ASSAM POWER DISTRIBUTION COMPANY LTD.
Transcript of ASSAM POWER DISTRIBUTION COMPANY LTD.
ASSAM POWER DISTRIBUTION COMPANY LTD.
TENDER NOTICE NO. 02(CIVIL)/2015
CONSTRUCTION OF PILE FOUNDATION AT BOTH THE BANK OF RIVER BURIDIHING IN MARGHERITA (2 x 4
Nos.) OF 220 KV DOUBLE CIRCUIT TOWERS AND ERECTION OF SUPERSTRUCTURE FOR 2 Nos. B+6 TYPE 220
KV DOUBLE CIRCUIT TRANSMISSION TOWERS INCLUDING TRANSPORTATION FROM SITE STORE
PAGE INDEX
CHAPTER ITEM PAGE NO.
Chapter –I
Detailed tender notice 1
Chapter –II
Safety Engineering and Safety
Code 9
Chapter –III
Technical Specifications 10
Chapter –IV
Drawing 12
Chapter –V
Bill of Quantity 13
Chapter –VI
F-2 Form 16
Chapter –VII
Declaration 17
ASSAM POWER DISTRIBUTION COMPANY LTD.
Registered Office : Bijulee Bhavan , Paltan Bazar, Guwahati - 781001
CIN- U40109AS2003SGCOO7242
Project Project Implementation Unit
Tel No.-0361-2733094; Fax-0361-2739535; email: [email protected]
Tender Notice-02(Civil)/2015
The Chief Project Manager(PIU/EAP), APDCL, Bijulee Bhawan, Paltanbazar,Guwahati-01 invites
sealed tenders from Engineering Firms /Contractor, having previous experience of successfully
executing works of similar nature for the under mentioned work and will be received upto 1400 hrs of
28th May,2015.and opened on the same date at 1500 hrs in presence of intending tenderer or their
authorised representatives, who desire to be present.
Name of work Tender value
(Rs.) Earnest Money
Time of completion
Validity
Group A: Construction of Pile foundation at both the Bank of river Buridihing in Margherita(2X4 nos.) for 2 nos. of 220 KV D/C Towers.
26,34,526.00
(i)2% for General (ii)1% for SC,ST & OBC.
Of total amount. 90 days 180 days
Group B: Errection of superstructure for 2 Nos. B+6 Type 220 KV Transmission Towers including transportation from Site store.
4,47,951.00
Total Amount 30,82,477.00
Detailed tender paper, terms & conditions may be obtained from the office of the
undersigned on all working days w.e.f 15th May’15, during office hours, on payment of Rs.
3,000.00(Rupees Three Thousand) only, in the shape of A/C payee Demand Draft/Banker`s
cheque(non-refundable), drawn in favour of CGM(F&A),APDCL.
Every tender should be accompanied by requisite earnest money of amount, as shown
above, and also PAN/TAN,VAT/WC-2, Experience Certificate etc.
The Chief Project Manager(PIU/EAP) reserves the right to accept or reject any or all
tenders without assigning any reason thereof, and is not bound to accept the lowest rate.
Chief Project Manager (PIU-ADB) Memo. No. CPM(PIU)/APDCL/Tech-8(IFB)2015/131 Dated 12.05.2015
Copy to:
1. The PS to MD,APDCL for kind information of MD. 2. The Chief General Manager,PP&D,APDCL for kind information. 3. The Chief General Manager(D),UAR,APDCL for kind information 4. The Chief General Manager(F&A),APDCL for kind information 5. The General Manager, Dibrugarh Zone, APDCL, Dibrugarh for kind of information. 6. The Chief Executive Officer, Tinsukia Electrical Circle,APDCL,Tinsukia for information. 7. The Asstt. General Manager, Digboi Electrical Division,Digboi for information 8. The OSD to Chairman, APDCL for information. 9. Notice Board.
Chief Project Manager (PIU-ADB)
Page-1
CHAPTER-1
DETAILED TENDER NOTICE
Short Tender Notice-02(Civil)/2015 Dated 12.05.2015
The Chief Project Manager(PIU/EAP), APDCL,Bijulee Bhawan, Paltanbazar,Guwahati-01 invites
sealed tenders in two bid system i.e. Techno commercial bid & Price bid system from Civil Engineering
Firms/Contractors, having previous experiences of successfully executing works of similar nature for the
under mentioned works and will be received upto 1400 hrs of 28th day on May 2015 and will be opened on
the same date at 1500 hrs in presence of intending Tenderer or their authorized representatives who
desire to be present.
Name of work Tender value (Rs.)
