Upload
others
View
1
Download
0
Embed Size (px)
Citation preview
Page 1 of 23
ASSAM POWER DISTRIBUTION COMPANY LIMITED
OFFICE OF THE GENERAL MANAGER, DIBRUGARH ZONE,
UAR, APDCL, DIBRUGARH-786001
BID DOCUMENTS FOR
NAME OF WORK: CONSTRUCTION APPROACH ROAD TO
MARGHERITA ELECTRICAL SUB-DIVISION
COLONY, MARGHERITA.
NIT NO: GM / DZ / ANNUAL PLAN-2013-14 / 04 (Package-03)
SCHEME: ANNUAL PLAN-2013-14
ISSUED TO:
NAME:
ADDRESS:
Cost of Tender: `. 3, 000. 00
Page 2 of 23
ASSAM POWER DISTRIBUTION COMPANY LIMITED
OFFICE OF THE GENERAL MANAGER :: DIBRUGARH ZONE
NIZ KADAMONI, DIBRUGARH-786001 [email protected] CIN: U40109AS2003SGC007242
INDEX
Sl.
NO. Chapter Particulars Page NO.
01 Chapter-O Tender Notice. 3
02 Chapter-I Terminology. 4
03 Chapter-II Instruction for Bidder and Special Conditions. 5-12
04 Chapter-III Safety Engineering and Safety Code. 13
05 Chapter-IV Contractor’s Camp. 14
06 Chapter-V Declaration. 15
07 Chapter-VI Tender Form. 16
08 Chapter-VII Annexure – A. 17
09 Chapter-VIII Annexure – B (Schedule of Works). 18-19
10 Chapter-IX Technical Specifications. 20-23
Page 3 of 23
ASSAM POWER DISTRIBUTION COMPANY LIMITED
OFFICE OF THE GENERAL MANAGER :: DIBRUGARH ZONE
NIZ KADAMONI, DIBRUGARH-786001 [email protected] CIN: U40109AS2003SGC007242
TENDER NOTICE NO. GM / DZ / ANNUAL PLAN-2013-14 / 04
Sealed Tenders in 2 (two) bids system with validity up to 180 days are here by
invited by the General Manager, Dibrugarh Zone, UAR, APDCL, Niz Kadamoni, Dibrugarh from reputed
and financially sound Civil Contractors / Firms having experience of executing similar nature of work for the
under mentioned works.
Pkg.
NO. Name of Work
Estimated
Amount
Earnest
Money
(General)
Earnest
Money
(SC / ST /
OBC)
Time of
Completion
01
Construction of Type-V residential
Quarter at 33 / 11 KV Lekhapani Sub-
Station, Lekhapani (Two Unit)
`.15, 365, 20. 00 `.1, 00, 000.00 `.50, 000. 00 04 (Four)
Months.
02
Construction of Type-V residential
Quarter at 33 / 11 KV Lekhapani Sub-
Station, Lekhapani (Two Unit)
`.15, 365, 20. 00 `.1, 00, 000.00 `.50, 000. 00 04 (Four)
Months.
03
Construction of approach road to
Margherita Electrical Sub-Division
Colony, Margherita.
`.20, 06, 943. 00 `.1, 00, 000.00 `.50, 000. 00 04 (Four)
Months.
The Bid Documents may be obtained from the office of the General Manager,
Dibrugarh Zone, UAR, APDCL, Niz Kadamoni, Dibrugarh during office hours on all working days with
effect from 12-05-15 to 21-05-15. The Bids will be received up to 13.00 Hrs. of 22-05-2015 and will be
opened 14 Hrs. on the same day in presence of the tenderers or their authorised representatives.
The Tender Papers will be issued on payment of `. 3, 000. 00 (Three Thousand)
only for each tender, which is non refundable, in the shape of Demand Draft duly pledged in favour of
Deputy General Manager, Dibrugarh Electrical Circle, UAR, APDCL, Dibrugarh. The General
Manager, Dibrugarh Zone, UAR, APDCL, Dibrugarh is not bound to accept the lowest rates and reserves the
right to accept or reject any or all tenders without assigning any reason thereof. Interested firms / contractor
may view the detailed Tender Notice and specification by visiting APDCL’s website www.apdcl.gov.in
Sd/-
General Manager,
Dibrugarh Zone, UAR, APDCL,
D I B R U G A R H.
Memo NO. GM/DZ/APDCL/Tender/2015/ 785 Dated Dibrugarh, the 6th
May 2015
Copy to:
1. The Chief General Manager (Distribution),
UAR, APDCL, Bijulee Bhawan, 6th
Floor, Paltan Bazar, Guwahati-1 for favour of kind information. He
is requested to make necessary arrangement for publishing the NIT in two news papers (English &
অস ) for two consecutive days.
2. The Chief General Manager (F & A),
UAR, APDCL, Bijulee Bhawan, 6th
Floor, Paltan Bazar, Guwahati-1 for favour of kind information.
3. The Chief Executive Officer,
Tinsukia / Dibrugarh Electrical Circle, UAR, APDCL, Tinsukia / Dibrugarh for information.
4. The OSD to Chairman
APDCL, Bijulee Bhawan, Paltan Bazar, Guwahati for information with a request to uploading in
APDCL’s website.
Sd/-
General Manager,
Dibrugarh Zone, UAR, APDCL,
D I B R U G A R H.
Page 4 of 23
CHAPTER - I
1. Terminology
1.01 APDCL or Department wherever used in this documents shall mean Assam Power
Distribution Company Limited incorporated vide the Companies Act 1961 in exercise of
Powers confirmed under the Act including subsequent amendments, if any. APDCL is a
successor company of ASEB.
