1 PWD FORM No. 6A (In case of selling of tender document). GOVERNMENT OF TRIPURA PUBLIC WORKS DEPARTMENT NOTICE INVITING TENDER Separate sealed tenders are invited on behalf of the Governor of Tripura from enlisted contractors of Tripura PWD /TTAADC in appropriate class and from the contractors registered in the appropriate class of MES, Railways, CPWD, P&T & other State PWD experienced in drilling & development of deep tube well (water well) having 183 Mtr. length of tube well assembly or more with drilling rig and also from the registered firms experienced in drilling & development of deep tube well (water well) having 183 Mtr. length of tube well assembly or more with drilling rig in PWD Form 7(seven) for the work. SL. No. 1. NAME OF THE WORK NRDWP schemes in Khowai District, West District & Sipahijala District of Tripura State / Drilling & development of 12 (Twelve) nos. deep tube wells in different places of Khowai District, West District & Sipahijala District with Contractor’s direct rotary drilling rig and other machineries & equipments during 2014-15 ( Gr-II ) DNIT No- 78/SE/DWSC/AGT/2014-15 ESTIMATED COST EARNEST MONEY TIME FOR COMPLETION `45,76,113.00 ` 45,761.00 365 (Three Hundred Sixty Five) Days. 2) For cases where tender document will be sold, the tender documents consisting of details of tenderer’s eligibility criteria, plans, complete specifications, terms & conditions, schedule of quantities of the various classes of work to be done and the set of the conditions of contract(s) to be complied with, can be obtained on or after 02/02/2015 ( to be filled up by the Executive Engineer, Rig Division, Agartala) from the office of the Executive Engineer, Rig Division, Agartala, West District, Tripura or any other offices specified by the Executive Engineer on any working day during office hours up to 18/02/2015 ( to be filled up by the Executive Engineer, Rig Division, Agartala). 3) Tenders which shall always be placed in sealed covers with name of work written on the envelope (for each work separately) will be sold and received by the Executive Engineer, Rig Division, Agartala, West District, Tripura and in the other offices as will be specified by the Executive Engineer, Rig Division, Agartala up to 3.00 P.M. on the 23/02/015 ( to be filled up by the Executive Engineer, Rig Division, Agartala) and will be opened only by the Executive Engineer, Rig Division, Agartala on the 23/02/015 ( to be filled up by the Executive Engineer, Rig Division, Agartala ) at 3.30 P.M, if possible. If the Office happens to be closed on the date of receipt/opening of the tender as specified, the tenders will be received / opened on the next working day if possible at the same time and venue. The tender(s) may be submitted by the tenderer(s) either by post or in person. No late receipt of sealed tenders after the stipulated time and date will be entertained. Any tender received after the closing time and date for submission of tender, shall be returned un-opened. 4) Tender form can be obtained by the eligible tenderers from the office of the Executive Engineer, Rig Division, Agartala, West District, Tripura and any other offices specified by the Executive Engineer, Rig Division, Agartala on payment of a sum of ` 1000.00(one thousand) in cash for each (non-refundable) in any working day during office hours up to 18/02/2015 ( to be filled up by the Executive Engineer, Rig Division, Agartala ) on submission of application in plain paper along with necessary documents in support of tenderers’ eligibility as specified in special terms & conditions herein after. The tender document can also be downloaded from the website www.tenders.gov.in and in that case the cost of the tender document as specified above should be deposited separately along with tender through Demand Draft (non-refundable) on any scheduled bank guaranteed by Reserve Bank of India drawn in favour of the Executive Engineer, Rig Division, Agartala, West District, Tripura. In such case, CONTRACTOR EXECUTIVE ENGINEER 2 necessary documents in support of tenderers’ eligibility as specified in special terms & conditions herein after must be furnished by the tenderer along with the tender. 5) The contractor shall not be permitted for works in the Tripura PWD (responsible for award and execution of contract in which near relative is posted as Divisional Accountant /as an Officer in any capacity between the grades of Superintending Engineer and Assistant Engineer (both inclusive). He shall also intimate the name of persons who are working with him in any capacity or are subsequently employed by him and who are near relatives of any gazetted Officer in the Tripura PWD. Any breach of this condition by the contractors would render him liable for removal from the approved list of contractors of this Department. 6) No Engineer of Gazetted rank or other Gazetted Officer employed in Engineering or Administrative duties in an Engineering Department of the Government of Tripura shall be allowed to work as contractors for a period of two years of his retirement from Government service without the prior permission of the Government of Tripura. The contract is liable to be cancelled if either the contractor or any of his employees is found at any time to be such a person who had not obtained the permission of Government of Tripura as aforesaid, before submission of the tender or engagement in the contractor’s services, as the case may be. 7) Tender form will be sold on submission of documentary proof of tenderer’s Nationality, PTCC / STCC and valid license regarding engagement of workers in the contract works from Labour Department, Government of Tripura. Tender(s), which are not in prescribed printed form as invited by the Executive Engineer, Rig Division, Agartala, West District, Tripura shall be rejected at the opening of tender(s). In case of firms and companies tendering for the work, those firms and companies shall be registered in India. The conditions regarding PTCC/STCC etc. enumerated above will equally apply in case of firms and companies. 8. a) The contractor (s) shall quote the rates and amounts tendered by them both in figures as well as in words. The amount for each item shall be worked out and requisite totals shall be given. When a contractor signs a tender in Indian language the rate and amount shall also be written in that language. In such cases, the rate and amounts tendered shall be attested by a witness. b) Special care shall be taken so that the rates and amounts are always written both in figures and words in such a way that interpolation is not possible. In case of figure, the words ` should be written before the figure and paisa at the end (viz. ` 250.00 p). In case of rate or amount in words, the words Rupees should precede and the word only shall be written at the end (viz. Rupees two hundred fifty and paisa zero only). c) Item(s) for which no rate or price has been entered by the contractor/Agency shall not be paid for and shall be deemed covered by the other rates/prices in the contract. d) When there is a difference between the rates in figures and in words, the rates which correspond to the amounts worked out by the contractor, shall be taken as correct. e) When the amount of an item is not worked out by the contractors or it does not correspond with the rates written either in figures or in words, then the rate quoted by the contractor in words shall be taken as correct. f) When the rate quoted by the contractor in figures and words tallies but the amount is not worked out correctly, the rate quoted by the contractor shall be taken as correct and not the amount. g) All corrections to rates and amounts in the tender shall be initialed by the contractor. Every page including the blank pages of tender document shall be signed by the contractor. 9.a) Earnest money @ 1% of the estimated cost value (ECV) put to tender shall be deposited in favour of the Executive Engineer, Rig Division, Agartala in the following forms :i) Deposit -at- call receipt of a Schedule Bank guaranteed by the Reserve Bank of India. ii) Demand Draft of a Schedule Bank guaranteed by the Reserve Bank of India. The Earnest money must be submitted along with the tender. Earnest Money in any other form will not be accepted. Tender without earnest Money, unless exempted, shall be summarily rejected. b) Contractor(s) exempted from depositing earnest money in individual cases, shall attach with the Tender attested copy of the letter exempting the contractor, from depositing Earnest Money. CONTRACTOR EXECUTIVE ENGINEER an 3 c) The Contractor/Agencies exempted from depositing Earnest Money along with submission of tender by any order of Government of Tripura, will have to deposit 1% of the estimated cost in the shape of Deposit–at–Call as stated in clause 9(a) above in favour of the Executive Engineer, Rig Division, Agartala before issuance of work order. 10) The security deposit will be collected by deductions from the running bills of the contractors at the rate mentioned below and the earnest money will be treated as part of security deposit. A sum @10% of the gross amount of the bill shall be deducted from each running bill of the contractor till the sum along with the earnest money equal to amount of 10% of the tendered value of the work subject to following limit. a) Tendered value up to `100.00 lakh b) Tendered value above ` 100.00 lakh up to `200.00 lakh c) Tendered value above `200.00 lakh : Security Deposit @ 10% subject to maximum of `5.00 lakh : Security Deposit @ 10% subject to maximum of `15.00 lakh. : Security Deposit @10% subject to maximum of `25.00 lakh. 11) Earnest Money of the unsuccessful tenderer will be refunded on finalization of tender or on expiry of validity period whichever is earlier. 