Earnest Money Time of completion
Validity
Group A: Construction of Pile foundation at both the Bank of river Buridihing in Margherita(2X4 nos.) for 2 nos. 220 KV DC Tower.
26,34,526.00
(i)2% for General (ii)1% for SC,ST & OBC. Of total amount.
90 days
180 days
Group B: Errection of superstructure for 2
Nos. B+6 Type 220 KV Transmission Towers including material transportation from Site store.
4,47,951.00
Total Amount. 30,82,447.00
Detailed tender paper, terms & conditions may be obtained from the office of the
undersigned on all working days w.e.f. 15th May,2015 during office hours on payment of Rs.
3,000.00(Rupees Three Thousand) only, in the shape of A/C payee Demand Draft/Banker`s
cheque(non-refundable) drawn in favour of CGM(F&A),APDCL.
Every tender should be accompanied by requisite earnest money of amount as shown
above in the form of “Bank Demand Draft/Banker` cheque” from any nationalised schedule bank of
RBI, pledged in favour of the CGM(F&A),APDCL and also PAN/TAN,VAT/WC-2, Experience
Certificate etc.
a. For Group A work ,Rate to be quoted both in figures & words,in percentage basis(below/
as per/above the schedule of rates for (i) APWD Building(Civil works) for the year 2013-14 (ii)
APWD State High Ways and major District Roads for all divisions for the year 2013-14 as per
Annexure –I.
b. For Group B work Rate to be quoted both in figures & words, item wise as per Annexure
–II.
The Chief Project Manager(PIU/EAP) reserves the right to accept or reject any or all
tenders without assigning any reason thereof, and is not bound to accept the lowest rate.
INSTRUCTION FOR BIDDERS AND SPECIAL TERMS & CONDITIONS
DEFINATION OF SIMILAR NATURE OF WORKS:
Civil Engineering Firms or Contractor having previous experiences of successfully executing works of similar
nature means having experiences in “Construction of Pile Foundation/Well Foundation etc.” &
“Supperstructure Errection of Transmission Towers”
BID INVITATION FOR
a. Construction of Pile foundation at both the Bank of river Buridihing in Margherita(2X4 nos.) for 2 nos. of
220 KV DC Tower and b. Supperstructure Errection of 2 Nos. B+6 Type 220 KV Transmission Towers
including material transportation from Site store.
NIT NO & DATE: 02(Civil)/2015 Dated 12-05-2015
Page-2
EARNEST MONEY
In the form of “Bank Demand Draft/Banker`s cheque” in favour of CGM(F&A),APDCL as shown in the
Tender.
DUE DATE & CLOSING TIME
The Bid will be received upto 14000 hrs of 28th day of May 2015.The opening time of the both”Techno
commercial & Price bids” will be 1500 hrs on the same day and the venue will be the office of the Chief
Project Manager(PIU/EAP),APDCL, 2nd Froor ,Bijulee Bhawan ,Paltanbazar,Guwahati-01.The Bidders or their
authorized representatives will make it convenient to attend the bid opening.
ADDRESS OF TENDERING AUTHORITY
Chief Project Manager(PIU/EAP),APDCL, 2nd Floor, Bijulee Bhawan,Paltanbazar,Guwahati-01.
WHOM TO BE SUBMITTED
Chief Project Manager(PIU/EAP),APDCL, 2nd Floor, Bijulee Bhawan,Paltanbazar,Guwahati-01.
TIME AND COMPLETION OF THE WORK
90(Ninety) days from the date of signing the ‘Tender Agreement’.
VALIDITY PERIOD OF OFFER
Bidder should keep their bid or offer valid for a minimum period of one hundred eighty (180)days reckoned
from the due date of submission.
INTEREST ON EARNEST MONEY
Tenderer shall not claim any interest on Earnest Money Deposit.
EXPERIENCES
Having experiences during the period with effect from 1st May,2010 to 30th April,2015 i.e. for last 5(Five)
years.
(The Bidder should furnish their experiences in performing similar nature of work from competent
Authority/Department.
ELIGIBILITY CRITERIA
1. The bidder shall furnish Certificates and testimonials in support of credentials of the bidder`s
organization
2. The bidder shall furnish details past experience along with present works in hand with awarded
amount and progress report of work.
3. The bidder shall furnish brief write up and Bar chart on methodology to carry out the assignment, if
awarded.
4. The bidder shall furnish details of manpower to be engaged for the assignments.
5. The bidder shall furnish any other information related with the bid which will facilitate for evaluation
of the bid.
6. The bidder shall furnish certificates in support of performance of bidder from an officer of utility not
below the rank of Superintending Engineer.
