Public Health Engineering Organization: Tender Document For The Work
Public Health Engineering Organization: Tender Document For The Work
PUBLIC HEALTH
ENGINEERING ORGANIZATION
TENDER DOCUMENT FOR THE WORK
DESIGN, CONSTRUCTION, TESTING & COMMISSIONING OF 1.5 LAKHS
LTR. CAPACITY R.C.C. ELEVETED SERVICE RESERVOIR ALONG WITH
PIPING ARRANGEMENTS IN COMPLETE SHAPE FOR IMPROVEMENT OF
PIPED WATER SUPPLY TO NIMAPARA N.A.C. IN THE DISTRICT PURI
UNDER A.U.W.S.P
EXECUTIVE ENGINEER
P.H. DIVISION, PURI
2
GOVERNMENT OF ORISSA
HOUSING &URBAN DEVELOPMENT DEPARTMENT
OFFICE OF THE EXECUTIVE ENGINEER
PUBLIC HEALTH DIVISION,PURI
WATER WORKS ROAD
PURI
DETAILED TENDER CALL NOTICE
1. Name of the work : Design, Construction, Testing & Commissioning of 1.5
lakhs ltr capacity R.C.C. E.S.R. along with piping
arrangement in complete shape for improvement of piped
water supply to Nimapara NAC in the District of Puri
under AUWSP.
2. Approx.estimated Cost : Rs. 12,00,000.00 (Rupees twelve lakhs only)
3. Amount of Earnest Money : 1 (one) percent of the estimated cost.
4. Cost of Tender Schedule : Rs. 6,000.00 (Rupees six thousand) by
(non refundable) +4% VAT.
5. Date for sale & receipt of : From Dt. 25.01.07 to Dt.01.02.07
tender paper. during 11:00 AM to 3:00 PM.
6. Date for opening of Tender Paper Dt. 02.02.07 at 12:30 hrs.
7. Time of completion of work : 04 ( Four ) calendar months.
Issued to M/s Sri .
On payment of Rs. (Rupees )only vide Money Receipt
NoBook No... dated
Executive Engineer,
P.H.Division,Puri
Name of the Contractor in full
Permanent Address Present Address in which the
Correspondence are to be made.
Village. Village.
Post. Post..
Via Via
District. District..
Signature of the tenderer.
3
CONTENTS
1. Part I Tender Call Notice
2. Part- II Information and Instruction to tenderers
3.
4.
Part-III
Part-IV
General Requirements.
Design Criteria and specifications
5. Part-V Annexure / Schedule
Note
Before submission of the tender, the intending tenderer should read the instructions carefully.
Incomplete tenders are liable for straight rejection.
Sd/-
Executive Engineer
P.H. Division, Puri
4
OFFICE OF THE EXECUTIVE ENGINEER
P.H. DIVISION, PURI.
---
Tender Call Identification No.18 / 05 SPH (P) 2006-07
1. The Executive Engineer, P. H. Division, Puri, on behalf of the Governor of Orissa invites
Lump sum bids for the work detailed below from the eligible, experienced and registered
contractors of State Govt. & Contractors of equivalent Grade i.e. registered with Central
Govt. / Railways for execution of works.
Sl.
No
.
Name of the work.
Approxi-
mate
Estima-
ted
Cost.
(in Rs.)
Additional place
of sales &
Receipt
Earnest
Money
Deposit.
Cost of
tender
paper
(non
refundable
) in Rs.
Class
of
contra
ctor.
Time of
complet
ion.
1 2 3 4 5 7 8 9
1 Design, Construction, Testing
& Commissioning of 1.5 lakh
ltr capacity RCC ESR along
with piping arrangement in
complete shape for
improvement of piped water
supply to Konark NAC in the
District of Puri under AUWSP
1200000
Office of the S.E.
P.H. Circle, BBSR
Asst. Engineer,
P.H. Sub-Divn,
Puri
- do -, Nimapara
- do -, Nayagarh
1% of the
estimated
Cost
Rs.6000
+
4% VAT
B & A
4
(Four)
months
2 Design, Construction, Testing
& Commissioning of 1.5 lakh
ltr capacity RCC ESR along
with piping arrangement in
complete shape for
improvement of piped water
supply to Nimapara NAC in
the District of Puri under
AUWSP
1200000
-do-
-do-
-do-
-do-
-do-
2. Bid documents containing Plans, Specifications, the Schedule of quantities and
D.T.C.N. terms & Conditions of Contract & other necessary documents can be
Purchased from the offices as mentioned aforesaid & office of the under signed during
11:00 AM to 3:00 PM every day except on Sunday & Public Holidays till last date of
Sale & Receipt of Tender Papers. Interested bidders may obtain further information at
the above address.
3. Bid must be accompanied by E. M. D. as specified in the table as aforesaid. The
E.M.D. is to be deposited in shape of N.S.C. / K.V.P. / P.O.T.D./ P.O.S.B. duly
Pledged in favour of the Executive Engineer, P. H. Division, Puri.
4. In case, the contractor quotes less than the 90% of the estimated amount he will have
to deposit the differential amount i.e. 90% of the estimated amount minus quoted
amount in the shape of NSC / KVP / POTD / POSB / Bank Draft / Pay Order / Bankers
Cheque of any nationalized bank payable at Puri duly pledged in favour of the
Executive Engineer, P. H. Division, Puri along with the bid documents.
