64
(ii) TECHNICAL BID WATER AND SANITATION AGENCY LAHORE DEVELOPMENT AUTHORITY, LAHORE. TECHNICAL BID PART-I TENDER NO.P&S/25.01/6194 – DRAINAGE ARRANGEMENT FOR SOREPOINT AT LAWRENCE ROAD AND QAINCHI LAHORE. NAME OF FIRM ADDRESS DCR NO. DATED RS. ISSUED BY Name of Branch __________________________ WATER AND SANITATION AGENCY LAHORE DEVELOPMENT AUTHORITY, LAHORE. 59-F Gulshan-e-Ravi, Lahore RECEIPT NO. ___________ DATED ____/______/_____ OPENING DATE ________ (FOR OFFICE USE ONLY)

WATER AND SANITATION AGENCY LAHORE ... - Punjab, … 01 2020 6194...5) The bidder shall fill up the bid schedule and indicate the percentage rate above or below the schedule of rates

  • Upload
    others

  • View
    3

  • Download
    0

Embed Size (px)

Citation preview

Page 1: WATER AND SANITATION AGENCY LAHORE ... - Punjab, … 01 2020 6194...5) The bidder shall fill up the bid schedule and indicate the percentage rate above or below the schedule of rates

(ii)

TECHNICAL BID

WATER AND SANITATION AGENCY LAHORE DEVELOPMENT AUTHORITY, LAHORE.

TECHNICAL BID PART-I

TENDER NO.P&S/25.01/6194 – DRAINAGE ARRANGEMENT FOR SOREPOINT AT LAWRENCE ROAD AND QAINCHI LAHORE.

NAME OF FIRM

ADDRESS

DCR NO. DATED RS.

ISSUED BY Name of Branch __________________________

WATER AND SANITATION AGENCY LAHORE DEVELOPMENT AUTHORITY, LAHORE.

59-F Gulshan-e-Ravi, Lahore

RECEIPT NO. ___________

DATED ____/______/_____

OPENING DATE ________

(FOR OFFICE USE ONLY)

Page 2: WATER AND SANITATION AGENCY LAHORE ... - Punjab, … 01 2020 6194...5) The bidder shall fill up the bid schedule and indicate the percentage rate above or below the schedule of rates

TECHNICAL BID

2 | P a g e

INTRODUCTION

WASA, (LDA) is working hard to improve the sewerage & water supply in

modern ways to serve the public of Lahore. So, WASA (LDA) has decided to execute the scheme

named as “DRAINAGE ARRANGEMENT FOR SOREPOINT AT LAWRENCE ROAD AND

QAINCHI LAHORE. “

Accordingly, well reputed and established construction companies/ firms

registered with Pakistan Engineering Council (PEC) in the category “C-4 & above” (with

specialization in Code CE-09 & CE-10), having required technical, financial and managerial

capabilities, are invited to participate in the bidding process for the above said project through

submission of their requisite technical bid.

Page 3: WATER AND SANITATION AGENCY LAHORE ... - Punjab, … 01 2020 6194...5) The bidder shall fill up the bid schedule and indicate the percentage rate above or below the schedule of rates

TECHNICAL BID

3 | P a g e

INSTRUCTIONS TO BIDDER

1) Proposals shall be submitted in English language. 2) The bid shall be a single stage two envelope. The bid shall comprise a single package

comprising two separate envelopes containing the Financial Proposal and the Technical Proposal and they shall be marked as Financial Proposal and Technical Proposal.

3) In the first instance, the "Technical Proposal" shall be opened and the envelope marked as "Financial Proposal" shall be retained unopened in the custody of the procuring agency

4) Firms must submit one Original along with 02 Printed Copies of the Technical Bids and Financial Bids. In case of any discrepancy, hard copy of the document would be referred to as the Original prevailing Bid

5) The bidder shall fill up the bid schedule and indicate the percentage rate above or below the schedule of rates for the “standardized items”. No percentage premium will be quoted by the bidder against “Non-standardized items” failing which the bid may be rejected.

6) No tender will be received telegraphically or by post. 7) Conditional tender will not be accepted. 8) The bidder must provide PRA Certificate along with bid.

9) The bidder should quote rate after careful study of bid document

10) The rates should be quoted both in figures as well as in words. Similarly the total amount of the individual items should also be mentioned both in figures as well as in words

11) The bid must accompany NTN certificate from concerned Income Tax Office without which the bid will not be entertained.

12) In case the total tendered amount is less than 5% of the approved estimated (DNIT) amount, the lowest bidder will have to deposit additional performance security from the scheduled Bank ranging from 5% to Onward as under, within 15 days of issuance of notice or with in expiry period of bid, whichever is earlier.

TOTAL TENDERED AMOUNT DELOW CORRESPONDING ESTIMATED COST.

ADDITIONAL PERFORMANCE SECURITY

5% 5% 6% 6% 7% 7% 8% 8% 9% 9%

10% 10% & So on….

Lowest evaluated bidder shall, within 15 days of receipt by him of a notice in this regard, furnish to the tender approving authority, bank guarantee (valid for three months beyond completion time/extended completion time) from any scheduled bank of Pakistan, the amount to make up performance security and / or additional performance security where required and specified in the tender. Should the lowest evaluated bidder refuse or fail for any reason to furnish the performance / additional performance security within the specified time, it should constitute a just cause for rejection of his tender and in the event of such rejection the entire earnest money shall be forfeited to government as compensation for such default.

Page 4: WATER AND SANITATION AGENCY LAHORE ... - Punjab, … 01 2020 6194...5) The bidder shall fill up the bid schedule and indicate the percentage rate above or below the schedule of rates

TECHNICAL BID

4 | P a g e

13) The procuring agency shall evaluate the technical proposal in the manner prescribed in advance, without reference to the price and shall reject any proposal which does not conform to the specified requirements

14) Any addition, alteration and substitution after submission of bid shall not be accepted

15) During the technical evaluation no amendments in the technical proposal shall be permitted and if the employer deems necessary to seek clarifications it will be sought in-writing

16) After the evaluation and approval of the technical proposals, the procuring agency shall open the financial proposals of the technically responsive bidders, publicly at the time, date and venue announced and communicated to the bidders in advance, within the bid validity period

17) The financial bids found technically nonresponsive shall be returned un-opened to the respective bidders

18) The lowest evaluated bidder shall be awarded the contract

19) Each page of bidding documents (along with supporting documents i.e. technical brouchers / catalogue etc.) has to be stamped and signed by the authorized signatory of the firms / company / contractor failing which Bid may be rejected.

20) Cutting / erasing shall be initialed by authorized person of the company 21) Equivalent: Equivalency of any component shall be subject to prior approval from

DMD(Engg).

22) Any additional information can be obtained from the office during the office hours of the Director Procurement & Stores situated at 59-F Gulshan-e-Ravi Lahore

23) The procuring agency may reject all the bids or proposals at any time prior to the acceptance of a bid or proposal. The procuring agency shall upon request communicate to any bidder, the ground for its rejection of all bids or proposal but shall not be required to justify the grounds

24) In case of any dispute the decision of the Dispute Settlement Committee WASA shall be deemed as final to be notified by M.D WASA.

25) The Bid documents can be obtained from the office of Director Procurement & Stores situated at 59-F Gulshan-e-Ravi Lahore during office hours

26) The bidding documents consist of 42-pages of Technical bid (Instructions to bidder, Special Conditions, Eligibility and Qualification Criteria and other necessary forms / documents to be added with technical bid). 22-Pages of Financial bid (Bill of Quantities and forms / documents to be added with (Financial bid). 60-pages of WASA’s General Directions for Tender and 04-Pages of Technical / Working Drawings.

27) The Bids should be reached at the office of Director Procurement & Stores situated at 59-F Gulshan-e-Ravi Lahore WASA upto 22-01-2020 till 12:00 P.M and technical bid will be opened on the same day at 12:30 P.M

28) Joint Venture must comply with the following requirements: a) Following are minimum requirements for Joint Venture: -

i) In accordance with PEC Bye Laws, Foreign Firms are required to form

JVs with local Firms.

ii) The joint venture must collectively satisfy the technical

Page 5: WATER AND SANITATION AGENCY LAHORE ... - Punjab, … 01 2020 6194...5) The bidder shall fill up the bid schedule and indicate the percentage rate above or below the schedule of rates

TECHNICAL BID

5 | P a g e

evaluation criteria. Heretofore, for which purpose the relevant figures for each

of the partners shall be added together to arrive at the JV’s total capacity.

Individual members must satisfy each of the requirements of paras 29, 30 &

31 heretofore.

iii) The lead partner shares shall not be less than 50% in case of two

(02) firms JV and shall not be less than 34% in case of three (03) or more than

three (03) firms JV and shares of each partner of JV may be as they deem

feasible. iv) The JV agreement must be registered with sub registrar mentioning the joint and several liabilities with respect to the contract and Joint account of the firms to whom the transactions shall be made.

b) Any change in a technically responsive/ qualified JV after evaluation, shall be subject to the written approval of the client such approval may be denied if: -

i) Lead Partner withdraw from a JV and lead partner do not meet the qualifying / technical evaluation criteria; ii) The new lead partner to a JV does not stand qualified/ responsive individually or as another JV; or iii) In the opinion of the Client, a substantial reduction in competition would result. iv)One firm shall not be partner in more than one JV.

c) Bid shall be signed by all members in the JV so as to legally bind all partners, jointly and severally, and any bid shall be submitted with a copy of the JV agreement dully registered with sub-registrar providing the joint and several liabilities with respect to the contract.

29) The technically evaluation of a JV does not necessarily qualify any of its partners individually or as a partner in any other JV or association. In case of dissolution of a JV, each one of the constituent firms may be declared qualified / technically responsive if they meet all the requirements as described in technical criteria and any partner of JV has requested/shall request for the same and then his qualification shall be subject to the written approval of the Client.

30) The Bidder (including all members of a JV) must not be associated, nor have been associated in the past, with the consultants or any other entity that has prepared the design, specifications and bidding documents for the project, or was proposed as Engineer for the contract, over the last five (05) years. Any such association may result in disqualification/ non-responsiveness of the Bidder.

31) A qualified firm/contractor/JV may participate only in one bid only for the contract. If a firm submits more than one bid, singly or as a JV, all bids including that bidder will be rejected.

SPECIAL CONDITIONS.

Conditions provided in this section shall prevail upon the general conditions of the contract. 1. The successful bidder shall have to arrange pre-shipment inspection at manufacturer’s

site of work by a firm of international repute regarding their correctness and genuineness in respect of items to be imported from abroad. The certificate so issued be provided at the time of delivery at site failing which material will not be accepted.

2. Engineers and technical staff mentioned for using in project execution should be available with the contractor. Employer or consultant may initiate surprise visits to ensure presence and availability of required personnel.

3. The Successful bidder shall furnish E-stamp paper for agreement by paying the necessary duty charges as per requirements of Punjab Government.

Page 6: WATER AND SANITATION AGENCY LAHORE ... - Punjab, … 01 2020 6194...5) The bidder shall fill up the bid schedule and indicate the percentage rate above or below the schedule of rates

TECHNICAL BID

6 | P a g e

4. The Successful bidder shall have to provide contractor’s all Risk Policy for project from Insurance Company with at least AA credit ranking issued by IFSR / PACRA / JCR /VIS/Equivalent or working on behalf of Federal / Provincial Govt. as indicated in section 171(1) of Insurance Ordinance 2000.

5. Financial rules issued by Government of Punjab Finance Department if any shall be applicable where relevant.

6. Upon receiving work order/acceptance letter the successful bidder shall report to the Director Construction-I WASA.

7. Consultant is the lead supervisor of the project any major step or decision must be routed through the consultant.

TENDER PRICE.

The quoted price shall be:

i. In Pak Rupees;

BID SECURITY

The Tenderer shall furnish the Bid Security (Earnest Money) as under:

i. For a sum equivalent to amount mentioned in Notice published in Newspaper denominated in Pakistani Rupees;

ii. As part of technical bid envelop, failing which will cause rejection of bid;

iii. In the form of Call Deposit Receipt from any scheduled bank of Pakistan in favour of WASA;

iv. Having a minimum validity period of Six 06-Moths beyond the bid validity period.

v. The bid security of unsuccessful bidders will be returned upon expiration of Grievance Period.

PERFORMANCE SECURITY:

The successful bidder shall furnish Performance Security as under:

i. Within Fifteen days (15) days of the receipt of the Acceptance Letter from the Agency;

ii. For a sum equivalent to 5% of the accepted tender price.

iii. Denominated in Pakistani Rupees issued from any scheduled bank of Pakistan.

iv. In the form of un-conditional bank guarantee in favour of Deputy Managing Director(Engg.), WASA, LDA, Lahore;

v. Performance Security shall be returned 3-months beyond successful completion of contract.

CONTRACT DURATION.

The contract duration period is thirteen (13) months.

BID VALIDITY

The bid shall have a minimum validity period of (120) days from the last date for submission of the Tender. The Agency may solicit the Tenderer’s consent to an extension of the validity period of the Tender. The request and the response thereto shall be made in writing however the bid validity will be extended not more then 120-days (PPRA Rule 28.3).