7. The bidder shall furnish certificate of labour registration from Govt of Assam.
8. The bidder shall furnish details of personal establishment, plant, equipments & Machineries, vehicles
etc.
FINANCIAL CRITERIA
1. The bidder shall furnish Average annual turnover of the bidder for for last three consecutive financial
years and annual turnover should be certified by a registered Chartered
Accountant. The audited balance sheets, profit & loss accounts and the cash flow accounts are
required to be submitted as evidence. Average ATO should not be less than ……….Lac.
2. The bidder shall furnish latest sales tax registration and clearance certificate and valid labour license.
3. The bidder shall furnish copy of PAN Card. In case of Firm the Card must be in the name of the firm. If
it is a joint venture copy of PAN card of both the partner must be submitted.
Page-3
4. Joint venture agreement should be a registered one or certified by Notary. The Power of Attorney
should be a registered one.
5. The bidder shall furnish formal authority for signing the tender or tender documents on behalf of the firm /individual must be submitted along with the bid. 6. The bidder shall deposit Earnest money as mentioned.
7. The bidder shall furnish Bank Solvency Certificate.
8. The bidder shall furnish Income Tax clearance certificate or last three year return.
9. The bidder shall furnish latest valid money receipt from the Department of Labour along with Labour
License.
TECHNO COMMERCIAL BID
Techno Commercial bid is a first part of the bid which includes:-
1. Earnest money as shown in the form of Bank Demand Draft/Banker`s cheque“ in favour of
CGM(F&A),APDCL”.
2. Caste certificate(if bidder is falling under ST,SC,OBC category)
3. Experience .
4. Certificate of Average annual turnover for last three consecutive financial years from a registered
CA/appropriate authority.
5. Copy of licenses.
6. VAT registration certificate.
7. Photo copy of PAN Card.
8. Bank Solvency certificate.
9. Details of Manpower to be engaged/Labour License.
10. Methodology of the work.
11. List of Tools & Plants and vehicle.
12. Copy of WCT registration.
13. Copy of Companies/Bidders profile.
Note:
PRICE BID
Price bid is a second and most important part of the bid. For submission of price bid ,separate envelope
along with the format as “Annexure-I” for Group A work , and annexure II for Group B work , enclosed
along with the tender document are to be duly filled up and signed as directed as per Sl.no. 13 of General
T&C of this Bid document.
N:B: Both Techno-Commercial & Price bids will be opened on the same day as mentioned in NIT
REFUND OF EARNEST MONEY
Earnest money will be refunded to the unsuccessful bidders after finalization of the tender and in case of
successful bidders, the EMD will be refunded only after successful completion of work and after expiry of
security period.
FORFEITURE OF EARNEST MONEY
Earnest money submitted will be liable to forfeiture: (i) if successful bidders fail to accept Purchase
Order/LOI issued within offered validity period of 180 days, (ii) If any cartel is formed by the tenderer in
their quotation,(iii) in case of failure to supply material by supplier as per delivery schedule/or failing to
start the work allotted to the firm.
GENERAL TERMS & CONDITIONS OF THE TENDER DOCUMENT
(1) The work should be carried out as per the latest General Terms & Condition of APDCL.
Page-4
(2) All tenders shall have to be submitted under sealed covers addressed to the undersigned describing the
Tender Notice No. and name of the work completely and clearly on the top of the cover and Envelope for
Techno-commercial & Price bid should be inserted in main envelope.
(3) Bid must be submitted in two parts as Techno-Commercial bid and Price bid in two separate envelope
super scribing (a) Tender no. (b) Name of bidder with full address & CO,name of the package againt which
the bid is offered.
(4) All tenders shall have to be submitted on or before the last date and time of submission of tender
either by post or in person.
(5) Tenderers desire to submit their tenders by post should do in their own expenses and risk.Tenders to be
posted well in advance so as to ensure that their tenders reach the office of the undersigned on or before
the specified date and time of submission of tenders. The undersigned shall not take any responsibility for
loss, damage, tempering or delay of tenders sent by post.
(6) Tenderers submitting their tenders in person should submit their tenders in the tender box during all
working hours on or before the last date and time of submission of tenders. The tender box shall be kept in
the office chamber of the undersigned or in the chamber of authorized officer.
(7) Tender or their authorized representative may remain present during the opening of the tender.
(8) Every tender should be accompanied by deposit of Earnest money as shown in the Bid document.
(9) Earnest money will be refunded to the unsuccessful bidders after finalization of the tender and in case
of successful bidders, the EMD will be refunded only after successful completion of work and after expiry
of security period.