12) In case of any tenderer withdraws his tender within the validity period or makes any modification in the terms and conditions of the tender which are not acceptable to the Department, the Government shall without prejudice to any other right or remedy be at liberty to forfeit 50% of the earnest money absolutely. 13) The accepting authority reserves the right to accept / reject any/ all tenders without assigning any reason. 14) Tenders, which do not fulfill any of these conditions or are not complete in any respect, are liable for summary rejection. 15) Canvassing in connection with tenders is strictly prohibited, and the tenders submitted by the tenderer who resorts to canvassing will be liable for rejection. 16) The contractor shall read the specifications carefully before submitting the tender. 17) The whole work may be split up between two or more contractors or accepted in part and not in entirely, if considered expedient. 18) The contractor’s responsibility for this contract shall commence from the date of issue of acceptance order of tender. 19) Letters etc. found in the tender box raising or lowering the quoted rates or dealing with any other point in connection with the tender shall not be considered. 20) Sales Tax, any other tax, Duties, Royalties etc. on materials and works in respect of this contract shall be payable by the contractor and Government will not entertain any claim what so ever in this respect. Tenderer, shall note this at the time of quoting rates and prices. 21) In case the contractor fails to commence the work specified in the tender documents on 15th day or such time period as mentioned in letter of award after the date on which the Engineer –in-Charge issues written orders to commence the work, whichever is later, the Government shall, without prejudice to any other right or remedy be at liberty to forfeit whole of the earnest money absolutely CONTRACTOR EXECUTIVE ENGINEER 4 22) All work shall be carried out in accordance with the Tripura PWD specification and where Tripura PWD specification is silent the specifications of CPWD/ CPHEEO/ CWC/ MORT&H / BIS or if any specified separately will be followed. 23) No labour under 14 years of age shall be employed in the work and all labourers employed shall be paid at the rates not less than those approved by Government of Tripura. Fair wage clause and relevant orders of the Government of Tripura, will be binding on the contractor. 24) All tools, plants and implements required for the construction of the work except those mentioned to be supplied by the Department on hire charges will have to be arranged by the contractor at his own cost. 25) No claim for idle labourers and establishment will be allowed on account of delay in supply of Departmental tools, plants and materials. 26) Contractor shall be responsible for shortage or wastage of Departmental materials if issued to the contractor. 27) Recovery of surplus quantity of materials issued but not returned shall be made from the contractor's bill at double the issue rate of materials. 28) No transfer of earnest money from any amount already at the credit of tenderers (as earnest money or security deposit in connection with the other works) will be allowed. 29) Contractors are to arrange all material for works including stipulated materials, if not available in the store at any time. However, no difference of cost between the market rate & issue rate will be allowed. 30) Contractor shall have to submit working programme with Bar chart within 15 days time of work order for works costing more than `30.00 lakhs. Otherwise his order may be cancelled. 31) No non-Indian national as labourers, who does not possess valid passport and visa will be allowed to work under any contractor, otherwise the contract will be cancelled. 32) The tender for the work shall not be witnessed by a contractor or contractors who himself/themselves has / have tendered or who may and has / have tendered for the same. 33) Failure to observe this condition shall render tenders of the contractors/tenderers as well as those witnessing the tender, liable for summary rejection. 34) Before submitting tenders, the tenderers are to satisfy themselves by actual visit to the site of work as regards the prevailing conditions of approaches and roads and availability of labourers and materials etc. and tenderers submitting tenders shall be deemed to have done so. No claim on the above account will be entertained afterwards. 35) In addition to deduction of Income Tax at source, Tripura Sales Tax / Tripura VAT will also be deducted at source from the contractor(s)at the rates indicated below : R.C.C. bridges/Culvert/ substructure of Bailey bridge : 1.5 % of gross payable amount of running / Final bill. All other works : 4% of the payable amount of running/ Final bill. 36) The tender for the works shall remain open for acceptance for a period of 90 (Ninety) days for the work costing up `50.00 Lacs and 180 (One hundred eighty) days for the works costing above `50.00 Lacs from the last date of submission of tender. CONTRACTOR EXECUTIVE ENGINEER 5 37) Schedule of Payment. a. For work costing up to `1.00 Lakhs : First & Final bill. b. For work costing`1.00 Lakhs to `10.00 Lakhs : Running Account payment bill shall not be less than `1.00 Lakh per bill. c. For work costing ` 10.00 Lakhs to `1.00 Crore : Running Account payment bill shall not be less than ` 2.00 Lakhs per bill d. For work costing `1.00 crore to `5.00 crore. : Running Account payment bill shall not be less than ` 20.00 Lakhs per bill. e. For work costing above ` 5.00 crore: : Running Account payment bill shall not be less than `60.00 Lakhs per bill, 38) In addition to special conditions, general conditions etc, Tripura PWD Form No.7 (Seven) with up to date modifications/additions/corrections will also form a part of the tender. CONTRACTOR EXECUTIVE ENGINEER 6 DECLARATION OF THE TENDERER I / We ……………………………. have perused in detail and examined closely the pamphlets containing general directions and conditions attached to PWD Form 7(Seven) with up to date modifications of directions and conditions etc. and also I / We have personally gone through all the specifications, clauses, conditions attached with the tender document and solemnly declare that I / We will abide by all the rules & regulations, clauses, terms & conditions therein including up to date modifications etc. made in this regard by the PWD, Government of Tripura. I / We do hereby declare that there is no order of any Government department / PSU of Tripura or any other State in India is in force as on the date of submission of tender regarding blacklisting or debarment or suspension prohibiting me / us from continuing contracting business. I / We do hereby declare that, I / We will abide by any penal action such as disqualification or blacklisting or determination of contract or any other action deemed fit, taken by the department against me / us, if it is found that the statements, documents, certificates produced by me / us are false / fabricated. I/We am/are prepared to furnish detailed data in support of all my quoted rates, when called upon to do so without any reservations. I / We enclosed a crossed demand draft/deposit- at-call (bearing No ………………………….. dated:…………………..) for `………… as earnest money not to bear interest along with my/our tender. Signature of the Tenderer CONTRACTOR EXECUTIVE ENGINEER 7 CLAUSE No. 29 (B) It will be obligatory for the Contractor to produce Forest clearance Certificate from the D.F.O having jurisdiction over the area, in respect of extraction of any forest produces for utilization in works under this contract, before final payment and/or/refund of security deposit. If the contractor fails to do so a sum of money towards royalty remaining unpaid by the contractor, if any, as may be specified by the concerned Divisional Forest Officer, will be set -off from any sum of money including security deposit due and payable to the contractor under this contract. CONTRACTOR EXECUTIVE ENGINEER 8 PWD Form No.-7 Government of Tripura Public Works Department Drinking Water Supply and Sanitation State: Tripura Branch: PWD (DWS) Percentage rate tender & contractor for works for the guidance of contractors. (Central P.W.D. Code, Paragraph – 95) General Rules and Directions for the guidance of contractors. 1. All works proposed for execution by contractor will be notified in a form of invitation to tender posted in public places and signed by the Sub-Divisional Officer/Divisional Officer. This form will state the work to be carried out as well as the date for submitting and opening tenders and the time allowed for carrying out the work; also the amount of earnest money to be deposited with the tender and the percentage at which the security deposit shall be deducted from the bills of the successful tenderer. Copies of the specifications designs and drawings and a schedule of quantities and rates of the various descriptions of work and any other documents required in connection with the work signed for the purpose of identification by the Sub - Divisional Officer/Divisional Officer shall also be open for inspection by the contractor at the office of the Sub – Divisional Officer / Divisional Officer during office hours. 2. In the event of the tender being submitted by a firm it must be signed separately by each partner thereof or in the event of the absence of any partner it must be signed on his behalf by a person holding a power of attorney authorizing him to do so such power of attorney to be produced with the tender and it must disclose that the firm is duly registered under the Indian partnership Act. 3. Receipt for payments made on account of work when executed by a firm must also be signed by the several partners except where the contractors are described in their tender as a firm in which case the receipt must be signed in the name of the firm by one of the partners or by name other person having authority to give effectual receipt for the firm. 4. Any person who submits a tender shall fill up the usual printed form stating at how much percent above or below the estimated rates specified in Rule 1, he is willing to undertake the work. Only one rate of percentage more or less of the estimated rates/scheduled rates shall be named. Tenders which propose any alteration in the work specified in the said form of invitation to tender or in the time allowed for carrying out the work or which contain any other conditions of any sort will be liable to rejection. No single tender shall include more than one work but contractors who wish to tender for two or more works shall submit a separate tender for each. Tenders shall have the name and number of the work to which they refer written outside the envelope. 