1.02 General Manager, Dibrugarh Zone, UAR, APDCL, Dibrugarh or owner or purchaser
wherever in this documents shall mean the officer holding the post of the General Manager,
Dibrugarh Zone, UAR, APDCL, Dibrugarh, who or his authorised representative will
exercise authority on behalf of the Department in respect of the Tender and the work
specified herein.
1.03 Engineer-in-Charge / or Engineer shall mean the officer holding the charge of the
Departmental post of Chief Executive Officer and the Assistant Manager (Civil) of
Tinsukia Electrical Circle, UAR, APDCL, Tinsukia pertaining to supervision of
works specified in this documents.
1.04 The terms ‘Contractor’ wherever used in this document shall mean the individual / firm or
company who shall have entered into a contract agreement with the owner, undertaking on
his behalf to carry out the works in full as specified in contract documents, and shall
include in the case on an individual / his heirs, administrators and permitted assignees, in
case of a firm, the partners of the said firm, their respective heirs, executors, administrators
and permitted assignees, and in case of a company its successors and permitted assignees.
1.05 Contract documents shall mean and comprise the following documents and shall be the
basis of agreement between the owner and the contractor for carrying out the works in
accordance with the Terms and Conditions, specifications, drawings and directions
contained in the said documents.
a) Bid documents duly filled in respect of rates, process & signed, the tender forms
properly filled in, signed and dated by the contractor & duly submitted.
b) Contractor’s original bid proposal and subsequent correspondences relating to
clarifications and negotiations, if any, prior to award of the contract.
c) Equipment specifications and drawings, so far as applicable.
d) Approved agreement forms duly signed, dated and sealed by the contractor and the
owner as specified in the said forms.
1.06 ‘Equipment’ and ‘Plants’ shall mean and include all sorts of machineries and accessories,
apparatus, instruments, components manufactured articles and parts etc. to be supplied or
provided by the contractor under the terms of the contract, unless otherwise specified.
1.07 The ‘Works’ shall unless be repugnant to such description shall be construed and taken to
mean the works contracted, or by virtue of the contract agreement, to be executed whether
temporary or permanent and whether original, altered, substituted or additional.
1.08 The expression ‘Specification’ wherever used in this document shall mean all the pertinent
terms and stipulations furnished herein is respect of the work or part thereof and / or
indicated in the drawings appended hereto and to be issued for construction and shall have
reference also to other relevant terms and stipulations not furnished herein, but as far as
applicable.
Page 5 of 23
ASSAM POWER DISTRIBUTION COMPANY LIMITED
OFFICE OF THE GENERAL MANAGER :: DIBRUGARH ZONE
NIZ KADAMONI, DIBRUGARH-786001 [email protected] CIN: U40109AS2003SGC007242
CHAPTER-II
INSTRUCTION FOR BIDDERS AND SPECIAL CONDITIONS
BID INVITING FOR: CONSTRUCTION OF APPROACH ROAD TO MARGHERITA
ELECTRICAL SUB-DIVISION COLONY, MARGHERITA.
NIT NO: GM / DZ / ANNUAL PLAN-2013-14 / 04 (Package-03)
1 DUE DATE AND CLOSING TIME:
The bid will be received up to 13. 00 HRs of 22-05-2015. The opening time of the bids will
be 14. 00 HRs. on the same day and venue will be the office of the General Manager,
Dibrugarh Zone, UAR, APDCL, Dibrugarh. Bidders or their representative will make it
convenient to attend the bid opening.
2 VALIDITY PERIOD OF OFFER:
Bidders should keep their bid or offer valid for a minimum period of 180 (One Hundred
Eighty) days reckoned from the due date of submission.
3 TIME OF COMPLETION OF WORK:
The stipulated time of completion of the work is 04 (Four) months only from the date of
issue of the work order. Cost overrun shall not be accepted.
4 EARNEST MONEY OR BID SECURITY:
4. 1 Every Tender must be accompanied with Earnest Money for an amount of `. 1, 00, 00.00
(Rupees One Lakh) only for General Category and `. 50, 000.00 (Rupees Fifty Thousand)
only in case of ST / SC / OBC subject to submission of cast certificate (for joint venture
both the partners must have cast certificate issued by the competent authority), in the shape
of an Bank Guarantee / Term Deposit / Demand Draft from any Nationalised Bank or
Schedule Bank of RBI with a validity period of 180 days, to be pledged in favour of the
Deputy General Manager, Tinsukia Electrical Circle, UAR, APDCL, Tinsukia. Irregular
tender is liable to be rejected.
4. 2 The Earnest Money as mentioned will be returned to the unsuccessful bidder soon after the
award of the contract. The APDCL will not entertain any claim for release of the Earnest
Money during pendency in selection of contractors for awarding the contract. The APDCL
will not pay any interest on the Earnest Money deposit.
4. 3 The Earnest Money is liable to be forfeited in the absolute discretion of the General
Manager, Dibrugarh Zone, UAR, APDCL, Dibrugarh if a selected Bidder revokes or
withdraw the offer / tender before the expiry of its validity or fails after the contract is
awarded to him to execute the “Contract Agreement” with the APDCL described herein (so
far as applicable) or to commence the work within the period as notified in the work order.
The Earnest Money will be retained until submission of the Performance Guarantee
referred to in Clause 21.
4. 4 The Earnest Money shall be enclosed along with Tender form given in Chapter-VI.
Page 6 of 23
5 SECURITY DEPOSIT:
5. 1 The successful tenderer shall have to deposit Security Deposit in the form of Bank
Guarantee on non-judicial stamp, issued by any Nationalised or Schedule Bank of RBI
for an amount equal to 2.5% (Two & Half Percent) of the total value of the order,
immediately on acceptance of letter of intent / detailed orders (as the case may be), duly
pledge in favour of the Deputy General Manager, Tinsukia Electrical Circle, UAR,
APDCL, Tinsukia. The same will be returned only after completion of work and
submission of Performance Bank Guarantee as mentioned under Clause-21.