Page 7: WATER AND SANITATION AGENCY LAHORE ... - Punjab, … 01 2020 6194...5) The bidder shall fill up the bid schedule and indicate the percentage rate above or below the schedule of rates

TECHNICAL BID

7 | P a g e

REQUIRED DOCUMENTS FOR TECHNICAL PROPOSAL.

Documents should be attached along with Technical proposal as per evaluation and qualification criteria

REQUIREMENT DOCUMENTS FOR FINANCIAL PROPOSAL:

Financial proposal shall be submitted as per bidding documents.

SUBMISSION CRITERIA & SCHEDULE:

Two separate sealed envelopes each for technical and financial proposal should be submitted in one sealed envelope marked as Tender Documents and addressed to as under:

The Deputy Managing Director (Engg.),

Water and Sanitation Agency, LDA.

Envelopes should be marked the word (“Confidential”) and “Technical Proposal & Financial Proposal” for the respective bid.

The procuring agency may reject all bids or proposals at any time prior to the acceptance of a bid or proposal under Punjab PPRA Rules 2014 (Rule-35)

MIXING AND POURING OF RCC

Mixing and pouring of RCC during construction shall only be made with Batching Plant, Transit Mixer and Concrete Pump.

SPECIAL PROVISION

The contractor shall provide employer’s transport (01-No. Honda City Prosmatec)

within fourteen (14-days) of signing of the contract agreement for the Project Management Staff and shall be responsible for the its registration (in the name of employer i.e WASA Lahore) annual registration & insurance upto the period of 01-year. The vehicle will be the sole property of the Employer i.e WASA Lahore.

Page 8: WATER AND SANITATION AGENCY LAHORE ... - Punjab, … 01 2020 6194...5) The bidder shall fill up the bid schedule and indicate the percentage rate above or below the schedule of rates

TECHNICAL BID

8 | P a g e

Basic Eligibility

The firms fulfilling the following basic requirements shall only be considered for further evaluation (relevant documents to be attached):

a) Registration with PEC in the respective Category C-4 or above and with specialization in

relevant code i.e. (CE-09, CE-10) only for lead partner in case of JV*. b) Memorandum and Article of Association/Registration certificate of the Firm /

/Partnership deed registered with sub-registrar/ Affidavit of sole proprietorship / JV Agreement duly registered with Sub Registrar.

c) Income Tax registration certificate/NTN Certificate and PRA registration d) Litigation history on attached Performa. No litigation and No Blacklisting affidavit on

judicial stamp paper of Rs.100 duly certified by Notary Public / Oath Commissioner. e) Annual Audit Report for the last 03 years duly certified by Chartered Accountant Firm f) Completion or substantially completion of at least 01 Project of ***similar nature and

complexity (RCC Work upto 50,000cft,Laying of HDPE Pipes and Supply Installation of Pumping Machinery) costing of Rs.125 Million or above.

g) For foreign firm (in JV with local firm) at least one project of similar nature and complexity(RCC Work upto 50,000cft,Laying of HDPE Pipes and Supply Installation of Pumping Machinery) costing Rs.125 Million or above must have been completed or substantially completed in Pakistan.

h) All the documents must be in English language and foreign language documents must be translated and attested from the embassy. (The non-attested translated documents will not be considered)

Note:-

i. *In case of joint venture, only the lead partner of JV has to fulfill the basic eligibility criteria and the lead partner must have completed or substantially completed at least one project of similar nature and complexity(RCC Work upto 50,000cft,Laying of HDPE Pipes and Supply Installation of Pumping Machinery) amounting to Rs.125 Million or above.

ii. *The applicant must submit JV agreement in case of projects completed as a partner of JV clearly showing percentage share of all partners of JV, if the JV agreement showing percentage of the partners is not attached, the submitted project will not be considered during evaluation. The applicant must submit the JV agreement along with application if applying as partner in JV.

iii. **Substantially completed work will be considered for evaluation. Substantial completion shall be based on 80% or more works completed under the contract, duly certified by employer.

iv. ***Similarity: shall be based on physical size, complexity, methods/technology and or other characteristics described in Part A. Summation of number of small value contracts(less than the value specified under requirement)to meet the overall requirement will not be accepted..

v. For Contracts under which the Bidder participated as a joint venture member,

only the Bidder’s share shall be counted to meet the requirement of similar works as given above.

vi. Any Fake document shall result in black listing of firm

Page 9: WATER AND SANITATION AGENCY LAHORE ... - Punjab, … 01 2020 6194...5) The bidder shall fill up the bid schedule and indicate the percentage rate above or below the schedule of rates

TECHNICAL BID

9 | P a g e

3.0 Qualification Criteria

3.0.1 General

Responsiveness of Technical Bid will be based on the criteria given in succeeding paras 3.0.2 to 3.0.5 regarding the Applicant’s Financial Soundness, Experience Record, Personnel Capabilities and Equipment Capabilities as demonstrated by the Applicant’s responses in the forms attached to this letter. The Employer reserves the right to waive minor deviations, if these don’t materially affect the capability of an applicant to perform the contract. Joint Venture experience & resources shall be considered. Consortium or Association of firms will be considered for similar treatment as in case of Joint Venture. Keeping in view the complexity of the Project, the Qualification criteria evolved is as follows:

Part-A

Sr. No. Category Weightage/Mark 1. Experience Record 35 2. Personnel Capabilities 15 3. Equipment Capabilities 20 4. Financial Soundness 30

Total: 100

Part-B

Sr. No. Category Weightage/Mark 1. Technical Specifications Knock out based

Note: Responsiveness status shall be determined on the pass/fail basis (collectively in part A & B). The Applicant must score total 65 Marks in part-A and at least 50% marks in each category, to qualify. If any applicant fails to score 50% marks in any of the above categories, will be considered disqualified/non-responsive. The applicant must have to fulfill the specification in given part-B in case bidder fails to comply any of the given specification he shall be considered non-responsive.

Sub-Contractor Experience of work executed as sub-contractor shall not be considered.

Joint Venture i) In the case JV, the value of contracts completed by its members shall

not be aggregated to determine whether the requirement of the minimum value of a single contract has been met. Instead, each contract performed by each member shall satisfy the minimum value

Page 10: WATER AND SANITATION AGENCY LAHORE ... - Punjab, … 01 2020 6194...5) The bidder shall fill up the bid schedule and indicate the percentage rate above or below the schedule of rates

TECHNICAL BID

10 | P a g e

of a single contract as required for single entity. In determining whether the JV meets the requirement of total number of contract, only the number of contracts completed by all members each of value equal or more than the minimum value required shall be aggregated.

The further detailed criteria for each category developed is given under each head as follows:

Page 11: WATER AND SANITATION AGENCY LAHORE ... - Punjab, … 01 2020 6194...5) The bidder shall fill up the bid schedule and indicate the percentage rate above or below the schedule of rates

TECHNICAL BID

11 | P a g e

PART-A

3.0.2 Experience Record

Credit Marks for experience shall be awarded on the basis of following qualifications:

Sr. No.

Description Marks Assign

ed

Explanation for Marks Obtained

A) Specific Experience Projects of *similar nature and complexity having minimum cost ***Rs.125-Million completed or **substantially completed in last ten (10)-years with Government Departments, comprising following components (including scope of work RCC work, laying of HDPE pipes, supply

installation of pumping machinery) in same project, Marks will be given as per breakup given as under: For one project (14-Marks)

I. RCC Work not less than 50,000cft excluding RCC pipes (10marks)

II. Laying of HDPE Pipes (dia of pipe not less than 315mm)having cost not less than 03-million (02-marks)

III. Supply Installation of Pumping Machinery, sewerage sludge pump not less than 06 Cfs capacity. (02-Nos) (01-mark for each pump)

For 2nd project (06-Marks) I. RCC Work not less than 50,000cft

excluding RCC pipes. (04-marks)

II. Laying of HDPE Pipes (dia of pipe not less than 315mm) having cost not less than 03-million (01-marks)

III. Supply Installation of Pumping Machinery, sewerage sludge pump not less than 06 Cfs capacity. (02-Nos)

(0.5-mark for each pump) No Mark is awarded for project less than Rs.125million ,

20 • 20 Marks are given if the firm/contractor has completed or substantially completed at least 2 projects of similar nature and complexity with minimum cost of Rs.125 Million in last ten (10) years

• 14 Marks for 1 project completed or substantially completed during last ten (10) years.

• 06 Marks for 2nd project completed or substantially completed during last ten (10) years.

• Marks will be given as per Breakup mentioned in “Description”. Note: No marks shall be given if performance certificates/ contract agreement / final bill / work order with detail BOQ is not provided.

If any component (i.e scope of work

RCC work, laying of HDPE pipes, supply

installation of pumping machinery) missing in both projects then no project will be considered for experience/Evaluation.

Page 12: WATER AND SANITATION AGENCY LAHORE ... - Punjab, … 01 2020 6194...5) The bidder shall fill up the bid schedule and indicate the percentage rate above or below the schedule of rates

TECHNICAL BID

12 | P a g e

B) In Hand/Running Projects: Work of similar nature complexity in

Hand Projects of similar nature and

complexity (RCC Work not less than

50,000cft,Laying of HDPE Pipes and

Supply Installation of Pumping

Machinery) having minimum cost

Rs.125 Million in hand / running.

For one project (07-Marks)

I. RCC Work not less than 50,000cft excluding RCC pipes

(04-marks) II. Laying of HDPE Pipes (dia of pipe not less than 315mm) having cost not less than 03-million

(1.5marks) III. Supply Installation of Pumping Machinery, sewerage sludge pump not less than 06 Cfs capacity. (02-Nos)

(0.75-mark for each pump)

For 2nd project I. RCC Work not less than 50,000cft excluding RCC pipes

(02-marks) II. Laying of HDPE Pipes (dia of pipe not less than 315mm) having cost not less than 03-million

(0.5marks) III. Supply Installation of Pumping Machinery sewerage sludge pump not less than 06 Cfs capacity. (02-Nos)

(0.25-mark for each pump) No Mark is awarded for project less than Rs.125million

10 • 10 Marks are given if the contractor has at least 2 projects of similar nature in hand.

• 07 Marks are given for 01 Projects of similar nature in hand.

• 03 Marks are given for 2nd Projects of similar nature in hand.

• No Mark will be awarded if the contract agreement / work order / copy of running bills not provided.

• If any component (i.e RCC Work not less than 50,000cft, Laying of HDPE Pipes and Supply Installation of Pumping Machinery) missing in both projects then no project will be considered for experience / Evaluation as in hand project.

C) General Experience Any single project

comprising General Civil Works i.e.

concrete work, building work, Canals,

road and pavement water supply

05 • Note: No marks shall be given if performance certificates/ contract agreement / final bill / work order with detail BOQ is not provided.

Page 13: WATER AND SANITATION AGENCY LAHORE ... - Punjab, … 01 2020 6194...5) The bidder shall fill up the bid schedule and indicate the percentage rate above or below the schedule of rates

TECHNICAL BID

13 | P a g e

system, sewerage system, construction

of Drains having cost of Rs.125 Million

completed in last ten (10) years.

Note: Other than works considered at Sr. No. “A” above.

Total Marks Allocated 35

*Similarity: shall be based on physical size, complexity, methods/technology and or other characteristics described in Part A. Summation of number of small value contracts(less than the value specified under requirement)to meet the overall requirement will not be accepted..

**Substantial completion: means 80% completed works with proof in form of performance certificate.

***Summation of small value of contracts or any components executed in different projects shall not be aggregated as experience in similar nature of works.

In case of number of works more than the specified, only two the projects / works completed shall be considered having maximum possibility of marks.

Above mentioned components (in specific experience and in hand/running projects) shall be taken from same project / executed works and shall not be taken from different works / projects.

Page 14: WATER AND SANITATION AGENCY LAHORE ... - Punjab, … 01 2020 6194...5) The bidder shall fill up the bid schedule and indicate the percentage rate above or below the schedule of rates

TECHNICAL BID

14 | P a g e

3.0.3 Personnel Capabilities Credit Marks shall be awarded under this category using the following criteria.

Sr. No.

Description Marks Assigned

Explanation for Marks Obtained

i) B.Sc Engineer registered with Pakistan Engineering Council (PEC)

Total No. of Engineers required=2 (i) PE (Civil) with min

10 years experience= 1No

(ii) Graduate Engineers @

five 05-year experience =1No

9 6 Marks will be given if the individual experience of at least 1 no. of B.Sc Engineer Civil (professional) is equal to 10 years or above.In case of non-availability of professional engineer Civil no mark will be given.

3 Marks will be given if the total no. of Engineers (Civil) registered with PEC are 1 nos.

No marks will be given if the documentary proof is not attached which shall be counter verified from PEC

ii) Associates Engineers (DAE) 6 • 4 Marks will be given if the individual experience of at least 1 No. of Associates Engineers (DAE Civil) is equal to 5 years or above.No mark will be given if Associate Engineer (DAE Civil) having less than 5 years experience is employed by the Contractor.

• 2 Marks will be given if the total no. of Associate Engineers are 2nos. (1 Electrical +1 Mechanical) or above having 5 years experience.

