Beruflich Dokumente
Kultur Dokumente
KM.25.465 of Eastern
to create an IP of 58,500
and
also
formation
of
independent
reservoirs
of
Rallavagu
&
Nellore Districts.
VOLUME I
TENDER SCHEDULE FOR-EPC TURN KEY SYSTEM
(OPEN CATEGORY CONTRACT)
OFFICE OF THE
SUPERINTENDING ENGINEER,
CONSTRUCTION CIRCLE, ONGOLE
PRAKASAM DISTRICT
ANDHRA PRADESH
INDIA
CONTRACTOR
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
INDEX
VOLUME I. PART - A
1. BID NOTICE
Notice to Bidders
Notice Inviting Tender
2. INSTRUCTIONS TO BIDDERS
A General
B Bid Document
C Preparation of bids
D Submission of bids
E Bid opening and evaluation
F Award of contract
3. CONDITIONS OF CONTRACT
Bidder/Contractor Certificate
Declaration of Bidder
Article of Agreement
Adjudication of disputes
General conditions of Contract
A. General
1.
Interpretation
2.
Engineer-in-charges decisions
3.
Delegation
4.
Communication
5.
Sub-contracting
6.
Other contractors
7.
Personnel
8.
Contractors risk
9.
Insurance
10.
Site inspection
11.
Contractor to construct the works
12.
Diversion of streams/vagus/drains
13.
Power supply
14.
Temporary diversion
15.
Ramps
16.
Monsoon damages
17.
Completion date
18.
Safety
19.
Discoveries
20.
Possession of site
21.
Access to the site
22.
Instructions
23.
Settlement of disputes
B. Time for completion
CONTRACTOR
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
24.
25.
26.
27.
28.
29.
30.
31.
Programme
Construction programme
Speed of work
Suspension of works by the Contractor
Extension of intended completion date
Delays ordered by the Engineer-in-charge
Early warning
Management meetings
C. Quality Control
32.
33.
34.
35.
36.
Identifying defects
Tests
Correction of defects
Uncorrected defects
Quality control
D. Cost Control
37.
38.
39.
40.
41.
42.
43.
44.
45.
46.
47.
48.
49.
50.
51.
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
63.
64.
65.
66.
67.
68.
69.
70.
71.
72.
73.
74.
75.
76.
77.
78.
79.
80.
81.
82.
83.
84.
85.
86.
87.
88.
89.
90.
91.
92.
93.
94.
95.
96.
97.
98.
99.
100.
101.
102.
103.
104.
105.
106.
107.
108.
109.
110.
111.
CONTRACTOR
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
112.
113.
114.
115.
116.
117.
118.
119.
..
Survey & Investigation
Design & Engineering
..
Civil Works
..
Hydro mechanical Works
..
Operation & maintenance
..
Other Special Conditions
4. BILL OF QUANTITIES
CONTRACTOR
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
1 - 30
Annexure I
Annexure II
5. FORMATS OF SECURITIES
6. DRAWINGS
II.
III.
PART C
DATA SHEETS
IV.
PART D
V.
PART E
PROJECT PROFILES
VI.
PART F
VOLUME I PART- A
1. BID NOTICE
Tender schedules can be down loaded from the web site www.eprocurement.gov.in. The
bidders should quote their Tender contract price at the prescribed field /place provided in
the e-market place.
The bidders should upload scanned copies all the documents such as B.G/D.D towards
EMD and transaction fee, formats, data sheets, declarations etc as stipulated in the
tender document.
The bidders shall upload the scanned copies of Bank Guarantee/Demand Draft towards
EMD as below:An amount of Rs 7,50,00,000/- (Rupees Seven crores and Fifty lakhs only) to be paid
in shape of un-conditional and Irrevocable Bank Guarantee in the standard format in
favour of Superintending Engineer, Construction Circle, Ongole or in the shape of
Demand draft in favour of Pay & Accounts Officer, N.S.P. Ongole to be valid for a
period of Six months from the date of submission of bids to be obtained from any
Government owned public sector bank or any scheduled commercial bank.
Transaction fees : The transaction fee of Rs.25000/- + 12.36% + Education cess 1.85%
service tax has to be paid by the participating bidders through the Electronic Payment
Gateway in favour of M/s. C1 India Pvt. Ltd., by each participating bidder at the time of
Bid submission. The amount is not reimbursable.
The originals of the scanned copies must be submitted on or before
3. Hard copies:
CONTRACTOR
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
CONTRACTOR
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
CONTRACTOR
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
Department Name
Tender Number
Tender Subject
Pula
Subbaiah
Veligonda
Project:
Investigation, Design and Excavation of Western
Branch Canal taking off at
KM.25.465 of
Eastern Main canal including Construction of
tunnel, CM & CD works, distributory system,
pump houses, delivery cisterns and pressure
mains
to create an IP of 58,500 Acres by lift
including formation of reservoirs of Turimella,
Racherla & Seetharam Sagar and also formation
of independent reservoirs of Rallavagu &
Gundlabrahmeswaram to create an IP of 5000
Acres in Prakasam, Kadapa and Nellore Districts.
Period of Contract
48 (Forty eight)
Form of Contract
Tender Type
Open
8.
Tender category
10
11
Tender Fee
12
Not Applicable
13
Transaction Fee
14
15
10-12-2008 @ 3.00 PM
16
11-12-2008 @ 5.00 PM
Months.
Works
Rs. 7,50,00,000 ( INR).
CONTRACTOR
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
17
Pre-Bid Meeting
18
19
20
21
22
Address
23
Contact Details
24
Eligibility Criteria
i) General Requirements
A. GENERAL REQUIREMENTS
1. The bids are limited to reputed firms / Joint venture
companies/ consortiums having experience in
execution of pumping stations/ /irrigation
canals/reservoirs/ tunnels/ irrigation structures and
bridges.
Contractor / Contracting firm registered with
Government of Andhra Pradesh with valid
Registration in terms of
G.O.Ms.No: 130,I&CAD Department dt.22-05-2007
G.O.Ms.No.521, I & CAD (PW), dt.10-12-1984
G.O.Ms.No.178, I & CAD (PW-COD) Dept., dt.27-91997
G.O.Ms.No.22, TR&B (B.III) Dept., dt.6-2-98
G.O.Ms.No.23, I & CAD (PW) Dept., dt.5-3-1999
G.O.Ms.No.132, TR&B (R.1) Dept., dt.11-8-1998
G.O.Ms.No.8, TR&B (R1) Dept., dt.8-1-2003
G.O.Ms.No.94, I & CAD (PW-COD) Dept.,
dt.1-7-2003 are only eligible.
10
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
CONTRACTOR
11
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
6.
The bidder should have executed tunnel of
diameter of not less that
3.50 mts
for a
minimum of length of 2.50 Kms
7.
Bidder should have capacity for design
office backup having experience on structural
and hydraulic design for pumps, pump houses
and pipe line and transient analysis, earth dam
work, canal network, drops and CM/CD
structures and Reservoirs and tunnels or should
have M.O.U with such firm of experience.
8.
The Bidder shall have ISO accreditation or
shall have applied for ISO accreditation. However
the Bidder shall submit ISO accreditation at the
time of concluding Agt.
iii) Financial Requirements.
1.
CONTRACTOR
12
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
Minimum criteria.
a) The Joint venture should meet the requirement
as prescribed at para1.Each partner should meet
not less than 20% of the annual turnover as
prescribed at para1 individually.
b) The JV should meet similar work criteria as
CONTRACTOR
13
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
CONTRACTOR
14
his
bid
the
the
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
15
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
of
original
DD/BG
towards
EMD,
Certificates/Documents from the successful bidder
before the stipulated time. On receipt of documents,
the department shall ensure the genuinity of the
DD/BG
towards
EMD
and
all
other
certificates/documents uploaded by the bidder in
eProcurement system.
In support of the
qualification
criteria
before
concluding
the
agreement.
4. The GO.Ms.NO.174, I & CAD Dated: 1.9.2008
Deactivation of Bidders If any successful bidder fails
to submit the original hard copies of uploaded
certificates / documents, DD/BG towards EMD
within stipulated time or if any variation is noticed
between the uploaded documents and the
hardcopies submitted by the bidder, as the
successful bidder will be suspended from
participating in the tenders on eProcurement
platform for a period of 3 years. The eProcurment
system would deactivate the user ID of such
defaulting
bidder
based
on
the
trigger/recommendation by the Tender Inviting
Authority in the system.
Besides this, the
department shall invoke all processes of law
including criminal prosecution of such defaulting
bidder as an act of extreme deterrence to avoid
delays in the tender process for execution of the
development schemes taken up by the government.
Other conditions as per tender document are
applicable.
The bidder is requested to get a confirmed
acknowledgement from the Tender Inviting Authority
a proof of Hardcopies submission to avoid any
discrepancy.
5. Payment of Transaction Fee:
It is mandatory for all the participant bidders from
1st January 2006 to electronically pay a Nonrefundable Transaction fee to M/s C1 India Pvt. Ltd.,
the service provider through Payment Gateway
Service on E-procurement platforom The Electronic
payment Gateway accepts all Master and Visa Credit
Cards issued by any bank and Direct Debit
facility/Net Banking of ICICI Bank, HDFC, Axis
Bank to facilitate the transaction.