(10) The security to be taken for due performances of the contract under terms & conditions laid down in
the tender and will be deducted @ 10(ten) % from every interim payment made as account of the works,
until the sum of these deduction and the earnest money are equal to 10(ten) percent of the amount of the
contract.
(11) Schedule caste,schedule tribe and OBC tenderers may deposit 50% of the requisite earnest money on
production of the documentary evidence of their caste issued by the competent authorities only, certified
copies of such caste certificate shall have to be enclosed with the tenders.
(12) (a)All tenderers shall be required to submit certified copies of their up-to-date income tax return along
with their tenders, failing which their tenders shall not be considered.(b) Taxes such as VAT, WCT etc. will
be deducted from Contractor`s bill as per Govt. rule.
(13) a. For Group A work ,rates should be quoted on percentage basis as per /……%
above/…..% below (both in figures and words clearly) of the (i) “Schedule of rates for A.P.W.D.
Buildings (Civil Works) for the year 2013-2014 “ & “Schedule of rates for A.P.W.D state
Highways and major District Roads for all Divisions for the year 2013-2014” in the prescribed
format(ANNEXURE-I) as enclosed in the Price Bid in separate envelope.
b. For Group B work, rate to be quoted item wise(both in figures and words clearly) in
the prescribed format(ANNEXURE-II) as enclosed in the Price Bid in separate envelope.
Page-5
Corrections and alterations of rates if any made are to be properly initialed by the
tenderer, otherwise such tenders shall not be considered for evaluation.Overwriting of rates
shall render a tender for outright rejection. All pages of the tender documents shall have to be
signed by tenderer. No page should be removed.
(14) Rates once tendered shall be fixed & final and binding upon the tenderer and no request for
alteration of rate after the opening of tenders shall be entertained.
(15) The rate quoted shall be valid and fixed for each items of works for any increase or decrease in
quantities as per final work.
(16) Before submission of tenders, each tenderer should carefully examine the specifications, visit the
site of work and fully acquaint himself about the nature and locations of work, quality and quantity of
materials required and their availability, the type of equipments and facilities available in general and
local conditions which may effect the work or cost thereof. Further, they should thoroughly study the
schedule of items for quoting of rates before submission of tender.
(17) Before quoting rate for tender each tenderer should carefully examine the market rates of materials,
labours, equipments etc. where necessary and taxes thereof as per present rules of Govt.
(18) Taxes i.e. income tax, contract tax etc. will be deducted at source as per present rules of Govt.
(19) No Tools & Plants and machineries and store materials will be supplied by the department for
execution of the work. In case any T&P issued to the Contractor, hire charge will be recovered from the
contractor at the prevailing department rates.
(20) All materials, labours, equipments and T&P required in the work shall have to be arranged by the
tenderer from his own sources in the event of allotment of the work to him/them.
(21) Water to be used in the work should be clean and free from all impurities. The tenderer should note
that, no water will be provided to them for the execution of the work from the department.
(22) The department is also not bound to supply power that may be required in the execution of work.
However, subject to the facilities available, the department on payment of tariff applicable at the time
execution of the work may supply power at one point near the work site.
(23) If the successful tenderer withdraws his tender or tenderer refuse to sign the agreement in any
pretend whatsoever within the period between the date of issue of work-order by the department and the
date given for signing formal agreement by him, his Earnest money is liable to be forfeited.
(24) The tenderer should clearly understand that all materials to be utilized in the work must conform the
specification as per norms. No sub-standard materials should be allowed to utilize in the work. Sample of
each and every materials to be brought to the site of work shall have to be get approved by the owner/ site
engineer before hand.
(25) All work shall have to be carried out strictly in accordance with the laid down specifications of the
work and as per the relevant, I.S. code of practice . Unless, otherwise directed by the department, in case
of any variations or
Page-6
contradiction between specifications of the work and I.S. codes, the decision of the undersigned shall be
final and binding upon the contractor.
(26) Firm submitting tender should enclose a certified copy of the Firm’s constitution and certified copy of
the power of attorney authorize a person to operate the contract and should furnish full address of the
partners and the person holding power of Attorney on behalf of the Firm.
(27) Tenderers whose tenders are accepted shall be required to register themselves with the labour officer
of concern district ,employing contract labours as per the prevailing rule of the labour department, Govt of
Assam. A certificate copy of the labour registration certificate shall have to be produced before signing the
formal Agreement in F-2 form by the tenderer (here-in-after will be called as contractor) without which
they will not be allowed to start the work.
