salient aspects shall be considered in the design

5.4.1 Capacity of the tank shall be the volume of water it stores between the designed full

supply level and lowest supply level (i.e. the invert of the out let pipe). Due allowance

shall be made for plastering the tank from inside etc. when calculating the net

Capacity of the tank.

5.4.2 Free board shall be minimum 300mm

5.4.3 Minimum dead storage of 50mm should be assumed for flat bottom tanks.

5.4.4 Design shall be based on accepted basis and methods of design as well as the

provisions of I.S. 456/1978, I.S. 3370/1965, I.S. 875/1987, I.S. 1904/1986, I.S.

6403/1981 and standard R.C.C Design Books.

5.4.5 No age factor shall be allowed in the design of structure.

78

5.4.6 All structural elements shall be designed by working stress method only.

5.4.7 The minimum thickness of the structural members shall be as follows :

(a) Wall of the reservoir/water retaining structure

(i) Upto 5.0m water depth 150mm

(ii) Upto 6.0m water depth 180mm

(iii) Upto 7.0m water depth 200mm

(b) Floor of the reservoir 150mm

(c) Roof slab flat 110mm

5.4.1 All the members of the reservoir shall be designed for resistance to cracking as per

relevant I.S. specifications.

5.4.2 Foundation of the under ground water reservoir shall be on a raft foundation or on

an annular raft. If poor foundation strata are met with, the structure shall rest on pile

foundation. If structures are to be founded on strata having poor settlement

characteristics, structural design of foundation should take differential settlement into

account. The detailed strata as may be available at site is supplied herewith which is

only tentative.

5.4.10 The design calculations and drawings shall be worked out in S.I. units only.

5.4.1 The minimum depth of foundation for elevated reservoir shall be 1.50m below

minimum G.L.

6.1 The drawings shall comprise following :

6.2 General arrangement drawing showing clearly all the elements of the structure and

other appurtenances. The relative levels shall be shown clearly.showing the hand rails, M.S

ladders, fixing of pipe specials in floor, man-hole covers etc. shall be furnished.

6.3 The designs shall be done by an experienced qualified Engineer or registered

consultant and the Tenderer is to produce a certificate from him with the design duly

signed by him. The approval of the designs and drawings by IDCO does not absolve

the responsibility of the contractor on structural stability. The text books mentioned at

7.8 apart from the Indian Standards may be referred in the design.

79

7.0 The tenderer before starting the work has to conduct the plate load test as well as

other tests to be conducted by recognized laboratories as per relevant I.S.

specification at the proposed site of construction and furnish the same to IDCO for

approval. The Department should be satisfied about the S.B.C. at available site as

considered in the design,. In case the assumed S.B.C is changed, the design will

stand modified. The detailed design in that case has to be modified and to be got

approved within 15 days of such decision for execution without any extra cost to

IDCO and the executant will be bound to take up the work as per the modified design

within the L.S tender amount.

Reference Text Books :

1. Concrete reservoir and tanks by G.P. manning concrete publications

Ltd. London.

2. Water towers Bunkers and silos by G.P. manning concrete

publications Ltd. London

3. Plain and reinforced concrete Vol. I and Vol.II by Jai Krishna and O.P.

Jain.

4. Reinforced concrete design by Mallick and Rangaswami

5. Design of R.C.C structures by P.Dayartanam

6. Any other Indian or Foreign publication in reputed journals by reputed

authors.

80

Annexure-A

INFORMATION ON BEARING CAPAnCITY OF SOIL AND SPECIFICATION FOR PIPING SYSTEM FOR OVER HEAD TANK

Sl.No

Name of Work Bearing capacity of soil

Feeder Delivery Wash out

Overflow Capacity Shape of tank

01. Design , Construction , Testing and Commissioning of 1.00 lakh litre capacity over head tank at Mantira in Kalinga Nagar Industrial Complex, Jajpur.

20.00 MT/Sqm ( approx) The Contractor has to carry out necessary tests to ascertain the exact SBC of Soil

100mm dia CI

100mm dia CI

100mm dia CI

150mm dia C.I.

1.00 lakh litres

Circular

N.B: The pipes should be laid minimum 5.00 mtr from foot of OHT and should be lift with flanged ends for taking up further connection.

81

ANNEXURE1. Basing information on the shape,

size and bearing capacity of overhead tank Annexure-A

2. Schedule of Payment Annexure-1

3. Proforma to execute the

stage by stage with time schedule Annexure-II

4. Declaration certificate from tenderer Annexure-III

5. L.S rate schedule Annexure- IV

6. Statement showing the list of

similar works executed by the

tenderer and works in hand at present Annexure-V

7. List of T & P in possession of the

tenderer Annexure-VI

8. Memorandum of tender document Annexure-VII

9. Bill of Quantity-

82

A N N E X U R E- I (See clause of Part-II , 02.4. VI) ( Schedule of payment)

Sl.No. Description of the item(on completion of the items only)

Percentage break up of contract amount up to specified level of the structure.

1. 2. 3.

1. On completion of excavation of earth work 2%

2. On completion of laying of P.C.C 5%

3. On completion of bottom foundation 10%

4. On completion of initial 50% of supporting RCC

staging.

10%

5. On completion of rest 50% of supporting of RCC

staging.

10%

6. On completion of bottom slab tank wall & roof slab of

water tank

42%

7. On completion of finishing items like inside plastering

& punning, anticorrosive paint items , external cement

paints, fixing of S.S. ladder, ventilator, man hole cover,

feeder, delivery, over flow, wash out arrangement,

fixing of valves back filling etc. all complete.