5. 2 Such Security Deposit shall be forfeited or appropriated by the General Manager,
Dibrugarh Zone, UAR, APDCL, Dibrugarh under authority of the owner in his discretion
towards any loss, damage etc. that may be sustained by the APDCL as a result of breach of
any terms, conditions of the contract by the contractor, notwithstanding other remedies
open to the APDCL under terms of the contract or law.
5. 3 In the event of Contractor’s Security Deposit being appropriated towards loss, damage etc.
the contractor shall forthwith recoup the amount to restore the Security Deposit to the full
current value within 30 (Thirty) days from the date of intimation.
5. 4 Subject to the provisions mentioned above and the provisions of guarantee period 18
(Eighteen) months, the Security Deposit will be returned to the contractor on the due date
and satisfactory performance of the contract and after all claims of the APDCL shall have
been settled. The APDCL will not pay any interest on the amount of Security Deposit
towards Performance Guarantee.
6 SALE TAX AND INCOME TAX CERTIFICATE (PAN / VAT):
6. 1 The offered rate and / or prices for the work shall include all taxes, duties, forest royalties,
monopolies etc. as may be applicable on material and labour during the tenure of the
contract. There will be no reimbursement for any increase or levy of new taxes, duties etc.
on materials utilised for this work or equipments furnished / supplied for completing the
work or for machineries, equipments, tools and tackles, fuel and lubricants etc. used in
connection with the performance of the work, unless otherwise specified or qualified by the
bidder in his bid. If, however, any tax or duty is levied by the Govt. or Statutory Body on
the finished work (After complete installation and / or delivery) such tax or duty will be the
account of the APDCL.
6. 2 The contractor must produce attested copy of PAN CARD and valid VAT Registration
NO. otherwise full deduction of VAT from the contractor will be made as applicable.
7 BIDDER’S QUALIFICATIONS:
A Work Experience.
7. 1 The Bidder should submit a list and description of similar or comparable works previously
executed by him during last three financial years indicating the individual volume and
contract price along with the name and address of the respective owner / authority and
completion certificate (From Competent Authority).
7. 2 The Bidder must have the experience of completing similar type of Civil Work of
minimum work value `. 10, 00, 000.00 (Ten Lakh) during last 3 (Three) years.
Bidders have to submit copy of work order along with completion certificate from the
concerned Department / Authority.
Page 7 of 23
7. 3 All prospective Bidders are hereby notified that, before any bid submitted in response to
this invitation is considered for award, the General Manager, Dibrugarh Zone, UAR,
APDCL, Dibrugarh may require the bidder to submit a further statement of facts in detail
as to the previous experience of the bidder and financial resource available with him for
performing the contemplated work. The General Manager, Dibrugarh Zone, UAR,
APDCL, Dibrugarh expressly reserves the right to reject any bid or which the facts as to
business, financial and other resources or business experience, compared with the work bid
upon, justify such rejection.
B Financial Status.
7. 4 Average annual turnover for last 3 (Three) consecutive financial years should be not
less than `. 15, 00, 000.00 (Rupees Fifteen Lakh). The annual turnover must be
certified by a registered Chartered Accountant. This should be supported by the copy
of the income tax return by the bidders for the last three previous years.
7. 5 Bidders should be financially sound to invest the amount and submit solvency certificate
from a schedule Bank of India.
8 BIDDER SHOULD EXAMINE & UNDERSTAND:
8. 1 All prospective Bidders are required to thoroughly study and carefully examine all the
terms and conditions, instructions, drawing & specifications pertaining to the work and
visit the field of work to fully satisfy and acquaint themselves about the nature and location
of work, the configuration of the ground. The surface conditions, quality and quantity of
materials required and their availability the type of equipments and facilities needed
preliminary to and during the execution of the work and local conditions which may affect
the work or cost thereof. Failure to do so well be at the bidder’s risk. The unit price or rate
misquoted due to superficial or portal grasp of the conditions and circumstances shall be at
the bidder’s risk. In case of mistake in expression of price or rate, the unit price / rate will
govern.
9 BIDDER’S SPECIAL TERMS & CONDITIONS:
In case a Bidder attaches special Terms & Conditions in his bid beyond the stipulations of
this document, which may mean financial liabilities to the APDCL towards overall value of
the contract, THE BIDDER MUST SPECIFY THE TERMS PERSPICUOUSLY
MENTIONING THE CEILING FOR THE PURPOSE OF PAYMENT AS WELL AS
THE FINAL VALUATION OF THE PROPOSAL. In the case of ambiguous special terms
and conditions, the interpretation of the APDCL shall be binding.
Terms and Conditions shall be as per F-2 Form of agreement and has to follow
accordingly.
10 SUBMISSION OF BID OR TENDER:
10. 1 Bidders are to submit their Bids in 2 (Two) separate envelope super scribing “Technical”
and “Financial” Bid.
The Technical Bid shall contain the following documents.
1. Experience certificates as per clause 7. A, 7.1 & 7.2
2. Certificates of financial soundness as per clause 7. B.
3. Firm registration certification.{(Registered with APWD / CPWD / DICC / Railway /
MES / ONGC / OIL & ASEB (APDCL / AEGCL / APGCL)}etc.
4. List of manpower.
5. List of machineries.
Page 8 of 23
6. VAT registration certificate (up to date.)
7. Service Tax registration certificate (up to date).
8. Income Tax clearance certificate.
9. Valid labour license.
In the financial bid the bidders are to quote their rates in the prescribed format Annexure-
A and according to the BOQ given in Annexure-B. If the Techno-Commercial and the
Price Bid are sealed in a single envelope than the Bid will be treated as cancelled.
10. 2 The rates to be quoted on percentage above / below / at par of the APWD Schedule of rates
for PWD Building (Civil Works, Sanitary & Water Supply and Electrical Works) for the
year 2013-14. The rates to be quoted both in figures and words.