Total Marks Allocated 15

Page 15: WATER AND SANITATION AGENCY LAHORE ... - Punjab, … 01 2020 6194...5) The bidder shall fill up the bid schedule and indicate the percentage rate above or below the schedule of rates

TECHNICAL BID

15 | P a g e

3.0.4 Equipment Capabilities

Proof of ownership /lease / hire (in case lease/hire agreement between both parties must be on non-judicial e-stamp paper) must be attached by the Contractor. Credit Marks shall be granted on the basis of the following criteria for various kinds of equipment relevant for the Project:

S.# NAME OF EQUIPMENT /

MACHINERY

NO. OF

EQUIPMENT

MARKS Remarks

1 Batching Plant and Transit mixer 01-No Batching plant

and 02-No transit mixer.

(6+2)

08

No marks if the

Purchase

Certificate/Ownershi

p or any other Proof

of ownership Lease /

Hiring Agreement is

not attached

Note : if number of

equipments is less

than required no of

equipments

proportionate marks

will be given.

2 Excavators 2No. 02

3 Generator 1 No. 01

4 Theodolite / Total station 1 No. 0.5

5 Lab equipments for field tests such as sieve analysis, crushing strength, slump test, compaction test etc.

Complete Sets 0.5

6 Dewatering Set, Welding plant & Chain Pulley blocks

1 No. Each 01

7 Compactor & Vibrator 1 No. Each 02

8 Dumper trucks Tractor Trolley & Search lights

2 No. Each 02

9 Water Tank, Wheel Barrows, Air

Compressor, Tool Kit

1No. Each

01

10 Hydraulic Testing Lab

Equipment’s

Complete 0.5

11 Scaffolding / Steel Shuttering

Plates

5000 Sft 01

12 Mobile Crane 1 No. 0.5

Total marks equipment (T&P) 20

Page 16: WATER AND SANITATION AGENCY LAHORE ... - Punjab, … 01 2020 6194...5) The bidder shall fill up the bid schedule and indicate the percentage rate above or below the schedule of rates

TECHNICAL BID

16 | P a g e

3.0.5 Financial Position

For Financial Status assessment, the Applicants may be required to submit Audited financial statements for the last three years or any other document which verifies their Financial Status. Credit Marks shall be awarded on the basis of the following criteria:

Sr. No.

Description Marks Assigned

Criteria for Marks Obtained

a) Available Bank Credit Line (Running Finance/Credit Facilities not L.G or L.C Facilities)

Attachment of latest Bank credit line certificate (shall be issued not before 30 days prior to deadline for submission of bids) is compulsory.

10 8 Marks are given if the available bank credit line limit is equal to Rs. 40 Million.

For limit less than Rs. 60 Million, but greater than Rs.40 Million, use following weightage 8 + (A/60)x2

Full marks will be given for the limit equal to or more than Rs. 60 million A= Available Bank Credit Line Limit

No Mark will be given in case of limits less than Rs. 40 Million.

b) Average Annual Turnover in last 3 Years (i) Bank Statement for the last

three (03) years may be supplied.

(ii) Attachment of Annual Audit

report of last 3 Years duly certified by Chartered Accountant is Compulsory.

10 Full Marks are given if the available Average Annual Turnover for last three years is equal to or more than Rs. 200 Million.

For the Average Annual Turnover less than Rs. 200 million but is greater than Rs. 150 Million weightage is as given below 10x(A/200)

A= Average Annual Turnover in last three years.

No Mark will be given in case of less than Rs. 150 Million.

Page 17: WATER AND SANITATION AGENCY LAHORE ... - Punjab, … 01 2020 6194...5) The bidder shall fill up the bid schedule and indicate the percentage rate above or below the schedule of rates

TECHNICAL BID

17 | P a g e

c) Net Bid Capacity Net bid Capacity= Available Capital – 20 % of the cost of all balance works in hand. Available capital= Available bank credit line + average working capital of last three years as per annual audit report. Note: Cost of balance works in hand should be attached. Average working capital in last 03-years should not be less than 60 Million and shall not be less than 40 Million in any of (three) 03-years.

10 8 Marks are given if the bid capacity is equal to Rs. 40 Million.

For bid capacity less than Rs. 60 million but is greater than Rs 40 Million weightage is as given below 8 + (A/60)x2

Full marks if the bid capacity is Rs 60 Million or above

A= Bid Capacity No Mark will be given in case of less than Rs 40 Million.

Total Marks Allocated 30 Average working capital: Net income after deduction of all expenditures, liabilities, Taxes, duties, salaries etc.

Page 18: WATER AND SANITATION AGENCY LAHORE ... - Punjab, … 01 2020 6194...5) The bidder shall fill up the bid schedule and indicate the percentage rate above or below the schedule of rates

TECHNICAL BID

18 | P a g e

PART – B TECHNICAL SPECIFICATIONS 30.6 Contractor must attached authorization from (OEM) Original Equipment Manufacturer certificate approved by HUD & PHED and the offered product must meet the following requirements:

S.# Description / Specification Bidder to Specify 1. Providing, installation, testing & commissioning of

horizontal Non Clogging sewage pump coupled with suitable motor, 3 phase, 400-V 50Hz, solid passing size not less than 100-mm Insulation class-F , Enclosure Class IP-55, with stainless steel impeller 316, speed Less Than 1000 RPM, both are mounted on steel structure base frame suitable Electric cable, control cable alongwith Motor Control Unit Consisting of soft starter, power factor improvement (PFI) plant, overload relay, metallic box, circuit breaker, magnetic contactor, ON/OFF switch, control fuse, control wire, under / over voltage relay, electronic over current relay, ampere meter, volt meter, hour run meter, , dry run protection, high temperature protection, phase reversal protection and indication lamps, Auto Float switch complete in all respects. Gross efficiency plus 70 % as per Notification No. SO (PH) IV-256/2008 dated 27-10-2009.

6-cfs capacity Head 40 FT. Note:- This part of evaluation shall be of knock out basis if the bidder fails to provide the authorization from original equipment manufacturer (OEM) (Approved from HUD & PHED) and to comply the given specifications he shall be considered as non-responsive.

Page 19: WATER AND SANITATION AGENCY LAHORE ... - Punjab, … 01 2020 6194...5) The bidder shall fill up the bid schedule and indicate the percentage rate above or below the schedule of rates

TECHNICAL BID

19 | P a g e

SOPs for As Built Drawings of Sewerage System

No final bill of any development work shall be cleared by the Finance Directorate WASA, LDA till the submission of As Built Drawings by the executing directorate and their clearance by the Director Planning & Design, WASA, LDA, Lahore. The GIS section shall incorporate the As Built Drawings in the existing GIS database of the organization. The Director (P&D) shall intimate the Director Finance regarding the clearance of As Built Drawings. In order to facilitate the incorporation of the As Built Drawings into GIS and their clearance from the Planning and Design Directorate, WASA, the drawings must conform to the following criteria:

1. As Built drawings should be drawn to an appropriate scale with a reference coordinate system.

2. Free hand drawings or drawings not to the scale shall not be accepted. 3. In case of disposal/lift stations, drawings should have GPS coordinates, detail of pumping

machinery and pipe material showing:

i ) Discharge capacity i i ) Motor manufacturer's name, Horse Power, RPM

i i i ) Pump manufacturer's name, Pump Capacity, Head iv) Transformer manufacturer's name, KVA v) Motor Control Unit manufacturer's name, details

vi) Force Main: Length, size & material vi i ) Bar Screen: Length, size & material

vi i i) Penstock Gate: Length, size & material

4. Sewer Lines and Manholes drawings should have the following information:

i) Invert level of sewer with respect to the Natural Surface Level (NSL)/ Mean Sea Level (MSL) w.r.t. Survey of Pakistan Benchmarks, whichever is available.

ii) Sewer size and length iii) Starting / Ending Point, all vertices / bends

iv) Material of sewer & flow direction v) Size & GPS Coordinates of Manhole vi) Depth of Manhole w.r.t. NSL/MSL

5. Where applicable, building drawing and internal structure detail drawings should be in AutoCAD format.

6. Standardized legends should be mentioned on the drawing sheets.

7. Drawing sheet must be duly signed by: i ) Sub Engineer

i i ) S D O / J C E

i i i ) X E N / S C E

8. Covering letter by the relevant Director/XEN should be attached with drawings.

9. Drawings should contain the following contract details:

Page 20: WATER AND SANITATION AGENCY LAHORE ... - Punjab, … 01 2020 6194...5) The bidder shall fill up the bid schedule and indicate the percentage rate above or below the schedule of rates

TECHNICAL BID

20 | P a g e

i ) Name of Project

i i ) C o n t ra ct N o .

i i i ) Name of Contractor

iv) Start & Completion Date

10. All data used in making the Drawings must be submitted in soft format/ GIS vector files in a CD/DVD/USB drive or other storage medium enclosed.

11. Any additional information that may be deemed necessary by the GIS Team and approved by Director (P&D), must be made available in order to receive final clearance by the Director (P&D).

Time Frame for checking of drawings is:

i) Time duration for study of drawings by GIS team is 3 working days from the date of receipt submission/re-submission.

ii) Time duration for checking/clearing of drawings by Director (P&D) is 24-48 hours, after receipt from the GIS section.

Page 21: WATER AND SANITATION AGENCY LAHORE ... - Punjab, … 01 2020 6194...5) The bidder shall fill up the bid schedule and indicate the percentage rate above or below the schedule of rates

TECHNICAL BID

21 | P a g e

SOPs for As Built Drawings of Storm Water Drainage System

No final bill of any development work shall be cleared by the Finance Directorate WASA, LDA till the submission of As Built Drawings by the executing directorate and their clearance by the Director Planning & Design, WASA, LDA, Lahore. The GIS section shall incorporate the As Built Drawings in the existing GIS database of the organisation. The Director (P&D) shall intimate the Director Finance regarding the clearance of As Built Drawings. In order to facilitate the incorporation of the As Built Drawings into GIS and their clearance from the Planning and Design Directorate, WASA, the drawings must conform to the following criteria:

1. As Built drawings should be drawn to an appropriate scale with a reference coordinate system.

2. Free hand drawings or drawings not to the scale shall not be accepted. 3. In case of drainage / disposal/ lift stations, drawings should have GPS coordinates,

detail of pumping machinery and pipe material showing:

i) Motor, manufacturer's name, Horse Power, rpm

ii) Pump, manufacturer's name, Pump Capacity, Head iii) Transformer, manufacturer's name, KVA iv) Motor Control Unit, manufacture's name, details

v) Force Main: Length, size & material vi) Bar Screen: Length, size & material vii) Penstock Gate: Length, size & material

4. Drains should have the following information: i) Plan along with coordinates for Start, End and Bends/ Vertices. ii) Invert level of Drain

iii) Lining material type iv) L-section v) X-section

5. Building drawing and internal structure detail drawings should be in AutoCAD format.

6. Bridge on the drain plan should be in AutoCAD format and should have Base Slab Height, Size & Number of Piers and Invert Levels

7. In case of sewer drain, the drawing should contain the information of invert level size and material of sewer, start & end point coordinates.

8. Map sheet must be duly signed by: i ) S u b E n gi n e e r i i ) S D O / J C E i i i ) X E N / S C E

9. Covering letter by the relevant Director/XEN should be attached with drawings. 10. Drawings should contain the following contract details:

i ) N a m e o f P r o j e c t i i ) C o n t r a c t N o .

i i i ) Name of Contractor i v ) Start & Completion Date

11. All data used in making the Drawings must be submitted in soft format/ GIS vector files in a CD/DVD/USB drive or other storage medium enclosed.

12. Any additional information that may be deemed necessary by the GIS Team and

Page 22: WATER AND SANITATION AGENCY LAHORE ... - Punjab, … 01 2020 6194...5) The bidder shall fill up the bid schedule and indicate the percentage rate above or below the schedule of rates

TECHNICAL BID

22 | P a g e

approved by Director (P&D), must be made available in order to receive final clearance by the Director (P&D).

Time Frame for checking of drawings is:

i) Time duration for study of drawings by GIS team is 3 working days from the date of receipt/re-submission.

ii) Time duration for checking/clearing of drawings by Director (P&D) is 24-48 hours, after receipt from the GIS section

Page 23: WATER AND SANITATION AGENCY LAHORE ... - Punjab, … 01 2020 6194...5) The bidder shall fill up the bid schedule and indicate the percentage rate above or below the schedule of rates

TECHNICAL BID

23 | P a g e

Name of Applicant or partner of a joint venture

Application Form A-2 Page of Pages

General Experience Record

All individual firms and all partners of a joint venture are requested to complete the information in this form. The information supplied should be the annual turnover of the Applicant (or each member of a joint venture), in terms of the amounts billed to clients for each year for work in progress or completed over the past Three (03) years.

Use a separate sheet for each partner of a joint venture.

Annual Turnover (Construction only)

Year Turnover (in actual currency)

Equivalent Rupees in Millions.

1.

2.

3.

4.

5.