(28) No labour under 14(fourteen) years of age shall be employed on the work and all labours under
employed shall be paid at rates not less than prevailing labour rate of G.O A. In the event of any complaint
received from the labours employed or from the labour authorities, payment due to the contractor shall be
withheld and contract may be terminated summarily.
(29) The contract must not be sublet under any circumstances. If any contractor is found in doing so, work
is liable to be terminated.
(30) The discretion for acceptance of the tender will rest with the undersigned who doesn’t bind himself to
accept only the lowest tender or any other tender and reserved the right to reject any or all tenders
received in part of whole without assigning any reason thereof.
(31) Preference in allotting the works will however be given to bonafied contractors having past experience
of executing similar works possessing sound financial capabilities and also design drawing submitted by
them for selection for the specific works.
(32) Documentary evidence of sound financial capability may be enclosed with the tender in the shape of a
certificate to that effect from the Bank Manager of any Nationalized Bank.
(33) The work must be completed in all respect within days/months countable from the date of signing the
tender agreement, failing which penalty as per the rules laid down in the ASEB’s F-2 form shall be made
and the work may eventually be cancelled.
(34) No extension of time shall normally be allowed except on valid and genuine ground.
(35) The specification of the work shall be as per the specification laid down in the bid document but,
certain modifications of work if arises may be considered by the owner only after seeing the site condition
and nature of work. In this respect,approval of owner must be taken beforehand.
(36) Firm shall have to procure cement & reinforcement from the local market from authorized Dealer on
the following conditions.
i) Approved brand of cement ( preferably LAFARGE /AMBUJA ) of manufacture as per specification
conforming to I.S.269,1970.
ii) Prior approval from Executive Engineer in charge of the site or his authorized representatives
shall have to be obtained for utilization of cement brought to the site.
Page-7
iii) The quality of cement purchased will be confirmed by cube test.Purchase documents of
cement/reinforcement /bars shall have to be produced and kept in record with contractor’s bill.
v) Reinforcement/bars conforming to relevant IS code for RCC work are to be used.
vi) The total cost of cement,reinforcement,aggregates etc. and delivery at site shall have to be
borne by the contractor.
vii) For any theft/damage of materials APDCL will not be held responsible in any way. Also for any
loss of human/animal life because of any accident at site APDCL will not be held responsible.
(37) Wherever there is any variation in between the condition of the F-2 form and the above conditions
of the N.I.T., then condition of N I T will over rule the condition of the F-2 form.
(38) Tender must have a validity period of 180days. Tenderer should also note that they might have to
extent the validity dates if desires by the department. The work shall be carried out as per the
specifications and direction of the department.
(39) Extras:- The contractor shall, when ordered in writing by the concerned authority to perform extra
work and furnish extra materials, not required by the Bid invitation or not included in the “bill of
quantities”, but forming an inseparable part of the work contracted for. Extra work and materials will
ordinarily be paid for at the lump sum of unit price/rate stated in the order, whenever, in the judgment of
the concerned authority, it is inavoidable , because of the nature of work or for any other reason thereof,
the extra work and material shall be paid for on the basis of actual necessary cost plus contractor`s profit
as indicated hereunder. The actual necessary cost will include i) market value of materials utilized in the
extra work, including taxes and duties, if any ii) actual cost of handling and transportation of materials,
wherever applicable iii) direct labour charges wherever applicable iv) a reasonable allowance for the use of
contractors plant and equipment, if required and v) the actual charges of facility like electricity etc.
whenever required. Further, contractor`s profit @ 10% will be paid.
(40) a.Rates:- The rates for item shall include the cost of all materials consumed in the work or
incidental to it as well as testing of materials, equipments, labour, supervision, transportation, all kinds of
taxes, insurances, safety measures, power, fuel, storing facility, camp etc and overhead and profit
complete.
b.Taxes:- Taxes as per Govt Rule will be deducted from the Contractor`s bills.
(41) FINAL ACCEPTANCE AND TAKEOVER:-When the terms of the contract shall have been fully completed
with, completing the works in all respect and all the materials, equipments have been installed, tested and
operated to the satisfaction of the department for a period as applicable, the contractor/firm shall notify
the department accordingly and request for final acceptance and takeover of the completed work with
issue the necessary certificate thereafter.
(42) WARRANTY:- The period of warranty by the contractor/firm for the due and satisfactory performance
of work and service of the equipments/installations etc. or the work provided under this contract shall not
be less than 6(six) calendar months, reckoned from the date of takeover by the department. Any latent
defects not disclosed/come up before the date of takeover by the department but disclosed/come up
within the aforesaid warranty period, shall be corrected promptly by the contractor/firm entirely at the
expense of the contractor, failure of which SD money will be forfeited and will attract action under F-2
Form of contract.