10. 3 The rates to be quoted by the Bidders will be inclusive of all Taxes, Royalties and other
Statutory Levies as applicable.
10. 4 Bidders should note that during the time of execution of work, any item not covered by the
Schedule of Work “Annexure B” if required to be done as per decision of the General
Manager, Dibrugarh Zone, UAR, APDCL, Dibrugarh / Engineer-In-Charge of work, they
have to execute such work / works as supplementary item of works, rates of which will be
same as the accepted rate for the work on APWD Schedule of Rates for Building (Civil
Work) for the year 2013-14. In case the supplementary items are not covered in the APWD
Schedule of Rate 2013-14, the rates of which will analyzed by the department based on
present market price.
10. 5 The quoted rates will be firm for entire period of completion of the work. No price
escalation on any component will be admissible.
10. 6 Before filling the rate, the Bidders should carefully study the specification of Drawing and
prevailing market price etc.
10. 7 Any offer or tender for this job shall not be accepted after the expiry of the “Closing Time”
specified in Clause-1 herein before. Telegraphic bids will not be accepted under any
circumstances.
10. 8 The original tender or offer shall be submitted in the Tender Document issued from the
General Manager, Dibrugarh Zone, Dibrugarh along with required particulars called for
and additional proposition, if any. The original tender and documents attached thereto shall
be included in the “Contract Documents” of a selected bidder for making the contract
agreement.
10. 9 Every page of the original tender shall be dully signed by the tenderer. Every correction in
the tendered rates or prices should bear tenderer’s signature before submission. Unsealed
tenders shall be summarily rejected.
10. 10 Firms submitting tender should enclose a certified copy of the Firm’s constitution and a
certified copy of Power of Attorney authorising a person to operate the tender and contact
and should furnish full address of the partners and the persons holding power of attorney
on behalf of the firm.
10. 11 Tender shall be submitted as specified herein before enclosing the documents in sealed
envelope marked in the upper left hand corner, “Tender for (Insert NIT NO., Name of
Work and Due date)”. The sealed envelope containing the tender and marked (Technical
Bid, Financial Bid) as directed above shall be enclosed in another envelope properly sealed
bearing NIT NO. & Name of work and the full address to the General Manager, Dibrugarh
Zone, UAR, APDCL, Niz Kadamoni, Dibrugarh.
Page 9 of 23
11 AWARD OF CONTRACT:
11. 1 The contract will be awarded to that responsible bidder whose bid, confirming to the
schedule conditions of contract and specifications will be most advantageous to the
Department in terms of bidder’s experience, price and other factors considered. An award
mailed (or otherwise furnished) to the successful bidder within the time for acceptance
specified in the bid will result in a binding contract without further action by either party.
The General Manager, Dibrugarh Zone, UAR, APDCL, Dibrugarh does not bind itself to
accept the lowest bid or any bid. As the interest of the Department may require, the right is
reserved to reject any or all bids without assigning any reason thereof. Bid which are
incomplete or which contain undesirable conditions are liable to rejection.
12 CONTRACT AGREEMENT:
12. 1 The “Contract Agreement” (or Tender agreement) for the works will be drawn up with the
selected bidder / bidders within 15 days of issue of work order and the contract documents
will comprise as described herein before.
12. 2 The condition of the F-2 form shall form part and parcel of the agreement. However,
wherever there is any contradiction or variation between the conditions of the F-2 form, the
terms and conditions specified elsewhere in this document, the later will be treated as
superseding the former.
12. 3 In a case where the selected bidder fails to commence the work as shall be notified in the
work order or fails to execute in terms of the tender agreement with the General Manager,
Dibrugarh Zone, UAR, APDCL, Dibrugarh reserves the right to claim loss, damage etc.
and take appropriate action under the terms of this document or law including forfeiture of
Earnest Money.
13 TOOLS & PLANTS:
The APDCL does not ordinarily furnish any tools & tackle, plants and equipment or such
facilities for carrying out the work by the contractor (excluding hypothecation). The
contractor shall arrange and maintain the equipments required for implementation of work
all throughout the period of the contract.
14 MATERIALS AND LABOUR:
14. 1 All materials (this includes without limitation raw materials, parts, components etc.) and
labourers required for carrying out the work shall be arranged and furnished by the
contractor all throughout the tenure of the contract and strictly conform to relevant IS Code
(Latest revision).
14. 2 The intending tenderers should inspect the prospective source of collection of raw
materials and fully satisfy him about the quality of materials, availability of materials, lead
and mode of transportation. The Department shall not consider, after acceptance of the
contract, to pay any extra charge for lead or any other reasons, in case the contractor found
later on, to have misjudged, the quality / quantity of availability of such materials from the
source of collection.
14. 3 Department shall not issue any construction materials such as cement, reinforcement bar or
any other materials.
Page 10 of 23
14. 4 In connection with the performance of work throughout the tenure of the contract, the
engagement of labour and payment therefore by the contractor shall conform to the statute,
the pertinent law or act of the Central & State Govts., as well as rules, regulations and
others of the local authorities or statuary bodies, as may be in force from time to time.
14. 5 The materials procured for the work by the contractor shall be placed at site properly for
inspection of Engineer-In-Charge before utilisation. Any defective materials should be
replaced immediately for which no extra charge will be payable to contractor.
15 CHANGES IN QUANTITY AND ITEM:
15. 1 The authority may at any time, by written order make changes within the general scope of
the contract, in any one or more of the following.