5
Page - 2
5. The sale & receipt of the Bid documents shall start from Dt.25.01.07 at 11:00 AM &
will close on Dt .01.02.07 at 3:00 PM during working days. Bid shall be received in all
offices where the Bids have been notified to be sold.
6. Bids must be delivered in the Bid Box having identification Code No. 18 / 05 /
SPH(P), 2006-07.
7. Bid documents can be downloaded from official Web site of Govt of Orissa
(www.orissa.gov.in). Bidders who download the bid documents from the internet site
will have to pay the cost of bid documents i.e. Rs.10,000/- +VAT 4% in shape of
demand draft drawn in favour of Executive Engineer, P. H. Division, Puri and submit
the demand draft in separate envelope marked Cost of bidding document
downloaded from the internet with bid documents. The authority will not be
responsible, if any portion of the approved bid document is excluded or modified in the
downloaded bid document. The down load facility will be available up to the last date
of sale of tender paper.
8. Bidding documents requested by mail will be dispatched by registered Post / Speed
Post on payment of an extra amount of Rs.500.00 over the cost of the tender
documents. The Executive Engineer, P. H. Division, Puri & Officers mentioned at Col-4
will not be responsible for the postal delay.
9. The Bid will be opened on Dt.02.02.07 at 12:30 hours in the Office of the Undersigned
in the presence of the bidders. If the office happens to be closed on the last date of
receipt of the bids as specified, the same will be extended by the days of closure of
office and will be opened on the next office day at the same time & venue.
10. The Bidders are required to furnish the Photo Copy of Valid Registration Certificate,
VAT Clearance Certificate & PAN Cards along with the Bid documents, otherwise the
bid shall be liable for rejection.
11. Cash receipt against purchase of tender paper will be issued without mentioning the
name of the contractor but name of the work for which purchase has been made.
12. The tenderers are required to execute the work as per Departmental approved
specification.
13. Other details can be available in the DTCN.
The authority reserves the right to reject any or all the Tenders without
assigning any reason there of.
Sd/-
Executive Engineer
P. H. Division, Puri.
6
Memo No. dt.
Copy in duplicate forwarded to the Deputy Director (Advt.-Cum-Deputy Secretary to Govt.
Information and Public Relation Department, Orissa, BBSR for information and necessary action with a
request to publish the tender call notice in two different issues of daily local Oriya news paper & one
daily English News Paper for wide publicity. The Election Commissioner in his letter no.457 Dt.11.1.07
have been pleased to have allowed the Public Health Engineering Department to call for tenders and
purchase materials etc but no agreement to this effect would be drawn during the code of conduct
period.
In this case, this is a tender call notice only. Tender will be processed after it is advertised. The
tender process would take time at least one month. By the time of agreement, this code of conduct
period will have been over. However, with reference to his letter no.37582 Dt.22.12.06, we are ready to
bear the advertisement cost against his bill.
So, it is requested that this tender call notice may be published in news papers as per the norms
as this work related is a time bound work and ongoing centrally sponsored project work. The publishers
of the news paper be requested to send a complimentary copy containing tender notice for reference
and record.
A copy of the Election Commissioners letter is enclosed herewith for his reference.
Encl : As above Sd/-
Executive Engineer, P.H.
Memo No. dt.
Soft copy of the DTCN forwarded to The Director, NIC ( State Portal Group ) I.T. Center of State
Secretariat, Orissa, Bhubaneswar for display in the Govt. Website.
Encl : As above Sd/-
Executive Engineer, P.H.
Memo No. dt.
Copy submitted to the Chief Engineer, P. H. Urban, Orissa, BBSR/ Chief Engineer, RWSS, Orissa,
BBSR for favor of kind information and necessary action with a request to display the notice in their
office notice board for wide publication.
Encl : As above Sd/-
Executive Engineer, P.H.
Memo No. dt.
Copy submitted to the Superintending Engineer, P. H. Circle, BBSR/ Superintending Engineer,
RWSS Circle, BBSR for favor of kind information with request to display the notice in their office notice
board for wide publication.
Encl : As above Sd/-
Executive Engineer, P.H.
Memo No. dt.
Copy submitted to the All Executive Engineer, P. H. / R.W.S.S. under P. H. Circle, Bhubaneswar
and RWSS, Circle, Bhubaneswar respectively for favour of information with a request to display the
notice in their office notice board for wide publication.
Encl : As above Sd/-
Executive Engineer, P.H.
Memo No. dt.
Copy forwarded to all Sub-Divisional Officers / all Junior Engineers under P.H. Division, Puri for
information and necessary action. They are requested to display the notice in their office notice board
for wide publication. The S.D.O., P. H. Sub-Division, Puri / Nimapara / Nayagarh are specially requested
to arrange for sale and receipt of the Tender paper in their offices and bring the tender Box for opening
by the undersigned on schedule date and time.
Encl : As above Sd/-
Executive Engineer, P.H
Memo No. dt.