Page 24: WATER AND SANITATION AGENCY LAHORE ... - Punjab, … 01 2020 6194...5) The bidder shall fill up the bid schedule and indicate the percentage rate above or below the schedule of rates

TECHNICAL BID

24 | P a g e

Application Form A-3 Page of Pages

Joint Venture Summary

Names of all Partners of a Joint Venture

1. Lead Partner

2. Partner

3. Partner

4. Partner

5. Partner

6. Partner

Total value of annual construction turnover, in terms of work billed to clients,

Annual Turnover Data (Construction only; Equivalent in Pak Rupees, Millions)

Partner Form A-2 Page No. Year 1 Year 2 Year 3

1. Lead Partner

2. Partner

3. Partner

4. Partner

5. Partner

Total:

Page 25: WATER AND SANITATION AGENCY LAHORE ... - Punjab, … 01 2020 6194...5) The bidder shall fill up the bid schedule and indicate the percentage rate above or below the schedule of rates

TECHNICAL BID

25 | P a g e

Name of Applicant or partner of a joint venture

Application Form A-4 Page of Pages

Particular Experience Record

The Applicant shall be required to pass the specified requirements applicable to this form, as set out in the : Instructions to Applicants”.

On a separate page, using the format of Application Form A-5, each applicant or partner of a Joint Venture is required to list all contracts of a value equivalent to Pak Rs.-125 (One Hundred Twenty Five) million, of a similar nature and complexity to the contract for which the Applicant wishes to qualify, undertaken during the last Ten years¹. The information is to be summarized, using Application Form A-5, for each contract completed or under execution by the Applicant or by each partner of a Joint Venture.

1

Where applications are being invited for a number of contracts, suitable wording should be introduced, to allow applicants to apply for individual contracts or groups of contracts (slice and package contracts).

Page 26: WATER AND SANITATION AGENCY LAHORE ... - Punjab, … 01 2020 6194...5) The bidder shall fill up the bid schedule and indicate the percentage rate above or below the schedule of rates

TECHNICAL BID

26 | P a g e

Name of Applicant or partner of a joint venture

Application Form A-5 Page of Pages

Details of Contracts of Similar Nature and Complexity

Use a separate sheet for each contract.

1. Name of Contract

Country

2. Name of Employer

3. Employer Address ....................................................................................................................

4. Nature of works and special features relevant to the contract for which the Applicant wishes to apply for

.................................................................................................................... ....................................................................................................................

5. Contract Role (Tick One) (a) Sole Contractor (b) Partner in a Joint Venture

6. Value of the total contract (in specified currencies) at completion, or at date of award for current contract

Currency…………. Currency…………… Currency…………………….

7. Equivalent in Pak/Rs.

8. Date of Award

9. Date of Completion

10. Contract Duration (Years and Months)

Years Months

11. Specified Requirements1 .............................................................................................................................................................. .............................................................................................................................................................. .................................................................................................................

1

Insert any specific criteria required for particular operations, such as annual volume of earthmoving, underground excavation, or placing concrete etc.

Page 27: WATER AND SANITATION AGENCY LAHORE ... - Punjab, … 01 2020 6194...5) The bidder shall fill up the bid schedule and indicate the percentage rate above or below the schedule of rates

TECHNICAL BID

27 | P a g e

Name of Applicant or partner of a joint venture

Application Form A-6 Page of Pages

Summary Sheet: Current Contract Commitments/Works in Progress

Applicants and each partner to an application should provide information on their current commitments on all contracts that have been awarded, or for which a letter of intent or acceptance has been received, or for contracts approaching completion, but for which substantial Completion Certificate has yet to be issued.

Name of Contract Value of Outstanding work (Equivalent Pak

Rs. Millions)

Estimated Completion Date

1.

2.

3.

4.

5.

6.

Page 28: WATER AND SANITATION AGENCY LAHORE ... - Punjab, … 01 2020 6194...5) The bidder shall fill up the bid schedule and indicate the percentage rate above or below the schedule of rates

TECHNICAL BID

28 | P a g e

Name of Applicant

Application Form A-7 Page of Pages

Personnel Capabilities

For specific positions essential to contract implementation, Applicants should provide the names of at least two candidates qualified to meet the specified requirements stated for each position. The data on their experience should be supplied on separate sheets using one Form for each candidate (Application Form A-8).

1. Title of Position

Name of Prime Candidate

Name of Alternate Candidate

2. Title of Position

Name of Prime Candidate

Name of Alternate Candidate

3. Title of Position

Name of Prime Candidate

Name of Alternate Candidate

4. Title of Position

Name of Prime Candidate

Name of Alternate Candidate

Page 29: WATER AND SANITATION AGENCY LAHORE ... - Punjab, … 01 2020 6194...5) The bidder shall fill up the bid schedule and indicate the percentage rate above or below the schedule of rates

TECHNICAL BID

29 | P a g e

Name of Applicant

Application Form A-8 Page of Pages

Candidate Summary

Position

Candidate [Tick appropriate one]

Prime Alternate

Candidate information

1. Name of Candidate 2. Date of Birth

3. Professional Qualification

Present employment

4. Name of employer

Address of employer

Telephone Contact (manager/personnel officer)

Fax Telex

Job title of candidate Years with present employer

Summarize professional experience over the last 10-years, in reverse chronological order. Indicate particular technical and managerial experience relevant to the Project.

Month/ Dates/Years

Company / Project / Position / Relevant technical and management experience

From To

Page 30: WATER AND SANITATION AGENCY LAHORE ... - Punjab, … 01 2020 6194...5) The bidder shall fill up the bid schedule and indicate the percentage rate above or below the schedule of rates

30 | P a g e

Name of Applicant

Equipment Capabilities

The Applicant shall provide adequate information to demonstrate clearly that he has the capability to meet the requirements for each and all items of equipment listed in the Instructions to Applicants. A separate Form shall be prepared for each item of equipment listed in para 3.3.4 of the Instructions to Applicants, or for alternative equipment proposed by the Applicant.

Item of Equipment

Equipment information

1. Name of manufacturer 2. Model and power rating

3. Capacity 4. Year of manufacture

Current status

5. Current location

6. Details of current commitments

Source 7. Indicate source of the equipment

Owned Rented Leased

Omit the following information if it is owned by the Applicant or partner.

Owner 8. Name of owner

9. Address of owner

Telephone Contact name and title

Fax Telex

Agreement Details of rental/lease specific to the Project.

Page 31: WATER AND SANITATION AGENCY LAHORE ... - Punjab, … 01 2020 6194...5) The bidder shall fill up the bid schedule and indicate the percentage rate above or below the schedule of rates

TECHNICAL BID

31 | P a g e

Name of Applicant or Partner of a Joint Venture

Application Form A-10 Page of Pages

Financial Capability

Applicants, including each partner of a joint venture, should provide financial information to demonstrate that they meet the requirements stated in the Instructions to Applicants. Each applicant or partner of a joint venture must fill-in this form. If necessary, use separate sheets to provide complete banker information. A copy of the audited balance sheets should be attached.

Banker Name of banker

Address of banker

Telephone Contact name and title

Fax Telex

Summarize actual assets and liabilities in Pak Rupees (Equivalent at the current rate of exchange at the end of each year) for the previous three (03)-years, based upon known commitments, projected assets and liabilities in pak Rupees equivalent for the next two years.

Financial information in Pak Rs.

or equivalent

Actual: previous three year

Projected: next two years

1 2 3 4 5 6 7

1. Total assets

2. Current assets

3. Total liabilities

4. Current liabilities

5. Profits before taxes

6. Profits after taxes

Page 32: WATER AND SANITATION AGENCY LAHORE ... - Punjab, … 01 2020 6194...5) The bidder shall fill up the bid schedule and indicate the percentage rate above or below the schedule of rates

TECHNICAL BID

32 | P a g e

Specific proposed sources of financing to meet the cash flow of the Project, net of current commitments (Instructions to Applicants, para 3.3.5).

Source of financing Amount (Pak Rs. or equivalent)

1.

2.

3.

4.

Attach audited financial statements for the last Three (03)-years (for individual applicant or each partner of joint venture).

Firms owned by individuals, and partnerships, may submit their balance sheets certified by a registered accountant, and supported by copies of tax returns, if audits are not required by the laws of their countries of origin in case of foreign firms

Page 33: WATER AND SANITATION AGENCY LAHORE ... - Punjab, … 01 2020 6194...5) The bidder shall fill up the bid schedule and indicate the percentage rate above or below the schedule of rates

TECHNICAL BID

33 | P a g e

Name of Applicant or Partner of a Joint Venture

Application Form A-11 Page of Pages

Litigation History

Applicants, including each of the partners of a joint venture, should provide information on any history of litigation or arbitration resulting from contracts executed in the last Ten (10)-years or currently under execution (Instructions to Applicants). A separate sheet should be used for each partner of joint venture.

Year Award FOR or

AGAINST Applicant

Name of client, cause of litigation, and matter in dispute

Disputed amount (current

value Pak Rs.

or equivalent)

D:pec-standards guidelines for Constructors

Page 34: WATER AND SANITATION AGENCY LAHORE ... - Punjab, … 01 2020 6194...5) The bidder shall fill up the bid schedule and indicate the percentage rate above or below the schedule of rates

TECHNICAL BID

34 | P a g e

LETTER OF TECHNICAL BID &

SCHEDULES TO BID LETTER OF TECHNICAL BID

Page 35: WATER AND SANITATION AGENCY LAHORE ... - Punjab, … 01 2020 6194...5) The bidder shall fill up the bid schedule and indicate the percentage rate above or below the schedule of rates

TECHNICAL BID

35 | P a g e

LETTER OF TECHNICAL BID

Tender No.: P&S/25.01/6194

DRAINAGE ARRANGEMENT FOR SOREPOINT AT LAWRENCE ROAD AND QAINCHI LAHORE.

To:

Deputy Managing Director (Engg) WASA, LDA, LAHORE

Gentlemen,

1. Having examined the Bidding Documents including Instructions to Bidders,

Conditions of Contract, Specifications, Drawings, Schedules to Bid, Schedule of Prices

and Addenda Nos. ……………………………….. for the execution of the above-named Works,

we, the undersigned, being a company doing business under the name of and address

……………………………………….……………………………………………………………………………………… and being duly incorporated under the laws of…………………..………………… hereby offer to execute and complete such Works and remedy any defects therein in conformity with the said documents including Addenda thereto.

2. We understand that all the Schedules attached hereto form part of this Bid.

3. As security for due performance of the undertakings and obligations of this Bid,

we submit herewith a Bid Security in the amount of Pak Rs.…………………….……………

DCR No.……………………………Dated ..…/……/…...…. Issued by …………………... Bank,

Branch Name/Code……...drawn in the favor of, or made payable to the Employer,

and valid for a period___________Days beyond the period of validity of Bid.

4. We undertake, if our Bid is accepted, to commence the Works and to deliver and

complete the whole of the Works comprised in the Contract within the time(s) stated

in Preamble to the Conditions of Contract.

5. We agree to abide by this Bid for the period of 120-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 expiration of that period.

6. We undertake, if our Bid is accepted to execute the Performance Security

referred to in bidding documents for the due performance of the Contract.

7. Unless and until a formal Agreement is prepared and executed, this Bid, together with

your written acceptance thereof, shall constitute a binding contract between

8. We do hereby declare that the Bid is made without any collusion, comparison of

figures or arrangement with any other person or persons making a Bid for the Works.

9. We do hereby declare that our firm or suppliers for any part of the Contract, have

nationalities from eligible countries [insert the nationality of the Bidder, including that

of all parties that comprise the Bidder if the Bidder is a consortium or association, and

Page 36: WATER AND SANITATION AGENCY LAHORE ... - Punjab, … 01 2020 6194...5) The bidder shall fill up the bid schedule and indicate the percentage rate above or below the schedule of rates

TECHNICAL BID

36 | P a g e

the nationality of Supplier].

10. We, the firm or suppliers for any part of the Contract, do not have any conflict of

interest.

11. We are not participating, as a Bidder or member of JV, in more than one bid in

this bidding process.

12. We confirm, if our Bid is accepted, that all partners of the joint venture shall be

liable jointly and severally for the execution of the Contract and the composition or

the constitution of the joint venture shall not be altered without the prior consent of

the Employer. (Please delete in case of Bid from a single firm).

Dated this …………… day of ............................................. 2020

Signature …………………..…... in the capacity of………………………. duly authorized to sign the Bid

for and on behalf of ……………………………………….

(Name of Bidder in Block Capitals):…………………………………………………………………………………….

(Seal of Bidder):………………………………………………………………………………………………………………..

Bidder’s Address:…………………………………………………………………………………………………................

……………………………………………………….……………………………………………………………………………..…

WITNESS:

Signature: ………………………………………………………………………………………………………….…………….

Name: ………………………………………………………………………………….…………………………………………

Address:…...…………………………………………………………………………………………………………………..…

……………………………………………………………………………………………………………………………………….

Occupation …………………………………………………………………………………………………………………….