4. A. The rate (S) and/or amount (S) must be quoted in decimal coinage. 5. The Sub-Divisional Officer/Divisional Officer or his duly authorized assistant will open tenders in the presence of any intending contractors who may be present at the time and will enter the amount of the several tenders in a Comparative Statement suitable form, in the event of a tender being accepted a receipt for the earnest money forwarded therewith shall thereupon be given to the contractor who shall thereupon for the purpose of identifications sign copies of the specifications and others documents mentioned in Rule1. In the event of a tender being rejected, the earnest money forwarded with such unaccepted tender shall thereupon be returned to the contractor remitting the same. 6. The Officer inviting tenders shall have the right of rejecting all or any of the tenders and will not be bound to accept the lowest tender. CONTRACTOR EXECUTIVE ENGINEER 9 7. The receipt of an accountant or clerk for any money paid by the contractor will not be considered as any acknowledgement of payment to the Sub-Divisional Officer/Divisional Officer and the contractor shall be responsible for seeing that he procures a receipt signed by the Sub-Divisional/Divisional Officer or a duly authorized cashier. 8. The memorandum of work tendered for and the schedule of materials to be supplied by the Public Works Department and their issue rates shall be filled in and completed in the office of the Sub-Divisional Officer/Divisional Officer before the tender form is issued. If a form is issued to an intending tenderer without having been so filled in and completed he shall request the office to have this done before he completes and delivers his tender Percentage Rate Tender For Works I / We hereby tender for the calculation for the Governor of the Tripura of the work specified in the underwritten memorandum within the time specified in such memorandum at an amount or in figure as well as in words `………………….(Rupees………………………………..……………………… ) only i.e. _______ %(__________________________________ percent) above / below the rates entered in the schedule mentioned in Rule 1 and in accordance in all respects with the specification, design, drawings and instruction in writing referred to in Rule 1 thereof and in Clause II of the conditions of contract and with such materials as are provide for, by and in all other respects in accordance with such conditions as far as applicable. I / We hereby agree to the percentage mentioned above being deducted from/added to the great amount of the bills from work done. MEMORANDUM a) General Description: NRDWP schemes in Khowai District, West District & Sipahijala District of Tripura State / Drilling & development of 12 (Twelve) nos. deep tube wells in different places of Khowai District, West District & Sipahijala District with Contractor’s direct rotary drilling rig and other machineries & equipments during 2014-15. ( Gr-II ) b) Estimated cost: ` 45,76,113.00 c) Earnest-money: `45,761.00 d) Security Deposit: `…………… (As per clause 10 of PWD Form 6A of this tender document) The security deposit will be collected by deductions from the running bills of the contractor at the rates & amount mentioned under clause 10 of PWD Form 6A of this tender document. The earnest money deposited with the tender will be treated as part of the security deposit. e) Time allowed for the work from the 15th day after the date of written order to commence is 365 (Three Hundred Sixty Five) days. CONTRACTOR EXECUTIVE ENGINEER 10 Should this tender be accepted in whole or in part. I/We hereby agree, (i) to abide by and fulfill all the forms and provisions of the said conditions annexed hereto and all the terms and provisions contained in notice inviting tenders so far as applicable and / or in default thereof to forfeit and pay to the Government of Tripura or his successors in office the sum of money mentioned in the said conditions. A sum of `…………………… is hereby forwarded (mode of deposit shall be as per clause 9(a) of PWD Form 6A of this tender document ) as Earnest Money. If I/we fail to commence the work specified in the above Memorandum I/we agree that the said Governor or his successors in office shall without prejudice to any other righter remedy be at liberty to forfeit the said Earnest Money absolutely, otherwise said Earnest Money shall be retained by him towards Security Deposit mentioned against Clause (d) of the above mentioned Memorandum: ii) to execute all the works referred to in the tender documents upon the terms and conditions contained or referred to therein and to carry out such deviations as may be ordered up to a maximum of 30(Thirty) percent at the rates quoted in the tender documents and those in excess of that limit at the rates to be determined in accordance with the provisions contained in Clause 12A of the tender form. I / We agree that should I / we fail to commence the work specified in the above memorandum an amount equal to the amount of the earnest money mentioned in the form of invitation of tender shall be absolutely forfeited to the Governor of Tripura and the same may at the option of the Governor be recovered out of the deposit in as far as the same may extend in terms of the said Bond and in the event of deficiency out of any other money due to me /us or otherwise. Dated the ………… day of …………2014 Signature of the Contractor Witness ……………………………………. Address……………………………………. Occupation ………………………………… Signature of contractor before submission of tender Signature of witness to contractor’s signature The above tender for the sum of `……………(Rupees………………………………. ) only is accepted by me ( Designation of the Officer ) on behalf of the Governor of Tripura. Dated, the ………………. Day of …………2014 Signature of the officer by whom accepted. CONTRACTOR EXECUTIVE ENGINEER hereby 11 Name of Work:- NRDWP schemes in Khowai District, West District & Sipahijala District of Tripura State / Drilling & development of 12 (Twelve) nos. deep tube wells in different places of Khowai District, West District & Sipahijala District with Contractor’s direct rotary drilling rig and other machineries & equipments during 2014-15 ( Gr-II ). Description of Item Item No Drilling and boring pilot hole in any soil strata by 1 drilling rig, collection of soil samples of diffetent strata met with during drilling at various suitable levels, preservation of samples in polythene bags/ sample boxes and disposal of excess soil or mud, including the cost for bentonite, water etc. as required to maintain the pilot hole properly as per specification(IS:2800,Part-I) and direction of the Engineer-in-charge. i) 200 mm dia Reaming of pilot hole to an enlarged bore hole in 2 any soil strata by drilling rig, disposal of excess soil or mud, including the cost for bentonite, water etc. as required to maintain the bore hole properly as per specification (IS:2800,Part-I) and direction of the Engineer-in-charge. i) From 200 mm dia pilot hole to 550 mm bore hole Quantity Unit Price Total amount 2196.00Mts ` 857.80/mtr. ` 18,83,729.00 475.80Mts ` 822.40/mtr. ` 3,91,298.00 ii) From 200 mm dia pilot hole to 460 mm bore 1719.60Mts hole ` 549.00/mtr. ` 9,44,060.00 ` 91.60 per ton ` 8,609.00 3 Loading and unloading of materials by manual means. a) Loading of steel pipes like ERW/GI including specials & fittings etc. by manual means including a lead upto 30 m 300 mm dia ERW pipes (439.20 mts) X 0.07365 ton 32.35ton 200 mm dia ERW pipes (1244.40 mts) X 0.03661 ton 45.56ton 200 mm dia ERW Slotted pipes (439.20 mts) X 0.03661 ton 16.08ton total 93.99ton Sub-Total CONTRACTOR ` 32,27,696.00 EXECUTIVE ENGINEER 12 B/F b) Unloading of steel pipes like ERW/GI including specials & fittings etc. by manual means including a lead upto 50 m 300 mm dia ERW pipes (439.20 mts) X 0.07365 ton 32.35ton 200 mm dia ERW pipes (1244.40 mts) X 0.03661 ton 45.56ton 200 mm dia ERW Slotted pipes (439.20 mts) X 0.03661 ton 16.08ton total 93.99ton ` 95.60 per ton ` 32,27,696.00 ` 8,985.00 c) Haulage of materials by mechanical means excluding loading & Un loading 4699.50t.km i) Surface road 93.99 ton X 50 km. Loading and unloading of materials by manual means. 4 a) Loading of stone aggregate, brick agreegate, Gravels etc. by manual means within a lead upto 50 m Pea Gravels 360.00cum b) Unloading of stone aggregate, brick agreegate, Gravels etc. by manual means within a lead upto 50 m Pea Gravels 360.00cum ` 2.30/ t. km ` 10,809.00 ` 56.80/Cum ` 20,448.00 ` 29.90/Cum ` 10,764.00 c) Haulage of materials by mechanical means excluding 5 6 loading & Un loading 26280.00t.km i) Surface road 360 cumX 1.46 ton X 50km. Washing of enlarged bore hole of 460/550 mm dia in any soil strata by drilling rig, disposal of excess soil or mud, including the cost for bentonite, water etc. as 2196.00Mts required to maintain the bore hole properly including lifting of drill pipes as per specification(IS: 2800,PartI) and direction of the Engineer in charge. Lowering of ERW pipe including painting with anticorrosive bitumastic paints, fixing of MS ring, welding of all joints etc. complete after washing of the bore hole as per specification(IS: 2800,Part-I) & direction of the Engineer-in-Charge (ERW pipes will be supplied free of cost by the department from the departmental storeyard). i) 300 mm dia ERW Housing Pipes. ii) 200 mm dia ERW Blind Pipes. iii) 200 mm dia ERW Slotted Pipes. 