Copy submitted to the Collector and District Magistrate, Puri / Superintendent of Police, Puri /
Executive Officer, Puri Municipality / Executive Engineer, R&B Division, Puri/ Executive Engineer, Water
Resources Division, Puri/ Executive Engineer, Rural works Division, Puri for information. They are
requested to display the notice in their office notice board for wide publication.
Encl : As above Sd/-
Executive Engineer, P.H
Memo No. dt.
Copy to Estimating Branch with 10 extra copies / D.A,O / Cashier / Concerned work file / Office
notice board/ Guard File of this office for information and records.
Encl : As above Sd/-
Executive Engineer, P.H
7
PART II
Information and instruction to tenderers :
1. Availability of Tender Paper :
Detailed tender call notice alongwith specification and plans shall be available for sale
upto 5 PM Dt.on payment of Rs.. ( Rupees )
Only which is non refundable in the office of the Executive Engineer P.H. Division, Puri
2. Sale & Receipt of Tender Paper :
The detailed tender call notice ( DTCN) is to be returned in original duly quoting the
rates and duly signed/ sealed in each page by the tenderers along with other papers in
sealed cover, so as to reach in the office of the Executive Engineer P.H. Division, Puri during
11:00 AM to 3:00 PM from Dt.25.01.07 to Dt.01.02.07. The tender papers can also be sent
by the contractors by Registered post observing all formalities as per rules. This office will not
be held responsible for late receipt of tender due to postal delay in such cases the tender will
not be considered.
* Tender not received within the stipulated time shall be rejected.
3. Opening of the Tender :
The tender may be opened by the Executive Engineer, in presence of the tenderers or
their authorized representatives on Dt.02.02.07 at 12:30 hours. The tenderers or their
authorized representatives may witness the opening of the tenders.
4. The tenders shall comprise the following documents :
4.1 The detailed tender call notice issued by the Department in original duly signed
and sealed in each case
4.2 The earnest money of Rs.12,000/- ( Rupees Twelve Thousand ) only in the
shape of KVP / N.S.C. / N.D.C. / Govt. Loan Bond / P.O time deposit / Post
office Accounts Pass Book duly pledged in favour of the Executive Engineer
P.H. Division, Puri
The interest bearing securities should be hold in the name of the Tenderer only
and not in then name of the individuals taking a company, if the tenderer is a
company. ( The earnest money deposit of the Un-successful tenders shall be
returned to them after decision of the tender on application) Tender without
E.M/ E.M less than 1% of Rs.12,000/- ( Rupees Twelve Thousand ) only E.M
not pledged / E.M partly pledged/ any request for adjustment of E.M.D pending
in this Division shall liable for outright rejection .
4.3 Attested copy / Xerox copy of valid and up to date income Tax (ITCC) and
Sales Tax (VAT) clearance certificate should be submitted failing which their
tenders will not be considered.
Sd/-
Signature of the tenderer. Executive Engineer
P.H. Division, Puri
8
4.4 An outline drawing to a scale showing clearly all the components of the
structure in plan section and elevation indicating all the features of the
structures covered by the tender. In case of Non-Submission of clear out line
drawing the tender will be liable for refection Architecturally and aesthetically
more acceptable offer shall get preference over conventional types provided it
is economical.
4.5 Detailed description on the scope of tender offered indicating the grade of
concrete to be used type of materials to be used specifications to be followed
during execution is to be furnished
4.6 A break up schedule of payment on percentage basis of tendered amount on
furnishing portions of work to be agreed as in the prescribed proforma in
Annexure-I duly signed.
4.7 A time schedule giving the programme of completion of the work in the
prescribed proforma to be enclosed in Annexure-II .
4.8 Declaration by the tenderer in the prescribed proforma as in Annexure-III
4.9 A statement showing the list of similar works executed so far specifying the
department/ organization for whom executed indicating the year of execution
and a list of works in hand. Besides a list of the tools and plants possessed by
the tenderer shall be given in Annexure- V.
4.10 Eligibility Criteria and conditions in tender.
i. The contractors are required to furnish evidence of ownership of principal
machineries / equipments for only those machineries / equipments asked for in
the tender documents.
ii. In case the contractor executing several works he is required to furnish atime
schedule for movement of equipments / machinery from one site to work site
when work is to be executed.
iii. The contractor shall furnish ownership documents for those machineries
which he is planning to deploy for the tendered work, if these are not engaged
or produce certificate from the E.E. under whom these are deployed at the time
of tendering as to the period by which these machines are likely to be released
from the present contract. Certificate from the E.E. shall not be more than 90
days old on the last date of receipt of tender. (Format of certificate at Anne-
xure-IV ).
iv. In case the contractor proposes to engage machineries and equipments as
asked for in the tender document, owned or hired but deployed outside the
state, he / she is required to furnish additional 1% EMD / Bid security. The
entire bid security including the additional bid security shall stand forfeited in
case the contractor fails to mobilize the machineries within stipulated time as
per the tender document.
v. The contractor intending to hire / lease equipments / machineries are
required to furnish proof of ownership from the company / person providing
equipment / machineries on hire / lease along with contracts / agreements /
lease deed and duration of such contract.
