BID DOCUMENTS

For the work

Construction, testing & commissioning of one no. 1.00 lakh litres capacity RCC overhead tank with 17M staging height and one no. 1.00 lakh litres capacity RCC Under Ground tank with Pump house etc. complete with Construction, testing & commissioning of external water supply system including sinking of 200mm dia tube well in alluvial soil with installation of suitable pump sets complete at JNV Paralakhemundi in the district of Gajapati,Orissa.

TECHNICAL BID

ORISSA INDUSTRIAL INFRASTRUCTURE

DEVELOPMENT CORPORATION

BHUBANESWAR

Orissa Industrial Infrastructure Development Corporation

IDCO, IDCOTOWER, JANPATH, BHUBANESWAR - 751007

Name of work / : / Construction, testing & commissioning of one no. 1.00 lakh litres capacity RCC overhead tank with 17M staging height and one no. 1.00 lakh litres capacity RCC Under Ground tank with Pump house etc. complete with Construction, testing & commissioning of external water supply system including sinking of 200mm dia tube well in alluvial soil with installation of suitable pump sets complete at JNV Paralakhemundi in the district of Gajapati, Orissa.
Sold to Sri/ Smt/ M/s. / : / ______
ON PAYMENT OF / Rs.6,240/- (Rupees Six thousand two hundred forty) only
Vide Money Receipt / No. Dtd.
Executive Engineer (PH)
W/s & EC Division.IDCO. / Joint Manager (P&C)
IDCO.Bhubaneswar

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

Signature of the Contractor

For Official Use Only :

1. / Total Nos. of Corrections / :
2. / Total Nos. of Overwriting / :
3. / Total Nos. of Pages / :
4. / Earnest Money Deposit in shape of / :
5. / Copy of S.T.C.C. / : / Furnished/ Not Furnished
6. / Copy of I.T.C.C. / : / Furnished/ Not Furnished
7. / Any other enclosure / :

Joint Manager (P&C)

IDCO, Bhubaneswar

ORISSA INDUSTRIAL INFRASTRUCTURE DEVELOPMENT CORPORATION

IDCOTOWER, JANPATH, BHUBANESWAR - 751007

NAME OF WORK / … / Construction, testing & commissioning of one no. 1.00 lakh litres capacity RCC overhead tank with 17M staging height and one no. 1.00 lakh litres capacity RCC Under Ground tank with Pump house etc. complete with Construction, testing & commissioning of external water supply system including sinking of 200mm dia tube well in alluvial soil with installation of suitable pump sets complete at JNV Paralakhemindi in the district of Gajapati, Orissa.
ESTIMATED COST / ...
EARNEST MONEY DEPOSIT / ... / 1% (one percent) of tendered amount.
PERIOD OF SALE OF BIDDING DOCUMENT / … / From 01.09.06 to 10.09.06 up to 3.00 P.M
LAST DATE AND TIME FOR RECEIPT OF BIDS / … / DATE –25.09.06 upto 3.00 PM by Registered Post/ SpeedPost only.
TIME AND DATE OF OPENING OFTECHNICAL BIDS & FINANCIAL BID / … / DATE –26.09.06 at 11.30 AM (Technical Bid)
DATE-28.09.06 at 11.30AM (Financial Bid of Technically qualified bidders)
PLACE OF OPENING OF BIDS / … / O/O the Jt Manager (P&C)
IDCO, IDCOTowers,
Janpath, Bhubaneswar - 751022
OFFICER INVITING BIDS / … / Chief General Manager (P&C)
IDCO, IDCOTowers,
Janpath, Bhubaneswar - 751022