Page 37: WATER AND SANITATION AGENCY LAHORE ... - Punjab, … 01 2020 6194...5) The bidder shall fill up the bid schedule and indicate the percentage rate above or below the schedule of rates

TECHNICAL BID

37 | P a g e

STANDARD FORMS

Standard Forms include the following:

Form of Contract Agreement

Form of Performance Security (Bank Guarantee)

Form of Bank Guarantee/Bond for Advance

Payment Integrity pact

Page 38: WATER AND SANITATION AGENCY LAHORE ... - Punjab, … 01 2020 6194...5) The bidder shall fill up the bid schedule and indicate the percentage rate above or below the schedule of rates

TECHNICAL BID

38 | P a g e

FORM OF PERFORMANCE SECURITY

(Bank Guarantee)

Guarantee No.

[Letter by the Guarantor to the Employer]

Executed on

Expiry date

Name of Guarantor (Bank) with address: Name of Principal (Contractor) with address:

Penal Sum of Security (express in words and figures)

Letter of Acceptance No. Dated

KNOW ALL MEN BY THESE PRESENTS, that in pursuance of the terms of the Bidding Documents and

above said Letter of Acceptance (hereinafter called the Documents) and at the request of the said

Principal we, the Guarantor above named, are held and firmly bound unto the

(hereinafter called the Employer) in the penal

sum of the amount stated above for the payment of which sum well and truly to be made to the said

Employer, we bind ourselves, our heirs, executors, administrators and successors, jointly and

severally, firmly by these presents.

THE CONDITION OF THIS OBLIGATION IS SUCH, that whereas the Principal has accepted the

Employer's above said Letter of Acceptance for (Name

of Contract)for the (Name

of Project).

NOW THEREFORE, if the Principal (Contractor) shall well and truly perform and fulfill all the

undertakings, covenants, terms and conditions of the said Documents during the original terms of the

said Documents and any extensions thereof that may be granted by the Employer, with or without

notice to the Guarantor, which notice is, hereby, waived and shall also well and truly perform and

fulfill all the undertakings, covenants terms and conditions of the Contract and of any and all

modifications of said Documents that may hereafter be made, notice of which modifications to the

Guarantor being hereby waived, then, this obligation to be void; otherwise to remain in full force and

virtue till all requirements of WASA, Lahore, Defects after Taking Over, of Conditions of Contract are

fulfilled.

Our total liability under this Guarantee is limited to the sum stated above and it is a condition of any

liability attaching to us under this Guarantee that the claim for payment in writing shall be received

by us within the validity period of this Guarantee, failing which we shall be discharged of our liability,

if any, under this Guarantee.

We, (the Guarantor), waiving all objections and defences under the Contract, do hereby irrevocably

and independently guarantee to pay to the Employer without delay upon the Employer's first written

demand without cavil or arguments and without requiring the Employer to prove or to show grounds

Page 39: WATER AND SANITATION AGENCY LAHORE ... - Punjab, … 01 2020 6194...5) The bidder shall fill up the bid schedule and indicate the percentage rate above or below the schedule of rates

TECHNICAL BID

39 | P a g e

or reasons for such demand any sum or sums up to the amount stated above, against the Employer's

written declaration that the Principal has refused or failed to perform the obligations under the

Contract which payment will be effected by the Guarantor to Employer’s designated Bank & Account

Number.

PROVIDED ALSO THAT the Employer shall be the sole and final judge for deciding whether the

Principal (Contractor) has duly performed his obligations under the Contract or has defaulted in

fulfilling said obligations and the Guarantor shall pay without objection any sum or sums up to the

amount stated above upon first written demand from the Employer forthwith and without any

reference to the Principal or any other person.

IN WITNESS WHEREOF, the above-bounden Guarantor has executed this Instrument under its seal on

the date indicated above, the name and corporate seal of the Guarantor being hereto affixed and these

presents duly signed by its undersigned representative, pursuant to authority of its governing body.

Witness:

1.

Guarantor (Bank)

Signature

Corporate Secretary (Seal)

Name

Title

2.

Name, Title & Address Corporate Guarantor (Seal)

Corporate Guarantor (Seal)

Page 40: WATER AND SANITATION AGENCY LAHORE ... - Punjab, … 01 2020 6194...5) The bidder shall fill up the bid schedule and indicate the percentage rate above or below the schedule of rates

TECHNICAL BID

40 | P a g e

FORM OF BANK GUARANTEE/BOND FOR ADVANCE PAYMENT

[Letter by the Guarantor to the Employer]

Guarantee No. Executed on Expiry date

WHEREAS the (hereinafter called the Employer) has entered into a Contract for

(Particulars of Contract),with

(hereinafter called the Contractor).

AND WHEREAS the Employer has agreed to advance to the Contractor, at the Contractor’s request, an amount of Rupees

(Rs. ___________________________) which amount shall be advanced to the Contractor as per provisions of the Contract.

AND WHEREAS the Employer has asked the Contractor to furnish Guarantee to secure advance payment for performance of his obligations under the said Contract.

AND WHEREAS (Bank) (hereinafter called the Guarantor) at the request of the Contractor and in consideration of the Employer agreeing to make the above advance to the Contractor, has agreed to furnish the said Guarantee.

NOW THEREFORE the Guarantor hereby guarantees that the Contractor shall use the advance for the purpose of above mentioned Contract and if he fails, and commits default in fulfillment of any of his obligations for which the advance payment is made, the Guarantor shall be liable to the Employer for payment not exceeding the aforementioned amount.

Notice in writing of any default, of which the Employer shall be the sole and final judge, as aforesaid, on the part of the Contractor, shall be given by the Employer to the Guarantor, and on such first written demand payment shall be made by the Guarantor of all sums then due under this Guarantee without any reference to the Contractor and without any objection.

This guarantee shall come into force as soon as the advance payment has been credited

Page 41: WATER AND SANITATION AGENCY LAHORE ... - Punjab, … 01 2020 6194...5) The bidder shall fill up the bid schedule and indicate the percentage rate above or below the schedule of rates

TECHNICAL BID

41 | P a g e

to the account of the Contractor.

This guarantee shall expire not later than by which date we must have received any claims by registered letter, telegram, telex or telefax.

It is understood that you will return this Guarantee to us on expiry or after settlement of

the total amount to be claimed hereunder.

Guarantor (Bank)

Witness:

1.

Signature

Corporate Secretary

(Seal)

Name

Title

2.

Name, Title & Address Corporate Guarantor (Seal)

Page 42: WATER AND SANITATION AGENCY LAHORE ... - Punjab, … 01 2020 6194...5) The bidder shall fill up the bid schedule and indicate the percentage rate above or below the schedule of rates

FINANCIAL BID

42

INTEGRITY PACT [To be filled and signed by the Bidder on Judicial Stamp Paper of

Rs. 100] DECLARATION OF FEES, COMMISSION AND BROKERAGE ETC. PAYABLE BY THE SUPPLIERS OF GOODS,

SERVICES & WORKS IN CONTRACTS WORTH RS. 10.00 MILLION OR MORE

Contract No. P&S/25.01/____________ Dated Contract Value: Rs.____________________

Contract Title: TENDER NO.P&S/25.01/6194 - DRAINAGE ARRANGEMENT FOR SOREPOINT AT LAWRENCE ROAD AND QAINCHI LAHORE.

………………………………… [Name of Supplier/ Contractor / Manufacturer] hereby declares that it has not obtained or induced the procurement of any contract, right, interest, privilege or other obligation or benefit from Government of Pakistan (GoP) or any administrative subdivision or agency thereof or any other entity owned or controlled by GoP through any corrupt business practice.

Without limiting the generality of the foregoing, [Name of Supplier/ Contractor / Manufacturer] represents and warrants that it has fully declared the brokerage, commission, fees etc. paid or payable to anyone and not given or agreed to give and shall not give or agree to give to anyone within or outside Pakistan either directly or indirectly through any natural or juridical person, including its affiliate, agent, associate, broker, consultant, director, promoter, shareholder, sponsor or subsidiary, any commission, gratification, bribe, finder’s fee or kickback, whether described as consultation fee or otherwise, with the object of obtaining or inducing the procurement of a contract, right, interest, privilege or other obligation or benefit in whatsoever form from GoP, except that which has been expressly declared pursuant hereto.

[Name of Supplier/ Contractor / Manufacturer] certifies that it has made and will make full disclosure of all agreements and arrangements with all persons in respect of or related to the transaction with GoP and has not taken any action or will not take any action to circumvent the above declaration, representation or warranty.

[Name of Supplier/ Contractor / Manufacturer] accepts full responsibility and strict liability for making any false declaration, not making full disclosure, misrepresenting facts or taking any action likely to defeat the purpose of this declaration, representation and warranty. It agrees that any contract, right, interest, privilege or other obligation or benefit obtained or procured as aforesaid shall, without prejudice to any other rights and remedies available to GoP under any law, contract or other instrument, be voidable at the option of GoP.

Notwithstanding any rights and remedies exercised by GoP in this regard, [ Name of Supplier/ Contractor / Manufacturer] agrees to indemnify GoP for any loss or damage incurred by it on account of its corrupt business practices and further pay compensation to GoP in an amount equivalent to ten time the sum of any commission, gratification, bribe, finder’s fee or kickback given by [Name of Supplier/ Contractor / Manufacturer] as aforesaid for the purpose of obtaining or inducing the procurement of any contract, right, interest, privilege or other obligation or benefit in whatsoever form from GoP.

Name of Buyer: ……………… Name of Seller/Supplier: …………

Signature: …………………… Signature: …………………………

[Seal] [Seal]

Page 43: WATER AND SANITATION AGENCY LAHORE ... - Punjab, … 01 2020 6194...5) The bidder shall fill up the bid schedule and indicate the percentage rate above or below the schedule of rates

FINANCIAL BID

43

WATER AND SANITATION AGENCY LAHORE DEVELOPMENT AUTHORITY, LAHORE.

FINANCIAL BID PART-II

TENDER NO.P&S/25.01/6194 – DRAINAGE ARRANGEMENT FOR SOREPOINT AT LAWRENCE ROAD AND QAINCHI LAHORE.

NAME OF FIRM

ADDRESS

DCR NO. DATED RS.

ISSUED BY Name of Branch __________________________

WATER AND SANITATION AGENCY LAHORE DEVELOPMENT AUTHORITY, LAHORE.

59-F Gulshan-e-Ravi, Lahore

RECEIPT NO. ___________

DATED ____/______/_____

OPENING DATE ________

(FOR OFFICE USE ONLY)

Page 44: WATER AND SANITATION AGENCY LAHORE ... - Punjab, … 01 2020 6194...5) The bidder shall fill up the bid schedule and indicate the percentage rate above or below the schedule of rates

FINANCIAL BID

44

LETTER OF FINANCIAL BID

Tender No.: P&S/25.01/6194

DRAINAGE ARRANGEMENT FOR SOREPOINT AT LAWRENCE ROAD AND QAINCHI LAHORE.

To:

Deputy Managing Director (Engg) WASA, LDA, LAHORE

Gentlemen,

1. Having examined the Bidding Documents including Instructions to Bidders,

Conditions of Contract, Specifications, Drawings, Schedules to Bid, Schedule of

Prices and Addenda Nos. ……………………………….. for the execution of the above-

named Works, we, the undersigned, being a company doing business under the

name of and address

……………………………………….……………………………………………………………………………………… and being duly incorporated under the laws of…………………..………………… hereby offer at a total bid cost of Rs. _______________________ to execute and complete such Works and remedy any defects therein in conformity with the said documents including Addenda thereto.

2. We understand that all the Schedules attached hereto form part of this Bid.

3. As security for due performance of the undertakings and obligations of this Bid,

we submit herewith a Bid Security in the amount of Pak Rs.…………………….……………

DCR No.……………………………Dated ..…/……/…...…. Issued by …………………... Bank,

Branch Name/Code……...drawn in the favor of, or made payable to the Employer,

and valid for a period___________Days beyond the period of validity of Bid.

4. We undertake, if our Bid is accepted, to commence the Works and to deliver and

complete the whole of the Works comprised in the Contract within the time(s) stated

in Preamble to the Conditions of Contract.

5. We agree to abide by this Bid for the period of 120-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 expiration of that period.

6. We undertake, if our Bid is accepted to execute the Performance Security

referred to in bidding documents for the due performance of the Contract.

7. Unless and until a formal Agreement is prepared and executed, this Bid, together with

your written acceptance thereof, shall constitute a binding contract between

Page 45: WATER AND SANITATION AGENCY LAHORE ... - Punjab, … 01 2020 6194...5) The bidder shall fill up the bid schedule and indicate the percentage rate above or below the schedule of rates

FINANCIAL BID

45

8. We do hereby declare that the Bid is made without any collusion, comparison of

figures or arrangement with any other person or persons making a Bid for the Works.

9. We do hereby declare that our firm or suppliers for any part of the Contract, have

nationalities from eligible countries [insert the nationality of the Bidder, including that

of all parties that comprise the Bidder if the Bidder is a consortium or association, and

the nationality of Supplier].

10. We, the firm or suppliers for any part of the Contract, do not have any conflict of

interest.

11. We are not participating, as a Bidder or member of JV, in more than one bid in

this bidding process.

12. We confirm, if our Bid is accepted, that all partners of the joint venture shall be

liable jointly and severally for the execution of the Contract and the composition or

the constitution of the joint venture shall not be altered without the prior consent of

the Employer. (Please delete in case of Bid from a single firm).