Sd/-
Signature of the tenderer. Executive Engineer
P.H. Division, Puri
9
5. The tenderer should quote lump sum rates ( for the work Design, Construction, Testing &
Commissioning of 1.5 lakhs ltr capacity R.C.C. E.S.R. along with piping arrangement in
complete shape for improvement of piped water supply to Nimapara NAC in the District of
Puri under AUWSP) in Annexure-A along with item-wise rates in Annexure-VI in order to
have proper evaluation of the tender and for deduction as may be necessary for less items /
Quantities executed than drawing and design approved by the competent authority. The rates
quoted shall include the cost of design construction testing and commissioning of the water
retaining structure including supply and fixing of puddle collar at required level/position. The
rates shall also include the cost of all materials , labour , T&P. , royalties taxes duties etc. The
puddle collar used should confirm to relevant I.S. specification.
6. In the event of acceptance of the tender for the entire work the tenderer (hereinafter
called the contractor ) shall enter into an agreement with Government of Orissa, which
shall be drawn up in P.W.D lump sum form prescribed by the Government. The fair
wage clause, letter of intent, the accepted tender and the approved designs and
drawing and specification will form part of the agreement as per memorandum of
tender documents vide Annexure-VII. For the purpose of payment for the items or
quantities beyond design and drawing approved by the competent authority shall be as
per prevailing schedule of rates or mutual agreed rates as per analysis on actual
observation to be accepted by competent authority.
7. Supply of Materials :
7.1. The Contractor shall supply all materials, Tools and plants including cement
and steel as per I.S. Specification/ approved samples to the extent of
requirements to the entire work .
7.2. The contractor has to make his own transport arrangement for conveyance of
materials from departmental stores to work site at his own cost for the materials
available in the departmental store.
7.3. All taxes duties, fees, royalties, octrai transportation and any other charges
required to be paid for any materials or equipment brought to site for use in the
construction work along with works tax shall be borne by the Contractor.
8. Sites :
Suitable area close to the work site shall be provided, free of rent for storage of
materials. Wherever possible the Department may make arrangement to supply water
for construction purpose into the Vat, which shall be constructed by the Contractor at
his own cost. In such cases water shall be charged as per meter reading by the Dept.
at the rate as applicable. The Dept. shall however not be responsible for delay or non-
supply of water to the site where there is no water. Vat connection rates will be
charged as per prevailing rates as decided by the Engineer-in-charge. Otherwise the
contractor has to make his own arrangement for supply of water required for their
construction. In case the Contractors fails to pay the water charges, the cost thereof
shall be recovered from the bill of the contractor.
Sd/-
Signature of the tenderer. Executive Engineer
P.H. Division, Puri
10
9. Electricity :
The Department shall supply no electricity or other kind of lighting arrangement. The
Contractor will have to make his own arrangement at his own cost.
10. Payment :
10.1. No advance payment shall be made on any account.
10.2. Running and final payments will be made as per the percentage break-up
approved by the accepting authority subject to availability of funds.
11. Deposits
After acceptance of the tender and on receipt of the letter of intent to take up the work,
the tenderer shall furnish the initial security deposit amounting to another one percent
of the tendered amount in addition to the one percent earnest money to be initially
deposited along with the tender as referred in clause-4.2. The earnest money (1%)
submitted with the tender and initial security deposit (1%) submitted before the
commencement of work ( i.e.2% of the tendered value) will form part of the security for
performance of the work.
11.1. In addition of the above 2%, further 5% shall be deducted form each running
account bill towards security deposit. It is left to the option of the tenderes to
make an advance payment of this five percent of the tendered amount towards
security deposit. This may be deposited either in shape of N.S.C / Post Office
saving Pass Book Account duly pledged in favour of the Executive Engineer
P.H. Division, Puri.
11.2. All the earnest money and security deposit shall be refunded to the Contractor
after twelve months of the successful testing and commissioning of the tank.
Any defects detected during the execution of the work or within twelve months
after testing and commissioning the same should be rectified by the contractor
at his own cost.
12. Penalty :
In the event of failure to complete the water tank within the contract period, penalty in
shape of liquidated demurrages will be levied at the rate of 1% of the tendered amount
per each day of delay subject to maximum of 2% ( Two percent) of the total tendered
value of the work . If such delay is caused due to department, the contractor shall be
allowed a reasonable period of extension of time on prior application and on
submission of none claim certificate by the Contractor .
13. The Contractor shall not sublet the whole or any part of the work.
14. The contractor shall bear the entire responsibility under workmans compensation Act
& abide by the fair wages clause & contractors regulation incorporated in to the
agreement.
Sd/-
Signature of the tenderer. Executive Engineer
P.H. Division, Puri
11
15. That for the purpose of jurisdiction in the event of dispute, if any the contract would
be deemed to have been entered in to the District Head Quarters of the work site & it
should be agreed that either party to the contract will be competent to bring a suit in
regard to the matter covered by this tender at any court of law out side the state of
Orissa.
16. Under no circumstances the interest is chargeable for the dues, or additional dues if
any payable to the contractors.
17. The rates to be in figures & words :
The tenderer shall quote his rate in English both in figures & in words for lump sum
rates & item rates. The rates quoted shall be inclusive of cost of all materials, labour,
T&P. & all taxes , duties, royalties etc as applicable.