I N D E X

01. / TENDER CALL NOTICE
02. / GENERAL CONDITION
03. / TECHNICAL SPECIFICATION
04. / ITEM OF WORK
05 / SCHEDULE OF ITEMS
06. / FORM OF BID / TENDER
07. / PREAMBLE TO THE SCHEDULE OF QUANTITIES
08. / SPECIAL NOTE
09. / FORMS AND FORMATS
A) / FORM OF EARNEST MONEY DEPOSIT
B) / FORM OF SECURITY DEPOSIT
C) / FORM OF PERFORMANCE GUARANTEE
D) / AGREEMENT FORMAT
10. / GENERAL RULES AND DIRECTION FOR THE GUIDANCE OF CONTRACTORS
11. / CONDITION OF CONTRACT
12. / SPECIAL CONDITIONS OF FORMING A PART OF THIS CONTRACT
13. / SPECIAL TERMS & CONDITIONS FOR SAFETY MEASURES
14. / HIRE CHARGES OF MACHINERIES
15. / ABSTRACT OF ESTIMATES
16. / DRAWINGS
17. / SCHEDULE OF QUANTITIES
Orissa Industrial Infrastructure Development Corporation
(A Government of Orissa Undertaking)
IDCO, IDCOTowers, Janpath, Bhubaneswar-751022
Phone: (0674) 2542784,2540820, Fax: 2542956
E-mail: /
ISO 9001 & 14001 CORPORATION
No.HO/P&C/Est/E- 1611/03/2005- 12287 / Date: 14.08.2006

TENDER CALL NOTICE.

The Chief General Manager (P&C), IDCO, IDCO Towers, Janpath, Bhubaneswar invites sealed tenders from the registered contractors from IDCO vendors /Registered firms /Autonomous Govt. owned Enterprises in India /Contractors having appropriate class of registration from State PHD /PWD / CPWD/ Railway/ MES for the work as detailed below.

Sl.
No / Name of work / Bid Security
/EMD (Rs.) / Cost of Document (Rs) / Period of completion / Class ofcontractors
For IDCO venders / For other deptt
01. / Construction, testing & commissioning of one no. 1.00 lakh litres capacity RCC overhead tank with 17M staging height and one no. 1.00 lakh litres capacity RCC Under Ground tank with Pump house etc. complete with Construction, testing & commissioning of external water supply system including sinking of 200mm dia tube well in alluvial soil with installation of suitable pump sets complete. at JNV Paralakhemundi in the district of Gajapati, Orissa. / 1% of tendered amount / 6240/- (Inclusive of VAT
@4%, if purchased from office) / 9 (Nine calendar months) / Range between Rs.10.00 lakhs to Rs.100.00 lakhs / ‘A’&‘B’ Class contractors of PWD & other dept.

SALE OF TENDER PAPER:

The Tender document may be purchased during office hours from the office of the Joint Manager (P&C) IDCO, IDCOTowers, Bhubaneswar/Executive Engineer (PH), IDCO, W/S & EC Division, Bhubaneswar from Dt.01.09.06 to 10.09.06 up to 3.00 PM on production of IDCO vender/ valid contract license, valid PAN, clearance certificate on VAT-612 and valid EPF registration certificate. The Vendor/ Contractor should have executed similar nature of works (including construction of 1.00 lakh litre capacity RCC Overhead water tank with 17.0 mtr staging height) value not less than Rs.16.00 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 and scaffolding materials both in self possession or hire. Application from joint venture is not acceptable.

The tender documents can also be down loaded from IDCO’s website which must accompany the tender document cost of Rs.10400.00 (Rupees ten thousand four hundred) only inclusive of Vat 4 % (Non refundable) in shape of DD along with the tender document drawn on any Nationalized Bank in favour of Orissa Industrial Infrastructure Development Corporation payable at Bhubaneswar. IDCO shall not be responsible for any delay / difficulties / inaccessibility of the down loading facility for any reason whatsoever. In case of any discrepancy between the tender documents down loaded from Internet and the master copy available in the office of the undersigned, all information included in the master copy shall prevail. No claim on this account will be entertained.

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”.