Page-8
(43) The undersigned reserves the right to split up the work in any manner and all of the work to a single
tender or amongst several tenders as per his discretion without assigning any reasons thereof.
[N:B: General rules and directions for the guidance of contractors for execution of the works are as per
clause of “A.S.E.B. Schedule III(Accounts), Form no-13”{Form F-2}]
Chief Project Manager (PIU) ADB/EAP
I/We have gone through the above Terms & Conditions carefully and hereby agree to abide by them and
understand that in the event of acceptance of my/our tender by the department above terms & conditions
will be obligatory on me/us.
Yours faithfully,
Date:
-----------------------------------------------
Place: Signature of Tenderer/Contractor, Firm etc.
Full Address for Communication
-----------------------------------------------------
-----------------------------------------------------
Page-9
CHAPTER-II
SAFETY ENGINEERING AND 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:
i) Human life sacrificed.
ii) Temporary and permanent injuries to workers.
iii) Loss of materials resulting from accidents.
iv) Loss of damage to equipment.
v) The cost of workman’s compensation insurance.
vi) Loss of time due to accidents.
Suitable safety programme to be developed to cope with the particular hazards for each
operation the performance of the contract.
2. INSPECTION
To ensure effective enforcement of the rules and regulations relating to safety
precautions, the arrangement made by the contractor shall be opened to inspection by the
Engineer-in- Charge or his representatives.
3. COMPENSATION
No extra charges or additional compensation will be admissible to the contractor by the
department for any work done to comply with the provision of Safety Engineering and Safety Code.
The bid price of the contractor for various items shall include these incidental cost.
Page-10
CHAPTER-III
TECHNICAL SPECIFICATIONS
Details of any item of work to be executed for the work Construction Pile foundation works
at Bank of river Burhidihing at Margherita( Four nos.) Works” ANNEXURE-III and Schedule of rates
for PWD building (Civil, Electrical, Sanitary & Water supply works) for all Divisions under Assam
P.W.D 2013-2014 and as specified in drawings issued by the department, in-charge of the work
may at any time by written order make changes within the general scope of the contract in
drawing, design or specification of works as per the technical norms.
CONCRETE WORK
1. MATERIALS
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 or Low-heat Portland cement conforming to IS: 269
b) Rapid hardening Portland cement conforming to IS:8041
c) Portland Slag cements 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
1.1 Aggregates:
The aggregates used by the contractor for the works shall be conform to IS: 383. Aggregates from
natural sources should be chemically inert, strong, hard, durable of limited porosity, true from
adherent coating clay lumps, coal and coal residues 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 the cost of the contractor, methods of test aggregates in respect of the size, shape,
soundness, mechanical properties and other limitations as mentioned above shall be in accordance
with the latest version of IS:2386(Pt-I to Pt-VII
1.2 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, salt, sugar, organic materials or other substances
that may be deleterious to concrete or reinforcement. Portable Water is generally considered
satisfactory for mixing concrete.
Page-11
1.2.1 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.
1.2.2 The PH value of water shall not generally be less than 6.
1.2.3 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 tannic acid or iron compounds are objectionable.
1.3 Reinforcement:
The reinforcement used by the contractor for the work shall be consist of any of the following, in
compliance with the specifications of respective items of the schedule of work as per the
structural design, and with prior approval of the Engineer-in-charge.
a) Reinforcement shall be of Fe-415 conforming to IS 1786-1979.
b) Detailing reinforcement shall be according to IS 13920-1993.
c) Cold twisted bar conforming to Fe-415
1.3.1 All reinforcement should be free from loose mill scales, loose rust and coats of paints, oil, mud,
or other coating which may destroy or reduce bond. Such undesirable coatings shall remove
before use for the works at the cost of the contractor, Reinforcement shall be stored in such a
manner as to minimize rusting.
2.1 Grade of concrete:
The grade of concrete used for the works as specified in the bill of quantities shall be as
indicated below:
a) Concrete Mix –M 20 & M 35.
2.2 Cover of reinforcement:
The cover of reinforcement have to be as shown in the diagram.
Page-12
CHAPTER-IV
Drawings
Page-13
CHAPTER-V
BOQ
Page-14
Name of work: Group A work: CONSTRUCTION OF PILE FOUNDATION AT BOTH THE BANK OF RIVER BURIDIHING IN MARGHERITA(2X4 NOS): Specifications are as per the Schedule of Rates APWD (Civil) & APWD State High ways and major district roads for the year 2013-2014.