18. Validity :
Tenders submitted by the tenderers shall remain valid for a period of 6 months, from
the date of opening of the tender.
19. Period of the Liability & Guarantee :
The contractor shall be liable for a period of one year from the date of issue of the
certificate of completion of work by the Engineer-in-Charge. This period shall be
deemed as guarantee period during which the contractor shall be responsible for
rectifying any defects that may develop in his workmanship failing which the defect
shall be made good by the department at the risk & cost of the contractor & such cost
will be adjusted against the security deposit or any amount to be payable to the
contractor.
Sd/-
Signature of the tenderer. Executive Engineer
P.H. Division, Puri
12
PART-III
GENERAL REQUIREMENTS
1. The number & capacity of the Elevated Service Reservoir safe bearing capacity of
the soil, stipulated period of completion etc are given in Annexure-IV.
2. Scope of Work
R.C.C. Elevated Service Reservoir
2.1 Excavation of foundation including dressing and leveling the bed in all kinds
of soil/rock up to the required depth including shoring, shuttering, dewatering,
if necessary, depositing the excavated materials at suitable place as per
direction of Engineer-in charge.
2.2 150mm thick plain concrete of Grade-M-15 under R.C.C. foundation with
40mm. Size crusher broken hard granite metal.
2.3 Reinforced cement concrete Grade-M-20 in all member in all members of the
supporting structure, column braces load bearing shaft, stairs etc.
2.4 Reinforced cement concrete Grade-M-25 in all member in contact with water
and members subject to condensation like roof slab, dome etc.
2.5 The supporting structure may be either on a group of column connected by
rigid braces or a load bearing shaft subject to fulfillment of architectural and
economical requirement as indicated at Clause 4.4 of Part-II.
2.6 The group of load bearing column and braces the entire space of ground
level shall be enclosed by brick walls up to first bracing and covered by a roof
slab. There shall be at least one door with four windows protected by M.S.
Grills. The door opening shall be at least 1300mm wide filled with a rolling
shutter.
2.7 In case of load bearing shaft there shall be an entrance door with required
number of windows at ground level.
2.8 The floor level i.e. plinth level shall be at least 600mm above the finished
ground level. The alooring shall 40mm thick artificial stone flooring Grade M-
15 over 150mm thick hard granite metal well rammed to receive the flooring.
2.9 For access into the over head reservoir there shall be R.C.C. Staircase with
leading of suitable interval. The width of the stair and landing shall be not less
than 800mm and protected by M.S. hard railings to a minimum height of
800mm. There may be either a central access shaft inside tank or a cat walk
around the tank. In both the cases to the roof of the reservoir shall be
provided.
2.10 The water tank shall be ventilated by providing ventilation windows over the
roof. The openings of the ventilators shall be protected with mosquito proof
cooper wire netting, made of cooper wire mesh. Adequate ventilation area
shall be provided in relation to the area of water face and aesthetic
requirement.
Sd/-
Signature of the tenderer. Executive Engineer
P.H. Division, Puri
13
3. The following appurtenances shall be provided.
3.1 One set of water level indicator consisting of copper / polythene float guide
pulleys, nylon chord and enamel coated gauge calibrated to indicate depth of
water in meter or equivalent amount of water in kiloliters.
3.2 A lightening arrestor of cooper shall be provided on the roof of the tank as per
IS 2309 , 1989 (Second Revision) and up-to-date revision, if any. The top of
the lightening arrestor shall be above the highest point of the roof. The
arrestor shall suitably earthed with aluminum tape conductor.
3.3 C.I. lockable-hinged type manhole covers 500mm dia each 50kg. Weight with
frame and cover fixed at suitable places in the roof of the tank not less than
two numbers of manhole covers shall be provided.
3.4 The roof of the over head reservoir shall be provided by guard hand rail at the
edges by means of M.S. posts or R.C.C. posts and M.S. or G.I. railings.
4. Erection / laying / hoisting , fitting and fixing of C. I. pipes specials and valves of
various sizes including embedding in R.C.C. floor or wall of over head reservoirs or
at ground level where ever necessary, excavation of pipe line trenches, providing
necessary supports and staging including supply of all jointing materials required
for flange or lead joints. The limit of contract for laying the pipe lines shall not be
less than 15 mtrs from the edge of the foundation footing.
4.1 I) All R.C.C. works shall be finished perfectly smooth and no plastering
shall be allowed except in the inside surface of walls and floors which
shall be finished with a coat of epoxy paint & cement punning with
water proof compound over 20mm thick cement plaster in cement
mortar (1:3).
ii) All exposed faces of the concrete and plaster over masonry shall be
given two coats of waterproofing cement paint of approved shade.
iii) All exposed iron works outside the reservoir shall be painted with two
coats of approved synthetic enamel paint. All exposed iron works
inside the reservoir shall be essentially stainless steel of suitable
grade.
iv) All masonry works shall be plastered with 12mm thick cement plaster
in 1:6 cement mortar.
v) All construction joints in floor or wall shall have P.C.J . which should be
provided in the slab.