SUBMISSION OF TENDER:

The sealed tender of Packet-1 superscribing “Technical Offer” containing the Bid Document and the cost of tender document (if downloaded from the website) and attested copies of IDCO vender/valid license, EMD, Experience Certificate, clearance certificate on VAT-612, PAN, EPF Registration, Service tax registration certificate from department of Central Excise, Customs & Service Tax, proof of ownership of machineries and scaffolding materials both in self possession or hire and Packet-2 containing bill of quantities superscribing the “Financial Offer” should be kept inside one packet superscribing on the top Tender for the work “Construction, testing & commissioning of one no. 1.00 lakh ltr. capacity RCC overhead tank staging height of 17 mtrs. & one no. 1.00 lakh ltr. capacity RCC Under Ground tank with Pump house and water supply system” at JNV Paralakhemundi in the district of Gajapati, Orissa, so as to reach the same to Joint Manager (P&C), IDCO, IDCO Tower, Bhubaneswar on or before Dt.25.09.2006 up to 3.00 PM through registered post/ speed post only.

OPENING OF TENDER:

The technical offer will be opened on 26.09.2006 at 11.30AM in the office of the Joint Manager (P&C), IDCO, IDCO Tower, Bhubaneswar in presence of the bidders or their authorized representatives who wishes to attend .The financial offer will be opened only of the technically qualified bidders after scrutiny of the Technical bids on dt.28.09.2006 at 11.30 A.M. 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.

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

Sd/-

Chief General Manager (P&C) I/c

Memo No. 12288 Date: 14.08.2006

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 Dt.01.09.06 to 10.09.06 up to 3.00 PM

Encl: As above

Sd/-

Chief General Manager (P&C) I/c

Memo No. 12289 Date: 14.08.2006

Copy to PS to MD, IDCO, Bhubaneswar for kind information of M.D.

Sd/-

Chief General Manager (P&C) I/c

Memo No. 12290 Date: 14.08.2006

Copy to Chief General Manager (Civil) i/c / General Manager (F)/ General Manager (Elect.),I/c H.O., IDCO, Bhubaneswar for information.

Sd/-

Chief General Manager (P&C) I/c

Memo No. 12291 Date: 14.08.2006

Copy to All Divisional Heads / Jt. Manager (P&C) / Notice Board, IDCO for information and wide circulation.

Sd/-

Chief General Manager (P&C) I/c

GENERAL CONDITION

1. / Validity of Offer / : / The tender submitted by the tenderer shall remain valid for acceptance for a period of 120 days (One hundred twenty) days from the date of opening of tender.
2. / Scope of Supply / : / Supply of Cement and Steel shall be the responsibility of the contractor and the same will be used in the construction after getting the test certificate and approval by the Divisional Head, IDCO.
3. / Measurement of reinforcement steel / : / Measurement of reinforcement steel will be done as per ISI standard weight. Nothing extra will be paid for rolling margin.
4. / Testing / All cost of mandatory testing of bricks, chips, sand, concrete cubes, metals compaction, moorum compaction WMM compaction, BM & SDBC testing and other construction materials etc. will be borne by the Contractor.
5. / Agreement / On acceptance of tender, the successful tenderer will have to execute agreement with latest addition and alternation made till the date of opening of the tender paper in non-judicial stamp paper of Rs.10.00 and six cartridge papers, which is to be given by the tenderer to the Divisional Head of IDCO.
6. / The Contractor shall have to arrange water and power himself so as to execute the work as per time schedule. Nothing extra will be paid on this account.
7. / The Contractor has to make his own arrangement for approach road to the work site.
8. / The consumption of cement will be calculated as per Government of Orissa Analysis of Rate.
9. / The Contractor has to make his own arrangement for keeping cement in his store. Watch and ward is to be maintained by the Contractor.
10 / (Total ten numbers) / The Engineer-in-charge or his representative reserves the right to check the store at any time. The Contractor has to maintain a proper stock book showing daily consumption and balance etc.

SPECIAL CONDITION

  1. Notwithstanding any other condition in DTCN, No water will normally be supplied by Corporation. The Contractor is to arrange water for the work at his own cost. The Contractor will lay the pipeline network 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 by the Contractor, water charges will be levied as per prevailing rate and the amount will be recovered from the his 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 burrow 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.
  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.