Dated this …………… day of ............................................. 2020

Signature …………………..…... in the capacity of………………………. duly authorized to sign the Bid

for and on behalf of ……………………………………….

(Name of Bidder in Block Capitals):…………………………………………………………………………………….

(Seal of Bidder):………………………………………………………………………………………………………………..

Bidder’s Address:…………………………………………………………………………………………………................

……………………………………………………….……………………………………………………………………………..…

WITNESS:

Signature: ………………………………………………………………………………………………………….…………….

Name: ………………………………………………………………………………….…………………………………………

Address:…...…………………………………………………………………………………………………………………..…

……………………………………………………………………………………………………………………………………….

Occupation …………………………………………………………………………………………………………………….

Page 46: WATER AND SANITATION AGENCY LAHORE ... - Punjab, … 01 2020 6194...5) The bidder shall fill up the bid schedule and indicate the percentage rate above or below the schedule of rates

FINANCIAL BID

46

Bid Schedule

For

TENDER NO.P&S/25.01/6194 - DRAINAGE ARRANGEMENT FOR SORE POINT AT LAWRENCE ROAD AND QAINCHI LAHORE

PART-A: CIVIL STRUCTURE (STORM WATER COVERED STORAGE TANK)

Sr. No.

Description Qty Unit Rate

Amount (Rs.)

A) Standradized Items (MRS 2nd Bi- Annual 2019)

1 Dismantling cement concrete 1: 2: 4 plain. 81.90 % Cft 6,888.300 564,151.77 2 Excavation in foundation of building, bridges

and other structures, including dagbelling, dressing, refilling around structure with excavated earth, watering and ramming lead upto one chain (30 m). and lift upto 5 ft. (1.5 m) in ordinary soil.

i) Lift upto 5 ft. 99.00 %oCft 6614.80 654,865.20 ii) Lift from 5.01 ft to 10.00 ft. 99.00 %oCft 6797.35 672,937.65 iii) Lift from 10.01 ft to 15.00 ft. 99.00 %oCft 6979.90 691,010.10 iv) Lift from 15.01 ft to 20.00 ft. 99.00 %oCft 7223.30 715,106.70 v) Lift from 20.01 ft to 25.00 ft. 99.00 %oCft 7466.70 739,203.30 Chap 3 Item. 21 . 3 Transportation of earth when the total

distance including the lead covered in the item of work is upto 5 mile 8 Km. (payment shall be made on actual measured.)

Chap 3 Item. 17,a,b,c. 967.50

%o Cft. 7172.80 6,939,684.00

4 Cement concrete plain including placing compacting, finishing & curing complete including screening and washing of stone aggregate. h ) Ratio ( 1 : 3 : 6 )

Concrete from Batchinng Plant 136.59 % Cft 20,138.60 2,750,731.37 Chap 6 Item. 5 5 Fabrication of mild steel re-inforcement for cement concrete, i/c cutting, bending, laying

in position, making joints and fastenings, i/c cost of binding wire & labour charges for binding of steel reinforcement (also includes removal of rust from bars). Deformed Bars. Grade 60

Chp 6 Item.9 b 2370.928 %Kg 14,882.15

35,284,506.14

6 Supplying and filling sand under floor, or

Page 47: WATER AND SANITATION AGENCY LAHORE ... - Punjab, … 01 2020 6194...5) The bidder shall fill up the bid schedule and indicate the percentage rate above or below the schedule of rates

FINANCIAL BID

47

plugging

in wells.(in road cuts) 156.42 % Cft. 1,820.90 284,825.18 Chapter 7, Item 30. 7 Carriage of Crush from query to site of work

(189-Km) 585.75 % Cft. 6263.55 3,668,874.41 8 P/F 6" thick RCC M.H. cover with Tee

shaped C.I. Frame, 22" I/d (frame weighing 37.324

kg or one maund) as per standard drawing

STD/PD No.6 of 1977, complete in all respects. 10.00 P/Set 7843.85 78,438.50 Chp21 Item 15-a. 9 Providing embeding 10" (250 mm) wide ¼"

(6 mm) thick rubber water stopper in expansion joints of R.C.C. roof slab complete in all respects. Chapter 6 item 28

4709.00 P/RFt 70.30 331,042.70

10 Providing and installing, C.I. ventilating shaft painted with 14.6 bituminous paint with foundation bolts, as per PHED Standard Drawing STD/PD No. 4 of 1977, complete in all respects (except concrete foundation block): Chapter 21 Item 19 (a) iv) 36 ft. (11 metre) long

40.00 % Kg 12,678.25 507,130.00 11 Providing and laying tuff pavers, having

7000 PSI, crushing strength of approved manufacturer, over 2"to3" sand cushion i/c grouting with sand in joints i/c finishing to require slope . complete in all respect. (50% Grey / 50% Coloured)

17920.00 P.Sft 125.20 2,243,584.00 12 Providing and fixing sluice valve of B.S.S.

quality and weight, Class `B', for cast iron pipe line, and Asbestos cement pipe line (including cost of jointing material):-Chapter 23 item 30

18" /d 1.00 Each. 120,463.75 120,463.75 Total for Standardized Items 56,246,554.77 % Above / Below on MRS 2nd Bi- Annual 2019 __________

Page 48: WATER AND SANITATION AGENCY LAHORE ... - Punjab, … 01 2020 6194...5) The bidder shall fill up the bid schedule and indicate the percentage rate above or below the schedule of rates

FINANCIAL BID

48

Non MRS Items. 1 Providing and laying reinforced cement concrete

( i/c prestressed concrete ) using coarse sand and screened aggregate and washed aggregate in required shape and design, i/ form moulds, shuttering, lifting, compacting, curing rendering and finishing exposed surface complete. (excluding the cost of steel reinforcement, its fabrication, placing in position etc. )

ai (a) (i) Reinforced cement concrete in roof slab,

beams, columns lintels, girders and other structural members laid in situ or precast laid in position, or prestressed members cast in situ, complete in all respects:-

Type B (Nominal mix 1:1.5 :3) Concrete from

Batching Plant 45661.24 P/Cft

aii Reinforced cement concrete in slab of raft / strip foundation, base of slab of column and retaining walls than those mentioned in 9a(i) above,. not requiring form work.(i.e. horizental shuttering) complete in all respects:-

Type B (Nominal mix 1:1.5 :3) Concrete from

Batching Plant 24071.93 P/Cft 2 P/F of corrugated sheet protection

complete. 504.00 P/RFt

3 Protection of electric poles. 3.00 P/Job 4 Providing and fixing fiber glass (4ply)

(1.75mm) fixed on square box of 2'x2' made of box section pipe 1.5"x1.5" 18 guage i/c welding of pipe make square 2'x2' size including painting complete.

700.00 P.Sft 5 Providing, laying, cutting, jointing, testing and

disinfecting High Density Polyethylene Pipe (HDPE-100) working presure pipe in trenches. complete in all respects:- PN-10 (SDR-17)

500mm od 700.00 P.Rft 6 Providing, fixing and jointing H.D.P.E butt fusion

fittings, PE-100 i/c carriage at site confirming to as per satisfaction of Engineer Incharge.(Analysis Attached)

Stb End 500mm 8.00 Each 7 P/F M.S Flanges. 18" i/d (500 mm) 8.00 Each Total Non for Standardized Items Total for Standardized Items

Total for Part A

Page 49: WATER AND SANITATION AGENCY LAHORE ... - Punjab, … 01 2020 6194...5) The bidder shall fill up the bid schedule and indicate the percentage rate above or below the schedule of rates

FINANCIAL BID

49

PART-B: CIVIL STRUCTURE (STORM WATER OPEN

STORAGE TANK)

A) Standradized Items (MRS 2nd Bi- Annual 2019)

1 Excavation in foundation of building, bridges

and other structures, including dagbelling, dressing, refilling around structure with excavated earth, watering and ramming lead upto one chain (30 m). and lift upto 5 ft. (1.5 m)

i) Lift upto 5 ft. 58.50 %oCft 6614.80 386,965.80

ii) Lift from 5.01 ft to 10.00 ft. 58.50 %oCft 6797.35 397,644.98

iii) Lift from 10.01 ft to 15.00 ft. 58.50 %oCft 6979.90 408,324.15

2 Transportation of earth when the total distance -

including the lead covered in the item of work is -

upto 5 mile 8 Km. (payment shall be made on -

actual measured.) 175.50

%o Cft. 7172.80 1,258,826.40

Chap 3 Item. 17,a,b,c. -

3 Cement concrete plain including placing -

compacting, finishing & curing complete -

including screening and washing of stone -

aggregate. Ratio ( 1 : 3 : 6 ) 58.55 % Cft

20,138.60 1,179,115.03

Chap 6 Item. 5 -

4 Fabrication of mild steel re-inforcement for -

cement concrete, i/c cutting, bending, laying in -

position, making joints and fastenings, i/c cost of -

binding wire & labour charges for binding of steel -

reinforcement (also includes removal of -

rust from bars). Deformed Bars. Grade 60 275.27 %Kg

14,882.15 4,096,609.43

Chp 6 Item.9 b -

5 Supplying and filling sand under floor, or plugging -

in wells.(in road cuts) 117.00 % Cft. 1,820.90 213,045.30

Chapter 7, Item 30. -

6 Carriage of Crush from query to site of work (189-Km) 61.61 % Cft. 6263.55 385,897.32

Page 50: WATER AND SANITATION AGENCY LAHORE ... - Punjab, … 01 2020 6194...5) The bidder shall fill up the bid schedule and indicate the percentage rate above or below the schedule of rates

FINANCIAL BID

50

7 Providing embeding 10" (250 mm) wide ¼" (6 mm) thick rubber water stopper in expansion joints of R.C.C. roof slab complete in all respects. Chapter 6 item 28

1500.00 P/RFt 70.30 105,450.00

8 Providing and fixing G.I. pipe railing, as per standard drawing.

Per Rft. of

3 rows

of Pipes

460.00 914.65 420,739.00

Total for Standardized Items 8,852,617.42

% Above / Below on MRS 2nd Bi- Annual 2019 __________

Non MRS Items.

-

1 Providing and laying reinforced cement concrete ( i/c prestressed concrete) using coarse sand and screened aggregate and washed aggregate in required shape and design, i/c form moulds, shuttering, lifting, compacting, curing rendering and finishing exposed surface complete. (excluding the cost of steel reinforcement, its fabrication, placing in position etc. )

ai (a) (i) Reinforced cement concrete in roof slab, beams, columns lintels, girders and other structural members laid in situ or precast laid in position, or prestressed members cast in situ, complete in all respects:-

Type B (Nominal mix 1:1.5 :3) Concrete from Batching Plant

1177.60 P/Cft

aii Reinforced cement concrete in slab of raft / strip foundation, base of slab of column and retaining walls than those mentioned in 9a(i) above,. not requiring form work.(i.e. horizental shuttering) complete in all respects:-

Type B (Nominal mix 1:1.5 :3) Concrete from Batching Plant 6162.99

Per Cft.

2 P/F of corrugated sheet protection complete. 291.00 P/RFt Total Non for Standardized Items Total for Standardized Items Total for Part B

Page 51: WATER AND SANITATION AGENCY LAHORE ... - Punjab, … 01 2020 6194...5) The bidder shall fill up the bid schedule and indicate the percentage rate above or below the schedule of rates

FINANCIAL BID

51

PART-C: LAYING OF SEWER LINE

A) Standradized Items (MRS 2nd Bi-Annual 2019)

-

1 Dismantalling and removing road metalling. 114.61 %Cft 1,252.40 143,537.56

Chap 4 Item 45 -

2 Earthwork excavation in open cutting for sewers -

and manholes as shown in drawings including -

shuttering and timbering, dressing to correct -

section and dimensions according to templates -

and levels and removing surface water, in all -

types of soil except shingle, gravel and rock. -

i) 0 ft. to 7 ft depth. 60.49 %oCft 5,492.50 332,241.33

ii) 7.01 ft to 15 ft. depth 13.17 %oCft 9,231.70 121,581.49

Chap 3 Item. 42 . -

3 Dry rammed brick or stone ballast 3/4" to 1.5" -

gauge. 3.53 %Cft 4,262.30 15,045.92

Chap 6. Item. 2 . -

4 P/laying RCC pipe sewers, moulded with -

cement concrete 1:1.5:3 conforming to ASTM -

specifcation C-76-79, class-III, wall-B, including -

carriage of pipes from factory to site of work, -

lowering in trenches to correct alignment and -

grade, jointing with rubber ring, cutting pipes, -

where necessary, testing etc. complete. -

i) 310 mm ( 12" ) i/d 550.00 P/Rft 571.35 314,242.50

v) 380 mm ( 24" ) i/d 750.00 P/Rft 1,243.20 932,400.00

Chap 21. Item. 4 . -

5 P/laying RCC pipe sewers, moulded with -

cement concrete 1:1.5:3 conforming to ASTM specifcation C-76-79, Class-IV, wall-B, including carriage of pipes from factory to site of work lowering in trenches to correct alignment and grade, jointing with rubber ring, cutting pipes, where necessary, testing etc. complete. -

iii) 610 mm ( 30" ) i/d 700.00 P/Rft 2,178.85 1,525,195.00

x) 974 mm (36") i/d 700.00 P/Rft 3,341.05 2,338,735.00

Chap 21. Item. 5 .