4.2 I) Site Clearance
All foundation trenches shall be filled up with excavated materials in layers not
exceeding 30cm including watering and ramming. The site of construction
shall be cleared from all rubbish dressed to distance of 30 mtr. around the
structure as per the direction of the Engineer-in-charge.
Sd/-
Signature of the tenderer. Executive Engineer
P.H. Division, Puri
14
4.3 All concrete works for water retaining as well as the supporting structures
shall be executed, tested as per I.S. 456-1978 (third revision-Amendment-2),
I.S. 3370 (Part-I) 1965 (Amendment-1) and I.S. 3370 (Part-II) 1965
( Amendment-2) , including subsequent revision if any.
4.4 For concrete works, machineries shall be used. The mixer should comply with
I.S. 1791-1985 Second Revision including subsequent amendment if any.
Design mix concrete is preferred to nominal mix. For compaction two vibrators
of appropriate size shall be used.
4.5 The contractor shall give cubes to the Department made of samples from
fresh concrete taken as per I.S. 1199-1959 ( reaffirmed ) including latest
revision if any, sampling & analysis of concrete, rued for 7 days & 28 days for
testing by the Department.
The samples shall be taken from the following components.
i) Foundation
ii) Floors
iii) Each lift of the tank wall
iv) Roofs slab / dome
In the event of the deviation from the desired strength, the contractor shall
have to dismantle the defective part of construction & make good the
damages at his risk & cost.
4.6 The watertight test on the water container shall be conducted to satisfy the
provisions in clause-10 tests on structures as laid in I.S. 3370 (Part-1) 1965
(Amendment-1) including up-to-date revision, if any.
Sd/-
Signature of the tenderer. Executive Engineer
P.H. Division, Puri
15
Part-IV
DESIGN CRITERIA & SPECIFICATION
1. On receipt of letter of intent, the contractor shall submit within one month, two
sets of design calculation & drawings to the Executive Engineer, P.H. Division,
Puri. The design & drawings shall be scrutinized and the competent authority
will communicate preliminary approval.
2. On receipt of preliminary, the Contractor shall furnish within fifteen days tests,
sets of clearly typed design. calculations and drawings for final approval and
communication to all concerned.
3. The contractor shall within one week of receipt of final approved designs and
drawings, unless otherwise asked for shall enter into an agreement in the office
of the Executive Engineer P.H. Division, Puri after depositing the required initial
security deposit in the lump sum contract form.
4. 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, within the stipulated time, latter of intent is liable for
cancellation and the earnest money deposited by the Contractor will be
forfeited.
5. The following salient aspects shall be considered in the design.
5.1 Capacity of the tank shall be the volume of water it can store between
the design full supply level and lowest supply level (i.e. the level of the lip
of outlet pipe). Due allowance shall be made of plastering the Tank from
inside etc. when calculating the net capacity of the tank.
5.2 Free board shall be minimum 500mm.
5.3 Minimum dead storage of 80mm should be assumed for flat bottom
tanks.
5.4 Design shall be based on accepted norms and a method of design as
well as the provisions of the latest edition of relevant IS. 456-1978 third
revision Amendment-2, I.S. 3370 Part-I & II of 1965 and Part-3 and Part-
4 of 1967, being reaffirmed 1991along with subsequent amendments,
I.S. 875 (1987) Part-I to Part-5, second revision being reaffirmed in 1992
with all up-to-date amendments, I.S. 1893 (1984) Fourth revision
amendment-1 being reaffirmed in 1991 with subsequent amendments if
any, I.S. 1904 (1986) third revision being reaffirmed in 1995 including up-
to-date amend if any.
Sd/-
Signature of the tenderer. Executive Engineer
P.H. Division, Puri
16
5.5 All structural elements shall be designed by working stress method. The
minimum thickness of the structural members shall be as follows :-
a) Wall of the reservoirs / water retaining structure.
i) Up to 5 M. water depth 150mm Average.
ii) Up to 6 M. water depth 180mm Average.
iii) Up to 7 M. water depth 200mm Average.
iv) Floor of the reservoir -
v) Wall of load bearing shaft in case it is provided
vi) Roof slab if designed as shell
vii) Roof slab
viii) All the members of the reservoir shall be designed for
resistance to cracking as per relevant I.S. specification with
latest amendment, if any.
5.6 Foundation of the water tank shall be on a raft foundation. Structural
design of foundation should take differential settlement into account.
5.7 The design calculation and drawings shall be worked out in metric or S.I.
units.
5.8 The drawings shall comprise of the following.
5.9 General arrangement drawing showing clearly all the elements of the
structure and other appurtenances. The relative levels shall be shown
clearly.
5.10 Structural drawings showing details of reinforcement of all elements,
Constructions joints movement joints, Architectural & building drawing
Code of practice etc, confirming to I.S. 962 (1989) Second Revision, I.S.
7973-1976 being reaffirmed during 1991, I.S. 2502-1963 being
reaffirmed during 1990, I.S. 5525-1969 being reaffirmed during 1990 and
other relevant I.S. Standards of latest edition with up-to-date amendment
shall be furnished. Detailed drawings showing the handrails stainless
steel ladders, fixing of pipes, specials in floor manhole cover etc. shall be
furnished.