7 Providing and fixing of bail plug (made with 8 mm thick MS sheet)by welding with blind pipe including applying of anti-corrusive bitumastic, paint as per specification(IS: 2800,Part-I) and direction of the Engineer-in- charge. i) For 200 mm dia ERW pipes CONTRACTOR ` 2.30/t.km ` 60,444.00 ` 73.10/mtr. ` 1,60,528.00 439.20Mts ` 292.50/mtr ` 1,28,466.00 1244.40Mts ` 234.30/mtr ` 2,91,563.00 439.20Mts ` 244.00/mtr ` 1,07,165.00 12 Nos ` 761.90/each ` 9,143.00 Sub-Total ` 40,36,011 EXECUTIVE ENGINEER 13 B/F 8 9 10 11 12 Providing and fixing of reducing socket (made with 8 mm thick MS sheet)by welding with blind pipe including applying of anti-corrusive bitumastic paint as per specification(IS:2800,PartI) and direction of the Engineer-in- charge. i) 300 X 200 mm dia 12 Nos Shrouding of the deep tube well assembly with washed Pea-gravels ( 2.00 - 4.75 mm effective size)as per specification (IS:4097) & direction of the Engineer-in-Charge ( Pea-gravels will be 360.00cum supplied from the department free of cost from the stackyard in which the Pea-gravels are available). Providing and fixing of housing clamp(made with 12 mm thick MS sheet)by welding with blind pipe including applying of anti-corrusive bitumastic paint as per specification (IS: 2800,Part-I)and direction of the Engineer-incharge. i) 300mm dia 12 Nos Washing and development of tube well by using Air Compressor and testing of the well as per specification(IS:11189)& direction of the Engineer-in-Charge. i) Using Air Compressor of 300-450 CFM output Providing and fixing of Well Cap(made with 8 mm thick MS sheet)by welding with blind pipe including applying of anti-corrusive bitumastic paint as per specification(IS:2800,Part-I) and direction of the Engineer-in- charge. i) For 300 mm dia ERW pipes 12 Nos ` 2,647.30/each ` 31,768.00 ` 517.10/cum ` 1,86,156.00 ` 1,805.70/each ` 21,668.00 ` 23,416.90/each ` 1,625.60/each Grand Total:- 12 Nos ` 40,36,011 ` 2,81,003.00 ` 19,507.00 ` 45,76,113 (Rupees Forty-Five Lac Seventy-Six Thousands One Hundred & Thirteen)Only CONTRACTOR EXECUTIVE ENGINEER 14 SPECIAL TERMS & CONDITIONS AND BRIEF TECHNICAL SPECIFICATIONS 1 TENDERERS ELIGIBLE TO TENDER The tenderers who i) are registered as approved Contractor /Firm/Agency in appropriate class under PWD / TTAADC of Tripura / MES / CPWD / Railway / P&T / Other State PWD having experience in drilling & development of deep tube well (water well) having 183 Mtr. length of tube well assembly or more with drilling rig and / or are registered firm experienced in drilling & development of deep tube well (water well) having 183 Mtr. length of tube well assembly or more with drilling rig and; ii) possess at least 1(one) no. drilling rig and other allied accessories, equipments, machineries etc. capable for drilling & development of deep tube wells with 300mm / 200mm dia. ERW pipe assembly at least up to 244 mtr. depth from BGL as per specifications & conditions of contracts stipulated in the tender document; and iii) possess working capital to undertake works costing `15.00 lac or above and; iv) are not blacklisted or debarred or suspended by any order of any department / PSU in Tripura or in any State in India due to any reason, which is in force as on the date of submission of tender prohibiting them not to continue in the contracting business; and v) posses valid Sale Tax clearance certificate and / or valid VAT clearance certificate and /or valid Sale Tax registration and / or valid VAT registration certificate issued by the competent authority and; vi) posses valid PAN Card and; vii) have complied with the eligibility criteria specified in the tender document; are the eligible tenderers. 2 QUALIFICATION DATA OF THE TENDERER 2.1 The tenderers of above category who are desirous of participating the tender shall furnish legible copies of the following certificates, documents etc. duly attested either by a Group–A officer of State / Central Government or by Notary along with the application for purchasing tender form. The tenderers shall also sign on all the statements, documents, certificates owning responsibility for their correctness / authenticity. This is in supersession of the provisions kept under clause No.7 of PWD Form No. 6A. i) Documents in support of registration as approved Contractor /Firm/Agency in appropriate class under PWD/TTAADC of Tripura / MES /CPWD/Railway/P&T/Other State PWD/Central & State. In case of registered firms, documentary evidence regarding valid registration supported with relevant deed / article of association etc. ii) Details of experiences of the tenderer as prime contractor in successful drilling & development of deep tube well (water well) having 183 Mtr. length of tube well assembly or more with drilling rig & other allied accessories, machineries, equipments etc. This shall be furnished in the shape of satisfactory completion certificate issued by the concerned consignee(s). iii) At least 1(one) no. drilling rig and other allied accessories, equipments, machineries etc. capable for drilling & development of deep tube wells with 300mm / 200mm dia. ERW pipe assembly at least up to 244 mtr depth from BGL as per stipulated specifications & conditions of contract shall remain under the possession of the tenderer at the time of submission of tender. Authentic documents regarding possession of at least 1(one) nos. drilling rig and other allied accessories, equipments, machineries etc. as noted above shall be furnished in details by the tenderer along with the tender. CONTRACTOR EXECUTIVE ENGINEER 15 iv) Availability of working capital for the work (Liquid assets, credit facility and availability of other financial resources such as solvency etc.) to undertake works costing `15.00 lac or above (certificate to be issued by competent authority of any schedule bank in India in favour of the tenderer for current financial year) v) valid Sale Tax clearance certificate and / or valid VAT clearance certificate and /or valid Sale Tax registration and / or valid VAT registration certificate issued by the competent authority in the name of the tenderer. vi) Valid PAN Card of the tenderer. Aforesaid documents shall must be submitted along with tender by the tenderer(s) who have downloaded the Tender Form from the website, duly attested either by a Group–A officer of State / Central Govt. or by Notary and self authenticated by the tenderer concerned. Note: a) If the tenderer is an individual, it shall be signed with his full name and his full address shall be given. In the event of the tender being submitted by a firm, it must be signed separately by each partner thereof or in the event of the absence of any partner, it must be signed on his behalf by a person holding a irrevocable power of attorney authorizing him to do so, such power of attorney to be produced with the tender supported with relevant deed / article of association etc. and it must disclosed that the firm is duly registered under the Indian partnership Act. If the tender is made by a corporation it shall be signed by a duly authorized officer who shall produce with the tender satisfactory evidence of his authorization and such corporation may be required before the contract is executed, to furnish evidence of its corporate existence. b) The successful tenderer will have to enter in to an agreement in PWD Form No.7 (Seven) with the Executive Engineer, Rig Division, Agartala within the time to be informed in writings by the Engineer-in-Charge and failure to do so will lead to forfeiture of the earnest money absolutely to the Government as well as cancellation of acceptance of the tender. Further, it shall be noted that where the conditions / clauses of PWD Form 6A and PWD Form No.7 (Seven) are repugnant to the special terms & conditions mentioned in this tender document, the latter shall prevail and will form the part of the agreement. c) Registration and other relevant documents of the contractor should be valid on the last date of submission of tender as specified in the NIT. In case the last date of submission tender is extended, the registration and other relevant documents of the contractors should be valid on the original last date of submission of tender i.e. as specified in the NIT. 2.2 Successful tenderer must have to submit valid license regarding engagement of workers in the contract works, issued from Labour Department, Government of Tripura in the name of the tenderer, to the tender inviting officer (Executive Engineer, Rig Division, Agartala) within 15(fifteen) days from the date of issue of letter of acceptance of tender. Failing which the Government shall, without prejudice to any other right or remedy, be at liberty to forfeit whole of the earnest money absolutely. 3. ONE TENDER PER TENDERER 3.1 Each tenderer shall submit only one Tender for the work. A tenderer who submits more than one tender will cause disqualification of all the tenders submitted by the tenderer. 4. COST OF TENDERING 4.1 The tenderer shall bear all costs associated with the preparation and submission of his tender and the inviting authority will in no case be responsible and liable for those costs. 5. tender VALIDITY OF TENDER 5.1 Tender shall remain valid for a period of not less than 90(Ninety) days from the last date for receipt of tender as specified in NIT. CONTRACTOR EXECUTIVE ENGINEER 16 5.2 During the above-mentioned period, no plea by the tenderer for any sort of modification of the tender based upon or arising out of any alleged misunderstanding or misconceptions or mistake or for any reason will be entertained. 5.3 In exceptional circumstances, prior to expiry of the original time limit, the Tender Inviting Officer may request the tenderers to extend the period of validity for a specified additional period. Such request to the tenderers shall be made in writing. A tenderer may refuse the request without forfeiture his earnest money deposit (EMD). A tenderer agreeing to the request will not be permitted to modify his tender, but will be required to extend the validity of his E.M.D. for the period of the extension. 6. BID OFFER 6.1 Tenderer shall quote tender rate as overall percentage on the estimated cost value (as specified in the tender document) of this work and also corresponding tender amount in `(Rupee), both in words and figures, at the space provided in page No.9(nine) of this tender document. The quoted rate & amount shall be inclusive of all kinds of applicable taxes, duties, royalties, Cess of both Central & State Government., local body etc, all kinds of transportation charges of stipulated departmental materials as well as other materials to be arranged by the contractor at his own from respective places of delivery to the site of work & also from one work site to another, erection of temporary staging for sinking the tube well & its subsequent dismantling and removal, proper filling up of abandoned pilot hole etc. complete in all respect. All plumbing and temporary incidental works required for completion of the work in all respect, which are not specifically mentioned in the schedule of works shall also be taken in to consideration while quoting the tender rate. There shall not be any ambiguity in respect of quoted tender rate & corresponding tender amount. 6.2 Prior to quoting the rate & amount, the tenderer(s) should get themselves appraised with the interference of all kinds of applicable taxes, duties, royalties, Cess etc. whatsoever of Central & State Government, local bodies etc. and also the applicable Rules & regulations of Government of Tripura being followed in respect of tenders for similar kind of works to avoid any ambiguity. No plea / claim will be entertained in this regard afterwards. 6.3 For the tender less than 15% of the estimated contract value (ECV) of work, the difference between the tendered amount and 85% of the estimated contract value, shall be paid by the Contractor at the time of concluding agreement as an additional security to fulfill the contract through a Bank Guarantee or Demand Draft on a Nationalized Bank / Scheduled Bank in the prescribed format valid till completion of the work in all respect. In case the Contractor fails to comply with this condition of contract, the Government shall, without prejudice to any other right or remedy be at liberty to cancel the tender and also to forfeit whole of the earnest money absolutely. Provision for payment of additional security by the Contractor as above shall also be applicable to the tenderers who are exempted from depositing earnest money in individual case by any order of State / Central Government, PSU etc. No claim / plea of the tenderers in this respect will be entertained. 6.4 Post tender claim of the tenderer(s) for any kind of taxes, cess, duties etc. whatsoever will not be entertained. 6.5 No price escalation for enforcement of administered prices will be allowed for this work. No claim of the contractor in this regard will be entertained. 7. EARNEST MONEY DEPOSIT 7.1 The tenderer shall furnish earnest money along with the tender conforming to the provisions & mode of deposit specified in Clause 9(a) of PWD Form 6A of this tender document. The earnest money deposited by the tenderer will not carry any interest. 7.2 Earnest money deposit shall be valid at least for a period of 6(six) months or more from the last date of of tender as mentioned in the NIT . receipt 7.3 The tenderers exempted from depositing earnest money in individual case by any order of State / Central Government, PSU etc. shall also have to deposit the stipulated amount of earnest money along with the tender in the form as specified in Clause 9(a) of PWD Form 6A of this tender document. This is in supersession of clause No.9(b) & 9(c) of PWD Form 6A of this tender document. CONTRACTOR EXECUTIVE ENGINEER 17 7.4 In general, earnest money shall be deposited by the tenderer in every case. Tender without the earnest money shall be summarily rejected at the time of opening of tenders. No claim/ plea of the tenderers in this respect will be entertained. 8. INCOME TAX 8.1 During the currency of the contract, deduction of Income Tax @2% shall be made from the gross value of each bill of the contract and procedure stipulated under section 194-C(4) of Income Tax Act, 1961 shall be followed. 8.2 Income Tax clearance certificate should be furnished by the contractor (supplier) before the payment of final bill. 9 SALE TAX 9.1 In addition to deduction of Income Tax at source, Tripura Value Added Tax shall be deducted at source from the gross amount of contractor’s each bill according to the rate applicable during currency of the contract as notified by the Government of Tripura. No claim and / or plea of the contractor in this regard will be entertained. This is in supersession of Clause No. No 35 of PWD Form -6A of this tender document. 9.2 The Contractor should produce a valid Sales Tax /VAT Clearance Certificate before the payment of the bill, otherwise payment to the Contractor will be withheld. final 10. As per building and other workers welfare Cess Act 1996 effective from 20-01-07, a levy @1% Cess will be deducted at source from each bill of the contractor. No claim and / or plea of the contractor in this regard will be entertained. 11. PAYMENT 11.1 The contractor is entitled to receive payment on running account bill only after successful completion (including development of tube well) of at least 2(two) nos. deep tube well conforming to stipulated specifications, terms & conditions of the contract in all respect under the certificate to be issued by the Engineer-in-Charge and handing over the same to the department. Payment shall be adjusted for recovery of security deposit for due fulfillment of the contract and liquidated damages, if any in terms of tender conditions. No other payment terms will be entertained. This payment term will supersede the provisions kept under clause 37 of PWD Form-6A of this tender document. 11.2 However, payment for abandoned pilot hole conforming to condition noted hereinafter vide No.18(i) may be made separately, if asked by the contractor and such payment term will also supersede the provisions kept under clause No.37 of PWD Form-6A of this tender document. 11.3 The contractor shall neither be entitled to interest upon any guarantee fund or payments in arrears, nor any balance which may on the final settlement of his accounts found to be due to him. upon 11.4 No advance payment will be made to the contractor and no claim in this regard will be entertained 11.5 In case of over payments or wrong payment if any, made to the contractor due to wrong interpretation of the provisions of the contract, contract conditions etc., such unauthorized payment will be deducted in the subsequent bills or final bill for the work or from the bills under any other contracts with the Government or at any time thereafter from the deposits available with the Government. 11.6 Any recovery or recoveries advised by the Government Department either state or central, due to non- fulfillment of any contract entered into with them by the contractor shall be recovered from any bill or deposits of the contractor. CONTRACTOR EXECUTIVE ENGINEER 18 11.7 The Department will not pay anything separately for transit insurance of any kind of materials required by the contractor for successful completion of this work and thus the contractor will be responsible for the same in all respects. In general, the Department will also not take any responsibility regarding transportation of materials to be arranged by the agency at his own whatsoever including stipulated departmental materials as well. 12. RETENTION 12.1 Security money for the amount as prescribed in Clause 10 of PWD Form 6A of this tender document will be retained by the Department for a period of 12(twelve) months from the actual date of completion of whole works to the full satisfaction of the Engineer-in-Charge conforming stipulated specifications, terms & conditions of the contract in all respects. 12.2 Security money will be retained by the department for an amount as prescribed in Clause 10 of PWD Form 6A of this tender document also in case the contractor is exempted from depositing security money in individual case by any order of State / Central Government, PSU etc. No claim / plea of the contractor will be entertained in this regard. 12.3 On completion of the whole works in all respect, the contractor may substitute the retention security money with an ‘On Demand’ Bank Guarantee from any scheduled bank guaranteed by Reserve Bank of India (RBI) with requisite validity after obtaining prior approval from the Engineer-in-Charge. 13. The Contractor shall make necessary arrangement at his own cost and risk to supply water as required for drilling & development of each deep tube well in all respect and also other installation works as may be required for this purpose. The Contractor shall also dismantle the same including filling up of pits, clearing of sites etc. after completion of work at respective work site at his own cost and risk. 14. The contractor shall have to arrange Drilling rig, Drill rods, Drill bits of every kinds, Air compressor, Welding set etc. of required sizes & capacity and all other tools & plants including operating personals for operating the machineries & equipments whatsoever required at his own effort & cost for successful completion of this work in all respect as per specifications & conditions of the contract. The contractor shall also arrange necessary consumable materials for operating the machineries during work, i.e. diesel, fuel, petrol, grease, lubricants etc. whatsoever at his own effort and cost. 15. Delay in execution of work due to hindrance for breakdown of the drilling Rig or other allied machineries & equipments shall not be considered for extension of time, if the reasons for such break down, as per opinion of the Engineer-in-Charge (whose decision is final & binding on the contractor) are not found beyond the control of the contractor. Further, opinion & decision of the Engineer-in-Charge in respect of reasonability of the period so elapsed for repairing of such machineries & equipments are also final & binding on the contractor. 16 The Contractor shall drill pilot hole of 200 mm dia. up to the depth as decided by the Engineer-in-charge subject to a maximum depth of 244 meters in total. Samples of soil strata met during drilling of pilot at various level should be collected as per specification at an interval of 3(three) mtr. depth and shall be preserved properly by the Contractor for inspection of the Engineer-in-Charge. After completion of boring of pilot hole as per stipulated specifications and as per direction of the Engineer-in-Charge, the contractor shall submit his recommendation for the design of assembly of the tube well to be lowered into the production well. After obtaining the approval of the design of assembly, the Contractor shall start reaming of pilot hole as per stipulated specifications and as per direction of the Engineer-in-Charge for lowering of tube well assembly. But reaming of pilot hole shall not be started until and unless all assembly materials duly approved by the Engineer-in-Charge including Pea-gravels are brought at the site of work. < 17 (i) While recommending the design of assembly, the contractor must ensure that the discharge of the deep tube well will be not less than 2,500(Two Thousand Five Hundred) GPH measured through ‘V’ notch and air compressor at air line depth not exceeding 120(One Hundred Twenty) feet below from existing ground level at work site. Tube well having discharge less than 2,500(Two Thousand Five Hundred) GPH at 120(One Hundred Twenty) feet below from existing ground level will not be accepted by the Department and such tube well will be treated as unsuccessful tube well. No plea / claim of the contractor for such unsuccessful tube well will be entertained by the CONTRACTOR EXECUTIVE ENGINEER 19 department. Moreover, it shall be the full responsibility of the contractor to lift all assembly materials of such unsuccessful tube well those are lowered in the bore well at his own cost and risk. Nothing will be paid by the department for such lifting of assembly materials. In case, the contractor fails to lift the all assembly materials in spite of all feasible efforts and vigorous attempts from his end and if as per opinion of the Engineer-in-Charge it is beyond the control of the contractor, the cost of all departmental materials lost in such unsuccessful tube well will be recovered from the contractor as per issue rates of departmental materials specified at page No.25 of this tender document or as per issue rate of departmental materials prevailing at the time of actual issue to the contractor whichever is higher. Decision of the Engineer- in-Charge in this regard is final and binding on the contractor. 17(ii) In addition to ensure discharge of the deep tube well as specified in 17(i) above, the contractor shall also measure the discharge of the deep tube well at any other depths as per direction of the Engineer-inCharge and same shall be recorded in the litho log sheet for reference of the department. 18 (i) After examining the soil strata collected during drilling & boring of pilot hole, if it is decided by the Engineerin-Charge to declare the work as abandon due to poor water bearing soil strata condition and / or due to nonavailability of water bearing strata, the contractor will be paid for such abandoned pilot hole as per the rate of drilling & boring of pilot hole as stipulated vide Item No.1 in schedule of works at page No.11 of this tender document. Such rate is final and binding on the contractor. Provisions made in Clause 12 of PWD Form-7 (i.e. accepted percentage rate either above or below for this work) will not be applicable on the scheduled rate of Item No.1 while making payment for such abandoned pilot bore hole. However, approval of the concerned Superintending Engineer (whose decision is final and binding) is to be obtained prior to declare the pilot hole as abandoned. 18(ii) As a measure of safety, abandoned pilot holes shall must be properly filled up to ground level with clay/sand/boulders/drill cuttings etc. by the contractor at his own cost & risk as per direction of the Engineer-in-Charge within 1(one) day from the date of declaration of the pilot bore hole as abandon or before shifting of men & machineries from the work site, whichever is earlier. No claim of the contractor in this regard will be entertained. 19 The Engineer-in-Charge will be at his full discretion to direct the contractor to drill the pilot hole up to any depth subject to a maximum of 244 meters in total for each tube well. However, the depth of the pilot hole to be drilled by the contractor may be less than 244 meters as per direction of the Engineer-in-Charge which shall be final and binding. After drilling of pilot hole, the Engineer-in-Charge shall be consulted by the contractor as to whether the bore hole should be converted into production tube well and if so, up to what depth. The contractor shall supply the samples of strata as collected during drilling & boring of pilot hole to the department and also submit his recommended design of tube well assembly including expected minimum discharge of the tube well in a shape of litho log chart. It may take rational time to scrutinize the recommended design of the tube well assembly to accord necessary approval of the same by the Engineer-in-Charge conforming to conditions of the contract. No claim of the contractor will be entertained for such period of time so elapsed in the process of scrutiny and approval of the design of tube well assembly. 20 If it is decided to convert the pilot hole into a production well and recommended design of tube well assembly is approved by the Engineer-in-Charge it is the full responsibility of the contractor for satisfactory completion of the tube well including development. In short, the contractor is not entitled for any payment if he fails to hand over the tube well to the Engineer-in-Charge in complete shape conforming to stipulated specifications, provisions of the contract & conditions of the contract having minimum discharge of 2,500GPH at a depth not exceeding 120(One Hundred Twenty) feet below from the existing ground level of the work site. CONTRACTOR EXECUTIVE ENGINEER 20 21 The contractor shall submit samples of all materials for prior approval of the Engineer-in-Charge which will be arranged at his own effort & cost for utilization in this work. All materials to be used in the work shall have to be got approved by the Engineer-in-Charge prior to utilization and the rejected materials, if any shall be removed by the Contractor from work site within 3(three) days of such rejection at his own risk & cost. 22 The contractor shall arrange all necessary instruments / equipments of approved quality for measuring / checking the discharge, verticality etc. of the tube well at his own efforts & cost. No claim / plea of the contractor in this regard will be entertained afterwards. 23 The Contractor shall be responsible for successful completion of each tube well in all respects conforming to stipulated specifications, conditions of contract etc. To avoid uncontrollable caving, the contractor may lower casing of suitable dia. up to the required depth at his own cost and risk. In general, all sorts of necessary measures shall be taken by the contractor at his own for successful completion of each tube well without any extra claim to the department. 24 TUBE WELL ASSEMBLY 24.1 All assembly pipes of the deep tube well namely Housing pipe, Blind pipe, Slotted pipe will be issued by the Department at free of cost to the contractor from departmental stack yard located at Agartala / Dharmanagar and Pea-gravels will be issued by the Department at free of cost to the contractor from departmental stack yard located within 8km. radius from Agartala. The deep tube well assembly shall consist of the following sizes of pipes & strainers and shall be assembled & lowered as per assembly design recommended by the contractor and duly approved by the Engineer-in-Charge. i) Housing pipes ii) Blind pipes iii) Slotted pipes = 300 mm / 200 mm dia. ERW pipe. = 200 mm dia. ERW pipe. = 200 mm dia. ERW pipe. 24.2 The pipes supplied by the Department may be screwed or plain end. The contractor should make necessary jointing arrangement of pipes with socket / welding or both as directed by the Engineer-in-Charge and accordingly the contractor shall arrange required materials like M.S. ring, guide rods etc. of approved quality and sizes at his own effort and cost. 24.3 The blind pipes shall be connected to the housing pipe by means of reducer of approved quality which is to be arranged by the contractor at his own cost & risk. A bail plug of approved quality shall be provided & fitted at the bottom of well assembly. To keep the tube well closed, a well cap of approved quality shall also be provided & fitted on top of housing pipe firmly at contractor’s risk and cost as per direction of the Engineer-inCharge. A set of housing clamp of approved quality shall also be provided at the ground level at contractor’s risk and cost, so that the assembly may not fall down. 24.4 Prior to lowering of tube well assembly, the contractor shall have to ensure at his own cost and risk that both inside & outside of all the pipes & fittings of well assembly (both the stipulated assembly pipes issued by the department as well as other pipe fittings arranged by the contractor) are painted with two coats of approved quality anticorrosive bitumastic paint which is not harmful for conveying drinking water. 24.5 The installation of tube well assembly shall be done in such a way so that the top of housing pipe shall remain exposed above the ground level as directed by the Engineer-in-Charge according actual site conditions, however such exposed portion of house pipe above the ground level shall not be less than 45cm. in length in any case. 24.6 The contractor shall take all sorts of precautionary measures & arrangements at his own to ensure that there is no damage to the strainer or other pipes of the assembly at the time of lowering, development and also during the period of operation of the deep tube well at later stage. 24.7 After completion of drilling operations at each work site, the ground conditions shall be made good by the contractor at his own efforts & cost as it was before the start of the work as per direction of the Engineer-inCharge. No claim/plea of the contractor in this regard will be entertained. CONTRACTOR EXECUTIVE ENGINEER 21 24.8 After completion of drilling operations at each work site, mud pit and channels as constructed for sinking of tube well shall be properly filled up by the contractor at his own efforts & cost as per direction of the Engineer-in-Charge. No claim/plea of the contractor in this regard will be entertained. 24.9 During construction of each tube well, the surrounding area of the well shall be protected by way of erection of barbed wire fencing or any other suitable barrier by the contractor at his own efforts & cost as safety measures as per direction of the Engineer-in-Charge without any extra claim. 24.10 The contractor shall display a sign board at his own cost & risk near each tube well during its construction / rehabilitation period which shall consist the following information. a) Complete address of the drilling agency. b) Complete address of the user agency / owner of the tube well. 25 GRAVEL PACKING Filling of pea-gravels in the annular space between pipe assembly & bore hole shall be started from the bottom of the bore hole and shall be continuously packed towards the ground level as required as per direction of the Engineer-in-Charge. The pea-gravels should be washed, cleaned thoroughly and dried prior to utilization in this work at contractor’s effort and cost. The quantity of pea-gravels actually consumed in each deep tube well shall be in and around the quantity of theoretical consumption. 26 VERTICALITY The assembly pipes shall be placed vertically inside the bore hole with tolerance not exceeding the limit as prescribed in relevant IS code failing which the work shall be rejected. Thus, the contractor shall have to bore the well hole & lower the tube well assembly at his own efforts and risk. Verticality test must be carried out by the contractor with standard equipments as per the relevant BIS Code. The test report shall be submitted to the Engineer-in-Charge duly signed by the contractor in quadruplicate. 27 DEVELOPMENT OF DEEP TUBE WELL 27.1 Development of the tube wells shall be carried out with the aid of air by air compressor of stipulated capacity as per direction of Engineer-in-Charge. Air shall be blown inside the tube well intermittently and such blowing shall continue at least for fourteen minutes at a stretch followed by an equal period of shut down. 27.2 The development by air compressor shall be considered as complete when the expected discharge of water is obtained from the tube well and the water is free from sand and silt with tolerance of 10 ppm (i.e. 10 ppm by volume in a sample collected after an hour of continuous run of air compressor). If the water level and discharge are found fluctuating during finding out the discharge through air compressor, development of the tube well shall be carried out until the discharge and water level is steady. Tube well shall be developed by surging including washing, agitating and by pumping. The development shall be done for the full length of the strainer as per direction of the Engineer-in-Charge. 27.3 Development (for testing of performance of the deep tube well & quality of water) by Air Compressor of stipulated capacity as per direction of Engineer-in-Charge shall be conducted in presence of the Engineer-inCharge who shall issue a written completion certificate to the contractor that the development of the tube well has been done satisfactorily as per stipulated specifications & conditions. 27.4 During development of deep tube well, the period of operation of compressor should not be less than 20 hours. However, the compressor shall have to run beyond 20 hours if required, till the water of the deep tube well is free from sand, silt, & any foreign materials etc. as narrated in condition No. 27.2 above. Necessary certificate of sand and silt free water for each tube well is to be submitted by the contractor including completion certificate issued by the Engineer-in-Charge before making payment. 27.5 The contractor will maintain a register showing the actual operation of the compressor for development of each deep tube well (showing the date wise operation hours) and is to be got checked by the Engineer-in-Charge or his authorized representative. CONTRACTOR EXECUTIVE ENGINEER 22 28 The entire work shall be carried out in accordance with the IS 2800-1964 (reprinted in September/1967) on code of practice for tube well construction and Manual on ground water and tube wells published by the Central Ground Water Board. The work should also be carried out as per good practices adopted in similar type of work by any Government Organization, if felt necessary by the Engineer-in-Charge. 29 Development of work sites, if any required for suitable placement of the drilling rig etc. for drilling & development of deep tube wells shall be done by the contractor at his own cost and risk. 30 The contractor should keep close contract with the Engineer-in-Charge in regards to issuance of stipulated Departmental materials. The drilling programme should be in conformity with the availability of stipulated departmental materials. The department will not entertain any claim of the contractor for idle establishment owing to non-availability of stipulated departmental materials. 31 In case, any departmental materials is / are lost and /or damaged during the process of lowering of tube well assembly and the contractor fails to lift such assembly materials in spite of all feasible efforts & vigorous attempts from his end and if as per opinion of the Engineer-in-Charge (which is final and binding) it is found beyond the control of the contractor, the cost of all departmental materials so lost and/or damaged will be recovered from the contractor as per issue rate of materials stipulated in page No.24 of this tender document or as per issue rate of departmental materials prevailing at the time of actual issue to the contractor whichever is higher. However, if the Contractor is found directly / indirectly responsible for such loss and /or damage of departmental materials may be due to negligence in operation /maintenance of drilling machineries & equipments and/ or negligence/callousness/ inability of contractor’s staff & labourers etc. whatsoever, in such cases, cost of departmental materials so lost and /or damaged will be recovered at double the issue rates of materials as stipulated in page No.24 of this tender document. No claim of the Contractor in this regard will be entertained. 32 The quantities of work given in the schedule of items are approximate and subject to deviation depending upon the soil strata conditions under which the works are actually to be carried out. The contractor shall have to carry out the deviated works and payment to the contractor for such deviated works will be regulated as per relevant clause(s) of PWD Form 7(Seven). However, this shall not give arise to any extra claim or compensation to the contractor on any account. 33 The contractor shall ensure guarantee in respect of each successful deep tube well for a period of 12(twelve) months from the date of handing over of the same in complete shape to the department. If any defect regarding construction, workmanship etc. of the deep tube well are occurred / found during the guarantee period as above, the same shall have to be rectified by the contractor at his own cost and risk. 34 The contractor shall extend all possible facilities to the workers of the department or to the workers of others contractors engaged by the department at the same site of work for doing other departmental works. 35 Non-availability of assembly materials at site immediately after reaming of the hole is a source of danger to the tube well due to inherent condition of caving of the hole if it is left over for awaiting materials. Reaming shall not be started by the contractor if all required assembly materials and adequate quantity of pea-gravels duly approved by the Engineer-in-Charge are not arranged by the contractor at respective work site. 36 Drilling and development of deep tube wells stipulated in this tender document are to be executed in different locations in Khowai District, West District & Sipahijala District of Tripura State. Such locations may be at anywhere irrespective of Urban or Rural areas under said Districts. Also, the deep tube wells to be sunk, may be for new drinking water supply scheme or replacement of any existing deep tube well schemes of drinking water supply and /or any other purposes located in above named Districts for necessary utilization by PWD(DWS) and /or any other Departments and Organizations. The locations and sites cannot be specified at this stage, as it will be anywhere within said Districts in Tripura. The locations of Deep Tube well to be sunk will be informed to the contractor by the Engineer-in-Charge or his authorized representative few days advance as reasonable to deploy men and machineries in due course. The intending tenderer shall, therefore, consider all pros and cons as well as all related implications thereof at the time of quoting tender rate. No plea of any kind in this regard will be entertained afterwards. This condition will supersede the provision kept in Clause No.34 of PWD Form No.6A of this tender document. CONTRACTOR EXECUTIVE ENGINEER 23 37 Hindrance cum every day progress Register. The contractor shall also maintain one bounded registered in which all activities like details of every bit of work done, number of various categories of workers engaged, materials used, materials brought to site, details of hindrances effecting delay if any, etc. are to be recorded, so that at any point of time, it can be assessed whether the progress of the work including deployment of required man and materials by the contractor is satisfactory or not. The register shall be got signed by the concerned Junior Engineer every day and by the Assistant Engineer weekly if not possible every day and similarly by the Executive Engineer fortnightly if not possible weekly. If there are incorrect/unacceptable entries, the same shall be recorded in the remarks column by the said officials of the Department. This register will be used as guiding reference for extension of time, if at all claimed by the contractor. 38 An order book shall be kept at the site of the work. As far as possible, all orders regarding the work are to be entered in this book. All entries shall be signed and dated by the Department Officer in direct charge of the work and by the contractor or by his representative. In important cases, the Executive Engineer or the Superintending Engineer will countersign the entries, which have already been made. The order book shall not be removed from the work site, except with the written permission of the Executive Engineer.ill be used as guiding reference for extension of time, if at all claimed by the contractor. 39 If the contractor shall suspend the works or sublet the work without sanction of the Engineer-in-Charge, or in the opinion of the Engineer-in-Charge, the contractor shall neglect or fail to proceed with due diligence in the performance of his part of the contract, the contract will be terminated as per clause applicable to the contract. 40 (i) The Department may terminate the Contract if the Contractor causes a fundamental breach of the contract. (ii) Fundamental breaches of Contract include, but shall not be limited to the following. (a) The Contractor stops work for such a period which is not shown in the work programme stoppage has not been authorized by the Engineer-in-Charge. and the (b) The Contractor is made bankrupt or goes into liquidation other than for a reconstruction or amalgamation. (c) The Contractor fails to replace defective materials within a reasonable period of time determined by the Engineer-in-Charge; and (d) The Contractor has delayed the completion of works by the number of days for which the amount of liquidated damages can be paid as per relevant clause of the contract. maximum (e) If the Contractor, in the judgment of the Department, has engaged in corrupt or fraudulent practices competing for or in executing the contract. (iii) Notwithstanding the above, the Department may terminate the contract for convenience. (iv) If the Contract is terminated, the Contractor shall stop work immediately, make the Site safe and secured, leave the site as soon as reasonably possible. CONTRACTOR EXECUTIVE ENGINEER in 24 SCHEDULE FOR ISSUANCE OF DEPARTMENTAL MATERIALS The materials mentioned under Sl. No.1 to 3 as follows will be issued to the contractor at free of cost by the Department from departmental stack yard at Agartala / Dharmanagar. Pea-gravels (as mentioned under Sl. No.4 below) will be issued to the contractor at free of cost by the Department from departmental stack yard located within 8km. radius of at Agartala. Payment for carriage of the following stipulated materials from departmental stock yard to work site will be guided by the rates of relevant items stipulated in Schedule of Works (vide page No.11 to 14 of this tender document). However, departmental materials once issued on the basis of requisition of the contractor for any work site and afterwards remained unutilized / excess at that work site, no further payment will be made to the contractor for carriage of such unutilized / excess materials from that work site to another work site / departmental stock yard. The contractor shall have to carry such unutilized / excess departmental materials to another work site / departmental stock yard at his own cost and risk without any financial claim to the Department. No plea of the contractor in this regard will be entertained. Therefore, the contractor shall be careful while placing requisition for stipulated departmental materials to utilize at any particular work site. In case of any loss or theft of the issued Departmental materials or in case of inability on the part of the contractor to return the surplus Departmental materials remained unutilized, if any and / or in case of loss at the time of lowering of the materials in the bore hole due to negligence in operation /maintenance of drilling machineries & equipments and/ or negligence /callousness/ inability of Contractor’s staff & labourers etc., the Department will recover the cost of materials at double the issue rates. Sl. No. Description of items 1. 2. Unit Issue Rate of Materials 3. 4. 1. 300 mm dia. ERW pipe Per Mtr. ` 3,567.00 2. 200 mm dia ERW pipe Per Mtr ` 1766.00 3. 200 mm dia ERW slotted pipe Per Mtr ` 2764.00 4. Pea – Gravels Per Cum. (Particle size ranging over 2mm to 4.75mm) ` 8293.00 Note: 1. Issue rate of 200 mm dia. ERW slotted pipe shall be ` 2800.00 per mtr. if issued from departmental stack yard at Dharmanagar. 2. After completion of the work in all respect, return of surplus / unutilized materials, if any to departmental stock yard will be arranged by the contractor at his own cost and risk as directed by the Engineer.-in-Charge without any financial claim to the Department. 3. In case of scarcity or non-availability of pea-gravels in the Departmental stack yard located at Agartala and if Department desires to carry the pea-gravels by the same drilling contractor from other Departmental stack yards located at Udaipur / Ambassa for smooth progress of works, then the contractor shall have to carry the pea-gravels by mechanical road transport from Departmental stack yard located at Udaipur / Ambassa to any work site(s) in Khowai, West & Sipahijala Districts of Tripura as per availability. Payment for such carriage of pea–gravels will be regulated as per rates of relevant items stipulated in Schedule of Works (vide page No.14 of this tender document). No other claim of the contractor in this regard will be entertained. CONTRACTOR EXECUTIVE ENGINEER 25 SETTLEMENT OF DISPUTES 1.1 If any dispute or difference of any kind whatsoever arises between the department and the Contractor in connection with, or arising out of the Contract at stage, whether during the progress of the works or after their completion and whether before or after the termination, abandonment or breach of the Contract, it shall in the first place, be referred to and settled by the Engineer-in-charge who shall, within a period of twenty days after being requested by the Contractor to do so, give written notice of his decision to the Contractor. Upon receipt of the written notice of the decision of the Engineer-in-Charge the Contractor shall promptly proceed without delay to comply with such notice of decision. 1.2 If the Engineer-in-Charge fails to give notice of his decision in writing within a period of twenty days after being requested or if the Contractor is dissatisfied with the notice of the decision of the Engineer-in-Charge, the Contractor may within fifteen days after receiving the notice of decision appeal to the concerned Superintending Engineer of Department who shall after affording opportunity of being heard shall give notice of his decision within a period of thirty days. After Superintending Engineer has given written notice of his decision to the Contractor and no claim to arbitration, has been communicated to him by the Contractor within a period of fifteen days from receipt of such notice the said decision shall remain final and binding on both side. If the Superintending Engineer fails to give notice of his decision, as aforesaid within a period of thirty days after being requested as aforesaid, or if the Contractor be dissatisfied with any such decision, then and in any such case the contractor within thirty days after the expiration of the first named period of thirty days as the case may be, require that the matter or matters in dispute be referred to arbitration as detailed below: SETTLEMENT OF CLAIMS: All disputes or difference arising of or relating to the Contract shall be referred for the adjudication as follows: Claims up to a value of `50,000.00 Claims above `50, 000.00 : Superintending Engineer of another Circle in the PWD, Government of Tripura. : Another Chief Engineer or Arbitrator appointed by the Chief Engineer of PWD, Government of Tripura. The arbitration shall be conducted in accordance with the provisions of Indian Arbitration and Conciliation Act 1996 or any statutory modification thereof. The arbitrator shall state his reasons in passing the award. A reference for adjudication under this clause shall be made by the contractor within six months from the date of intimating the contractor of the preparation of final bill or his having accepted payment whichever is earlier. Only contracts executed in Tripura shall have jurisdiction for any suit arising out of this contract. More particularly no suit shall be instituted or entertained in any court outside the State arising out of contract. CONTRACTOR EXECUTIVE ENGINEER CONTRACTOR EXECUTIVE ENGINEER
© Copyright 2026 Paperzz