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

7.The Contractor shall abide by the relevant Act like Minimum wages, Employees Provident Fund, ESI etc. and Rules and Regulations in force of the state of Orissa from time to time for the labour employed in construction work. The contractor shall be fully and solely responsible for any compensation/ fine that may be imposed for violation of the said Rules/Regulations/Act.

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.Where the agreement rates are more than 25% of the estimated rate, 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 by 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 Guaranty of any nationalized Bank.

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

TECHNICAL SPECIFICATION OF CIVIL PORTION OF WORK

Materials of following specification are to be used in the work. The tenderer are expected to posses and be well conversant with the following I.S. Standard and Code Practice.

1) / Cement / : / IS: 269/1989 & 455/1989
(However the grade of cement to be selected by the Engineer-in-charge of work and sample cube test before commencement of work in each batch.)
2) / Steel / : / I.S: 432/1982 (Part-1&2) and 1786/1985
3) / Vibrator / : / I.S: 7246/1974
4) / Aggregate / : / I.S: 383/1970 - IS: 515/1959
5) / Water for mixing & curing / : / Shall be clean, free from injurious amount of oil, salt, acid, vegetable materials and other substances harmful to concrete conforming to IS: 456/2000 and IS: 3023/1965
6) / Sand/ fine aggregate / : / IS : 2116/1980
7) / Binding Wire / : / IS: 280/1978 (galvanized minimum 1mm.)
8) / Rain Water Pipe / : / IS: 2527/1984
9) / Construction Joint / : / IS: 3414/1968
10) / Steel Window Frame / : / IS: 1038/1983
11) / Steel Door Frame / : / IS: 4351/ 1976
12) / Fitting and fixtures for joinery works / : / Conforming to IS: 7452/82 strictly conform to IS specification and as per direction of Engineer -in-charge.

BIS CODE REFERENCE

1)Concrete shall be with conformity to IS: 456/2000.

2)Foundation shall be with conformity to IS: 1080/1995.

3)Stone masonry (R.R.) shall be with conformity to IS: 1597/1992 (Part-I)

4)Brick masonry shall be with conformity to IS: 2212/1991.

5)Cement plastering shall be with conformity to IS: 1661/1972

6)Mortar shall be with conformity to IS:2250/1981.

7)White washing and color washing shall be with conformity to IS: 6278/1971.

8)Cement Concrete Flooring shall be with conformity to IS: 2571/1970.

9)Antitermite treatment shall be with conformity to IS: 6313/1981 (Part - I & II).

10)Painting to all surface shall be with conformity to IS: 2395/1994 (Part - I & II).

11)D.P.C. shall be with conformity to IS:3067/1988.

12)Tarfelt treatment shall be with conformity to IS: 1346/1991.

13)Mosaic flooring shall be with conformity to IS:2114/1984.

14)Steel painting shall be with conformity to IS:1477/1971 (Part - I & II).

Note: The latest version of the above BIS codes shall be followed.

GENERAL REQUIREMENT.

  1. RCC Overhead Tank / RCC Underground Tank.

1.1The work shall be executed as per design/drawings approved by RITES, consultant for the work. Depending upon site condition, the contractor may be required to execute the work as per revised design & drawings approved by the consultant.

1.2All works shall be executed strictly according to specifications provided in the relevant Indian standards.

1.3All concrete works for water retaining as well as the supporting structures shall be executed, tested and commissioned as per IS:456/2000, IS:3370(Part-I, II, III & IV). For all type of concrete works, machine mix shall be used in conformity with IS: 1971. The contractor at his own cost will furnish a mix design to be conducted in recognized laboratories approved by IDCO.

1.4The contractor shall give as his cost concrete cubes to IDCO made from samples of fresh concrete taken as per IS: 1199 cured for 7 days and 28 days for testing at recognized testing laboratory, selected by IDCO or at IDCO’s own testing laboratory at regular intervals (as specified in IS: 456) at his own cost.

1.5In the event of 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 Engineer-in-Charge at the cost and risk of the contractor.

1.6The water tight test of the water container shall be conducted to satisfy the provision laid in IS: 3370 (Part-I).