-

Page 52: WATER AND SANITATION AGENCY LAHORE ... - Punjab, … 01 2020 6194...5) The bidder shall fill up the bid schedule and indicate the percentage rate above or below the schedule of rates

FINANCIAL BID

52

6 Cement concrete brick or stone ballast 1.5" to 2" -

gauge in foundation and plinth. -

Ratio 1:4:8. 16.19 %Cft 13,760.45 222,781.69

Chap. 6 Item. 3b. -

7 Cement concrete plain including placing, -

compacting, finishing & curing complete (i/c -

screening and washing of stone aggregate). -

Ratio 1:2:4. Concrete from Batchinng Plant 50.00 %Cft 23,184.20 1,159,210.00

Chap. 6 Item. 5. -

-

8 Pacca brick work other than building in cement -

sand mortar (1:3). -

Upto 10 ft. height. 25.41 %Cft 22,982.15 583,976.43

Chap. 7 Item. 7.,8 -

-

9 Extra for pacca brick work in steining of wells -

or any other circular masonary. 25.41 %Cft 1,727.40 43,893.23

Chap. 7 Item. 10. -

-

10 Cement plaster ratio (1:3) 1/2" thick -

upto 20 ft. height. 38.87 %Sft 2,000.05 77,741.94

Chap. 11 Item. 8b, 28 -

-

11 Cement pointing struck joint upto Ratio 1:2 -

Upto 20 ft. height. 29.21 %Sft 2,040.00 59,588.40

Chap. 11 Item. 16-a. 28 -

-

12 P/laying reinforced cement concrete (including prestressed concrete) using coarse sand and screened graded and washed aggregate in required shape and design including forms, moulds, shuttering, lifting, compacting, curing, rendering and finishing exposed surface, complete (but excluding the cost of steel reinforcement, its fabrication and placing in position etc -

a-i) ). Reinforced cement concrete in roof slab, beams, columns, lintels, girders & other structural members laid in situ or precast laid in position, or prestressed members cast in situ, complete in all respects Concrete from Batchinng Plant Type-B Nominal Mix (1:1.5:3) -

Chp 6 Item 6, 79.29 P/Cft 405.90 32,183.81

-

Page 53: WATER AND SANITATION AGENCY LAHORE ... - Punjab, … 01 2020 6194...5) The bidder shall fill up the bid schedule and indicate the percentage rate above or below the schedule of rates

FINANCIAL BID

53

13 Fabrication of mild steel re-inforcement for -

cement concrete, i/c cutting, bending, laying in position, making joints and fastenings, i/c cost of binding wire & labour charges for binding of steel reinforcement (also includes removal of rust from bars). Deformed Bars. Grade 60 -

Chp 6 Item.9 b 14.00 %Kg 14,882.15 208,350.10

14 Transportation of earth when the total distance including the lead covered in the item of work is upto 5 mile 8 Km. (payment shall be made on actual measured.) 22.10

%o Cft. 7172.80 158,518.88

Chap 3 Item. 17,a,b,c. -

15 P/F 6" thick RCC M.H. cover with Tee shaped -

C.I. Frame, 22" I/d (frame weighing 37.324 kg or -

one maund) as per standard drawing STD/PD -

No.6 of 1977, complete in all respects. 28.00 P/Set 7843.85 219,627.80

Chp21 Item 15-a. -

-

16 Rehandling of earth work. Lead upto a single throw of Kassi, phaorah or shovel -

51.56 % Cft. 1,565.50 80,717.18

Chapter 7, Item 30. -

-

17 Bailing out water. b) by pump 324.0

%o Cft. 484.85 157,091.40

Chap.26, Item.35. -

-

18 Fabrication of Heavy steel work, with angle, tees, flat iron round iron and sheet iron for aking trusses, girders, tanks, etc. including cutting, drilling, revitting, handling, assembling and fixing, but exucluding erection in prosition

101.00 %Kg 15,711.30 1,586,841.30

Chap-25 item-10 -

19 Erection and fitting in poistion iron trusses, staring of water tans, etc.

101.00 %Kg 732.20 73,952.20

Chap-25 item-11

Total for Standardized Items 10,387,453.16

% Above / Below on MRS 2nd Bi- Annual 2019 __________

Page 54: WATER AND SANITATION AGENCY LAHORE ... - Punjab, … 01 2020 6194...5) The bidder shall fill up the bid schedule and indicate the percentage rate above or below the schedule of rates

FINANCIAL BID

54

B) Non Standradized Items

1 P/F M.I steps conforming to ASTM-48 specification for grey iron or equal inside the manhole as per drawing i/c carriage and setting the same to correct line and levels to the satisfacation of Engineer Incharge.

117.00 Each

2 Supplying and placing crushed stone aggregate

(fromTexila or other approved quarry) 3/4" to 1.5"

guage as bedding material under and around

RCC sewer pipe as per drawing complete in all

respects. i/c 189 Km Lead. 71.11 % Cft Total for Non Standardized Items Total for Standardized Items Total for Part-C

PART-D: LAYING OF FORCEMAIN PIPE HDPE (315 mm)

MRS 2nd Bi-Annual. 2019.

1 Dismantaling and removing road metalling. 36.00 %Cft 1252.40 45,086.40

-

2 Earth work excavation in open cutting for sewer line and manholes, as shown in drawing i/c shuttering and timbering, dressing to correct the section and dimensions, according to templates and removing surface water in all types of soil except shingle, gravel and rock

-

0' to 7.00' depth. 25.20 %0Cft 5492.50 138,411.00

-

3 Cement concrete plain i/c placing, compacting, finishing and curing complete. ( i/c washing of stone aggregate ) -

Ratio 1: 2: 4 Backing Block 2.88 %Cft 23184.20 66,770.50

-

4 Pacca Brick work other than building in C/S Mortar 1:3 -

0' - 10' height 0.30 %Cft 22982.15 6,894.65

-

5 Supply and filling sand under floor or plugging in wells 252.00 %Cft 1820.9 458,866.80

-

Page 55: WATER AND SANITATION AGENCY LAHORE ... - Punjab, … 01 2020 6194...5) The bidder shall fill up the bid schedule and indicate the percentage rate above or below the schedule of rates

FINANCIAL BID

55

6 Transportation of earth all types when the total distance, including the lead covered in the item of work, is more than 1000 ft. (300 m) lead upto 5 mile 8 Km (payment will be made as per actual)

25.20 %0Cft 7172.80 180,754.56

7 Providing, transportation, laying, cutting, butt fusion jointing, testing & commissioning High Density Polyethylene Pipe (HDPE) (PE-100), PN 8 conforming to ISO 4427 / DIN 8074 / 8075 or equivalent standards

-

315 mm O/d for Forcemain 1800.00 P/Rft 1602.30 2,884,140.00

Total for Standardized Items 3,780,923.90

% Above / Below on MRS 2nd Bi- Annual 2019 __________

Non Standard Items

1 Providing, laying and jointing testing and disinfecting, high density polyethylene fitting (tee, cross, bend, elbow, stub ends etc.) (PE-100) (PN-10) of conforming to ISO 4427 or DIN 8074 / 8075 or equivalent standards

Bend 315 mm x 900 2.00 Each

Bend 315mm x 450 6.00 Each

Stub End 315-mm 6.00 Each

2 M.S flange 1/2" thick i/c nuts & bolts and gas ket 3/8" thick

315 mm i/d 10.00 Each

Total for Non Standardized Items Total for Standardized Items Total for Part-D

PART-E: PUMPING MACHINERY AND ALLIED WORKS & PUMP HOUSE

MRS 2nd Bi-Annual 2019 Sub Head -I (Civil Work)

1 Earth work excavation in open cutting for sewer line and manholes, as shown in drawing i/c shuttering and timbering, dressing to correct the section and dimensions, according to templates and removing surface water in all types of soil except shingle, gravel and rock.

-

0' to 7.00' depth. 4.20 %0Cft 5492.50 23,068.50

7.01' to 15.00' depth. 3.00 %0Cft 9231.70 27,695.10

Page 56: WATER AND SANITATION AGENCY LAHORE ... - Punjab, … 01 2020 6194...5) The bidder shall fill up the bid schedule and indicate the percentage rate above or below the schedule of rates

FINANCIAL BID

56

Above15.01' depth. 0.79 %0Cft 11736.55 9,271.87

-

2 Cement concrete plain i/c placing, compacting, finishing and curing complete. ( i/c washing of stone aggregate ) Concrete from Batchinng Plant

-

Ratio 1: 3: 6 0.09 %Cft 20138.60 1,812.47

-

3 Providing and laying reinforced cement concrete ( i/c prestressed concrete ) using coarse sand and screened aggregate and washed aggregate in required shape and design, i/ form moulds, shuttering, lifting, compacting, curing rendering and finishing exposeed surface, complete (but ex/x the cost of reinforcement, its fabrication and placing in position etc)

-

a(ii) Reinforced cement concrete in slab of raft / strip foundation, base of slab of column and retaining walls than those mentioned in 9a(i) above,. not requiring form work. i.e Horizontal shuttering) complete in all respect. Concrete from Batchinng Plant

-

Type C Nominal Mix 1:1.5:3 utpo 20'ft 396.00 P/Cft 309.15 122,423.40

a(i) Reinforced cement concrete in roof slabs, beams, lintels, girders other structural members laid in situ or precast in position or prestressed members cast in situ, complete in all respect.

1,710.00 P/Cft 405.90 694,089.00

4 Supplying and filling sand under floor or plugging in wells 24.00 %Cft 1820.90

43,701.60

-

5 Carriage of Crush from query to site of work (189-Km) 18.97 %Cft 6263.55

118,819.54

-

6 Excavation in foundation of building, bridges and other structures, i/c dag belling, dressing, refilling, around structures with excavated earth, watering and ramming lead upto one chain and lift upto 5 ft,. (Ch. 3 Item-21b)

-

in ordinary soil. 0.87 %0Cft 6,614.80 5,754.88

7 Pacca brick work in foundation and plinth in cement sand mortor (1:4). (Ch.7 Item-4i)

-

6.00 %Cft 21,543.15 129,258.90

Page 57: WATER AND SANITATION AGENCY LAHORE ... - Punjab, … 01 2020 6194...5) The bidder shall fill up the bid schedule and indicate the percentage rate above or below the schedule of rates

FINANCIAL BID

57

8 Providing and laying damp proof course of cement concrete 1: 2: 4( using cement, sand and shingle), including bitumen coating :- (Ch-6, Item-33)

-

(b) with 2 coats of bitumen:ii) 1½" thick (40 mm) 3.24 %Sft 5,291.45

17,144.30

-

9 Pacca brick work in ground floor (1:4). (Ch.7 Item-5i) 7.52 %Cft 22,838.85

171,748.15

10 Fabrication of mild steel for reinforcement of cement concrete i/c cutting, bending, binding laying, fastening i/c cost of binding wire and labour charges for binding of steel reinforcement. ( also i/c removal of rust from the bars ) ( Ch 6 Item-9 )

-

deformed bars Grade-60 6.01 %Kg 14,882.15 89,441.72

11 Providing and laying reinforced cement concrete ( i/c prestressed concrete ) using coarse sand and screened aggregate and washed aggregate in required shape and design, i/ form moulds, shuttering, lifting, compacting, curing rendering and finishing exposed surface complete. (excluding the cost of steel reinforcement, its fabrication, placing in position etc. )

-

(a) (I) Reinforced cement concrete in roof slabs, beams, lintels, girders other structural members laid in situ or precast in position or prestressed members cast in situ, complete in all respect. Concrete from Batchinng Plant ( Ch. 6 Item-6 )

-

Type C (nominal mix 1: 2: 4) 200.47 PCft. 374.00 74,975.78

12 Making and fixing steel grated doors, complete with locking arrangement, angle iron frame 2" x2" x3/ 8 (50x50x10 mm) and ¾" (20 mm) square bars 4" (100 mm ) centre to centre.Ch.25 Item-30

64.00 PSft. 943.60 60,390.40

-

Page 58: WATER AND SANITATION AGENCY LAHORE ... - Punjab, … 01 2020 6194...5) The bidder shall fill up the bid schedule and indicate the percentage rate above or below the schedule of rates

FINANCIAL BID

58

13 Providing and fixing windows consisting of M. S. box section frame 2" x1½", (50x40mm) leaves frame 1½" x1" (40x25mm) box section frame for glazing 3/ 8" x3/ 8" (10x10mm) using 16 SWG sheet 'U' shaped rubber supported with 1" x1/ 8" (25x3mm) M. S. flat for fixing 3/ 16" (5 mm) thick glass panes M. S. box section ½" x½" (13x13mm) of 16 SWG for fixing 24 SWG wire gauze on outer side by means of ¾" x1/ 8" (20x3mm) M. S. flat and screws including grill of M. S. flat ½" x1/ 8" (13x3mm) or ¼" x¼" (6x6mm) square bar with independent frame of ½" x½" (13x13mm) box section of 16 SWG i/c all C. P. fitting and painting 3 coats complete in all respect.Ch-25 Item-44

80.00 PSft. 506.60 40,528.00

-

14 Cement plaster ( 1:4 ) upto 20' height, 1/2" thick.CH-11 Item-9 7.76 % Sft 1,896.95

14,720.33

-

15 Cement plaster 3/ 8" (10 mm) thick under soffit of R. C. C. roof slabs only, upto 20' height.1: 3 CH-11 Item-10 2.44 % Sft 2,150.80 5,247.95

16 Cement pointing struck joints upto 20' height in ( 1:2 ) ( Ch. 11 Item-18a ) 47.80 % Sft 2,040.00 97,512.00

17 Cast iron rain water down pipe fixed in position, excluding head and shoes, but i/c painting and clamps etc CH-9 Item-20.