I. Quantity of any item.
II. Alteration or omission of any item.
III. Addition of any item.
IV. Alteration in drawing, design or specifications.
If any such change causes an increase or decrease in the cost of or the time required for
performance of the contract, an equitable adjustment shall be made in the contract price or
time schedule or both and the contract shall be modified in written accordingly. Any claim
by the contractor for adjustment under this clause must be asserted within 30 Days from the
date of receipt by the contractor of the notification of change: PROVIDED HOWEVER,
that the authority if decides that the facts justify such action, may receive and act upon any
such claim asserted at any time prior to final payment under the contract. Failure to agree
to any adjustment shall be a dispute concerning a question of fact within the meaning of the
disputes mentioned herein after.
16 INSPECTION:
16. 1 All works and all supplies (this terms includes without limitation raw materials, parts,
components, intermediate assemblies and end products) under the contract shall be subject
to inspection and test by the Deputy General Manager, Tinsukia Electrical Circle, UAR,
APDCL, Tinsukia or his authorised representative to the extent practicable at all times and
places including the period of construction or manufacturing and in any event prior to final
acceptance.
16. 2 In case any work or part thereof or / and any supply is found defective material or
workmanship or otherwise not in conformity with the specifications or drawing or
requirements of the contract, the Deputy General Manager, Tinsukia Electrical Circle,
UAR, APDCL, Tinsukia or his authorised representative shall have the right either to reject
them or to require their correction, as directed by the department.
16. 3 The inspection and test by the Deputy General Manager, Tinsukia Electrical Circle, UAR,
APDCL, Tinsukia or his authorised representative of any work or any supplies does not
relieve the contractor from any responsibility regarding defects or other failure to meet the
contract requirements which may be discovered prior to final acceptance. Except as
otherwise provided in this contract final acceptance shall be conclusive except as regards
latent defects, fraud or such gross mistakes as amount to fraud.
16. 4 The contractor shall provide and maintain an inspection system acceptable to the Deputy
General Manager, Tinsukia Electrical Circle, UAR, APDCL, Tinsukia covering the works
and / or supplies hereunder. Records of all inspection works by the contractor shall be kept
complete and available to the General Manager, Dibrugarh Zone, UAR, APDCL,
Dibrugarh during the performance of this contract.
Page 11 of 23
17 DEFAULT:
The contractor shall not be liable for any excess cost of any failure to perform the contract
arises out of cause beyond the control and without the fault or negligence of the contractor
(such as FORCE MAJEURE) PROVIDED THAT the contractor shall notify the authority
in written of the cause of any such delay, within 15 days from the beginning thereof or
within such further period as the authority shall grant for the giving of such notice.
18 LIQUIDATED DAMAGE / PENALTY:
APDCL will charge liquidated damage as per the provision laid in the F-2 form of ASEB
which shall form part of the contract agreement.
19 DEFECT LIABILITY:
The defect liability period shall be 01 (One) year from the date of completion of the work.
Contractor shall at his own cost rectify the defect (if any) occurs during this period
20 OMISSION IN NIT:
The contractor should not take any advantage out of any omission in this Bid Document.
The contractor shall settle such issue after mutual discussion with the department. The
decision of the General Manager, Dibrugarh Zone, UAR, APDCL, Dibrugarh shall be final
in such situation.
21 PERFORMANCE GUARANTEE:
The successful tenderer shall have to deposit Performance Bank Guarantee from any
Nationalised or Schedule Bank of RBI for an amount equal to 10% (Ten Percentage) of
the total value of the order with a validity period of 18 (Eighteen) months from the date of
completion of work.
22 COMPLETION CERTIFICATE:
The completion certificate will be issued by the concerned Sub-Divisional Engineer which
will be authenticated by the Assistant General Manager, Digboi Electrical Division, UAR,
APDCL, Digboi and the Deputy General Manager, Tinsukia Electrical Circle, UAR,
APDCL, Tinsukia.
23 PENALTY:
Penalty will be imposed as per Terms & Conditions of APDCL for delay in completion of
work as per schedule period except Force Majeure conditions.
24 PAYMENT TERMS:
24. 1 80% percentage payment shall be entertained as progressive payment (One NO.) on actual
measurement basis of completed work as per standard procedure with retention of 20%.
The balance payment will be released against final bill along with retention 0f 20% of
progressive payment subject to submission of Performance Bank Guarantee as mentioned
in Clause 21.
24. 2 Department will try to make timely payment of bills, but on unavoidable circumstances
cannot guarantee timely payment of bills, for which no interest on the payable amount will
be entertained.
Page 12 of 23
24. 2 Bill to be submitted in triplicate to the concerned Sub-Divisional Engineer and same will
be verified from the Sub-Division along with entry in Measurement Book by the Assistant
Manager (Civil), office of the Chief Executive Officer, Tinsukia Electrical Circle, UAR,
APDCL, Tinsukia and to be forwarded to the Assistant General Manager, Digboi Electrical
Division, UAR, APDCL, Digboi. The bill to be passed from the office of the Assistant
General Manager, Digboi Electrical Division and forwarded to the office of the Chief
Executive Officer, Tinsukia Electrical Circle, UAR, APDCL, Tinsukia and payment shall
be made by the Chief General Manager (F & A), APDCL, Guwahati on recommendation
of the Chief General Manager (Distribution), UAR, APDCL, Guwahati.
Page 13 of 23
CHAPTER-III
SAFETY ENGINEERING & SAFETY CODE
1 SAFETY ENGINEERING:
Accident prevention shall be an essential part of the programme of the contractor for all
operations involve in performance of the contract under this invitation in order to reduce
the cost of construction measures in terms of:
A. Human life sacrificed.
B. Temporary and permanent injuries to workers.
C. Loss of materials resulting from accidents.
D. Loss or damage to equipment.
E. The cost of workman’s compensation insurance.
F. Loss of times due to accidents.
Suitable safety programme to cope with the particular hazards for each operations of the
performance of the contract.
It will be responsibility of the Contractor to provide medical / hygienic facilities to the
personnel / sub-contractor engaged by him.