Sd/-
Signature of the tenderer. Executive Engineer
P.H. Division, Puri
17
6. The designs submitted shall be done by an experienced qualified Engineer or
consultant. The tenderer shall produce a certificate from him with the design
duly signed by him. The approval of the designs and drawings by the Dept.
does not absolve the responsibility of the Contractor on structural stability /
safety. The following text books apart from the Indian standards may be
referred to while preparing the designs.
6.1 Concrete Reservoirs and Tanks by G.P. Manning Concrete Publication Ltd.,
London.
6.2 Water Tower, Bunker and soils by G.P. Manning Concrete Publication Ltd.,
London.
6.3 Plain and reinforced concrete by J aikishan and O.P. J ain and by Daya Ratanam.
6.4 Reinforced concrete design by Mallick and Rangaswami.
6.5 Any other Indian or Foreign publication by reputed authors.
Sd/-
Executive Engineer
P. H. Division, Puri
18
PART V
1. Schedule for payment : Annexure I
2. Proforma to execute the work stage : Annexure II
by stage with time schedule.
3. Declaration Certificate for tender : Annexure III
4. Salient date & feature of the reservoir: Annexure IV
5. Statement showing the list of similar : Annexure V
works executed by the tender.
6. Item-wise rates for construction of : Annexure VI
reservoir.
7. Memorandum of documents forming : Annexure VII
Contract.
Sd/-
EXECUTIVE ENGINEER,
P.H. DIVISION, PURI
19
ANNEXURE I
SCHEDULE FOR PAYMENT BREAK - UP
Sl.
No.
Description of Items ( on completion of items only). Percentage of break up of
construct amount.
1 After final approval of design & drawings of E.S.R. 2% (Two percent)
2 On completion of earth work and laying of lean concrete of
E.S.R.
3% (Three percent)
3 On completion of foundation casting of E.S.R. 18%(Eighteen percent)
4 On completion of 50% of staging height as well as R.C.C.
staircase height of E.S.R.
10%(Ten percent)
5 On completion of total staging height and R.C.C. staircase
height of E.S.R.
10%(Ten percent)
6 On completion of construction of Ring beam, Base slab
and 50% of wall height of container of E.S.R.
12%(Twelve percent)
7 On completion of construction of balance wall height and
roof slab of E.S.R.
15%(Fifteen percent)
8 On completion of piping arrangement, i.e. erection and
laying of pipes, specials, valves, expansion joints &
construction of valve chambers for E.S.R.
10%(Ten percent)
9 On completion of all finishing items, painting, supply of
ladder (stainless steel), water level indicator and other
remaining items of work, all complete of E.S.R. including
lightening arrestor as per DTCN.
10 % (Ten percent)
10 On successful completion of testing & commissioning of
E.S.R.
10 % (Ten percent )
Total :- 100% (Hundred Percent)
Signature of the Tenderer
Sd/-
Executive Engineer
P. H. Division, Puri
20
ANNEXURE II
EXECUTION OF WORKS, STAGE BY STAGE WITH TIME SCHEDULE
( To be filed by the Tenderer)
(See clause 4.7 of Part II)
Sl.
No.
Name of work ( Item-wise ) Time for completion
( In day )
1 2 3
Signature of the Tenderer
N. B. :
1. Time schedule shall be for each individual item of work. For each work please attach additional
sheets.
2. Penalty in respect of liquidated demurrage shall be levied, reckoning the physical achievement
with reference to stage wise work program.
Sd/-
Executive Engineer
P. H. Division, Puri
21
A N N E X U R E III
DECLARATION OF TENDERER
(To be signed in by the tenderer)
(See clause 4.8 of Part-II)
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 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 for revision of the programme and arrange for the labor,
materials equipments etc. accordingly.
4. In the event of award of the work to me/us. I/We undertake the entire responsibility for
the structural stability of the reservoir and other ancillary works in annexure VIII under
description of item of once to re-construct/replace the whole or part of the component
of the reservoir and other ancillary works in annexure VIII under description of item of
work respectively in the event of failure or improper functioning within a period of one
year from the date of testing.
Signature of the tenderer.
Sd/-
Executive Engineer
P.H. Division, Puri
22
ANNEXURE - IV
SALIENT DATA AND FEATURES OF THE SERVICE
( See clause 1 of Part - III )
Sl.
No
Name of the work Station
Dist.
Capacity of
the
reservoir
Height of
staging
above G.L.
No Of
Reser-
voir
S.B.C. of soil
1 Design, Construction,
Testing & Commiss-
ioning of 1.5 lakhs ltr
capacity R.C.C. E.S.R.
along with piping
arrangement in complete
shape for improvement
of piped water supply to
Nimapara NAC in the
District of Puri under
AUWSP
Puri 1.5 lakh
liter
25 mtr One Tentative S.B.C.
of soil may be
taken as 07 T/M
2
Pile / Raft
foundation may
be made for the
design of the
foundation of the
proposed
structure.
Minimum Static
Water Level
during rainy
season is 0.70 M
to 0.85 M BGL.