Item Description Unit
Approx. Qty
Specifications of Work: Based on APWD SOR 2013-14(Civil works) 1. REINFORCEMENT: Supplying, fitting and fixing in position reinforcement bars conforming to relevant I.S. Code for R.C.C. work/R.B. walling including straightening,cleaning,cutting and bending to proper shapes and length as per details, supplying and binding with 20G annealed black wire and placing in position with proper blocks, supports, chairs, spacers etc. complete.(No extra measurement for lap,hook,chair,anchor etc. will be entertained in the measurement as they are included in the rate) a. From Primary Producer:TATA (i) Super Ductile (SD) TMT reinforcement bars
Qtl.
137.02
2. TIMBER SHUTTERING(FORMWORK): Providing form of ordinary timber plaking so as to give a rough finish including centering, shuttering , strutting and propping etc.,height of propping and centering below supporting floor to ceiling not exceeding 4 metre and removal of the same for in situ reinforced concrete work in I)Foundation,footings,bases of column,pile cap,raft and mass concrete works etc. (a) Using 38 mm thick plank II)Sides of tie Beams, grade beams etc. at or below ground level (a) Using 38 mm thick plank
Sq M
122.08
3. REINFORCED CEMENT CONCRETE WORKS: Providing and laying plain/reinforced cement concrete works cement, coarse sand & 20mm down graded stone aggregate including dewatering if necessary, and curing complete but excluding cost of form work and reinfor cement for reinforced cement concrete work(form work and reinforcement will be measured and paid separately) (I) Using Mixer Machine (A) In substructure upto plinth level Foundation, footing, columns with base tie and plinth beam, pile cap, base slab, retaining walls, walls of septic tank, inspection pit and the like and other works not less than 100 mm thick up to plinth level. N) Without using admixture, plasticizer M20 grade concrete or Prop. 1:1.5:3
Cu M
19.04
Specifications of Work:Based on APWD State High ways and major district roads,APWD 2013-14 4. Bored cast in situ M35 grade RCC Pile excluding reinforcement complete as per drawing and technical specifications and removal of excavated earth with all lifts and lead up to 1000 Mtr(Pile diameter 1000 mm) with plasticizer (masterplast PL 1/SPL 2 or equivalent), air entering and water reducing plasticizer (masterplast ACPL or equivalent conforming to IS 9103-1999) Pile diameter 1000 mm
Metre
12 Mtr /Pile(for 8 nos. of Piles =96 Mtr)
Page-15 Name of work: Group B work: ERRECTION OF SUPERSTRUCTURE FOR 2 NOS. B+6 TYPE 220 KV TRANSMISSION TOWER INCLUDING TRANSPORTATION FROM STORE AT RIVER BANK OF BURIDIHING IN MARGHERITA: Specifications are based on AEGCL rates of super structure errection for 220 KV D/C Tower.
Sl No
Item Description Unit
Quantity (For 2
nos tower)
Guaranteed Wt. per tower
1 Setting of studs(Sets of four) including transportation and distribution of studs and accessories complete excluding cost of excavation, concreting, back filling for 220 KV B+6 type tower
Set
2X1
2
Errection of super structure including transportation of structure by any means and distribution of structure and accessories from store to the site including supply & fixing of Danger plate, Number plate , Phase plate, anti climbing device but excluding hoisting of insulators, painting etc.
MT 2X8.56 8.56
3
Grounding of Tower with 3 Metre long 25mm Dia GI Pipe including cost of all materials , such as GI pipe,GI bolts and Nuts and washer, Salt, Coke etc. as per specifications
Per Tower
2X1
4 Painting of Towers with bituminous paints of approved quality up to 3 metres from ground level including the cost of paints
Per Tower
2X1
5 Weilding of all Nuts & Bolts up to the bottom cross arm level including all charges of transportations , materials etc. (For B+6 type)
No. 2X1
Page-16
CHAPTER –VI
[Form F-2]
ASEB Schedule III (Accounts), Form no-13
Page-17
CHAPTER –VII
DECLARATION
I/We hereby declare that , I/We shall treat the tender document and other records
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 authorized to communicate the same or use the
information in any mannrer prejuditial to the safety of the state.
Signature of Tenderer/Contractor/Firm etc.
Annexure-I
To
The Chief Project Manager(PIU)
APDCL , 4th Flour, Bijulee Bhawan
Paltanbazar, Guwahati-01
Sub.:- Submission of Tender for Group No. A{Name of work: Construction of Pile foundation at both the
Bank of river Buridihing in Margherita(2X4 nos.)}
Ref.:- Your Tender Notice No.