-

a)4" dia (100 mm) cast iron down pipe. 22.00 PRft. 219.40 4,826.80

-

18 Shoes, bends, or offsetsd for rain water down pipe, i/c fixing and painting. CH-9 Item-22 2.00 Each. 326.00 652.00

-

19 Rain water down pipe cast iron head fixed in place, i/c cost of clampps, holdfast and painting. CH-9 Item-21

2.00 Each. 541.85 1,083.70

20 Khuras on roof 2'x2'x6" (600 x 600 x 150 mm CH-9 Item-15 2.00 Each. 506.85 1,013.70

-

21 Bottom khuras of brick masonry in cement sand mortor (1:6) 4'x2'x4.5" over 3" cement concrete (1:4:8) CH-9 Item-16

2.00 Each. 900.55 1,801.10

Page 59: WATER AND SANITATION AGENCY LAHORE ... - Punjab, … 01 2020 6194...5) The bidder shall fill up the bid schedule and indicate the percentage rate above or below the schedule of rates

FINANCIAL BID

59

-

22 Supplying and filling sand under floors and plugging in wells. (Ch.7 Item-30) 1.44 % Cft 1,820.90 2,622.10

-

23 P/L dry rammed brick or stone ballast 1.5" to 2" guage. Ch.6 Item-2) 7.73 % Cft 4,262.30 32,947.58

-

24 Providing and laying topping of cement concrete 1: 2: 4, including surface finishing and dividing in panels:- Ch.10 Item-15)

-

a)1"( 25 mm) thick 2.44 % Sft 2,951.65 7,202.03

25 Single layers of tiles 9"x4.5"x1.5" laid over 4" earth and plaster without bhoosa grouted with cement sand (1:8) on top of RCC roof slab provided with 34 lbs bitumen coating sand blinded. (Ch.9 Item-5)

2.32 % Sft 6,894.45 15,995.12

-

26 Distempering (a) New Surface (iii) 03-Coats. (Ch.11 Item-23aiii) 8.52 % Sft 722.40 6,154.85

-

27 Painting new surface:-Preparing surface of doors and windows any types (Three coats)(Ch.13 Item-5c) 0.56 % Sft 1,589.40 890.06

28 Providing and fitting "P" trap: -CH-19 Item-34ii

-

10 cm (4") glazed. 1.00 Each. 143.85 143.85

29 Regular excavation dressed. (Ch.3 Item-6) 0.10

%0 Cft

3,229.80 322.98

30 Providing and fixing marble strip of any shade for dividing the mosaic flooring into panels (Ch.10 Item-42b)

Size 1½" x ¼" (40 x 6 mm) 172.00

Per Rft.

4.60 791.20

Total for Standardized Items

1,824,050.97

% Above / Below on MRS 2nd Bi- Annual 2019 __________

Non Standard Items

1 Providing and installation chain pully block 5-Tons capacity complete with rolling arrangement. 1.00 Each

Page 60: WATER AND SANITATION AGENCY LAHORE ... - Punjab, … 01 2020 6194...5) The bidder shall fill up the bid schedule and indicate the percentage rate above or below the schedule of rates

FINANCIAL BID

60

2 Providing, installation, testing & commissioning of horizontal Non Clogging sewage pump coupled with suitable motor, 3 phase, 400-V 50Hz, solid passing size not less than 100-mm Insulation class-F , Enclosure Class IP-55, with stainless steel impeller 316, speed Less Than 1000 RPM, both are mounted on steel structure base frame suitable Electric cable, control cable alongwith Motor Control Unit Consisting of soft starter, power factor improvement (PFI) plant, overload relay, metallic box, circuit breaker, magnetic contactor, ON/OFF switch, control fuse, control wire, under / over voltage relay, electronic over current relay, ampere meter, volt meter, hour run meter, , dry run protection, high temperature protection, phase reversal protection and indication lamps, Auto Float switch complete in all respects. Gross efficiency plus 70 % as per Notification No. SO (PH) IV-256/2008 dated 27-10-2009.

6-cfs capacity Head 40 FT. 2.00 Each

3 Providing and Installation of Reflex Valve required quality and weight to the satisfaction of Engineer 12" i/d

3.00 Each

4 Providing, laying, cutting, jointing and testing of Ductile Iron Pipe (ISO 2531 2009) Class -25 Internal lining of sulphate resistant cement conforming to ISO - 4179-2005 and extenal coating of Zinc Plus bitumen (ISO 8179-2004)

12" i/d 150.00

P/Rft

5 Providing and installation of Pen Stock gate of required size to the size to the satisfaction of Engineer Incharge. (6'x6')

1.00

P/Job

6 Providing, erecting and fixing in position R.S Joist size 5"x10"x1/2" & 15' ft long having sufficient weight duly painted with 3-coats of approved paint.

30.00

Rft

7 Supply and erection of main circuit breaket 1250-Amp complete as per staisfication of engineer incharges. (MCEB-50KA) Triple Pole.

1.00

Each

8 Providing and fixing of indication guage. 32.00

P/Rft

Page 61: WATER AND SANITATION AGENCY LAHORE ... - Punjab, … 01 2020 6194...5) The bidder shall fill up the bid schedule and indicate the percentage rate above or below the schedule of rates

FINANCIAL BID

61

9 Processing, Installation of PVC sheathed armoured withG.I. WIRE 16 SWG cable37/0.103" 660/1100 volts 4 core(185mmsq)

20.00

P/Mtr.

10 Providing and Fixing of PVC sheathed armoured withG.I. WIRE 16 SWG cable37/0.072" 660/1100 volts 4 core(95mmsq)

78.00

P/Mtr.

11 Providing and fixing of PVC sheathed armoured withG.I. WIRE 16 SWG cable37/0.083" 660/1100 volts 4 core(120mmsq)

78.00

P/Mtr.

12 Providing and Fixing cable tray 300mm galvanized i/c cost of angle iron on walls. 12" x 3"

225.00

P/Rft

13 P/I of special earthing with distribution copper bus bar and 4-SWG wire copper wire copper conductor i/c copper plate 2'x2'x1/4" thick , charcoal sdalt and lime in 1:2:4 G.I. pipe including excavation of pit and other items etc upto permanent water table having resistance of 0.50 to 1.00 ohm and each electrical and mechanical components will be connected at two point with earth strip of 3x25 mm fitted through out inside the wall and 1' height connected with main earthing strip at main earthing pit by solid copper conductor at minimum 3 points as per standard specification this item also includes supply and erection of PVC pipe above the ground and construction of 18" x 15" chamber in base of 3" RCC 1:4:8 with 4.50" thick slab of 1:2:4 complete in all respect.

5.00 Each

Total for Non Standardized Items

Total for Standardized Items

Total of Sub Head - I (Civil Work)

Electrification Sub Head - II

Standard Items

1 Supply an erecting of single core PVC insulated, PVC sheeted copper conductor 250/440 volts grade cable (BSS-2004) in prelaid PVC pipes / M.S, conduit /G.I pipe wooden strip batten / wooden casing and capping / trenches, etc. (rate for cable only)

Page 62: WATER AND SANITATION AGENCY LAHORE ... - Punjab, … 01 2020 6194...5) The bidder shall fill up the bid schedule and indicate the percentage rate above or below the schedule of rates

FINANCIAL BID

62

i) 3/0.74 mm (3/0.029"). 1,101.50 P/Rft 11.85 13,052.78

ii) 7/0.74 mm (7/0.029"). 632.00 P/Rft 16.15 10,206.80

iii) 7/1.12 mm (7/0.044"). 400.00 P/Rft 32.45 12,980.00

iv) 191.163mm (19/0.052"") 246.08 P/Rft 124.90 30,735.39

2 Supply an erection of M.S sheet box of 16 SWG, 10cm (4) deep , with 4.75mm thick (3/16) bakelite sheet top, for recessed wiring ,including making holies for regulators, switch , plugs, etc. i) 22.5x10cm(9x4)".

3.00 Each 289.65 868.95

ii) 17.50x10cm (7"x4") Ch.24, Item.14. 3.00 Each 226.25 678.75

3 Supply an erection of tube light , including rod, choke. Starter with frame flexible wire, including connection from rose, etc. complete.

i) single rod (40 watts) with one choke and one starter. 8.00 P/Set 695.55

5,564.40

4 Supply and erection street pole bracket

30mmØ G.I pipe 2m long complete with 2-No pole clamps.

4.00 Each 1308.35

5,233.40

-

5 Supply and erection of pole mounted street light holder, shade and glass etc, for fitting 125/250 watt mercury wapour lamp (excludin cost of vapour lamp).

4.00 Each 3363.65

13,454.60

Philips Design -

-

6 Supply and erection of mercury vapour lamp complete with chowk.

-

250 watt lamp 4.00 Each 2048.70 8,194.80

Total for Standardized Items 100,969.87

% Above / Below on MRS 2nd Bi- Annual 2019 __________

Non Standard Items

1 P/fixing sewege indicatiopn guage in wet well of 1/8" thick M.S sheet 9" wide i/c painting making of scales, lettering, figuring complete in all respects.

40.00

PRft.

2 P/Fixing shock treatment chart (English / Urdu) under Electricity Act with glass frame complete.

2.00

Each

Page 63: WATER AND SANITATION AGENCY LAHORE ... - Punjab, … 01 2020 6194...5) The bidder shall fill up the bid schedule and indicate the percentage rate above or below the schedule of rates

FINANCIAL BID

63

3 Providing electrical drawings for power wiring, light wiring earth wiring and motor control center.

2.00

Each

4 Providing and fixing ceiling fan 56" sweep 2.00

Each.

5 P/F dimmer for ceiling fans. 2.00

Each.

6 Supply of Exhaust fan 12" sweep with louver and shutter.

2.00

Each.

Total for Non Standardized Items

Total for Standardized Items

Total of Electrification Sub Head-II

Sub Head-Screening Chamber

MRS 2nd Bi-Annual 2019

1 Earthwork excavation in open cutting for sewers and manholes as shown in drawings including shuttering and timbering, dressing to correct section and dimensions according to templates and levels, and removing surface water, in all types of soil except shingle, gravel and rocK (with shuttering) C-3/42

-

0-7 ft depth 0.68 %0Cft 5492.50 3,734.90

-

2 Cement concrete brick or stone ballast 1½ " to 2" (40 mm to 50 mm) gauge, in foundation and plinth:- Ratio (1:6:12) Ch 6 Item 3

0.50 %Cft 11616.05 5,808.03

-

3 Cement concrete plain including placing, compacting, finishing and curing complete (including screening and washing of stone aggregate): Ratio (1:2:4) Concrete from Batchinng Plant C-6/5f

0.51 %Cft 23184.2 11,823.94

4 Pacca brick work other than building upto 10ft. (3 m) height. 1:3 cement sand mortar Ch 7 Item 7 2.30 %Cft 22982.15 52,858.95

-

5 Cement plaster 1:3 upto 20' (6.00 m) height: - b) ½" (13 mm) thick Ch 11 item 8b

1.75 %Sft 2000.05

3,500.09

Page 64: WATER AND SANITATION AGENCY LAHORE ... - Punjab, … 01 2020 6194...5) The bidder shall fill up the bid schedule and indicate the percentage rate above or below the schedule of rates

FINANCIAL BID

64

6 Fabrication of heavy steel work, with angle, tees, flat iron round iron and sheet iron for aking trusses, girders, tanks, etc., including cutting, drilling, revitting, handling, assembling and fixing, but excluding erection in position Ch 25 item 10

45.00 %Kg 15711.3

707,008.50

7 Erection and fitting in position iron trusses, staging of water tanks, etc. Ch 25 item 11

45.00 %Kg 732.2

32,949.00

Total for Standardized Items

817,683.40

% Above / Below on MRS 2nd Bi- Annual 2019 __________

Non Standard Items

1 P/F M.I steps conforming to ASTM-48 specification for grey iron or equal inside the manhole as per drawing i/c carriage and setting the same to correct line and levels to the satisfaction of Engineer Incharge.

75.00 Each

Total for Non Standardized Items

Total for Standardized Items

Total for Screening Chamber

Total of Electrification Sub Head-II

Total of Sub Head - I (Civil Work)

Total for Part-E Total for Part-D Total for Part-C Total for Part-B Total for Part-A Grand Total

Name of Firm ______________________________________ Address __________________________________________ Signature _________________________________________