This is in
compliance as per G.O.Ms.13 Dated07.05.2006.
Aservice tax of 12.36% + Bank Charges for Credit
CONTRACTOR
16
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
CONTRACTOR
17
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
26
CONTRACTOR
18
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
27
Scope Of Work
CONTRACTOR
19
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
Prakasam District
2.
Lifting of 2.800 TMC of water in 3 Stages
with sufficient length of Pressure Mains to create
an ayacut of 25,600 Acres in Prakasam District.
a. Stage-I: From approach channel to Turimella
Reservoir to create an ayacut of 25,600 Acres..
b) Gravity canal including lining (C.C. M15 with
pavers) from Turimella reservoir to intake sump
at lift -2 to create an ayacut of 6000 Acres.
c) Stage-II: From Tail End of Gravity canal taking
off from
Turimella
Reservoir to Racherla
Tank to create an ayacut of 19,600 Acres.
d) Gravity canal including lining (C.C. M15 with
pavers) from Racherla tank for a length of
3.00Km (tentative) to create an ayacut of 2,000
Acres.
e) Stage-III: From Tail End of Gravity canal taking
off from Racherla Tank to the canal with an FSL
of +265.00M to create ayacut of
17,600 Acres.
f) Gravity canal including lining (C.C. M15 with
pavers) starting after stage-III lift and ending at
a suitable location near Giddalur town duly
crossing the SCR railway track to create an
ayacut of 17,600 Acres in Prakasam District.
CONTRACTOR
20
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
Kadapa District
Lifting of 3.860 TMC of water with Pressure
Mains (Mild steel) in single Stage to create an
ayacut of 32,900 Acres in Kadapa and Nellore
Districts.
a.
21
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
village
B. Formation/Improvements to Racherla Tank near
Racherla Village
C. Formation of Sitaramsagar Reservoir on
Pillaperu vagu near
Gangavaram Village,
Sitarampurm Mandal.
Independent Reservoirs:
Investigation, Design and Execution with
all necessary ancillary works such as surplus
weir ,surplus course, Irrigation sluice and delivery
cistern etc., as per approved designs and drawings
of Chief Engineer, Central Designs Organization,
Hyderabad including Canal System, CM & CD
works and Distributary System
to carry the
discharge required during
crop period as per
Modified Pen Men method.
1) Formation of Gundla Brahmeswaram Reservoir
near Chinaganapalii Village of Racherla Mandal,
to create an ayacut of 3500 Acres in Racherla
Mandal of Prakasam District.
2) Formation of
Rallavagu Reservoir near
Papinenipalli Village of Arthaveedu Mandal to
create an ayacut of 1500 Acres in Arthaveedu
Mandal of Prakasam District.
3)
22
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
Special Conditions.
23
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
24
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
CONTRACTOR
25
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
P.S. 8
Definitions:
P.S. 11
Quantities
approximate
and contractor to verify
the nature and amount of
work:
The quantities mentioned in tender
notices and given in agreement
(Schedule.A) are worked out from the
relevant drawings in PW Department
office and may or may not be the
actuals required for execution. The
EE does not expressly or by
implication agree that the actual
amount of work to be done will
correspond therewith but reserves
the right to increase or decrease the
quantity of any class or portion of
the work as he deems necessary.
Provided there is no change in the
over all scope of the work Tenderers
must satisfy themselves by a
personal examination of the site of
the proposed work, by examination
of the plans and specifications and
by other means as they prefer as to
the accuracy and sufficiency of the
CONTRACTOR
26
P.S. 12
The
declaration
of
the
approximate nature of the
statement of quantities in
Schedule.A does not, however,
in any way imply that the
quantities will be increased for
departure by the contractor
from strict compliance with
sanctioned
drawings
and
specifications to suit his own
given convenience or reduce
his costs.
P.S. 13
To compare tenders:
CONTRACTOR
27
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
P.S. 14
CONTRACTOR
28
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
CONTRACTOR
29
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
P.S.59
CONTRACTOR
30
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
consequence
thereof,
such
extension will be granted in
writing by the EE or other
competent
authority
when
ordering such alterations of
additions.
P.S. 60
CONTRACTOR
31
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
CONTRACTOR
32
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
33
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
CONTRACTOR
34
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
35
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
CONTRACTOR
36
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
P.S. 63
CONTRACTOR
2 Entrustment of
additional items of
work contingent to
main work and outside
the scope of the
contract will be
authorised by the
employer with the prior
approval of the
Government and the
contractor shall be
bound to execute such
additional items and
shall be compensated
at the price decided by
the Government.
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
38
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
each
occasion
on
which such additional
works shall have been
authorised.
If such
amount
exceeds
Rs.1,000
the
contractor shall have
the right to submit the
matter to arbitration
under the provision of
the arbitration Clause
73.
e)
If, in the opinion of
the EE, a rate for the
additional work is not
capable
of
being
properly arrived at prior
to execution of work, or
if the work is not
capable
of
being
properly
measured
them the cost and
payment thereof shall
be
dealt
with
as
provided for in the
preceding sub clause (d)
(ii).
CONTRACTOR
39
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
P.S.68
CONTRACTOR
40
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
41
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
42
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
P.S. 69
43
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
the
provisions
therein
contained in which case in
the equivalent with held
amounts shall be paid to him
forth with. The contractor
will be permitted to exercise
the option in this clause,
subject only to the condition
that the rate of progress
contained in the Articles of
Agreement
is
properly
maintained
CONTRACTOR
44
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
CONTRACTOR
45
The Government
servant who enters into a
contract on behalf of the
government and also his
subordinates
are
CONTRACTOR
46
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
4
contains a list of the
authorities empowered
to enter into contracts
on behalf of the
Governor.
All
contracts in regard to
which the government
have not issued any
definite rules or order
as
to
conditions,
forms, etc., and all
contracts containing
unusual conditions or
involving
any
uncertain or indefinite
liability should only
be
made
after
obtaining the special
sanction
of
the
government, who will
obtain the necessary
legal and financial
advice in each case.
Whenever
it
is
proposed, for special
and
exceptional
reasons, to agree to
any material variation
in the terms of an
existing contract made
on behalf of the
Government.
The
CONTRACTOR
47
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
matter
should
referred
to
Government
orders.
be
the
for
CONTRACTOR
48
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
Article 163
Methods of executing
works:
CONTRACTOR
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
50
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
in
this
Article.
However, sales tax
shall be levied on the
regular sales to a
contractor by the
departments of the
products produced or
manufactured
by
them such a sales by
the
Forest
Department,
Agricultural
Department etc.
51
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
e.
CONTRACTOR
52
(Engineer-in-charge).
2. In Earth Work
Excavation and
embankment
AE/AEEs have to
verify and record
a. 1/3rd of prelevels
taken by EPC
agency
b. 100% levels in case
of cut off and
foundations
c . 25% of
intermediate
work done levels
d. 100% for final
levels
recorded by EPC
Agency.
e.All measurements
recorded by the
EPC agency in the
MBooks issued by
the EE shall be
checked to 100%
extent by
AEs/AEEs
f. DEEs., EEs and
SEs have to check
the above levels and
measurements as
per standing codal
provisions and
orders.
3. Wherever Quality
Control
agencies are in
existence, such
agency
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
which
has to record its
site was handed
findings in M
over),
Books/LF
f. date of actual
Books besides
completion of work,
furnishing
and
certificates
g. date of
as prescribed
measurement; or
separately.
53
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
54
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
55
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
cancelled, the
cancellation must be
attested by a reference
to his orders installed
by the government
servant who took the
measurements. In
either case the reason
for the cancellation
should always be
recorded.
7. Entries should be
made, if possible, in ink
and otherwise in
indelible pencil. Pencil
entries should never be
inked over. Every entry
in the Contents or
area column should be
made in ink.
8. Each measurement
book should contain
an index and the
government servant
in charge or if should
keep the index upto
date.
9. At
the
time
of
payment,
the
government servant
who
authorises
payment
should
draw a diagonal red
ink
line
across
every
page
containing
the
CONTRACTOR
56
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
detailed
measurements
relating to the work
or supplies paid for
and should record
reference to the
number and date of
the voucher or sub
voucher
on
the
abstract
of
measurements.
10.
The measurement
book
should
be
produced
for
inspection
on
request by the AG
or
a
duly
authorised member
of his staff.
57
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
measurement books
should at once be
reported to them so
that the losses may
be written off and
necessary
disciplinary action
taken against those
responsible for the
loss.
CONTRACTOR
58
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
CONTRACTOR
59
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
CONTRACTOR
60
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
61
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
may be
Repairs.
done
under
(c)
Detailed plans and
estimates
should
be
prepared and submitted
to the government or
other competent authority
for technical sanction in
respect of every work
allotted to the PWD
unless it is a petty work
costing Rs.1,000 or less,
or
comprises
only
ordinary repair for which
a lumpsum provision not
exceeding
Rs.1,000
is
made annually.
The
extent of the powers
delegated to subordinate
authorities
to
accord
technical
sanction
is
shown in Appendix.12.