The contractor shall arrange for any payment / list of personnel accident / insurance,
medical treatment in respect of their employee / labour assigned for the work.
APDCL will assist in arranging permission from appropriate authority of District
Administration of Tinsukia District for access and carrying out the work.
2 INSPECTION:
To ensure effective enforcement of the rules and regulations relating to safety precautions,
the arrangements made by the contractor shall be open to inspection by the Engineer-in-
Charge or his representative.
3 COMPENSATION:
No extra charge or additional compensation will be admissible to the contractor by the
Department for any work done to comply with the provisions of safety Engineering and
Safety Code. The bid price of the contractor for various items shall include these incident
cost.
Page 14 of 23
CHAPTER-IV
CONTRACTOR’S CAMP
1 CAMP SITES:
The contractor shall provide, maintain and operate under competent direction such camp
facilities convenient to the site works under the contract as are necessary for housing,
feeding and accommodation of his employees / labour. Assam Power Distribution
Company Limited will not provide any accommodation at Project site for the contractor or
his employees / labour. The location, construction, operation and maintenance of such
camps shall be subject to the approval of the Engineer-in-Charge of the site.
2 USE OF LAND FOR CONSTRUCTION PURPOSES:
Such land as may be available at work site will be allowed to be used by the contractor for
construction of his camp free of charge. However, development of clearances of the land
will have to be done by the contractor at his own cost. The contractor will be responsible to
clear and clean the site after completion of his works and handover the land to the
Engineer-in-Charge. The contractor will be liable to pay compensation for any damages
done to the land or neighbouring area.
3 POWER SUPPLY:
Temporary power supply will be provided after observing all formalities by the concerned
Sub-Divisional Engineer for the job and to the labour camp on chargeable basis, which is to
be paid as per latest tariff schedule of APDCL for Commercial Category.
Page 15 of 23
CHAPTER-V
DECLARATION
I / We hereby declare that I / We shall treat the tender documents and other connected with
the works as secret / confidential and shall not communicate information derived there
from to any person other than person to whom / I / am / are authorised to communicate the
same or use the information to any manner prejudicial to the safety of the State.
Signature of the tenderer.
(Seal of the Contractor)
Page 16 of 23
CHAPTER-VI
Tender Form
To,
The General Manager,
Dibrugarh Zone,
UAR, APDCL, Dibrugarh.
Subject: - Submission of tender for work “Construction of approach road to
Margherita Electrical Sub-Division colony, Margherita”.
Reference : - Tender Notice NO. GM / DZ / ANNUAL PLAN-2013-14 / 04 (Package-
03).
Sir,
In response to your above Tender Notice I / We_ _ _ _ _ _ _ _ _ _ _ _ _ _ _
_ _ __ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ am / are submitting herewith
my / our rates for the work as per the attached sheet (Annexure A).
Necessary documents, as asked for are enclosed herewith for your kind
perusal.
Yours faithfully,
List of enclosures:
(Name of the Contractor)
Address:
Seal of the Contractor
Page 17 of 23
CHAPTER-VII
ANNEXURE-A
To,
The General Manager,
Dibrugarh Zone,
UAR, APDCL, Dibrugarh.
Subject: - Submission of tender for work “Construction of approach road to
Margherita Electrical Sub-Division colony, Margherita”.
Reference : - Tender Notice NO. GM / DZ / ANNUAL PLAN-2013-14 / 04 (Package-
03).
Sir.
In response to your above Tender Notice I / We_ _ _ _ _ _ _ _ _ _ _ _ _ _ _
_ _ __ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ am / are submitting herewith my /
our rates for the work as mentioned below.
Necessary documents, as asked for are enclosed herewith for your kind
perusal.
Sl.
NO. Name of work
Rate offered (For Schedule Item)
as per items mentioned in Annexure-B
Percentage above / below / at par
APWD Schedule of Rates for
Building (Civil Works, Sanitary &
Water supply and Electrical works)
for the year 2013-14
In figure In Words
01
Construction of approach road to
Margherita Electrical Sub-
Division, Colony, Margherita.
(Package-03)
Yours faithfully,
List of enclosures:
(Name of the Contractor)
Address:
Page 18 of 23
CHAPTER-VIII ANNEXURE-B
Name of work: Construction of approach road to Margherita Electrical Sub-Division
Colony, Margherita. (500 Mtr.).
Sl.
NO. Specification and Schedule Item NO. Unit Qty.
01
Item no. 4.1 (401)
Granular Sub-Base with Close Graded Material
(Table: 400-1)
B. By Mix in Place Method (Construction of granular
sub-base by providing close graded materials, spreading in
uniform layers with motor grader on prepared surface,
mixing by mix in place method with rotavator at OMC, and
compacting with vibratory roller to achieve the desired
density, complete as per cl. 401 (with an initial lead of 5
Km.) (Including cost of testing of materials at site and
laboratory as directed by the department).
i) For grading-I Material.
Cu. M 330.00
02
Item no. 4.9 (404)
Water Bound Macadam (Providing, laying, spreading
and compacting stone aggregates of specific sizes to water
bound Macadam specification including spreading in
uniform thickness, hand packing, rolling with vibratory
roller 8-10 tonnes in stages to proper grade and camber,
applying and brooming requisite type of screening /
binding material to fill up the interstices of coarse
aggregate, watering and compacting to the required density
(with an initial lead of 5.0 Km.)
A. By Manual Means
(I) Grading I
(a) Using Screening Crushable type such as Moorum or
Gravel
(b) Using Screening Type-A (13.2 mm Aggregate)
Cu. M
Cu. M
210.00
210.00
03
Item no. 5.1 (502)
Prime Coat (Providing and applying primer coat with
bitumen emulsion on prepared surface of granular Base
including clearing of road surface and spraying primer at
the rate of 0.60 Kg / Sq. m using mechanical means)
(Including cost of testing of materials at site and laboratory
as directed by the Department.)