16%

8. On completion of testing and commissioning of the

over head tank.

5%

Signature of the tenderer

N.B: 1. No escalation towards the increase in cost of materials and labour will be paid

over and above the accepted rate of tender.

83

ANNEXURE –II

EXECUTION OF WORKS STAGE BY STAGE WITH TIME SCHEDULE FOR OHT.

(To be filled in by the Tenderer)

(See clause 4.7 of part-II)

Sl.No. Name of the work (Item wise)Including stage of completion

Time of completion in days

1. 2. 3.1. Earth work in excavation of foundation

2. Laying of P.C.C

3. Casting of foundation slab

4. Casting of RCC columns and bracing up to full

staging height

5. Casting of bottom slab, tank wall and roof slab

of water tank

6. Inside wall plastering and painting , fixing of S.S

Ladders, GI/C.I. specials, valves, pipes,

ventilation arrangement, manhole covers, back

filling, painting, site development including all

finishing works complete.

Signature of Tenderer

N.B : 1. Time schedule shall be for each individual item of work. For each work please attach

additional sheets.

2. Penalty interest or liquidated damages shall be levied according to physical achievement

with reference to stage wise work programme.

84

ANNEXURE-IIIDeclaration of Tenderer For OHT.

( To be signed by the Tenderer)

1. I/We have visited the site and have fully acquainted with the local situation regarding

the materials , labour and the factors pertaining to the work, existing site condition,

limitations and official regulations at the site of work before submitting the tender.

2. I/We have carefully studied the conditions of the contract specification and other

documents of this work and agree to execute the same accordingly .

3. I/We solemnly pledge that I /We shall be sincere in discharging my/our duties as

responsible contractor and complete the work within the prescribed time limit. In case

there are deviations from the construction programme, I shall abide by the decision of

the Engineer-in-charge of revision of programme and arrange for the labour ,

materials , equipments etc., accordingly without any claim on the authority.

4. In the event of award of work to Me/Us, I/We undertake the entire responsibility of the

structures and to reconstruct /replace the whole as part of the component of the

structure in the event of failure in proper functioning within a period of twelve calender

months from the date of testing and commissioning.

5. Failure to comply with above requirements will not entail me /us to get any relief in case

my/our offer is accepted. No claim whatsoever shall be entertained on the ground of

ignorance of site condition and / or the conditions prevailing in the area.

85

ANNEXURE-IV Rate Schedule

Sl No Description Qnty Unit1 Design, Construction, testing & commissioning of

1,00,000 Ltr capacity overhead tank at Mantira

Rehabilitation Colony near village Mantira in Kalinga

Nagar Industrial Complex, Jajpur.

1 LS

Rate in words:

Rate in Figures:

NB:

1. Bering capacity of the soil – As per soil investigation report (Enclosed)

2. Subsoil W.L. – At Ground level

3. The tender is to inspect the site before tendering and submit the rate accordingly.

4. The design data has to be corroborated as per actual soil exploration to be undertaken by the tenderer. In case the low bearing capacity of founding soil at site and actual exploration, the design submitted by the tenderer will stand modified extra work if involved will be undertaken by the tenderer at no extra to the authority.

86

ANNEXURE-V

Declaration by the Tenderer about construction of similar type works

(To be filled by the Tenderer)(See clause 02.4 x of part-II)

a) List of similar works executed and if so the year of construction and under

which Department/Organisation including the period of completion as per

stipulation in tender and actual period of completion.

b) List of similar works executed and if so the total value of work and under

which Organisation/Department. A certificate to that not below the rank of

executive Engineer be furnished.

c) List of work now in hand with value of work as on the date of tendering.

Signature of the Tenderer

87

ANNEXURE-VI

(To be filled by the Tenderer)

Declaration by the Tenderer about construction of similar type of works

(See clause 02.4 x of part-II)

List of Tools and Plants possessed by the tenderer.

1.

2.

3.

4.

5.

6.

88

ANNEXURE-VII

Memorandum of documents forming this contract.

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

Section (A)

1. Main offer ( Tender ) of the tenderer , its subsequent letter of clarification and negotiations.

2. D.T.C.N. signed and returned by the Tenderer.

Section ( B)

1. Lump sum agreement in the prescribed format

2. Letter of intent containing special conditions agreed upon after negotiation.

3. Work order

4. Finally approved designs and drawings and specifications. The list of documents contained in Section ( B) will prevail over that of section (A) of the contract documents in case of any contradiction of dispute in the meaning and scope of any items of works as in case of discrepancy in any of the stipulations made therein.

89

BILL OF QUANTITY

Name of Work: Design, Construction, testing & commissioning of 1,00,000 Ltr capacity overhead tank at Mantira Rehabilitation Colony near village Mantira in Kalinga Nagar Industrial Complex, Jajpur.

Estimated Cost: Rs. 16.00 Lakh (Approx)

Sl No Description of Items Qnty Unit Rate in Figures

Rate in Words

1 Design, Construction, testing &

commissioning of 1,00,000 Ltr

capacity RCC overhead tank with 20

mtr staging including inflow , outflow,

overflow and drainage piping

arrangements valve and fittings soil

investigation and site development all

complete at Mantira Rehabilitation

Colony near village Mantira in Kalinga

Nagar Industrial Complex, Jajpur.

1 No.

1 (One) item only.

Executive Engineer (PH) W/s & EC Division, IDCO, Bhubaneswar.

No. of the Corrections:No. of Overwrittings:No. of Interpolations:

Signature of Tenderer.

90


Recommended