CONTRACTOR
62
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
63
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
CONTRACTOR
64
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
Note:CONTRACTOR
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
CONTRACTOR
66
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
67
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
(ii)
(ii)
CONTRACTOR
68
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
sanctioned
estimate
figure
when
the
contract is for the
whole of a work of 2
percent of the estimated
amount of the contract
when it is only for part
of the work included in
the estimate); and
(ii)
69
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
Contracts
for
the
execution
of
work
including
supply
of
materials
for
such
works
by
the
contractors themselves,
but
not
contracts
involving
only
the
supply
of
materials
(other than road quarry
materials) or tools and
plant; and
ii. Contracts for the supply
of
road
quarry
CONTRACTOR
70
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
materials.
71
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
72
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
73
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
government servant
deemed to have been
incharge of the work
included in the contract
should terminate the
price quoted.
agreement and have the
work already done
2.Entrustment of
measured up and paid
additional items of work
for at the rates included contingent to main work
in the sanctioned
and outside the scope of
agreement. He should
the contract will be
also forfeit the
authorised by the
contractors security
employer with the prior
according to the terms
approval of the
of the agreement,
Government and the
unless a competent
contractor shall be
authority orders that
bound to execute such
the forfeiture be waived. additional items and
He should not enter
shall be compensated at
into any contract for
the price decided by the
the execution f the
Government.
remaining work at
higher rates, unless he
3. 3
Whenever
has publicity invited
additional items not
tenders and obtained
contingent on the main
the most favourable
work and outside the
rates, that are
scope
of
original
available.
contract are entrusted
to
the
contractor,
Note:In the case of
entrustment of such
works executed by the PWD if
items and the price to
it is necessary, in any case, to
be
paid
shall
be
give out the balance of work
referred
to
the
at higher rates to another
Government for final
contractor without calling for
decision.
open tenders whether on
account of urgency or any
other reasons, the previous
approval of the SE should be
obtained where the
c. As a general rule, no
CONTRACTOR
74
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
75
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
e.
Any correction
made in an agreement should
be attested with dated initials
by both the government
servant who accepted the
original agreement and the
contractor, in order to
indicate acceptance of the
altered rate and also with a
view to preventing any
tampering with agreements
after approval.
f.
A government
servant incharge of a work
should not order any extra
item of work not covered by
the original agreement to be
done, unless a competent
authority has sanctioned it.
If it has been duly sanctioned,
he should see that the rate is
fixed in accordance with
conditions printed in the form
of piece work agreement or
clause 63 of the preliminary
specification of the Detailed
Standard Specifications.
Note:the concessions
shown to contractors in the
PWD under clause (b) and (c)
above will be extended also to
contractors in the Revenue
Department subject to the
conditions specified to
clauses (d) and (c) above in
Article 127 below:
CONTRACTOR
76
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
77
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
CONTRACTOR
78
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
D Code
Para No.20
CONTRACTOR
79
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
CONTRACTOR
80
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
Para
No.102
On receipt of
Note.1 under Para 102
administrative approval to
On receipt of
works costing below Rs.
Administrative Approval
50,000 the PWD should
for EPC works the
prepare detailed estimates
department should
and plans and after the
verify the estimate
professional authorities are prepared as envisaged in
satisfied that the proposals Note.1 under para 99
are structurally sound, the
and if satisfied Technical
counter signature of the Head sanction be accorded by
of the Department or of the the competent authority.
local Head of the Department
who applied for the execution
In case the
of the work should be
department has any new
obtained to the plans and
facts which will
estimates in token of approval materially affect the cost
for technical sanction should of the project they shall
then be accorded.
be taken into
consideration for
1.
In the case of work arriving at the estimate
costing Rs.50,000/- and for according Technical
above,
the
procedure sanction.
indicated below should be
observed.
As soon as
If that cost of
possible
after estimate is found to
administrative approval is exceed the
obtained tot any such Administrative approval,
building scheme, detailed Revised administrative
plans
and
estimates approval must be
should be prepared with obtained before
lumpsum provision for according Technical
electrical and sanitary sanction.
fittings.
When
the
detailed plans are ready
in a rough shape the
Consulting Architect to
Government
should
consul the HOD who
should in his turn obtain
the advice of and circulate
CONTRACTOR
81
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
82
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
guidance
in
the
preparation of detailed
plans and estimates for
electrical and sanitary
installations.
1. If in the preparation of
detailed
technical
estimates, it is found that
the cost will exceed the
amount administratively
approved by more than
the limits prescribed by
the Government, from
time to time for this
purpose,
viz.,
for
sanctioning
technical
estimates in excess of
administrative approval,
revised
administrative
approval
must
be
obtained
before
the
technical sanction can be
accorded.
2. Revised administrative
approval should also be
obtained if the expenditure
incurred has exceeded or is
likely to exceed the amount
of original administrative
approval and the technical
sanction by more than the
limits prescribed by the
Government from time to
time or when material
developments of deviations
occur.
CONTRACTOR
83
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
84
Note.1
In case of works taken
up
under
EPC
estimate
shall
be
prepared as envisaged
in Note.1 under para
102 of D Code.
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
CONTRACTOR
85
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
Para No.
117
5%
In respect of EPC
works provision
towards contingencies
may be made as under
subject to the x
indicated there in
Estimates upto Rs.1.00
crore @ 0.25%
maximum Rs. 20,000/-
2. Estimates from
Rs.10,000/4%
subject to a minimum of
Estimates above1.00
crore and upto
Rs. 500/- to one lakh
Rs. 10.00 crore @0.20%
3. Estimates from Rs.1 lakhs
maximum
to
3% subject to a
Rs. 1.00 Lakh
minimum of
Rs 4,000/Estimates above
Rs.10.00 Crores and
Rs. 100 lakhs
upto Rs. 100.00 Crores
4. Estimates above 100 lakhs
@0.10%
% subject to a minimum
Maximum Rs.5.00 lakh.
of
Rs.3 lakhs
Estimates above
Rs.100.00 Crores
All incidental expenditure
@0.05% maximum
which can be foreseen such
Rs.10.00 lakhs.
a compensation for or cost
of land, sheds for workmen
and stores, should be
separately provided for in
the
estimates.
The
provision for contingencies
should not be diverted to
any new work or repair
which is not provided for in
the estimate and f which
the cost exceeds Rs.2,500/without the sanction of the
CONTRACTOR
86
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
Para No.
120
Important
structural Note.1
designs should, as far as In case of EPC works
possible, be prepared in the the designs are to be
Chief
Engineers
office submitted
by
the
together with the schedule executing
agency
of quantities, and the which
shall
be
remaining designing work approved
by
the
CONTRACTOR
87
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
of importance should be
concentrated in the SEs
office, the executive offices
being left to deal only with
designs for the alterations
of existing building and less
important new works. The
responsibility
for
the
technical features of a
design lies with the office of
origin. Local officers will
be responsible, however, for
settling locally, questions
connected
with
the
foundations
and
other
similar
matter.
Subordinate officers should
always bring to the notice
of their higher authorities
any
unsuitability
or
technical defect in a design.
Para No.
150
competent authority
The
EPC
agency
responsible for the
technical features of
designs.
The
competent authority
approving the designs
is accountable to the
department.
Methods of Execution of
In addition to the three
Works:
methods of execution
The works executed by the
fourth method is
department are carried out by introduced for execution
one of the under mentioned of EPC works.
three methods. Lumpsum
(iv) By an agreement in
form of contract is to be
the form approved by
adopted for contracts
Government for EPC.
exceeding Rs. 20,000/-. If
not, prior approval of the next In regard to method (iv)
authority is necessary, but
the details are set forth
CE has got full powers.
clearly in the form of
i.
Deparmentally, by the articles of agreement,
employment of daily
tender notice and bid
labour.
documents approved by
ii.
By piece work
Government.
agreement in form
Public Works
Department V-51, and
CONTRACTOR
88
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
iii.
By an agreement in
form Public Works
Department V-53,
based on a lumpsum
tender system, as
defined in the A.P.
Detailed Standard
Specifications.
89
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
90
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
connected therewith
{PWD Form Nos. VI75(a) and 75(b)}
In the case of each work
executed under method(ii)
or method (iii) the
authority accepting the
contract will decide
whether it is desirable to
retain, in the hands of the
department, the supply of
imported stores or other
materials.
In cases where it is
decided that the
department should supply
certain materials to the
contractor for use on the
work, a description of
every such materials and
the rate and place at
which it will be supplied
should be specified in the
notice calling for tenders
and also in the schedule
forming part of the
agreement
In cases where the
contractors are allowed to
supply the required imported
articles themselves, the
description of such articles
must be clearly defined by
governing specifications. For
cases where the British
Standard Specifications
standards are not applicable,
other suitable methods
CONTRACTOR
91
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
CONTRACTOR
92
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
CONTRACTOR
93
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
Para
No.154
CONTRACTOR
94
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
95
b) Entrustment
of
additional items of
work contingent to
main work and
outside the scope
of the contract will
be authorised by
the employer with
the prior approval
of the Government
and the contractor
shall be bound to
execute
such
additional
items
and
shall
be
compensated
at
the price decided
by
the
Government.
c) 3
Whenever
additional
items
not contingent on
the main work
and outside the
scope of original
contract
are
entrusted to the
contractor,
entrustment
of
such items and
the price to be
paid
shall
be
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
96
referred to
Government
final decision
the
for
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
97
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
98
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
rules.