A. Primer @ 0.60 Kg per Sq. m
(i) With bitumen emulsion-CSS-1h
Sq. M 2000.00
04
Item no. 5.11 (512)
Close Graded Premix Surfacing / Mixed Seal Surfacing (Mechanical means using HMP of appropriate capacity not
less than 75 tones / hour. Providing, laying and rolling of
close-graded premix surfacing materials of 20 mm
thickness composed of 11.2 mm to 0.09 mm (Type-A) or
13.2 mm to 0.09 mm (Type-B) aggregate using penetration
grade bitumen (60 / 70 or VG-30 grade) to required line,
grade and level to serve as wearing coarse on a previously
prepared base, including mixing in a suitable plant laying
and rolling with a smooth wheeled plant laying 8-10 T
capacity to the reqd. level and grade. (Including carriage up
to initial lead of 0.5 Km from quarry and carriage of mixed
materials up to 10.0 Km initial lead from mixing plant)
(Including cost of testing of materials at site and laboratory
as directed by the Department.)
(a) Without anti striping agent (ii) (Type-A)
Sq. M 2000.00
Page 19 of 23
Sl.
NO. Specification and Schedule Item NO. Unit Qty.
05
Item no. 5.12 (513)
Seal Coat (Providing and laying seal coat sealing the voids
in a bituminous surface laid to the specified levels, grade
and cross fall using Type A and B seal coats) (Including
carriage up to initial lead of 0.5 Km from quarry)
(Including cost of testing of materials at site and laboratory
as directed by the Department.)
(a) Without anti striping agent.
Case-I: Type A (Providing and laying liquid seal coat
comprising of a layer of bituminous binder (paving
bitumen 60 / 70 or VG-30 grade, followed by a cover of
crushed stone chipping of specified grade.) (Including
carriage up to initial lead of 0.5 Km from quarry)
Sq. M 2000.00
06
Item no. 10.2 (3003)
Maintenance of Earthen Shoulder
(filling with fresh soil) (Making up loss of materials /
irregularities on shoulder) (Average 150 mm filling) to the
design level by adding fresh approved soil and compacting
it with appropriate equipment.)
Sq. M 500.00
07
Item no. 1.1
Loading and unloading by mechanical means
(Placing tipper at loading point, loading with front end
loader, dumping, turning for return trip, excluding time for
haulage and return trip)
B) Stone aggregates
Cu. M 790.00
08
Item no. 1.4
Cost of Haulage Excluding Loading and Unloading
(i) Surface Road
(Distance from quarry to site-15.00 Km)
Cu. M
/ Km 790.00
Page 20 of 23
CHAPTER-IX
TECHNICAL SPECIFICATION
Details of any item of work to be executed for “Construction of approach road to
Margherita Sub-Division Colony, Margherita” will be as per the specification as laid
down in the “Schedule of Works” Annexure-B and Schedule of Rates for P.W.D. State
Highways and Major District Road for the year 2013-14” and as specified by APDCL.
However the General Manager, Dibrugarh Zone / Engineer-in-Charge of the work may at
any time by a written order make changes within the general scope of the contract in
drawings, design or specification of work.
CONCRETE WORK
1 MATERIALS:
1.1 CEMENT
The Cement used by the contractor for the works shall be any of the following with the
prior approval of the Engineer-in-Charge.
A. Ordinary Portland cement pr low-heat Portland cement conforming to IS: 269.
B. Rapid hardening Portland cement conforming to IS: 8041.
C. Portland Slag cement conforming to IS: 455.
D. Portland Pozzolana cement conforming to IS: 1489.
E. High strength ordinary Portland cement conforming to IS: 8112.
F. Hydrophobic Portland cement conforming to IS: 8043.
1.2 AGGREGATE
The aggregate used by the contractor for the works, shall conform to IS: 383. Aggregate
from natural sources should be chemically inert, strong, hard, durable of limited porosity,
true from adherent coating, clay lumps, coal and coal residuals and should contain no
organic or other admixtures that may cause corrosion of the reinforcement or impair the
strength or durability of the concrete. Defective aggregates are liable to rejection by the
Engineer-in-Charge at the risk and cost of the contractor, methods of test of aggregates in
respect size, shape, soundness, mechanical properties and other limitations as mentioned
above shall be in accordance with the latest version of IS: 2386 (Pt-1 to Pt-VII).
1.3 WATER
Water is an important ingredient of concrete. Water used for mixing and curing shall be
clean and free from injurious amount of oils, acids, alkalis, salts, sugar, organic materials
or other substances that may be deleterious to concrete or reinforcement. Portable water is
generally considered satisfactory for mixing concrete.
1.3.1 In case of doubt regarding developed of strength the suitability of water for making
concrete shall ascertained by the compressive strength and initial setting time tests.
1.3.2 The PH value of water shall not generally be less than 6.
1.3.3 Water found satisfactory for mixing is also suitable for curing concrete. However, water
used for curing should not produce any objectionable stain or unsightly deposit on the
concrete surface. The presence of Tannic Acid or iron compounds is objectionable.
Page 21 of 23
1.4 REINFORCEMENT
The reinforcement used by the contractor for the works shall consist of any of the
following, in compliance with the specification of respective items of the Schedule of
work, and with prior approval of the Engineer-on-Charge.
a) Mild steel and medium tensile steel bars conforming to IS: 432 (Pt.1)
b) Hot rolled deformed bars conforming to IS: 1139.
c) Cold twisted high strength formed bars conforming to IS: 1786.
d) Such other reinforcement as may be proved suitable having regard to the yield point
stress, ductility, ultimate resistance to tension and other essential properties, and
specifically permitted in writing by the Engineer-in-Charge.