Shape of the Reservoir
circular / square /
rectangular
Proposed
type of
roof slab
dome /
solid flat
slab
Site plan
showing
the location
of
proposed
structure &
sketch map
Stipulated period
of completion
from the Dt. of
approval of final
design &
drawings
Remarks
Circular Full
Dome
Yet to be
decided
Four calendar
months
N. B.
After receipt of the letter of intent, the tenderer shall ascertain the S.B.C. of soil by conducting
test as per relevant I.S. specification at the proposed site of construction and furnish the same to
the Department along with design and drawing for approval. The design of the structure to be
furnished by the tenderer shall be based on the value of the S.B.C. to be conducted by the
tenderer at his own cost and duly approved by the Department. No extra cost shall be paid to the
tenderer for conducting such soil test. For the purpose of tender the S.B.C. of soil may be
tentatively taken as 07 Tonnes / M
2
Sd/-
Executive Engineer
P.H. Division, Puri
23
A N N E X U R E - V
(To be filled by the Tenderer)
(See clause 4.9 of Part-II)
A) List of similar works executed and if so the year of construction and under which
department/organisation.
B) List of similar works executed and if so, the total value of work and under which
organisation/department.
C) List of similar works in hand with name of Department / Organisation.
D) List of Tools and plants.
Signature of the tenderer.
Sd/-
Executive Engineer
P.H. Division, Puri
24
A N N E X U R E - VI
(See clause 6 of Part-II)
Item-wise rates for deduction or extra payment
beyond approved design and drawing.
Sl.
No.
Description of Item Unit Rate in Figure
and words
1 2 3 4
1. a) Earth work in excavation of foundation in
all kinds of soil including levelling and
dressing the bed and depositing the
excavated of materials within initial lift of
1.5M and lead of 50M. as per the direction
of Engineer-in-Charge.
One Hundred
Cubic Mtrs.
b) Extra Earth work for every additional
depth of 0.3 mtrs. or part thereof over initial
lift of 1.5m and depositing the excavated
soil within 50 mtrs. lead as per the direction
of Engineer-in-charge.
One Hundred
Cubic Mtrs.
2. Excavation of foundation in all kinds of rock
including levelling and dressing the bed
and depositing the excavation materials
within initial lead of 50 mtrs. and initial lift of
1.5 Mtrs.
Each Cubic Mtr.
3. Supplying all materials & Labour for rigid
smooth centering and shuttering for R.C.C.
work & walls, roof slabs and colums etc.
and dismantalling after casting after proper
curing including cost of materials as per
direction of Engineer-in-Charge.
Each Square Mtr.
4. Cement concrete grade M=15 using
crusher broken hard granite chips including
carriage & cost of all materials, curing etc.
all complete as per direction of Engineer-in-
Charge.
Each Cubic Mtr.
5. Cement concrete grade M-20 with 12mm
size crusher broken hard granite chips
including carriage and cost of all materials,
curing etc. all complete for R.C.C. work
including hoisting & laying in all heights and
depths as per direction of Engineer-in-
Charge.
Each Cubic Mtr.
Sd/-
Signature of the tenderer. Executive Engineer
P.H. Division, Puri
25
6. Cement concrete M-25 grade with 12mm
size crusher broken hard granite chips
including carriage and cost of all materials
and curing etc. complete for R.C.C. works
including hoisting & laying in all height &
depth as per direction of Engineer-in-
charge.
Each Cubic Mtr.
7. 12mm thick cement plaster in C.M. 1.3
including carriage and cost of all materials,
curing etc. all complete as per the direction
of Engineer-in-Charge.
Each Square
Mtrs.
8. Cutting, bending, binding, straightening and
tying the grills and placing in position
including cost of binding wire of18 to 20
gauge.
Each Qntl.
Signature of Tenderer
N.B. Any additional items other than specified above may be incorporated by the tendered
depending upon their scope of work.
Sd/-
Executive Engineer
P.H. Division, Puri
26
A N N E X U R E - VII
Memorandum of documents forming this contact
The following documents shall form the contract documents for the purpose of execution of
the work.
1) Main Offer (tender) of the successful tenderer alongwith his subsequent letters as
clarification and negotiations.
2) Detailed tender call notice signed and returned by the successful tenderer.
3) Lump sum agreement form.
4) Letter of intent containing special conditions agreed upon after negotiation.
5) Finally approved designs and drawings and specification.
Sd/-
Signature of the tenderer. Executive Engineer
P.H. Division, Puri
27
ANNEXURE - A
Bill of Quantity for the work Design, Construction, Testing & Commissioning
of 1.5 lakhs Ltr. Capacity R.C.C. Elevated Service
Reservoir along with piping arrangements in complete
shape for improvement of piped water supply to
Nimapara N.A.C. In the district of Puri under
A.U.W.S.P
1 Design, Construction, Testing &
Commissioning of R.C.C. Elevated
Service Reservoir of 1.5 lakh litres
capacity with 19 Mtr staging above G. L.
including provision Inlet, outlet, overflow
and washout pipes, depth recorder,
lightening arrestor, piping up to 15 M
from the edge of the foundation with
necessary valves fittings etc. as per scope
of work detailed in the D.T.C.N. all
complete.
Number of Corrections:
Number of Overwriting:
Number of Interpretations:
Sd/-
Signature of the Tenderer Executive Engineer
P.H. Division, Puri.
SL.
No.
Description of Item Rate in Figures Rate in Words