Note.6:When
once
tenders have been called
for work in accordance
with
Note
(1)
above,
supplemental
or
Additional items may be
entrusted to the original
contractor dispensing with
tenders as follows subject
to the provisions of Para
176 (c) of A.P.P.W. D
Code.
1.
Such items of
work
that
are
found
necessary after letting out
a contract and cannot be
taken up for execution
independently
without
interfering with the original
work let out and have
necessity tot be executed
along with the original
contract
shall
be
considered
as
Supplemental items of
work contingent of the
original contract.
2.
Supplemental
items of work contingent on
the main contract have to
be necessarily carried out
through
the
original
contractor as authorised
extra by entertaining into
a supplemental agreement
(s).
The
power
for
executing original contracts
CONTRACTOR
99
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
according to delegation of
powers in force regarding of
who has executed the main
contract in a given case,
subject to however, to the
condition that if the net
effect
of
supplemental
agreements to be entered
into is to enhance the total
value of work under the
main and supplemental
agreement to such an
extent
at
sanction
to
revised estimate is required
to a higher authority than
sanction of the revised
estimate from the higher
authority shall be obtained
before
entering
into
supplemental agreement(s).
3.
Such items of
works that are found
necessary after letting out
a work and be executed
independently
without
affecting or interfering with
the execution of the work
let out, shall be considered
as Additional items to
work not contingent on the
original contracts. Such
additional items of work
may be let out after call of
tenders.
However, if at
tender call is considered
undesirable and it is
considered necessary to
entrust the item, if at
tender nomination to the
CONTRACTOR
100
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
original
contractor
involving the provision in
Note(1) above it may be
done so, provided the total
value of such additional
items does not exceed upto
which the officers can
entrust
works
without
calling for tenders as per
the delegation of powers in
force. If the value of the
items exceeds the limit,
approval of the next higher
authority
shall
be
obtained.
They can be
executed
only
after
separate estimate or a
revised estimate or a
workslip containing the
additional
items
is
sanctioned / approved by
the competent authority.
Entrustment of such items
shall be at rate not
exceeding
the
estimate
rate.
Note.7:In the case of river
conservancy works, reach
wise major estimates can
be split up into the various
working
estimates,
for
different items of work,
such as supply of stones,
conveyance of stone by
Punts along the River
Channels or Canals and
other miscellaneous works
a.
CONTRACTOR
101
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
CONTRACTOR
102
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
Para No.
156
CONTRACTOR
103
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
Para
No.174
Para No.
197
CONTRACTOR
104
(iv)
after
to
be
method
1. In EPC contracts,
Mobilisation
advance
not exceeding 5% of
the contract value is
payable
at
the
prescribed stages of
execution. Mobilisation
advance
on
new
machinery
at
the
prescribed percentage
of the value of new
machinery
not
exceeding
5%
of
contract
value
is
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
Accounts Code).
In
such
cases
subordinates in charge
of works, sub divisional
officers and EEs are
authorised to make
advance upto a limit of
Rs.50/- Rs. 100/- and
Rs.250/-, respectively.
They should, however,
take
the
necessary
precautions to secure
the Government against
loss.
Note.1:- The limit referred to
above apply to each work and
not to each individual
workman employed on a
work.
Note.2:- In the case of works
in the Agency tracts, the
limits upto which the three
classes of officers referred to
in the above rule can make
advances
to petty piece
workers shall be Rs.100, Rs.
200 and Rs.50/- respectively.
These limits shall apply to
each individual piece worker.
b.
Electrical works
executed on contract:- The
Electrical
Engineer
may
sanction an advance of eighty
per cent on the value as
certified by him, according to
the terms of clause 20 of the
general conditions of contract
printed in PWD, form No.II
20.
CONTRACTOR
105
payable
against
production of original
invoices in proof of
purchase
of
the
machinery
by
the
contractor/firm/joint
venture.
2.
The
invoices
should be in the name
of
the
contractor/firm/joint
venture only and the
new machinery should
have been purchased
only after the date of
conclusion
of
the
agreement
for
the
work.
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
C.
In all other cases the 3.
No mobilisation
State Government may, in
advance is payable on
exceptional circumstances,
machinery purchased by
authorise such advance as
an individual firm in
may be deemed
respect of joint ventures
indispensable, but the state though that individual
officers must take the
firm is a partner in the
necessary precautions for
joint venture.
securing Government against
loss and for preventing the
4. The contractor
system from belonging
/firm/joint venture
general or continuing longer should submit an
than is absolutely essential. undertaking to the effect
that they have not
d.
Advances to the
obtained any
contractors for acquisition of mobilisation advance
new machinery required for from the government
the work upto 75% of their
against the machinery
cost limited to 10% of
for which they are
contract value for works
presently claiming
valued upto Rs.10 lakhs each, payment of mobilisation
and 6% of contract value for advance. This is to
works costing more than
ensure that mobilisation
Rs.10 lakhs each may be
advance is paid only
given, if asked for by the
once against one
contractor. The money
purchase. Any wrong
advanced under this clause is declaration, when comes
subject to payment of interest to light, entails recovery
by the contractor at the
of the entire amount
prevailing commercial bank paid with penal interest
rate. The machinery for
in a lump from their
which the advance is paid
immediate next work bill
should be got hyopothecated apart from instituting
to the Government and also other prescribed penal
got insured at the cost of the actions.
contractor. The advance,
together with interest, may be 5.
Payment of
recovered from the bills of
mobilisation advance is
contractor. Alternatively, the also permissible on
CONTRACTOR
106
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
107
to be handed
over
to
the
department
(Engineer-incharge).
108
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
109
and
measurements as
per standing codal
provisions
and
orders.
Wherever Quality
Control agencies are
in existence, such
agency has to
record its
findings in M
Books/LF Books
besides furnishing
certificates as
prescribed
separately.
The Engineer-incharge has to approve
the cut-off trench
and other foundation
in consultation with
the
authorized
geologist.
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
110
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
approximate extra
commitment involved and
also follow up with a revised
estimate as early as possible.
If, however, only a part of the
work covered by the estimate
has been entrusted on
contract at premium rates,
this 10% referred to above
should be over the total value
of the work, comprising the
contract amount for the
portion or portions already
entrusted plus the total
estimated value of the item
not yet entrusted or utilized.
The CE may provisionally
sanction the revised estimates
and submit them to
Government for regular
sanction before the final
payment for work is made.
CONTRACTOR
111
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
CONTRACTOR
112
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
Agency.
113
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
have to be made.
But the
completed books, which
contain wholly
measurements, works or
supplies, for which payments
are made on hand receipt
are first and final bills, or
measurements of items of
works carried out
departmentally, for which
payments are made on
nominal muster rolls or
both, should be sent to the
divisional office for final
record immediately after all
bills, the measurements of
which are recorded therein,
have been paid.
Note.2:Boat notes which take the
place of measurement books
in respect of materials
loaded into and unloaded
from boats should be treated
as measurement books. The
procedure is not applicable
to the River Conservancy
Sub Division, Guntur
division.
Note.3:In special cases of distance
over 100 miles where the EE
has authorised the drivers
concerned to purchase petrol
or diesel oil enroute vice
sub para 4 under
Instruction.6 in para306, the
record of measurements and
payments may be made by
CONTRACTOR
114
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
Detailed Measurements:
Note.6 under para 294
a)
of A Code:
ii)
Where payment is
1. In case of EPC
resorted
to,
with
works,
reference to the levels in
measurements shall
the case of earth work,
be recorded by EPC
the levels taken should
agency in M.Books
be recorded in LF books,
and
L.F.Books
calculation of quantity of
issued
by
the
earth work done should
concerned EE duly
be made after plotting the
numbered
and
levels on section sheets.
certified.
The
In such cases, the LF
M.Books
and
books section sheets and
L.F.Books have to
calculation
statements
be maintained by
should be treated as
the EPC agency
adjuncts
to
the
through authorized
measurement book.
graduate engineers
as per procedure
ii.
In recording detailed
prescribed in Code
measurements,
the
and finally to be
following
general
handed over to the
instructions should be
department
carefully observed.
(Engineer-incharge).
The top most lines
under column.1 to 4 on 2.
In Earth Work
each
page
of
a
Excavation
and
measurement
book
embankment
should invariably be filled
AE/AEEs have to
CONTRACTOR
115
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
CONTRACTOR
116
3.
Wherever Quality
Control agencies are
in existence, such
agency
has
to
record its findings
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
measurements of stores
received in measurement
books.
Note.3:-The
Wharf
Superintendents
at
Nidadavole
and
Tadepalligudem in the
Gadavari
Western
Division and the Lock
Superintendent
at
Duggirala in the Krishna
Western
Division
are
authorised to record their
measurements of articles
received in measurement
books.
in
M
Books/LF
Books
besides
furnishing
certificates
as
prescribed
separately
117
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
deposit.
The measurements
of
works
in
the
Dowlaiswaram
Workshops will ordinarily
be
recorded
by
the
Foreman Superintendent
when necessity arises
owing to emergency or
rush of work due to
closure of works, etc., the
EE,
Godavari
Heads
Works
Division,
may
permit the mechanical
draughtsman and the
floating
plan
draughtsman
also
to
record
measurements.
The
measurements
recorded
by
these
subordinates must be
checked
by
the
Jr.
Superintendent.
The
Road
Superintendent,
Dowlaiswaram,
is
permitted to record in
measurement books the
quantities of materials
received by him from
time to time from the PW
Stores
etc.,
for
the
running of the floating
plant in his charge.
The Boat
Superintendent and the
Foremen,
Vijayawada
Workshops, are permitted
to record measurements
CONTRACTOR
118
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
in measurement books
subject to the condition
that the measurements
are checked by the
Junior Superintendent of
the Public Workshops,
vijayawada.
The
outdoor
Foreman, PW Workshops,
Dowlaiswaram is also
permitted
to
record
measurements in the M.
Books
under
the
supervision of the Jr.
Supdt., PW workshops,
Dowlaiswaram.
Note:In special cases of
distance over 100 miles
where
the
EE
has
authorised the drivers
concerned to purchase
petrol or diesel oil on rout
vide sub para 4 under
instruction.6 in para 306
the
record
of
measurements
and
payments may be made
by the Supervisors or
other authorised officer
as early as possible after
the actual purchase and
payment by the drivers,
such records being based
on the cash bills for the
purchase and on a review
of the log book of the
vehicle for consumption
of petrol or oil and
CONTRACTOR
119
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
120
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
121
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
122
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
123
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
CONTRACTOR
124
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
Para 297
Check Measurement of
Works:
a. 1/3rd of
prelevels taken by EPC
2. all first and final bills
agency
over Rs.500 and
b. 100% levels
3. works including in all
in case of cut off and
kinds of bills over
foundations
Rs.100/c . 25% of
(G.O.Ms.No.244 PWD
intermediate work
dt.4.10.1980) which
done
will no be susceptible of
levels
check measurement
d. 100% for final
after a certain stage, for
levels recorded by
example works in
EPC
channel river or tank
Agency.
beds, foundations
e.All
which will be covered
measurements
up etc.
recorded by the EPC
(b) As regards other bills
agency in the Mnot pertaining to works
Books issued by the
of the kind mentioned
EE shall be checked
in item (iii) in the above
to 100% extent by
sub clause viz (i)
AEs/AEEs
intermediate bills on
f. DEEs., EEs
running accounts and
and SEs have to
(ii) first and final bills
check the above levels
over Rs.100 and not
and
measurements
over Rs.500, sub
as per standing codal
divisional officers
provisions and orders.
should check measure
a large proportion of
2.
Wherever
them: If in such cases,
Quality
Control
CONTRACTOR
125
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
agencies are in
existence, such
agency has to record
its
findings
in
M
Books/LF
Books
besides
furnishing
certificates
as
prescribed separately.
b.
CONTRACTOR
126
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
127
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
128
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
129
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
In addition to check
measurement by the sub
divisional officers it is an
important duty of EE /
divisional Engineers that
they should , during their
inspections, frequently
check measure works
which are in progress and
that they should
maintain a register of
such check
measurements. The
number of check
CONTRACTOR
130
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
measurements by the
EEs/Divisional Engineers
incharge of construction,
maintenance division
should be atleast 36 and
those by the EEs /
Divisional Engineers
incharge of special
divisions should be
atleast 24 in a financial
year. Further, the
EEs/Divisional Engineers
should check measure
atleast once all individual
works costing Rs.50,000
and more.
The check measurements to
be done by the EE /
Divisional Engineer should be
spread out throughout the
year and there should be no
rush of check measurements
toward the end of the
financial year. The frequency
of check measurement should
be correlated with the
amounts bills to be paid in
the respective months.
In addition to the
above, SEs of Circles should
also check measure works at
random in a particular year
or years as may be directed by
the CE from time to time.
(3) The fact of check
measurement by the sub
divisional officer or the
CONTRACTOR
131
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
EE should invariably be
noted in the
measurement book at the
time of check
measurement and the
items check measured
should be indicated by
the initials of the
checking officer, which
should be placed on the
left side of the column
particulars in line with
the item check measured.
(4) The object of check
measurement is to detect
errors in measurement
and to prevent fraudulent
entries. Check
measurement should
therefore be conducted
with direction and
method, those items
being selected which
appear obviously
incorrect or which would
be most easily
susceptible of fraud or
which would most
seriously affect the total
amount of the bill if
inaccurate.
(5) The entry measured in
my presence by a sub
divisional officer cannot
be accepted as check
measurement. When
measurements are
taken jointly by officers
or subordinates, the
CONTRACTOR
132
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
measurements should
always be recorded and
signed by the senior.
(6) In the case of works such
as breach closing
executed by the ryots of a
place, estimates are
usually prepared and
sanctioned after taking
measurements of the
work done and after
verifying the same with
the claims of the ryots for
each item of work. There
is, therefore, no necessity
to measure or check
measure the work further.
(7) Superintending Engineers
should make it a special
point to see that these
rules are duly observed.
Note:- In the Sanitary
Engineering Branch
where there are o sub
divisional officers, check
measurement required of
sub divisional officers
under the above para will
be carried out by EE,
Public Health, subject to
the proviso that the
money limit of Rs.25/prescribed in (1) (a) (iii)
and (1) (b) (ii) above shall
be Rs.200 in the case of
EEs, Public Health.
(8) The CEs will be
CONTRACTOR
133
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
CONTRACTOR
134
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
Para 306
CONTRACTOR
135
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
136
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
137
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
138
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
139
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
140
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
specifications mentioned
in the tender / purchase
order, we will at option of
the government, refund
the amount so paid in
advance of delivery.
The government also
direct that the advance
payments should be made
for complete assemblies or
materials only which have
a specific unit rate in the
purchase order.
6.
In special cases,
however, where the EEs
consider that the
exigencies of service
require it, store keepers
may be required to prepare
petty bill
connected with stores, such
as bills for bandy hire, bills
for collies for handling stores,
stock, etc., bills for repairs to
tents, office furniture and the
like and in these cases the
bills or the nominal muster
rolls should invariably be
checked by either the sub
divisional officer o the EE
before payment is made on
them. In no case should
disbursements of public
money be entrusted to store
keepers and store clerks
except with the special
CONTRACTOR
141
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
sanction of government
142
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
Para 309
CONTRACTOR
143
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
Cash
deposit
of
subordinates
and
contractors
may
be
converted, at the cost of
the depositor, into one or
more of the forms of
interest
bearing
securities provided
i.
that the
depositor has expressly
CONTRACTOR
144
progress is maintained.
ii.
that the
acceptance of the new form of
security is permissible under
the rules as
well as under the terms of the
agreement or bond.
1. Cash which has actually
been received or recovered
may be converted even
though the full amount of
the deposit, which is
being paid in instalments,
has not yet been realized.
Note:-
Percentage
deductions
from
fulfillment
contract
of
should
except
in
cases,
be
the
a
not,
following
invested
in
government securities.
CONTRACTOR
145
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
Exception:-
1.Contracts
lumpsum
form,
contract
whenever
the
or
multiples
condition
that
the
the
Articles
Agreement
is
of
properly
to
the
A.P.D.S.S.
2.
withheld
amounts
interest
bearing
securities,
which
in
the
cases
in
withheld
CONTRACTOR
146
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
CONTRACTOR
147
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
Article 163
Methods of executing
works:
CONTRACTOR
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
Article 163
Methods of executing
works:
Works are executed by
one or other of the
following four methods;
vii) the departmental
method
viii) piece work contract
method
ix) the lump sum
contract method
and
iv) the schedule
contract
method.
149
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
taken,
and
the
department concerned
arranges
for
the
supervision,
setting
out and measuring of
all the work done. As a
rule,
this
method
should not be adopted
for works other than
petty works (including
improvements
and
repairs).
Under method (iii), the
contractor
agrees
to
execute a complete work
in accordance with the
specifications for a lump
sum payment.
This
method
should
be
adopted except when one
of the other methods is
considered
more
advantageous.
The recommendations made in the workshop conducted by the Finance
and Irrigation Department in Dr. MCR.HRD Institute of A.P. on
22.1.2007.
CONTRACTOR
150
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
Memo. No.15850/Reforms/2007-2,
Sub:-
Standardization of O&M for large Lift Irrigation SchemesMinutes of the meeting held on 6.7.2007 at 10.30 AM at
Jalasoudha
Builidng,
HyderabadCommunicated
Regarding.
***
A copy of the minutes of the meeting held on 6.7.2007 in the Office
of the Krishna Basin, Jalasoudha Building is communicated to all the
Chief Engineers of I & CAD Department for necessary action.
2.
The Engineer-in-Chief (AW) is requested to furnish a list of
AEEs/DEEs with B.E. Electrical & Mechanical qualification duly
indicated by 20.7.2007.
3.
The Chief Engineer, Central Designs Organisation shall take the
responsibility of (a) hiring of an experienced consultant in consultation
with APGENCO to monitor all the activities of this Project (b) framing
maintenance agreements (c) planning manpower and (d) identifying
training needs.
4.
All the Chief Engineers, Superintending Engineers concerned are
requested to send copies of Agreements of Lift Irrigation Packages to Sri
Y.Lavakusha Reddy, Advisor to Government for a detailed study under
this Project in the special forum on maintenance aspects and also to
develop a standard maintenances center as part of this study.
CONTRACTOR
151
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
1.
2.
3.
4.
5.
6.
7.
8.
For all the On-going Major Lift Irrigation Projects, terms and
conditions for Operation and Maintenance of Pump Houses and
Pipeline for two years are included in the Agreement.
ii.
iii.
iv.
CONTRACTOR
152
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
CONTRACTOR
153
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
vi.
3 Nos.
2.
CONTRACTOR
154
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
Memo No.24340/Reforms-A1/2008-1,
Sub:-
Dated.08.09.2008.
***
In the EPC contracts, the scope of work includes maintenance for
two or more years, by the EPC contractor as per the agreement. As per
the clauses relating to maintenance in EPC agreements (Spl. Conditions
of contract-Vol.I Part-A Appex. Sec.V) the EPC contractor has:
i)
ii)
iii)
to carryout
operation, maintenance and repair and
preventive maintenance with the recommendations of the
employer.
vi)
v)
vi)
vii)
viii)
Gate
operation
2.
All the Engineers-in-Chief/Chief Engineers / Superintending
Engineers are requested to ensure that these clauses are strictly
complied with by the concerned EPC contractors, for the works under
CONTRACTOR
155
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
CONTRACTOR
156
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
2. INSTRUCTIONS TO BIDDERS
A
1.0
GENERAL
The dates stipulated in the Bid notice are firm and under any circumstances they
will not be relaxed unless officially extended.
1.1
The Bid opening Authority will not consider any Bid received after expiry of date
and time fixed (As specified in Bid document) for receipt of Bids.
1.2
The successful Bidder is expected to complete the work within the time period
specified in the bid document.
1.3
Bidders shall submit a declaration without any reservation whatsoever that the
submitted financial bid is without any deviations and are strictly in conformity with
the documents issued by the Employer.
1.4
1.5
The bidder shall submit a written power of attorney authorizing the signatory of
the bid to commit for the bidder.
The Bidder shall furnish declarations that:
Bidder/ Partners of Joint Venture (JV) firm have not been blacklisted in any
department in the A.P.
That Bidder/ Partners of Joint Venture (JV) firm have not been demoted to lower
category in any department in A.P. FOR NOT FILING THE BIDS AFTER
BUYING BID SCHEDULES IN A WHOLE YEAR AND THEIR Registration
have not been cancelled for a similar default in two consecutive years.
That Bidder/ Partners of Joint Venture (JV) firm will agree to get disqualified
themselves for any wrong declaration in respect of the above and to
summarily reject their Bids.
CONTRACTOR
157
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
2.0
Project Information:
Information regarding the project features, major components and their location
etc., as available are provided in Volume.I Part -E
Project profile of the Bid
documents.
3.0
1. The bids are limited to reputed firms / Joint venture companies/ consortiums having
experience in execution of pumping stations/ /irrigation canals/reservoirs/ tunnels/ irrigation
structures and bridges.
Contractor / Contracting firm registered with Government of Andhra Pradesh with valid
Registration in terms of
G.O.Ms.No: 130,I&CAD Department dt.22-05-2007
G.O.Ms.No.521, I & CAD (PW), dt.10-12-1984
G.O.Ms.No.178, I & CAD (PW-COD) Dept., dt.27-9-1997
G.O.Ms.No.22, TR&B (B.III) Dept., dt.6-2-98
G.O.Ms.No.23, I & CAD (PW) Dept., dt.5-3-1999
G.O.Ms.No.132, TR&B (R.1) Dept., dt.11-8-1998
G.O.Ms.No.8, TR&B (R1) Dept., dt.8-1-2003
G.O.Ms.No.94, I & CAD (PW-COD) Dept.,
dt.1-7-2003 are only eligible.
158
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
Not turned up for entering into contract, when called upon, and
Even while execution of the work, if found that the work was awarded to the
Contractor based on false / fake certificates of experience, the Contractor will be
blacklisted and action will be taken as per Paras-55 and 56 of Conditions of
Contract of Volume-I and Part-A.
The bidder shall be the lead partner of the Joint venture. In case of
successful Bid on award of work jointly authorized representative shall sign
the contract.
(ii)
The change of MOU/ Joint Venture partner shall not be accepted under
normal conditions after submitting the Bid documents. However the change
in joint venture/MOU partner may be considered in the event of insolvency,
death, stoppage of business, abstaining from country for longer period and
participation in terms of peoples representation Act of India etc, only with
CONTRACTOR
159
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
the prior approval of the employer. The employer reserves the right to
reject such requests/proposals from any joint venture / MOU partner if it
adversely affects the Joint venture/ MOU strength.
(iii)The Bidder shall be nominated, as being in charge and his authorization shall
be evidenced by submitting a power of attorney signed by legal authorities
of all the MOU/Joint venture partners.
iv)The Bidder nominated as in charge shall be authorized to incur liabilities and
receive instructions for and on behalf of any and all partners of the
MOU/Joint venture and the entire execution of the contract including
payments shall be made in favor of joint venture only.
(v)
vi) Bidders/Firms entering for the work in association with their MOU/ Joint
venture partners shall obtain and submit along with Bid, an undertaking
from the MOU/Joint Venture partnership jointly or separately if participating
with MOU/Joint Venture partner to the effect that they have read the Bid
documents and they undertake to effectively associate with the contractor
in discharging the contracting obligations under the contract through out
during surveys, detailed investigation, design engineering, execution true to
specifications, commissioning, defect liability for a period of 24 months from
the date of completion certificate.
vii) Detailed information as required in the prescribed format provided in Vol.I
Part.C should be submitted for each member of Joint Venture / MOU. Full
pertinent information that may effect the performance or the responsibilities
of any Joint Venture / MOU members such as ongoing litigation, financial
constraints / problems or any other distress must also be disclosed.
3.4 If the bidder desires to sublet a part of the work, he shall mention the
names of the subcontractors, if any, against the particular items of work for
which subcontracting is proposed by the bidder at the time of filling of Bids itself
or during execution. In such case, the bidder shall furnish the pertinent
qualification and experience of the subcontractor(s) including end users
certificates, if the Bid accepting authority satisfies himself with qualification
criteria in proportion to the value of work proposed for sublet, he may permit
the same. Bidder shall furnish additional information that may be required by
the employer. The assessment of eligibility of subcontractors would be done
only for successful bidder. The value of subletting shall not exceed 50% of
contract value. However even if subletting is accepted entire responsibility will
be with the bidder him self. The extent of subletting shall be added to the
experience of sub contract and to that extent deduct from that of the main
contractor no correspondent with the sublet contractor will be entertained.
CONTRACTOR
160
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
Scope of Work:
Western Branch canal to create an ayacut of 58,500 Acres
Investigation, Design, Supply, Erection and Commissioning of necessary Lift
Systems with all Electrical & Mechanical Components, Surge Protection Systems,
Delivery Cisterns, Pressure Mains to carry the required discharge during crop period
as per Modified Pen Men method and All Control Valves for lifting of 2.800 TMC of
water in 3 Stages to create an ayacut of 25,600 Acres in Prakasam District and 3.860
TMC of water in single Stage through 2 Separate Pressure Mains (MS) to create an
ayacut of 25,400 Acres in Kadapa District and 7,500 Acres in Sitarampuram Mandal of
Nellore District including Formation of 3 Nos. of Reservoirs and entire Canal System,
CM&CD Works and its Distributory System to carry discharge required during crop
period as per guide lines of Chief Engineer, CDO, Hyderabad for an ayacut of 58,500
Acres and also formation of two independent reservoir namely Gundlabrahmeswaram &
Rallavagu to create an IP of 5000 Acres including CM & CD works and distributory
system in Rabi Season as contemplated in different blocks in different Mandals of
Prakasam, Kandapa and Nellore Districts as per Detailed Project Report of Veligonda
Project.
Components:
1. Drawl of 6.660 TMC of water through Approach channel with a
minimum discharge of 29.50 Cumecs including lining (C.C. M15
with pavers) from Eastern Main canal @ Ch.Km. 25.465 to feed
an ayacut of 58,500 Acres.
Prakasam District
2. Lifting of 2.800 TMC of water in 3 Stages with sufficient length of
Pressure Mains to create an ayacut of 25,600 Acres in Prakasam
District.
a. Stage-I: From approach channel to Turimella Reservoir to create an ayacut of
25,600 Acres..
b) Gravity canal including lining (C.C. M15 with pavers) from Turimella reservoir to
intake sump at lift -2 to create an ayacut of 6000 Acres.
c) Stage-II: From Tail End of Gravity canal taking off from
Racherla Tank to create an ayacut of 19,600 Acres.
Turimella
Reservoir to
d) Gravity canal including lining (C.C. M15 with pavers) from Racherla tank for a
length of 3.00Km (tentative) to create an ayacut of 2,000 Acres.
e) Stage-III: From Tail End of Gravity canal taking off from Racherla Tank to the
canal with an FSL of +265.00M to create ayacut of
17,600 Acres.
CONTRACTOR
161
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
f) Gravity canal including lining (C.C. M15 with pavers) starting after stage-III lift and
ending
at a suitable location near Giddalur town duly crossing the SCR railway
track to create an ayacut of 17,600 Acres in Prakasam District.
Kadapa District
Lifting of 3.860 TMC of water with Pressure Mains (Mild steel) in single Stage to
create an ayacut of 32,900 Acres in Kadapa and Nellore Districts.
b.
c.
d.
e.
Tunnel for a length of 9.00 Kms to carry the discharge of 3.50 Cumes
from the tailend of approach channel.
f.
Feeder canal with a discharge of 3.50 Cumecs from the Exit of Tunnel to
Sitarampuram Reservoir on Pillaperu Vagu near
Gangavaram Village,
Sitarampurm Mandal.
e. Distributory system including CM & CD works to create an IP of 58,500 Acres in
Prakasam, Kadapa and Nellore Districts.
f. Supply erection and maintenance of 220 KV DC line (Double circuit line) to have
100% reliability of supply during pumping operation period and a line is to be
laid from near by 220 KV Sub-Station and Construction of swithyard.
Reservoirs on Western Branch canal:
Investigation, Design and Execution with all necessary ancillary works such as
surplus weir ,surplus course, Irrigation sluice and delivery cistern etc., as per
approved designs and drawings of Chief Engineer, Central Designs Organization,
Hyderabad
1. Formation of Turimella Reservoir near Turimella village
2. Formation/Improvements to Racherla Tank near Racherla Village
3. Formation of Sitaramsagar Reservoir on Pillaperu vagu near
Gangavaram Village, Sitarampurm Mandal.
Independent Reservoirs:
Investigation, Design and Execution with all necessary ancillary works such as
surplus weir ,surplus course, Irrigation sluice and delivery cistern etc., as per
approved designs and drawings of Chief Engineer, Central Designs Organization,
Hyderabad including Canal System, CM & CD works and Distributary System to
carry the discharge required during crop period as per Modified Pen Men method.
CONTRACTOR
162
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
1.
2.
Formation of
Rallavagu Reservoir near Papinenipalli Village of
Arthaveedu Mandal to create an ayacut of 1500 Acres in Arthaveedu
Mandal of Prakasam District.
Supplementation of water from Porumamilla Major to Racheruvu tank of
Rajupalem of Kalasapadu Mandal to stabilize the existing ayacut of 1800
Acres.
3.
Miscellaneous items:
1. Preparation of land plan schedules & Land Acquisition proposals on
the basis of approved alignment and allied works including
submergence of balancing Reservoir.
2. Preparation of cost estimates for all the components after approval of
designs and clubbing the items suitably for record measurement
purpose.
3. Formation of service roads in the project area along the canal banks
and plantation along the canal banks.
4. All necessary permissions/clearances/ approvals are to be processed
and obtained by the firm only on its own costs. As a user agency this
department will initiate the proposals in respect of this scheme.
5. Providing internal electrification and lighting arrangements,
beautification and plantation near pump house and intake well.
6. Providing drinking water regulating arrangements (Off-Take Sluice)
to enroute villages.
5.0 Time for completion
The time for completion of the project including time required for creation of
construction facilities and infrastructure works, necessary pre-construction
survey, investigation, soil exploration, design and engineering etc., shall not
exceed 48 months from the date of conclusion of contract. Stipulated period of
completion is the main essence of the contract and shall be strictly adhered to.
5.10 The start date and date of possession of the site shall be the date of Agreement.
6.0 One Bid per Bidder: Bidder shall submit only one Bid for the work in response to
invitation for bidding. Any bidder who submits or participates in more than one
bid will be disqualified and will also cause the disqualification of the
consortium/joint venture company in which is a member.
CONTRACTOR
163
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
CONTRACTOR
164
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
BID DOCUMENT
9.0
9.1
Bidding Documents
The bidding documents shall comprise the following:
VOLUME-I
PART-A
Bid Notice,
Instructions to Bidders,
Bid conditions,
Qualifying and Eligibility Requirements,
Technical Bid,
General conditions of Contract and
Special Conditions of Contract
Bill of Quantities
Formats of Securities.
Drawings.
PART-B
PART-C
PART-D
Basic Parameters
PART-E
Project Profile.
PART-F
VOLUME-II
165
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
11.1 A prospective Bidder requiring any clarification on Bid documents may contact the
Bid Inviting Officer at the address indicated. The Bid Inviting Officer will also
respond to any request for clarification, received through post.
12.0 Amendment to Bid Documents
12.1 Before the last date for submission of Bids, the Bid Inviting Officer may modify any
of the Contents of the Bid Notice, Bid documents by issuing amendment /
Addendum.
12.2 Deleted
12.3 To give prospective Bidders reasonable time to take an addendum into account in
preparing their bids, the Bid Inviting Officer may extend if necessary, the last date
for submission of Bids.
CONTRACTOR
166
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
PREPARATION OF BIDS
CONTRACTOR
167
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
The bidders should furnish a declaration in online stating that the soft copies
uploaded by them are genuine. Any incorrectness/deviation noticed will be
viewed seriously and apart from canceling the work duly forfeiting the EMD,
criminal action will also be initiated including suspension of business.
CONTRACTOR
168
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
13.4.10 The bidder shall submit along with his bid monthly cash-flow statement based on
requirement of funds (Indian Rupees) to match the Physical targets of
construction.
13.4.11 The bidder shall pay special attention as regards achieving of critical milestones
on schedule, so as to ensure final commissioning on time. The Employer shall
critically monitor both the Physical as well as Financial Targets, on monthly and
quarterly basis. Shortfalls, if any, in the monthly targets shall be immediately
rectified by supplementing the resources by the contractor leading to increase
in the progress, at no extra cost to the Employer, so as to achieve the quarterly
targets as per schedule.
CONTRACTOR
169
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
13.6.2 Demand Drafts / Bank Guarantees furnished towards EMD along with Bid shall
be valid for a period of six months from the date of submission of Bids.
13.6.3 The EMD must be paid in full without concession. The bids without stipulated
EMD or with any shortfall in amount or period of validity will be summarily
rejected.
13.6.4
Hard copies:
i) Vide ref.G.O.Ms.No.174, I & CAD Dept., Dated: 1-9-2008, submission of original
hard copies of the uploaded scanned copies of DD/BG towards EMD by
participating bidders to the tender inviting authority before the opening of the price
bid is dispensed forthwith.
ii) All the bidders shall invariably upload the scanned copies of
DD/BG in
eProcurement system and this will be the primary requirement to consider the bid
responsive.
iii) The department shall carry out the technical evaluation solely based on the
uploaded certificates/documents, DD/BG towards EMD in the eProcurement system
and open the price bids of the responsive bidders.
iv) The department will notify the successful bidder for submission of original
hardcopies of all the uploaded document DD/BG towards EMD prior to entering into
agreement.
v) The successful bidder shall invariably furnish the original DD/BG towards EMD,
Certificates/Documents of the uploaded scan copies to the Tender Inviting Authority
before entering into agreement, either personally or through courier or post and the
receipt of the same within the stipulated date shall be the responsibility of the
successful bidder. The department will not take any responsibility for any delay in
receipt / non-receipt of original DD/BG towards EMD, Certificates/Documents from the
successful bidder before the stipulated time. On receipt of documents, the department
shall ensure the genuinity of the DD/BG towards EMD and all other
certificates/documents uploaded by the bidder in eProcurement system. In support of
the qualification criteria before concluding the agreement.
The GO.Ms.NO.174, I & CAD Dated: 1.9.2008 Deactivation of Bidders If any successful
bidder fails to submit the original hard copies of uploaded certificates / documents,
DD/BG towards EMD within stipulated time or if any variation is noticed between the
uploaded documents and the hardcopies submitted by the bidder, as the successful
bidder will be suspended from participating in the tenders on eProcurement platform
for a period of 3 years. The eProcurment system would deactivate the user ID of such
defaulting bidder based on the
trigger/recommendation by the Tender Inviting
Authority in the system. Besides this, the department shall invoke all processes of law
including criminal prosecution of such defaulting bidder as an act of extreme
deterrence to avoid delays in the tender process for execution of the development
schemes taken up by the government. Other conditions as per tender document are
applicable.
CONTRACTOR
170
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
The bidder is requested to get a confirmed acknowledgement from the Tender Inviting
Authority a proof of Hardcopies submission to avoid any discrepancy.
13.6.5 The EMD will be retained in the case of successful Bidder and will not carry any
interest and will be dealt with as provided in the Bid.
The Technical bid of only such bidders will be opened. Failure to submit the
above Documents before the prescribed day will entail rejection of the Bid and
liable for non-participation of tender called for by the department during the next
12 months i.e. accordance with G.O. Ms. No. 245, dated 30.12.2005 and G.O.
Ms. No. 155, dated 23.08.2006.