1.4.1 All reinforcement should be free from loose mill scales, loose rust and coats of points, oil,
mud, or other coating which may destroy or reduce bond. Such undesirable coating shall
remove before use for works at the cost of the contractor. Reinforcement shall be stored in
such a manner as to minimise rusting.
1.4.2 The modulus of elasticity of steel shall be taken as 200 KN / Sq. mm.
2.1 Grades of Concrete:
The grade of concrete used for the works as specified in the Bill of Quantities shall be
designed as indicated in the following table, which is in accordance with IS: 456
Table-I
Grades of Concrete
Grade Designation Specified Compressive strength of 15
Cm. cube at 28 days (N/Sq. mm)
M 10 10
M 15 15
M 20 20
2.2 Mix Proportion:
The proportion of cement, water, aggregate and other ingredients, if any, necessary to
produce concrete of desired quality shall be determined as indicated hereunder. Concrete
must be satisfactory in two states, viz, that in which it is placed in position and that is
which it ultimately hardened. For the first requirements the mix proportion shall be so
selected as to ensure that the workability of the fresh concrete is suitable for consistent and
uniform placement so that after compaction it surrounds all reinforcements and completely
fills the form work. For the 2nd
requirement the concrete must developed the design
strength, the required durability and surface finish hardness.
3.1 Water-Cement Ratio:
It is important to maintain the water-cement ratio constant at its correct vale. To this end,
determination of moisture contents in both fine and coarse aggregate shall be made as
frequently as possible, the frequency for a given job being determined by the Engineer-in-
Charge according to weather conditions. The amount of the added water shall be adjusted
to compensate for any observed variations in the moisture contents. For the determination
of moisture content in the aggregates, IS: 2386 (Pt-III) may be referred to. To allow foe the
variation in mass aggregate due to variation in their moisture content, suitable adjustments
in the masses of aggregates shall be made. No substitutions in materials used on the work
shall be made without additional tests to show that the quantity and strength of concrete are
satisfactory.
Page 22 of 23
4.1 Compacting:
Concrete shall be thoroughly compacted by the means of suitable tools during and
immediately after depositing. The concrete shall be worked around all reinforcement,
embedded fixtures, and into the corners of the forms. Every precaution shall be taken to
keep the reinforcement and embedded metal in proper position and to prevent distortion.
Compacting shall include rodding, spading, temping, vibration, treading, and such other
operations expects finishing, as are necessary to consolidate and mould the concrete
properly. The rate of placing mass concrete of reinforced concrete in thin sections, weather
mechanically or by manual labour shall be clearly defined by the Engineer-in-Charge.
4.2 Curing and Protection:
4.2.1 Moist Curing.
All concrete shall be protected against injury. Exposed finishing surfaces of concrete shall
be protected against heating and drying from the sun for at least 72 Hrs. after placement.
Concrete shall, in general, be kept continuously (not periodically) moist for not less than 14
days. Construction joints shall be cured in the same way as other concrete and shall also, if
practicable, be kept moist for at least 72 hours prior to the placing of additional concrete
upon the joint. Horizontal and approximately horizontal surface shall be cured by
sprinkling or by covering with damp sand, or by the use of wet sacks which satisfactorily
retain the required amount of water for curing purposes. Where damp sand or sack cover is
used for curing, it shall be completely removed later. Forms shall be kept sprinkled unit
removal.
5.1 Reinforcement:
It is very important that reinforcement is made up and placed strictly in accordance with
the drawing, and that it is so maintained during the placing of concrete. Reinforcement for
beams and similar members should, as far as practicable, be assembled before fixing the
place. The following points shall be carefully observed while assembling reinforcement.
The reinforcement must not be permanently bent or distorted, and the assembly, when
completed, must be sufficiently rigid to avoid distortion during handling. Crossing bars
should not be tack welded for assembly of reinforcement unless permitted by the Engineer-
in-Charge. Welded joints or mechanical connections in reinforcement may be used but in
all cases of important connections, tests shall be made to prove that the joints are of the full
strength of bars connected. Welding of reinforcement shall be done in conformity with IS:
2751, and BIS: recommendation for welding cold worked steel bars for reinforcement
concrete construction.
5.2 Cover of reinforcement:
Unless otherwise indicated in the drawing, reinforcement shall have concrete cover and
thickens of such cover (exclusive of plaster or other decorative finish) shall be as given
below. The symbol Ø used below indicates the nominal diameter of bars used for
reinforcement.
a. At each end of reinforcement bar not less than 25 mm nor less than 2 Ø.
b. For longitudinal reinforcement bar in a column, not less than 40 mm, not less
than Ø. In the case of column of minimum dimension of 200 mm Ø size or
under whose reinforcement bars do not exceed 12 mm Ø size, a cover of 25
mm is allowed.
Page 23 of 23
c. For longitudinal reinforcement bar in a beam, not less than 25 mm nor less
than Ø
d. For tensile, compressive, sheer or other reinforcement in a slab, nor less than
15 mm nor less that the Ø, and
e. For any other reinforcement, not less than 15 mm nor less than Ø.
5.3 Splicing of reinforcement:
Unless otherwise indicated in the drawing, splicing of reinforcing bars where required,
shall be as far away as possible from the section of maximum stress and be staggered. Not
mere than half the bars shall be spliced at a section. The symbol Ø indicates the nominal
diameter of bar used for reinforcement. The development length (Ld) wherever mentioned,
shall be calculated in accordance with IS: 456, and appropriate value of design bond stress
be taken for such calculation.
6.1 Measurement:
The measurement of cement concrete works shall be in accordance with the provisions of
IS: 1200 (Pt. II). However, it may be stated that the measurement shall be based on the
volume in m3 of the accepted work, calculated correct up to second decimal place.
Deductions shall be made for all block outs, grooves, trenches and opening but not for
embedment and reinforcement.