1.7Any other items of work not included in the bill of quantity but required to be provided for completion of the work in all respect shall be executed by the contractor as per the rate subsequently approved by the consultant/competent authority.

1.8The contractor may have to make arrangement for lightening arrestor, water level indicator, ventilator, hand railings, rising / delivery / overflow / washout pipeline with valves etc. in the over head tank to fulfill the total requirement.

  1. Water supply system / pump house.

1.1The work shall be executed as per drawings approved by RITES, consultant for the work. Depending upon site condition, the contractor may be required to execute the work as per revised design and drawings approved by the consultant.

1.2All works shall be executed strictly according to specifications provided in the relevant Indian standards.

TECHNICAL SPECIFICATIONS

FOR

SANITARY & PLUMBING WORKS

(A)SOIL AND WASTE PIPES AND FITTINGS:

1.
2. / H.C.I. Pipe Fittings:
The Cast Iron Soil, waste and Drain pipes (spigot & socket joints) shall be of make and brand as specified (under specification of materials) , confirming to ISS:3989-1970 and ISI marked with approved clamps are to be used. The pipes and fittings shall be free from cracks, laps, pinholes and other imperfection and carefully fitted.
The access door fittings shall be designed and made so as to avoid dead space in which filth may accumulate and door shall be provided with 3mm thick rubber insertion packing when closed and bolted.
WEIGHT OF HCI PIPES
Dia of Pipe in mm / Thickness in mm / Length of Pipe 1.5 Mtr. / 1.8 Mtr.
50mm / 5mm / 9.50 Kg. / 11.41 Kg.
75mm / 5mm / 13.83 Kg. / 16.52 Kg.
100mm / 8mm / 18.14 Kg. / 21.67 Kg.
150mm / 8mm / 26.70 Kg. / 31.82 Kg.
Tolerance 10%
3. / The jointing should be done with pig lead confirming to IS: 782/1986 Grade 99:54. The spigot end of Pipes and fittings should enter into the socket end. The annular space shall be packed with spun yarn gasket, compacted so as to leave a depth for receiving required quantity of lead in a continuous pouring from leddle. After pouring lead in the joints in full, caulking is to be done three times round with the caulking chisel, so that the joints may be sealed with lead. The depth of lead in a joint shall be 35mm and the rest depth of the joint shall be packed with spun yard gasket.
4. / Requirement of lead and Gasket cement for joining HCI Pipes (Each Joint).
Dia of pipe in mm / Lead in Kg. / Gasket in Kg. (Same for lead and cement joint / Cement in Kg.
100 / 1.2 Kg. / 0.13 Kg. / 0.12 Kg.
50 / 0.36 Kg. / 0.06 Kg. / 0.06 Kg.
5. / The inside of the Pipes and fittings shall be well coated with special tar or bitumen solution of approved quality. Where the pipes and fittings are laid below the ground, the outer surface of the pipes and fittings shall also to be painted with two coats of black anti-corrosive paint of approved quality.
On completion of the work the exposed pipes and fittings are to be painted with two coats of synthetic enamel paint of approved colour and quality over a coat of red oxide primer. The coat of paint should be included in the rates.
6. / Soil pipes for ventilation is to be connected to the sewer at its floor and without a trip and be carried to such a height, at least above roof level, to prevent damage to health by omission of foul air. The pipe shall terminate as an open and protected by a cowl.
7. / The waste water pipe shall be connected with the nearest yard gully or a surface drain.
8. / The traps should be of heavy cast iron and should have a water seal at least 50mm deep.
9. / All the soil and waste pipes and fittings, after laid and fixed shall be smoke tested, to the entire satisfaction of the Engineer-in-charge. The cost of testing is to be included in the offer. For smokes test the materials usually burnt grease cotton waste, which gives out a clear pungent smoke, which is easily detected by sight and small. Smoke shall be pumped to the drains from the lowest end from a smoke machine, which consists of blower and burner.

(B)PVC (SWR) & PVC (RIGID) PIPES & FITTINGS: