Professional Documents
Culture Documents
TENDER DOCUMENT
SECTION – 2
BACKGROUND INFORMATION AND THE PROJECT
1 PROJECT BACKGROUND:-
A surface based water supply project based on surface water has recently been
sanctioned for Sankrail block (including Sankrail food park and part of Domjur,
Panchla&Uluberia-II Block of Howrah District. Water intake and treatment plant (69
MLD Capacity) is proposed to be constructed at Sankrail Block under Howrah District.
The entire Water Supply Project shall overall be under the Executive Engineer, Howrah.
Division, P.H.E. Dte., Govt. of West Bengal, the Superintending Engineer(Civil),
PIU,Purba Medinipur, WBDWSIP, P.H.E. Dte., ADB–TamlukGovt. of West Bengal &
the Project Director, PMU WBPWSP(Purulia), PHE Dte.
Intake System:-
ii. Construction of pipe carriage way of steel structure (Approx 180 mtr length X 4 mwide)
vi. Construction of suitable all weather access road 4.5 m wide from intake to WTP & from WTP to
nearest blac toproad.
vii. Substation campus land development, beautification & arboriculture, Boundary Wall with
concertina fencing, ornamentalgate.
i. Supplying, Laying, fitting, fixing of Raw Water Conveyance pumping main of 1016 mm (ID)
MS ERW pipe of length 2320Mtr. (approx.)&1000mm dia DI pipe length 5000Mtr. (approx.)
with all specials &valve.
ii. Construction of required no. of pipe carrying structure made of steel bridges with suitable
foundation.
i. Construction of Inlet well, Parshall Flume, Flash mixer, Chemical house, Clariflocullators, Filter
house, connecting pipes and channels, Clear water reservoir cum pump house, Back wash tank,
Sludge sump cum pump house, Sludge Pond with recirculation pump house, Sludge drying Bed,
Staff quarter, substation, administrative building with provision of laboratory and
instrumentation roometc.
ii. All electrical and mechanical works for the treatment plant including pump, motor, and internal
wiring, etc. all complete.Installation of transformer and allied instruments, yard lighting is
not within thescope.
iii. PLC/RTU based Instrumentation and controlling devices including SCADA for operation and
control of Intake, water treatment plant, all pumping stations, overhead reservoirs, and ground
level reservoir from control room located in the Administrative Building at WTP. The SCADA
system should also have provision for future extension and should be compatible for
incorporation domestic/ bulk metering system; residual chlorine / turbidity etc analyzers to be
installed on distributionsystem.
iii. Substation Building (except installation of transformer with allied instruments and yard
lighting)
iv. Chlorine Tank Storage room with chlorination arrangements & installation of Chlorine leak
proofdevice.
vi. Store room & Operators’ room with kitchen & toiletarrangement.
vii. Boundary wall, land filling, land development, internal road, surface drain, beautification &
arboriculture in the wholecampus.
3 SHORT SYSTEMDESCRIPTION:
A new intake pump house with fixed jetty over river Hooghly will be constructed away from water
treatment plant (WTP) site to deliver raw water from River Hooghly to inlet chamber of WTP.
Transmission main 1016 mm dia, (10 mm thick) MS pipe& 1000 dia DI pipe have been proposed for
conveyance of 72 MLD raw water from intake pump house to WTP and the same will belaid.
The raw water will be pumped into the water treatment facility and will be received at the Inlet
Chamber of the Water Treatment Plant of 69 MLD capacity proper for removal/reduction of all
objectionable impurities and produce water of potable standards as per the norms laid down in the
CPHEEO Manual of Water Supply & Treatment of Govt. of India and treated water quality goals
describedherein.
For convenience of distribution of treated water, the clear water storage has been envisaged for 60
minutes retention capacity and the same will be constructed.
RAW WATER
As regard raw water quality of river Ganga at the proposed Intake point, samples were collected and
tested and results are presented.
167
1 Turbidity NTU <1 < 1273.9
4 TREATEDWATER
The treated water quality from the Water Treatment Plant to be constructed under this Project shall
conform to the criteria set forth below and also as per relevant IS code.
Treated Water Quality:
6 Dewatered Sludge
Consistency 20% 2%
Executive Engineer
ResourseDivision
Public Health Engineering Directorate
SECTION – 3
INSTRUCTIONS TO BIDDERS
1. SITE
The Intake jetty is to be constructed on river Hooghly at location 7.3 KM away from Treatment Plant
Site. Location of Intake will be in Near Manikpur Ferry Ghat, Manikpurmouza (JL-19) of
Sarenga GP of Sankail block & geographic location will be 22031’55.6” N, 88014’19.4” E. The
raw water will be transmitted through cross country transmission main to Water Treatment Plant
which would be located Bharat Co-operative in the mouza Ramchandrapur JL No 31which is
around 7.3 Km away from intake location Thereafter treated water will be conveyed to GLR at
sankrail food park and OHRs to be constructed of Sankrail block and part of Domjur,
Panchla&Uluberia-II Blockrespectively through cross country transmission main. Drinking water
will be supplied to the entire Sankrail block and part of Domjur, Panchla&Uluberia-II
Blockthrough multi-village distribution system. It is obligatory that Bidders collect all additional
information as required, by visiting the sites before compiling theiroffer.
The bidders are requested to contact The EXECUTIVE ENGINEER, RESOURSE DIVISION,
PUBLIC HEALTH ENGINEERING DIRECTORATE, GOVT. OF WEST BENGAL, P-16, India
Exchange Place, Extn. CIT, Extn. CIT Annex Building 1st Floor.with prior appointment for site visits or
to collect any other site-specific information.
2. INVITATION TOTENDER
The Tender Inviting Authority reserves the right to reject all the tenders or the lowest or any other
tender which in the judgment of Tender Inviting Authority does not appear to be in its best interest,
and the tender shall have no cause of action or claim against the Tender Inviting Authority or its
officers, employees, successors or assignees for rejection of the tender.
All the technical queries pertaining to the tender shall be addressed to:
The Executive Engineer,
RESOURSE DIVISION
PUBLIC HEALTH ENGINEERING DIRECTORATE, GOVT. OF WEST BENGAL,
P-16, India Exchange Place, Extn. CIT, Extn. CIT Annex Building 1st Floor.
3. PRE-BIDCONFERENCE
A pre-bid conference is arranged in the office as mentioned in NIeT. Bidders are advised to attend the
same. Technical queries shall preferably be forwarded at least 7 days in advance before the pre-bid
conference. Site visit should be undertaken by the bidders at their own cost before the pre-bid
conference.
The bidders are requested to contact The EXECUTIVE ENGINEER, RESOURSE DIVISION,
PUBLIC HEALTH ENGINEERING DIRECTORATE, GOVT. OF WEST BENGAL, P-16, India
Exchange Place, Extn. CIT, Extn. CIT Annex Building 1st Floor with prior appointment for site visits or
to collect any other site-specific information.
4. TENDER VALIDITYPERIOD
The tender shall be kept valid for acceptance for a period of one hundred eighty (180) calendar days
from the date of receipt of tender.
5. MAKES OFEQUIPMENT
Acceptable makes of all major equipment are attached with this tender document. Department reserves
the right to ask for any one make from the approved make list. Hence, before placement of order for
any equipment specific make approval of the department is mandatory. Makes of equipment not
specified therein shall be subject to the approval of WBPHED
6. ORIGIN OFEQUIPMENT
7. TAXES ANDDUTIES
a) All taxes and duties as applicable on the Last date of Tender submission (Base date) on
finished goods shall be included in the price quoted. In case of the revised bids if asked for,
the base date shall be the last date of submission of the revised pricebid.
b) All royalty fees, taxes and duties payable on raw materials and other inputs for the production
of finished equipment shall be included in the quotedprice.
a) The royalty fees, terminal taxes, GST and other taxes on the material and in respect of this
contract shall be payable by the Contractor and WBPHED will not entertain any claim in this
respect. In case any new Taxes & Duties are levied after submission of the Bid or during
currency of the contract the same shall also be borne by the successfulContractor.
Tender shall be submitted in English, and all information in the tender shall be in English.
Information in any other language shall be accompanied by its translation in English. Failure to
comply with this may disqualify a tender. Only English text shall begoverning.
West Bengal PHED will not defray any expenses incurred by the Tenderer in tendering.
8. INTERPRETATION OFTENDERS
(a) Should the Tender be found to contain errors such as adding mistakes and discrepancies between rates
and amounts the unit rates/ breakup will be considered as correct and total amount will be adjusted
accordingly. If there is a discrepancy between amounts in figures and words, the amount in words
will be considered ascorrect.
(b) The original copy will be taken as authentic in case of any discrepancies between original and
duplicates.
9. EARNESTMONEY
Rs. 50 lakhs has to be submitted as EMD through State Govt e-procurement portal. And the rest
amount of 2% of quoted value to be submitted as Bank Guarantee by the L1 bidder before execution
of agreement.
In respect of successful tenderer, the Earnest Money of the tender shall be converted as a part of the
Initial Security Deposit. Tenders not accompanied by Earnest Money as required shall be rejected. If
during the tender validity period, the tenderer withdraws his tender, or the successful tenderer fails to
accept the Contract within 30 calendar days after receiving notice of the award of contract and fails to
submit the balance part of earnest money (in form of Bank Guarantee), the Earnest Money shall be
forfeited and the tenderer may be disqualified from tendering for further works with the WBPHED.
10. SECURITYDEPOSIT
The said sum of 2% (Two percent) will be converted as initial security deposit and be adjusted against
subsequent deduction of security deposit from each and every bill.
Remaining security deposit @ 8% (eight percent) will be deducted from each and every bill.
Security deposit to the contractor shall not be refunded before the expiry of 3(three) years after
issuance of the certificate, final or otherwise of completion of the work by the Engineer-in-
charge. Work final will be counted after 6(six) months trial run period.
Provided that the work shall not be deemed to have completed unless the “Final Bill” in
respectthereof shall have been passed and certified for payment by Enginneer-in-charge.
Security deposit of the contractor held with the Government under the provision of Clause 1
hereof shall be refundable to the contractor in the manner provided hereunder:-
i) 30% of the security deposit shall be refunded to the contractor on expiry of 1(one) year
after the issuance of certificate of completion ofwork.
ii) Further 30% of the security deposit shall be refunded to the contractor after expiry of 2
(two) years after the issuance of certificate of completion ofwork.
iii) Balance 40% of the security deposit shall be refunded to the contractor after expiry of 3
(three) years after the issuance of certificate of completion ofwork.
For the operation and maintenance work security money deducted for each year will be
refunded after six months at the end of the successful O&M of the nextyear.
11. PERFORMANCESECURITY
Within 30 days of the receipt of letter of acceptance from the Superintending Engineer, the successful
tenderer shall furnish to EIC, a performance security bond for an amount of 2% (Two percent) of the
contract price in the shape of a demand draft or a Bank guarantee in favour of the
EXECUTIVE ENGINEER, HOOGHLY DIVISION, PHE Dte. This is in addition to the Earnest
Money stated earlier in clause 9. After the successful trial run and commissioning of the water supply
scheme the performance security shall be released without any interest.
A copy of the valid latest Income-Tax Clearance Certificate must accompany the tender.
14. PROFESSIONALTAX
A copy of valid professional tax clearance certificate must accompany the tender.
b) If the tender is made by a partnership firm, it shall be signed by all the partners of the firm above their
full names and current addresses, or by a partner holding the power of attorney for the firm signing the
tender in which case a certified copy of his power of attorney shall accompany the tender. A certified
copy of the partnership deed, current address of the firm and the full name and the current addresses
of all the partners of the firm shall also accompany thetender.
c) If the tender is made by a Limited Company or a Limited Corporation, it shall be signed by a duly
authorized person holding the power of attorney for signing the tender in which case a certified copy
of power of attorney may be required to furnish satisfactory evidence of its existence before the
contract is awarded.
d) All witnesses and sureties shall be persons of status and probity and their full names, occupations, and
addresses shall be stated below theirsignatures.
e) The tenders shall be accompanied by a notarized copy of Income-Tax Clearance Certificate from the
Income-Tax Officer of the Circle and Goods and Services Tax Clearance Certificates of the previous
year.
Tenderers shall carefully examine the Tender Documents and fully inform themselves as to all the
conditions and matters, which may, in any way affect the work or the cost thereof. Should a tenderer
find discrepancies in or omission from the specification or other documents, or should be in doubt as
to their meaning, he should at once address a query to The Executive Engineer, Hooghly Division,
PHED. Any resulting interpretation of the Tender Documents will be issued to all tenderers as an
Addendum/Corrigendum. Verbal clarification and / or information given by any WBPHED official
shall not be binding on WBPHED.
Should the Schedule of Quantities submitted by the tenderer be found to contain errors or
discrepancies, the WBPHED’s Engineer-in-Charge shall point out the same to the tenderer and after
discussions with the tenderer, WBPHED will make such amendments (and no other) as are proper to
resolve the error and discrepancies as aforesaid.
The foregoing procedure may be applied at any time prior to the acceptance of a tender, but the E-in-
C undertake no responsibility for any error or discrepancy which is not discovered during the
Engineer’s examination of tenders.
Should the Schedule of Rates submitted by the tenderer be found to contain errors, the amounts
entered in words shall be considered. Also, the final total amount shall be considered in the
evaluation.
In all cases the figures and amounts mentioned in the original shall be binding.
19. MODIFICATION OFDOCUMENTS
a) Modifications of specifications and extension of the closing date of the tender, if required, will be
circulated through Addendum and / or Corrigendum. Copies of each Addendum/Corrigendum will
be sent to all the tenderers. These shall be signed by the tenderer and shall form a part of the tender
document.
b) The tenderer shall not add to or amend the text of any of the documents except as may be necessary
to comply with theAddenda.
All charges on account of GST and any other Tax as applicable, Excise Duty, etc. and other duties and
levies on material obtained for the works from any source shall be borne by the Contractor.
The Bidders, who meet the tender requirements, shall be considered qualified for opening of financial
envelope.
Tenders shall be deemed to be under consideration from the day of opening of tenders, until such time
as an official announcement of award is made.
While tenders are under consideration, the tenderer’s representatives or other interested parties are
advised to refrain from contacting, and by any means, WBPHED or representatives on matters related
to the tenders under study. The tenderers will not be permitted to change the substance of his tender
after tenders have been opened. These include any post tender price revision or major modification as
defined in Clause 18. Non-compliance with this provision is a cause for disqualification.
The Contract will be awarded to the tenderer whose tender has been determined to be substantially
responsive to the Tender Specifications and found to be the lowest based on the evaluation procedure
given below.
A comparative statement based on the technical and financial qualification and experience of the
agency as well as the Price offered by the agency will be made for acceptance of the Bid and
thereafter award of the Contract to the tenderer. This is applicable for Joint Venture also and either of
the partners will fulfill thecriteria.
If during course of execution of Civil Work any item is deleted or reduced which is now included in
the scope of the Tender, the same shall be deducted at the rate given in the price schedule. In case the
item is not exclusively available in the price schedule, then the rate shall be worked out either as per
existing W.B.P.W.D./W.B.P.H.E Schedule of Rates or actual Rate Analysis, but without any
enhancement. For the items neither available in the price schedule nor in the W.B.P.W.D/W.B.P.H.E
Schedule of Rates, the same shall be worked out based on the market rate.
The Department reserves the right to allot the complete work to a single tenderer.
It shall be incumbent on the successful tenderer to pay stamp duty on the Contract and legal charges
for preparation of the contract agreement.
26. CONTRACTAGREEMENT
The successful Tenderer shall have to execute a Contract Agreement with the Department on WBF
No. 2912 within 7(seven) days of award of contract.
The completion period including six months trial run period for the works shall be thirty six calendar
months. Date of commencement shall be reckoned from the date of issue of work order.
The Performance Guarantee Tests shall be carried out for a period of 72 hours within the six months
trial run period. The necessary chemicals & manpower needed shall be provided by the Contractor
during the Trial Run Period.
The plant will have to be operated and maintained by the Contractor for a period of 5 years counted
from the date of successful commissioning and initial handing over of the Plant to WBPHED after
successful completion of O&M period.
The Plant is considered to be commissioned once the complete system has been in operation with
water for a minimum continuous period of 20 hours with design / partial load. A “Provisional
Acceptance Certificate” shall be issued to the Contractor at this stage. Subsequent to the above the
trial run periodstarts.
Executive Engineer
ResourseDivision
Public Health Engineering Directorate
SECTION 4
CONDITIONS OF CONTRACT
1) Definitions andInterpretations
The following words and expressions used in this section as also in the other sections of these tender
documents shall, unless there is anything repugnant in the subject or context have the hereby assigned to
them except where the contract otherwise refers.
ii) Department means the Public Health Engineering Department, Government of WestBengal.
iii) Chief Engineer, Superintending Engineer, Executive Engineer & Assistant Engineer means
Engineer Officers of the P.H.E. Dte. Designated assuch.
iv) Contractor means the person or persons, firm or company whose tender has been accepted and
who have entered into the contract for the performance of thework.
v) Contract Price means the sum as stated in the letter of acceptance subject to such additions
thereto or deductions there from as may be made under the provisions of the contractdocuments.
vi) Engineer-in-Charge (E.I.C.) means the concerned Executive Engineer, In – Charge of thework.
vii) Drawings means the drawings referred to in the tender documents and any modification of such
drawings approved in writing by the Superintending Engineer or his representatives and such
other drawing as may from time to time be furnished or approved in writing by the
Superintending Engineer or hisrepresentative.
viii) Approved means approved in writing including subsequent written confirmation of any previous
verbal approval and approval means approval in writing including asaforesaid.
x) Site means the land and other places envisaged by the Government where work or works to be
executed and carried out and also to be used for workingspace.
xi) Ground Level means the level of the referred point of exposed surface of the ground as indicated
in thedrawing.
xii) Holiday means a public holiday for the purpose of section 25 of the Negotiable Instrument Act
1881 or such other day on which the office remains closed for theday.
xiv) Specification means specifications referred to in the tender and any modification thereof or
addition thereto as may from time to time be furnished or approved in writing by the
SuperintendingEngineer.
xv) Store means such storage areas including dept. Godown, stack yard etc. maintained by the P.H.E.
Department.
xvi) Temporary Works means all temporary works of any kind required in or about the execution,
completion or maintenance of the work. Permanent works mean the permanent works to be
executed, maintained in accordance with thecontract.
xvii) Tender means the person or persons, firm, or company submitting a tender for the work
contemplated either directly or through a duly authorizedrepresentative.
xviii) Work means all of the works called for or shown in the tender documents, including preparation,
construction, improvement and cleaning of sites including removing of debris etc. and maintained
in accordance with thecontract.
xix) Tests mean such tests as are prescribed by the specifications or considered necessary by the
Engineer-In-Charge.
xx) Cost – The work cost shall be deemed to include overhead cost whether on or off the site and
statutory taxes asapplicable.
2.2 The representative of Engineer-In-Charge shall be responsible to the Engineer-In-Charge and his duties
are to watch and supervise the works and to test and examine any material to be used or workmanship
employed in connection with the works. He shall have no authority to relieve the contractor of any of
his duties or obligations under the contract, nor, to order any work involving delay or any extra payment
by the employer, not to make any variation of or in theworks.
3.2 The Engineer-In-Charge or his representative shall have the power of inspection of all work to be
performed under this contract. All work shall be performed only in the presence of the Engineer-In-
Charge or his representative. In order that inspection services may be provided, the contractor shall
keep the Engineer-In-Charge or his representative posted concerning his operation plans at least one
working day inadvance.
3.3 All work under or in course of execution or executed in pursuance of the contract shall at all times be
open to the inspection and supervision of the Department and its representative. The contractor shall at
all times during the usual working hours, and at all other times at which reasonable notice of the
intention of the Engineer-In-Charge or his representative to visit the works shall have been given to the
contractor, either himself be present to receive orders and instructions or have responsible agent duly
accredited in writing present for thatpurpose.
4) INTERPRETATION CLAUSE
The expression “work” or “works” where used in these conditions shall, unless there be something
either in the subject or context repugnant to such construction, be construed and taken to mean the
works by or by virtue of the contract contracted to be executed whether temporary or permanent and
whether original altered substituted or additional.
8) EXTRAITEMS
8.1 If any extra item of civil work is required to be done due to unforeseen circumstance, the Contractor
shall execute the same and the rates for such items shall be based on the latest PWD/PHE schedule of
rates, Govt. of West Bengal or analyzed on that basis. For non-schedule items, the rates shall be
analyzed based on prevailing marketrates.
8.2 The contractors should visit site before offering their rates. Any item not included or partly included
in the scope or work but essentially needed as per site requirement has to be supplied and fixed
without any extracharges.
9) PRICEBASIS
The prices quoted by the bidders shall be firm till the completion of works in all respects and no
escalation shall be admissible under any circumstances.
Before opening the price bids all the firms will have to give in writing that there is no deviation
whatsoever over the original and subsequent addendum/ corrigendum/ modifications, and the
tenderers strictly are in conformity with the departmental specification including
amendments/accepted deviations, technically as well as commercially.
All the subsequent addendum/ corrigendum/ modifications issued by the dept. will be forming the part
of contract agreement.
Sizes as well as lengths of various pipes and specials and cables etc. on E/M work mentioned in the
NIeT or by the tenderer in their offers will be treated as tentative. Sizes as well as length for pipes and
cables on E/M works based on design parameters mentioned in the NIeT after detailed engineering,
process design etc. as approved by the department shall be applicable for execution without any
change in cost to the WBPHED. This will suppress all other conditions of contract, if any.
Any other item not taken in contract and essentially needed for completion of the Project as per good
engineering practice has to be carried out by the contractor without any extra charge.
While claiming payment, the contractor, shall submit the following document to the Engineer-in-charge
in duplicate.
(i) Invoice indicating details of equipment/ material or work carried out, supply price of such
equipment on value of such work carried out and amountclaimed.
(ii) Inspection report/ test report/ report certifying completion of activity with acceptable results
issued by WBPHED/ ConsultingEngineer-in-charge.
(iii) Report of Inspection/ Test carried out by the Manufacturer or the Contractor, ifapplicable.
(iv) Any other sub details/ documents as may be reasonably specified by the Engineer-in-charge
from time to time during execution of thecontract.
If any section or portion of the work will be taken over separately, the payments herein provided for on
or after taking over shall be made in respect of section or portion takenover.
11) INSURANCE
The Contractor shall arrange for insurance of his workmen and staff as well as transit-cum-storage-cum-
erection insurance right from the date of first dispatch to commissioning of various equipments.
The contractor shall submit the bills for works in each month on or before the date fixed by the Engineer-
in-charge for all the works executed in the previous months. However, for E/M work, the bills shall be
submitted on printed forms of contractor/ firm showing GST no., etc.
The water treatment plant comes under the Security Inspection. The security arrangement during
execution shall be followed strictly.
Each drawing should give the following particulars in the bottom right hand corner:
1) Title ofScheme
2) Name of the Consultants, client (WBPHED) andContractor
3) Title of drawing
4) Scale ofdrawing
5) Date of drawing
6) Revision number and description. The contractor shall be responsible for incorporating all the
comments issued by the Engineer-in-charge / Consultants in the subsequentrevision.
Each drawing shall bear a signature of the authorized Project Manager on behalf of the contractor to the
effect that the drawings - whether his own or for any other source have been checked by the contractor
before submission to the Engineer-in-charge /Consultant.
Any expense resulting from an error of commission or omission in or from delay in delivery of the
drawings and information shall be borne by thecontactor.
All dimensions and levels shall be indicated on the drawings in millimeter and meter respectively.
After review the department / consultant will convey comments which the contractor shall incorporate by
modifying the designs and drawings accordingly.
1.1 In no case will design calculations / drawings be considered complete for acceptance if:
They are not approved and vetted by institutes as mentioned in para -16 as well as duly Signed by
contractor.
They are not thoroughly checked and duly signed in the appropriate places by contractor’s
representative beforedispatch.
Design calculations are incomplete or are shabbily done or are without adequate reference or other
necessary back-updata.
Any comments previously made are not incorporated on revised drawings /calculations
Such drawings / designs as described above shall be summarily rejected and contractor will be informed.
Contractor shall arrange to re-submit the same duly checked, revised and signed. No claim from
contractor for extension of time or for extra costs on this account will be entertained under any
circumstances.
Accuracy of the design, drawing, and execution of work of all Civil and electrical and Mechanical parts
pipe laying shall be the contactor’s responsibility. Approval of designs and drawings by the consultant /
department does not relieve the contractor from any of his responsibilities to the soundness and
satisfactory performance of the structures, plant and functioning. In case any discrepancies are found
even after approval, the same shall have to be amended / modified / incorporated by the contractor
without any additional cost after taking consent of Engineer-In-Charge.
Ownership materials:After payment against supply of materials, if done, ownership will automatically
be shifted to WBPHED but the same will be reissued to the contractor for safe custody at their cost. The
Engineer-In-Charge will have right to visit contractor’s store at any time and no materials / machinery
can be dispatched from this site without EIC’spermission.
23) WORKINGCONDITIONS
The work to be executed as per schedules and specifications under all weather condition. No extra
payment in this score will be entertained by the department.
The schedule will be reviewed and approved by the Engineer-in-Charge and the comments, if any,
shall be incorporated in the network issued for implementation within 10 days from receipt of
comments. The network thus finalized shall form part of the contract and will become the basis for
developing further detailed activitynetwork
25) PROJECTMANAGEMENT
The contractor is required to organize his service in a systematic manner to ensure execution and
completion of the project as per the schedule.
In order to achieve uniformity in execution of the different units of the project the contractor has to
develop Engineering Design Basis and project procedures to be adopted by him. The contractor is
required to carry out his engineering, procurement, tendering, construction, supervision and
management planning, scheduling, monitoring, reviewing, reporting, and overall Project Management
activities as per standard procedure.
All activities to be performed / services to be rendered by the contractor under this contract will be
monitored by the E-I-C and will be subject to periodic reviews by the E-I-C. The contractor shall
facilitate such review/monitoring by the E-I-C.
Immediately after the award of the job, a kick-off meeting will be held to finalize and establish the
modalities and procedures to be adopted for execution of the contract based on the tender document,
commitments made by the contractor and subsequent agreements reached between the E-I-C and the
contractor and subsequent agreement reached between the E-I-C and the contractor during
negotiations. Key members of WBPHED/Consultant and Contractor will attend the kick-off meetings.
This group will address all necessary details and arrangements between the E-I-C and thecontractor.
In this kick-off meeting, it will be endeavored to reach complete understanding with the contractor on
activities, inputs and logic to establish planning documents for implementation and monitoring.
English language and Metric Units shall be used in all documents, drawings, reports, correspondence
etc., under this contract.
Progress Reporting
The contractor shall submit the following progress report on a regular basis for E-I-C’s information /
review.
This report shall be submitted on a monthly basis or as agreed upon, covering overall scenario of the
project. The report shall include, but not be limited to the following:
4) Activities executed, achievements during the month and targets for the followingmonth
7) Annexure giving status summary for material requisitions equipment and materials delivery
contracting andconstruction.
9) Change orderstatus.
10) Constructionphotographs.
29) LUMPSUM PRICE TO COVER ALL ITEMS AND NO EXTRA ITEM WILL BE
PAID.
Contractor should bear in mind that nothing extra over the quoted lump sum price shall be paid on
account of financial implications of all the conditions – General as well as Special – and it will be
treated that necessary financial provision is deemed to have been kept in the lump sum price. Any
contiguous item or any provision /requirement, if not included in the Scope of Work, General and
Special conditions and Specifications, but it is necessary to be provided for the completion of the
plant and for its functional necessity, shall be treated as incidental to the work/project and the same
shall be provided by the contractor within its lump sum schematic tender price and nothing extra as
Extra item shall be paid on thisaccount.
Executive Engineer
ResourseDivision
Public Health Engineering Directorate
SECTION 5
SPECIALCONDITIONS
1 TIME SCHEDULE
The contractor shall furnish a proposed time schedule along with his offer in the form of a Bar
Chart and the work shall be executed strictly as per time schedule given by the firm and approved by
WBPHED as per Section “Documentation Requirements” furnished elsewhere.
Full cooperation and coordination shall be accorded to other agencies working simultaneously for
successful completion of the work.
3 SITE OFFICE
The contractor shall construct a suitable temporary site office at suitable locations and required no.
along the pipeline route for supervisory staff of the department. The contractor will arrange to
provide furnish, equip, clean and maintain the site office. The contractor shall make necessary
arrangement for water, semi-permanent W.C. and electricity for officials/ office. The contractor shall
provide lights and fans, etc. along with necessary new furniture as required. The site offices shall be
erected, furnished and be ready for occupation before start of work. On completion of work and as
directed by Engineer-in-Charge the site office has to be demolished and the areas to be cleared by the
contractor at his own cost and labour. The cost of this shall be deemed to have been included in the
tenderedrate.
Contractor shall have to arrange electrical connection for the power required for construction directly
from power supply authority. Owner/department will issue only a recommendation letter to the
supplying authority in favour of the contractor for getting the electrical connection and all expenses
including energy consumption charges shall be borne by contractor and nothing shall be payable to
contractor on this account. The department is not responsible for any load shading and assurance for
quality power supply from the supplyingauthority.
3.2 GeneratingSet
In case power is not available from the power supplying authority the contractor shall execute the
work by installing generator set and running the same at his own cost.
3.3.1 Contractor shall make his own arrangements for water at sites by drilling and energizing the tube
wells. Water quality standards shall conform to the clauses laid down in latest revisions of relevant IS
Codes.Watersamplestobeusedforconstructionaswellasdrinkingshallbegottestedfromany
authority of PHED before the start of the work and every three months thereafter. The test reports
shall be submitted to the Engineer-in-charge immediately after the same is received from the
laboratory. Agency will bear the cost of water sampletest.
3.3.2 Water used for drinking shall be disinfected by using permitted disinfectants beforeuse.
If the tube-well water is not found suitable for construction and drinking purposes, the contractor shall
have to bring potable water by tankers from outside and all charges towards cost of water and its
transportation shall be borne by the contractor himself and nothing extra shall be paid. However, if
Municipal Water Supply is existed, the contractor may arrange the same for construction and drinking
purpose provided the permission is granted by the municipal authorities. The necessary permission
for taking water connection from the municipal main shall be obtained by the contractor himself and
if granted, he would lay a pipeline from the municipal main up to the site and all distribution lines at
his own expense and nothing extra shall bepaid.
4.1 The contractor shall cordon the area with G.I. sheets painted with Red and white paint as per direction
ofEngineer-in-charge.
4.2 The contractor will provide a board indicating Name of work, Name of contractor, Name of division,
Date of start and date of completion or work, etc., as directed byEngineer-in-charge.
4.3 The contractor will also provide luminous painted “warning notice board” with flickering light
arrangement at least 100 m before the approach to the area on either side where the work is going on.
Nothing extra shall be payable on account ofabove.
5.1 Nothing extra will be paid for clearing the bushes, jungle, grass and small trees etc., at the site of
work.
5.2 No extra payment will be made for any earth work due to collapse / slippage. Excavated surplus earth
will be utilized to make up the required formation levels as directed by Engineer-in-charge within the
plantarea.
5.3 No debris / earth shall be allowed to remain at site of work. Same should be removed regularly
during the progress of work at a place as directed by the Engineer-in-charge and in no case this earth
will become the property of thecontractor.
5.4 Site shall be cleared of all temporary stores / hutments / jhuggies for labour, all debris after
completion of the work or as desired byEngineer-in-charge.
If some of the existing above / below ground structures, services, etc, as called for in the tender / as
directed by Engineer-in-charge are required to be dismantled these structures, shall be dismantled
with extreme care to minimize damage to the materials being dismantled and absolutely avoiding any
structural damage to the work not to be dismantled and to the work already executed. Contractor shall
take adequate precautions including providing temporary support measures, etc. to the existing below
or above ground structures, services, cables, pipes, etc. at no extra cost. Should any damage occur to
such structures, the contractor shall make good the same. The dismantled materials shall be stacked
within the premises as directed by Engineer-in-charge. Unserviceable dismantled materials shall be
disposed off outside the plant to any landfill or low-lying site by the contractor at extra cost to the
department.
7 CONDITIONS FORCEMENT
7.1 The contractor shall procure 53 grade (conforming to IS: 8112) Ordinary Portland cement, as required
in the work from reputed manufacturers of cement, having a production-capacity of one million
tonnes per annum or more, such as ACC, Ultra-tech, Lafarge, etc., as approved by ministry of
Industry, Government of India, and holding license to use ISI certification mark for their product
whose name shall be got approved from Engineer-in-charge. Supply of cement shall be taken in 50
kg. bags bearing manufacture’s name and ISI marking. Samples of cement arranged by the contractor
shall be taken by the Engineer-in-charge and got tested at contractor’s cost in accordance with
provisions of relevant BIS codes. In case test results indicate that the cement arranged by contractor
does not conform to the relevant BIS code, the same shall stand rejected and shall be removed from
the site by the contractor at his own cost within a week’s time of written order from the Engineer-in-
charge.
7.2 The cement shall be brought at site in bulk supply of approximately 50 tonnes or as decided by the
Engineer-in-charge.
7.3 The capacity of the cement godown to store a minimum of 2000 bags of cements shall be constructed
by the contractor at each of the Intake & WTP sites of work for which no extra payment shall be
made. Double lock provision shall be made to the door of the cement godown. The keys of one lock
shall remain with the Engineer-in-charge or his authorized representative and the key of the other lock
shall remain with the contractor. The contractor shall be responsible for the watch and ward and safety
of the cement godown. The contractor shall facilitate the inspection of the cement godown by the
Engineer-in-charge at anytime.
7.4 The contractor shall supply free of charge the cement required for testing. The cost of tests shall be
borne by thecontractor.
7.5 Cement brought to site and cement remaining unused after completion of work shall not be removed
from site without written permission of theEngineer-in-charge.
7.6.1 After completion of the work, the theoretical quantity of cement used in the works shall be calculated
on the basis of statement showing quantity of cement used in different items of works provided in
latest P.W.D. schedule of Rate printed by the WBPWD. In case any item is executed for which the
standard components for the consumption of cement are not available in the above-mentioned
statement or cannot be derived from this statement, the same shall be calculated on the basis of
standard formula to be laid down by the engineer-in-Charge. Over this theoretical quantity of cement,
a variation up to 5% plus/ minus shall beallowed.
8 CONDITIONS FORSTEEL
8.1 The contractor shall procure steel reinforcement bars conforming to relevant BIS codes from main
producers as approved by the Ministry of Steel such as SAIL, TATA, ELEGANT, SHYAM etc. The
contractor shall have to obtain and furnish test certificates to the Engineer-in-Charge in respect of all
supplies of steel brought by him to the site of work. Samples shall also be taken and get tested by the
engineer-in-charge as per the provisions, in this regard in relevant BIS code. In case the test result
indicate that the steel arranged by the contractor does not conform to BIS codes, the same shall stand
rejected and shall be removed from the site of work by the contractor at his cost within a week’s time
from written orders from the Engineer-in-charge to doso.
8.2 The steel reinforcement shall be brought to the site in bulk supply of 10 tonnes or more or as decided
by theEngineer-in-charge.
8.3 The steel reinforcement shall be stored by the contractor at site of work in such a way as to prevent
distortion and corrosion and nothing extra shall be paid on this account. Bars of different sizes and
lengths shall be stored separately to facilitate easy counting andchecking.
8.4 For checking nominal mass, tensile strength, bend test, re-bend test, etc. specimen of sufficient length
shall be cut from each size of the bar at random at frequency not less than that specifiedbelow:
Size of Bar(Cold For consignment below 100 For consignment over 100
Twisted Bar) tones tones
Under 10 mm dia. One sample for each 25 tones One sample for each 40 tones
or part thereof or part thereof
10 mm to 16 mm dia. One sample for each 35 tones One sample for each 45 tones
or part thereof or part thereof
Over 16 mm dia. One sample for each 45 tones One sample for each 50 tones
or part thereof or part thereof
8.5 The contractor shall supply free of charge the steel required for testing. The cost of tests shall be
borne by thecontractor.
8.6 The actual consumption of steel on work shall be regulated and proper accounts maintained. The
theoretical consumption of steel shall be worked out as per procedure prescribed in PWD schedule &
specifications and shall be governed by conditions laidtherein.
8.7 Steel brought to site and steel remaining unused shall not be removed from site without the written
permission of theEngineer-in-charge.
The manufacturer’s test certificates for motors, sluice valves, reflux valves, cables, pumps,
transformers, switch gears, penstock gates and chain pulley block etc. shall be submitted duly signed
by third party and the contractor along with the supply of the equipment. Before supply, inspection of
Electro –mechanical equipment by third party fixed by department shall be done at factory. Materials
will be supplied only after obtaining clearance frominspectors.
10 NUTS ANDBOLTS
All nuts and bolts shall be of galvanized steel material in general, however, depending on the
requirement in some areas stainless steel bolts and nuts to be provided. This should be clearly split out
before execution of work.
11.1 All steel structures installed in the treatment plant shall be given 3 coats of anticorrosive paint of
approved quality over a coat of red-oxide primer of approved brand for protection against H 2S gas or
other obnoxious materials affecting thestructures.
11.2 All the equipment to be supplied and installed under electrical and mechanical parts of the work shall
be painted finally as per original paint and with due approval of theEngineer-in-charge.
12 PUMPFOUNDATIONS
The RCC foundations of all the pumping sets shall be designed adequately as per latest I.S. Codes
keeping in view the load and vibration according to the weight of the equipment including pumps,
motors, valves etc. connected with the pumping unit.
The Spares for the satisfactory operation of the Plant for 2 years normal wear and tear after the
completion of Contractor’s maintenance period of 5 years as per manufacturer’s recommendations
shall be recommended by the Contractor separately, indicating the rate against each item. The cost of
these spares, however, shall not be considered while working out the tendered amount.
Spares, if required during the Contractor’s 5 years maintenance period, shall be provided by the
Contractor and included in his Price for Maintenance.
14 STANDARD MAINTENANCETOOLS
The contractor shall quote standard maintenance tools for the plant and indicate rate against each
item. The cost of these tools, however, shall not be considered while working out the tendered
amount.
15 PUMP HEADCALCULATIONS
16 SERVICEFACTOR
Service factor for gear and gear boxes shall be taken as 2.0
Sluice valves shall be of the same size as that of the pipes on which they are provided. Size of sluice
gates shall be the same as that of the full section of the channel/opening on which the gates are
provided.
18.1 The contractor shall, in all matters arising in the performance of the Contract, conform in all aspects
with the provisions of any National or State Statute Ordinance or other law or any Regulation or
Byelaws of any local or other duly constituted authority that shall be applicable to thework.
18.2 After installation of all electro-mechanical equipment. Contractor will carry out all necessary pre-
commissioning checks and test and furnish total report to the Engineer-in-charge prior to
commissioning.
The Contractor after “Commissioning” shall run the complete scheme for a minimum period of 6
months as a trial run. During the trial run the contractor himself shall do operation and maintenance
by providing adequate staff at his end including maintenance engineer, chemist and other staff. The
trial run shall be done at full load. During this period the contractor to the satisfaction of the Engineer-
in-Charge will remove all teething troubles. The trial run period may be extended in case the
contractor has not suitably attended to all problems as per the instructions of the Engineer-in-Charge
for which no extra amount shall be payable to the contractor. It shall also be noted that the Contractor
shall provide all lubricants, chemicals etc. during the trial run. Electricity and raw Water shall be
supplied free of cost by the WBPHED. The operation & Maintenance period shall begin after the end
of the Trial Run period.Upon successful completion of the Trial Run Period a “Final Acceptance
Certificate” shall be provided byWBPHED.
19.2 PERFORMANCETEST
The Performance Test shall be conducted for a continuous period of 72 hours at any time within the
trial run period. The Contractor shall give the Engineer-in- Charge notice for readiness to conduct the
Performance Test at least 7 days in advance.
The operation & maintenance period (5 years) shall begin upon issue of Final Acceptance Certificate.
During this period the Performance Test may be conducted.
20 MAINTENANCEPERIOD
After the expiry of the successful trial run period and commissioning of the plant, the maintenance
period of 5 years will commence. During this period, the whole scheme will be run and maintained
by the contractor at his own expense by employing experienced operational and supervisory staff
including Engineer, Chemist, etc. The salary of each staff shall be paid and borne by the contractor
and no reimbursement of the expenditure shall be done by the department. During the maintenance
period, the contractor shall maintain the logbooks for all motors and pumps, chemicals consumption
records, unit-wise results of the treated water, record of electricity consumption, etc. The Contractor
at his own cost shall arrange all chemicals and lubricants, E&M spares, valves and specials required
for smooth maintenance. However, raw water and electricity shall be supplied by the department
concerned free of cost during the maintenanceperiod.
Contractor shall arrange for the watch and ward at all installations/work place in his scope of work
during construction, trial run as well as O&M period at his own cost.
21 DEFECTLIABILITY
The Defects Liability period for Civil Works and E&M Equipment shall be till the end of O&M
period. The Contractor shall be responsible for removing defects in the Civil Works and in the E&M
equipment that may be noticed during this period. Such defects shall be removed to the satisfaction of
the Engineer-in-Charge whose decision will be final and binding. The defects in the equipment due to
any reason shall be removed and if the same persists, the equipment shall be replaced with another
equipment of the same make, material, capacity, duty etc. for which no compensation shall be paid by
the department.
The water supply scheme shall be finally taken over by the WBPHED upon issue of the Final
Acceptance Certificate and released to the Contractor for the duration of the operation and
Maintenance Period subject to the following:
22.1 That the contractor shall submit the written affidavit on a non-judicial stamp paper that no dispute
with regard to payment of wages to labour ispending.
1. 3 sets of all “As Built” drawings and designs of Civil and E&M scope of work inCD.
2. Detailed manuals of operation for running of the entire scheme and equipment. He will also make
a special reference to the points in the manual where the department has to pay special attention in
the operation and running of the scheme including preventivemaintenance.
3. Detailed inventory of the various equipment including details such as the make, model, capacity /
duty, drive rating,etc.
4. A model of the entire water supply scheme of the size of 1.5 m x 3.0 m encased in transparent
acrylicbox.
5. The contractor shall also supply two nos. steel drawing racks of size 4’ x 3’3” x 2’9” containing 6
racks with locking arrangement of make Godrej Samsung with rack stand as per the designed
layout of the Bidder. These provisions shall be deemed to have been included in the tenderedcost.
22.3 The Contractor shall during the period of the Operation and Maintenance comprehensively train the
personnel of the client in the operation and maintenance of the water supply scheme. The Client shall
give at least 1 months’ notice to the Contractor for conducting the trainingprogramme.
23 ADDITIONAL SPECIALCONDITIONS
23.1 The contractor has to get the permission from the authorities for plying the trucks for carriage of
materials etc. No claim will be entertained if the Traffic Police restricts the timing and days of
movement.
23.2 The contractor shall have to get all his workers and supervisors insured against the risk of their life for
working in dangerous condition and nothing extra will be payable on thataccount.
23.3 Neither secured advance on material brought at site nor mobilization advance will be paid on civil
side.
23.4 The contractor should protect his work/ material against damage, accident, theft, floods, fire and due
to any other calamity, workers from accident/ death and shall take necessary precautionary and
preventive measures during the course of execution of work. The contractor shall be solely
responsible for any such mishap taking place at site during the execution of work. The contractor
may get his material and meninsured.
23.5 The contractor from his own source at his own cost shall arrange structural steel sections such as tees,
angles, MS rounds, girders, steel plates, chequered plates, and nothing extra will bepaid.
23.6 In case of crossing of Railway /High way, a letter requesting permission for crossing shall be
issued by the department and persuasion in this respect shall be made by the contractor for
obtaining permission from concerned authorities. Necessary fees for permission shall also be
deposited to respective authorities by the contractor. The Department will extend all sorts of co-
operation for obtainingpermission.
Executive Engineer
ResourseDivision
Public Health Engineering Directorate
Bidders are required to fill up all blank spaces in this Bid Form
To
The executive engineer,
Public
health,Engineering
directorate P-16, India
Exchange Place, Extn.
CIT Annex Building 1st
Floor.
1. I/We agreethat
a) if we fail to provide required facilities to the E-I-C or his authorized Representative for carrying out the
inspection and testing of materials andworkmanship.
b) if we fail to incorporate into the Works, materials before they are tested and approved by theE-I-C.
c) if we fail to deliver the outcome according to the conditions/ stipulations of the contract, the E-I-C will be
at liberty to take any action what-so-ever including termination of contract and impose at his absolute
discretion any penalties, or reject the work, as per clauses laid down in contract agreement form no.
WBF-2912 of Govt. of West Bengal.
2. We undertake, if our Bid is accepted to complete and deliver the Works in accordance with the Contract
within 36 months, inclusive of monsoons, from the date of receipt of Letter of Acceptance issued to us by
you.
3. We agree to abide by this Bid for a period of 180 days from the date fixed for receiving the same and it
shall remain binding upon us and may be accepted at any time before the expiry of thatperiod.
4. In the event of our Bid being accepted, we agree to enter into a formal Contract Agreement with you
incorporating the conditions of Contract thereto annexed until such agreement is prepared this Bid together
with your written acceptance thereof shall constitute a binding Contract betweenus.
5. We understand that you are not bound to accept the lowest or any Bid you may receive.
Datedthis dayof
Signature
Witness
Signature :
Name :
Address :
SCHEDULE – I
WORK SCHEDULE
The Bidder shall submit the following along with the bid in sufficient details to enable evaluation of their
grasp of the work and ability to execute it within the Time ofCompletion.
1 ConstructionSchedule
1.1 This shall consist of a detailed bar chart showing in sufficient details completion of various sections
of Work and the date and order in which the Bidder proposes to carry out different parts of the Works.
The bar chart shall indicate the principal quantities of work forecast for execution monthly and
payments expected to be made in connection therewith. In preparation of the programme, appropriate
allowance should be made for loss of time due to inclement weather. This construction scheduleshall
form the basis for preparation of detailed MS project to be furnished after the award of the Contract.
This chart will be read in conjunction with the requirements laid down in Volume II
DOCUMENTATION REQUIREMENTS for making interim payments.
N B: Work of Intake Jetty shall be taken up first before commencement of all other works.
The bidder shall keep above in view while preparing his Work Schedule.
------------------------------
SIGNATURE
------------------------------
NAME
------------------------------
DESIGNATION
------------------------------
COMPANY
------------------------------
COMPANYSEAL
DATE
SCHEDULE – II
METHODOLOGY
(This Bidder shall submit a Method Statement i.e. a write up with full technical particulars indicating the
method of construction)
------------------------------
SIGNATURE
------------------------------
NAME
------------------------------
DESIGNATION
------------------------------
COMPANY
------------------------------
COMPANYSEAL
DATE
SCHEDULE –III
SUB CONTRACTORS
The bidder shall enter in this Schedule a list of the sections and appropriate value of the work for which he
proposes to use sub-contractors together with the names and addresses of the proposed sub-contractors. The
bidder shall also enter a statement of similar works previously executed by the proposed sub-contractors,
including description, location and value of work, year completed, and name and address of the
employer/engineer. The successful Contractor may propose new sub-contractors after award of the job. The
above information shall be supplied for such sub-contractors and the approval of the E-in-C shall be obtained.
Notwithstanding such information the bidder, if awarded the Contract, shall remain entirely and solely
responsible for the satisfactory completion of the works.
------------------------------
SIGNATURE
------------------------------
NAME
------------------------------
DESIGNATION
------------------------------
COMPANY
------------------------------
COMPANYSEAL DATE
SCHEDULE – IV
LIST OF RECOMMENDED SPARE PARTS
The Bidder shall give below a list of spare parts offered for three years requirement and include in Bill of
Quantity.
------------------------------
SIGNATURE
------------------------------
NAME
------------------------------
DESIGNATION
------------------------------
COMPANY
------------------------------
COMPANYSEAL DATE
All unused spare parts shall become employer’s property at the end of operation and maintenance
period.
Prices of all above items are deemed to be considered lump sum prices and no separate payment shall
be made.
Any additional spare parts required for O & M but not covered in the above list shall be supplied by
the contractor free of cost to theemployer.
SCHEDULE – V
LIST OF MAINTENANCE TOOLS AND TACKLES
The Bidder shall give below the list of special maintenance tools and tackles offered by him and included in
the prices quoted by him.
------------------------------
SIGNATURE
------------------------------
NAME
------------------------------
DESIGNATION
------------------------------
COMPANY
------------------------------
COMPANYSEAL DATE
In case any additional tools & tackles is required by the contractor for O & M but not included in the
above will be supplied by the contractor free of cost to theemployer.
The contractor shall hand over all the maintenance tools & tackles in good condition to the employer at
the time of handing over the works on expiry of O & MContract.
SCHEDULE – VI
ESTIMATED CONTRACT PAYMENTS
(i) The bidder shall mention only percentage and not actualamount
(ii) The tabulation should be supported by a proposed WorkSchedule
(iii) The bidder’s estimate of payment should be made at basic rates, provision (if any), and advances
for mobilization at site & design, but should take into account retention money deduction and
repayment, & the stipulated time interval to receipt of payment after submission of interim
certificates of mobilizationadvance.
------------------------------
SIGNATURE
------------------------------
NAME
------------------------------
DESIGNATION
------------------------------
COMPANY
------------------------------
COMPANYSEAL DATE
SCHEDULE – VII
PROJECT EXECUTION PLAN(PEP)
The Bidder is required to furnish Project Execution Plan (PEP) in the following format. A brief but clear
PEP is required for describing planning and programming of theworks.
a) Project Strategy: Outline statement of the organization and methods to be employed by the applicant to
undertake theworks.
b) Organization Chart: Preliminary Organization chart indicating relationship between the site
management and the head/branch office, the on site direct works operations, the sub-contractors,
suppliers and the supervising ConsultingEngineer.
c) Responsibilities of Key Personnel: identify key personnel with management responsibilities by activity
or section ofwork.
d) Quality Management System: Provide a description of the Quality Assurance/ Quality Control System;
organization and procedures in use and identify the accreditationauthority.
e) Project Safety Plan: Provide a statement outlining the Health and Safety Plan operated by the
company.
f) Contractor shall indicate any permanently established groups within the organization which would
provide specific functions in the execution of thecontract.
g) Program/ Bar chart showing majoractivities.
----------------------------
SIGNATURE
------------------------------
NAME
------------------------------
DESIGNATION
------------------------------
COMPANY
------------------------------
COMPANYSEAL DATE