Sir,
I have gone through all terms & conditions of the above tender and hereby quote my rate for
execution of the above work as shown below:
Item Description
Unit
Approx. Qty
Rate to be Quoted by Bidder(as per clause 13 of Gen. T&C of Tender) at each item
Item Specifications of Work: Based on APWD SOR 2013-14(Civil works) 1. REINFORCEMENT: Supplying, fitting and fixing in position reinforcement bars conforming to relevant I.S. Code for R.C.C. work/R.B. walling including straightening,cleaning,cutting and bending to proper shapes and length as per details, supplying and binding with 20G annealed black wire and placing in position with proper blocks, supports, chairs, spacers etc. complete.(No extra measurement for lap,hook,chair,anchor etc. will be entertained in the measurement as they are included in the rate) a. From Primary Producer:TATA (i) Super Ductile (SD) TMT reinforcement bars
Qtl
137.02
2. TIMBER SHUTTERING(FORMWORK): Providing form of ordinary timber plaking so as to give a rough finish including centering, shuttering , strutting and propping etc.,height of propping and centering below supporting floor to ceiling not exceeding 4 metre and removal of the same for in situ reinforced concrete work in I)Foundation,footings,bases of column,pile cap,raft and mass concrete works etc. (a) Using 38 mm thick plank II)Sides of tie Beams, grade beams etc. at or below ground level (a) Using 38 mm thick plank
SqM
122.08
3. REINFORCED CEMENT CONCRETE WORKS: Providing and laying plain/reinforced cement concrete works cement, coarse sand & 20mm down graded stone aggregate including dewatering if necessary, and curing complete but excluding cost of form work and reinfor cement for reinforced cement concrete work(form work and reinforcement
will be measured and paid separately) (I) Using Mixer Machine (A) In substructure upto plinth level Foundation, footing, columns with base tie and plinth beam, pile cap, base slab, retaining walls, walls of septic tank, inspection pit and the like and other works not less than 100 mm thick up to plinth level. N) Without using admixture, plasticizer M20 grade concrete or Prop. 1:1.5:3
CuM
19.04
Specifications of Work:Based on APWD State High ways and major district roads,APWD 2013-14 4. Bored cast in situ M35 grade RCC Pile excluding reinforcement complete as per drawing and technical specifications and removal of excavated earth with all lifts and lead up to 1000 Mtr(Pile diameter 1000 mm) with plasticizer (masterplast PL 1/SPL 2 or equivalent), air entering and water reducing plasticizer (masterplast ACPL or equivalent conforming to IS 9103-1999) Pile diameter 1000 mm
Mtr
12 Mtr/ Pile( for 8 nos. of piles =96 M)
The rates quoted by me is fixed and final under all circumstances.
Signature of the Contractor
Address:
Contact No.
Annexure-II
To
The Chief Project Manager(PIU)
APDCL , 4th Flour, Bijulee Bhawan
Paltanbazar, Guwahati-01
Sub.:- Submission of Tender for Group No. B{Name of work: Errection of superstructure for 2 Nos. B+6
Type 220KV DC Transmission Towers including material transportation from Site store}
Ref.:- Your Tender Notice No.
Sir,
I have gone through all terms & conditions of the above tender and hereby quote my rate
( itemwise) for execution of the above work as shown below:
Sl No
Item Description Unit Qty(for 2 nos
towers)
Guranteed Wt. per
tower (MT)
Rate to be Quoted by
Bidder(as per clause 13 of Gen. T&C of
Tender) against each item
1 Setting of studs(Sets of four) including transportation and distribution of studs and accessories complete excluding cost of excavation, concreting, back filling for 220 KV B+6 type tower
Set
2X1
2
Errection of super structure including transportation of structure by any means and distribution of structure and accessories from store to the site including supply & fixing of Danger plate, Number plate , Phase plate, anti climbing device but excluding hoisting of insulators, painting etc.
MT 2X8.56 8.56
3
Grounding of Tower with 3 Metre long 25mm Dia GI Pipe including cost of all materials , such as GI pipe,GI bolts and Nuts and washer, Salt, Coke etc. as per specifications
Per Tower
2X1
4
Painting of Towers with bituminous paints of approved quality up to 3 metres from ground level including the cost of paints
Per Tower
2X1
5
Weilding of all Nuts & Bolts up to the bottom cross arm level including all charges of transportations , materials etc. (For B+6 type)
No. 2X1
The rates quoted by me is fixed and final under all circumstancse.
Signature of the Contractor
Address:
Contact No.