13.6.6 The successful Bidder should however pay the EMD calculated @ 2.5% of bid
amount at the time of signing the contract in the shape of demand draft or
unconditional and irrevocable Bank Guarantee on the standard format
enclosed to the Bid schedule for a total period not less than the stipulated
period of the completion of the work in question, plus the defect liability
period of 24 months from the completion certificate
The E.M.D. of Rupees (7.50 crores) Seven crores and Fifty lakhs paid by
the successful Bidder at the time of filing of Bid schedules through Demand
Draft or Bank guarantee will be discharged
13.6.7 The retention amount from the bills will be deducted at the rate of 7.5% (Seven
and half percent only) as usual.
13.6.8 The EMD will be refunded to the qualified but unsuccessful Bidder either after
finalization of Bids or on the expiry of validity period of Bids ( i.e six months
from the date of opening of Bids) whichever is earlier.
13.6.9 If the successful bidder fails to submit EMD as specified in the Clause 13.6 of ITB
and fails / refuses to sign the Contract within specified time then the EMD
shall be forfeited.
13.6.10 The earnest money deposited by the successful Bidder will not carry any interest
or other charges and it will be dealt with as provided in the conditions
stipulated in the Bid. The E.M.D. given in the form of Bank Guarantee on a
Government owned public sector bank or any scheduled commercial bank..
shall be valid for the duration of contract period plus defect liability period of
24 months from the completion certificate and in case any valid extension of
contract period is granted, the validity of BG shall also be extended for the
corresponding period. The Bank Guarantee on Government owned public
sector bank or any scheduled commercial bank furnished by the Bidder
towards additional security amount shall be valid till the work is completed in
all respects.
13.6.11 The E.M.D. shall be forfeited.
(a)
If the Bidder withdraws the Bid during the validity period of Bid.
CONTRACTOR
171
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
(b)
(c)
172
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
The bidders are requested to submit any query in writing, FAX or e-mail to reach
the office of Employer before pre-bid meeting.
Any modification of the bid documents that may become necessary as a result of
the Pre-Bid meeting, shall be made by the Employer, by issuing an addendum to
Bid Documents.
15.0 Preparation of Bids:
a) The Bid must contain the name, and places of business of the person or persons
making the bid and all documents certificates etc., must be signed by the duly
authorized representative and sealed by the Bidder with his usual signature. The
name of the person signing should also be typed or printed below the signature.
b) Bid(s) by a Joint Venture of companies / Firms must be furnished with full names
of all companies firms and be signed by their authorized representatives.
c) Bid(s) by Corporation/Company must be signed with the legal name of the
Corporation / Company and by the President/chairman, Managing Director or by
the Secretary or other person or persons authorized to bid on behalf of such
Corporation/Company in the matter.
d) The bidder should furnish a Declaration that the credentials submitted by the
bidder are correct.
e) Satisfactory evidence of authority of the person(s) signing on behalf of the Bidder
shall invariably be furnished with the bid.
f)
The Bidder's name stated on the bid shall be the exact legal name of the firm.
g) The bid should cover the entire scope of service indicated in the bid
document.
h) The bidder shall submit a declaration about banning or de-listing of the bidder by
any government and/or semi-government organization.
i)
Each bidder shall submit only one bid either by himself, or as a partner in a joint
Venture.
j)
173
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
total project trial of total canal system. The programme shall be supplemented
with Master Control Network.
16.2 The Employer reserves the right to request for changes in the Master control
Network during pre-award discussions with the responsive bidder. Mutually
agreed Master Control Network shall form part of the Contract.
17.0 Specific Issues:
A prospective bidder is expected to examine all instructions, terms & conditions,
forms and specifications in the Bid Document and fully inform himself as to all the
conditions and matters which may in any way affect the works, his bid or the cost
thereof. Further, failure to furnish all information required by the Bid Document or
submission of incomplete offers, conditional bids and bids containing deviations
from the bid document shall be rejected as non-responsive.
It will be imperative for each Bidder to fully inform himself of all local conditions
and factors which may have any effect on the execution of the Works covered
under the specifications and documents. In their own interest, the bidders are
particularly requested to familiarise themselves with the prevailing Income Tax
Act, Companies Act, Customs Act, prevailing Labour Laws and other related Acts
and Laws. Further, the bidders are requested to comply with the Insurance Act
including Workmens Compensation Act and third party insurance and other
relevant provisions particularly with reference to the requirements of taking
insurance for storage, Civil, Structural and Architectural Work, Erection, testing
and commissioning, operation and Maintenance, till the project is handed over to
Employer. Employer shall not entertain any request for clarification from the
bidders regarding such local conditions. It must be understood and agreed that
such factors have properly been investigated and considered by the bidders
while submitting their bids. Failure to do so will not relieve the bidders from
responsibility for estimating properly the cost of successfully performing the work
and completion time required for the Work. Employer will assume no
responsibility for any understanding, or representation concerning conditions
made by any of its officers or agents prior to award of the Contract. Neither any
change in the time schedule of the contract nor any financial adjustments arising
thereof shall
be permitted by Employer, which arises out of lack of such clear knowledge or its
effect on the cost of execution of the contract on the part of the bidder. Employer
shall not entertain any request for clarifications from the Bidders, regarding any
statutory provisions.
Being a Turnkey Contract, the Bidder is to take full responsibility for the survey,
Investigation, Design & Engineering and execution of entire canal system/Dam
and appurtenant works including commissioning, Trial run of the Canal
System/Dam gate system complete including maintenance of the project for a
period of 5 years for Civil works and 15 years for Hydro Mechanical and Electro
Mechanical works from the completion certificate.
The basic parameters of the project stated in Volume I (Part D) are to be strictly
adhered to by the bidders, unless otherwise specified, during detailed Survey,
CONTRACTOR
174
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
investigation engineering, design and execution of the project. The bidders are
also required to review the Topographical, Hydrological, Geological &
Meteorological data and other data/information provided in the Volume I (Part
-E)- Project Profile of the Bid document and satisfy themselves for their
adequacy.
Bidder's Survey, Investigation, Designs, Technical Specifications and Technical
Parameters shall conform to Bureau of Indian Standard Codes and/or
International Standards & practices/C.W.C. Manuals / IRC Codes/ I & CAD
Department specifications / Circulars issued by Department from time to time.
It is understood that all plant, equipment, and works connected with the normal
efficient execution of the Project are covered in the scope, brought out in Bid
Documents.
While working out their price bid, the bidders are required to take into account entire
scope of the work defined in Bid documents, additional Infrastructure and
Construction facilities and other related activities, for all the partners of the joint
venture, whatsoever required.
Bidder shall also include in his price bid, cost of de-mobilization and shipping back
the construction equipment and other equipment / materials etc. from the Project
Site.
CONTRACTOR
175
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
IV. All Taxes, Duties and expenses such as Excise Duty, Sales Tax on Indian Supplies,
Customs Duty and Custom Clearance on imported items, transportation and
storage at site etc.
V. All local duites, royalties, octroi etc.
VI. VAT and Commercial Tax on works contract etc. in the State of Andhra Pradesh.
18.1 The following recoveries will be made towards taxes
1) VAT at 2.8% (4% of 70%)
2) Income tax at 2.24%
3) Seigniorage charges- where ever applicable
4) Labour welfare cess at 1%
5) Chief Minister relief fund and NAC at 0.25%
Note.1:Any increase of above recoveries as amended during agreement period will be
reimbursed.
Note.2:Central sales tax and Excise duty @ the rate of 16.25% are placed beyond the
scope of this bid. It will be reimbursed on the production of evidence of
payment.
CONTRACTOR
176
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
SUBMISSION OF BIDS
Transaction fee.
Information/Data,
pertaining
to
bidders
organization,
financial
ii)
CONTRACTOR
177
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
CONTRACTOR
178
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
on line.
21.2 The Superintending Engineer, Construction Circle, Ongole, Prakasam District
may extend the dates for issue of bid documents and receipt of Bids by issuing an
amendment in which case all rights and obligations of the Superintending Engineer,
Construction Circle, Ongole and the Bidders will remain same as previously.
CONTRACTOR
179
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
E.
Eligibility Criteria
i) General Requirements
:
1. The bids are limited to reputed firms / Joint venture companies/ consortiums having
experience in execution of pumping stations/ /irrigation canals/reservoirs/ tunnels/ irrigation
structures and bridges.
Contractor / Contracting firm registered with Government of Andhra Pradesh with valid
Registration in terms of
G.O.Ms.No: 130,I&CAD Department dt.22-05-2007
G.O.Ms.No.521, I & CAD (PW), dt.10-12-1984
G.O.Ms.No.178, I & CAD (PW-COD) Dept., dt.27-9-1997
G.O.Ms.No.22, TR&B (B.III) Dept., dt.6-2-98
G.O.Ms.No.23, I & CAD (PW) Dept., dt.5-3-1999
G.O.Ms.No.132, TR&B (R.1) Dept., dt.11-8-1998
G.O.Ms.No.8, TR&B (R1) Dept., dt.8-1-2003
G.O.Ms.No.94, I & CAD (PW-COD) Dept.,
dt.1-7-2003 are only eligible.
180
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
Bidder should have executed a Earthen dam/ reservoir with a storage capacity of not
less than 1.40 TMC. The bidder has to submit the performance certificate in proof of
the above
10.
Bidder should have manufactured, supplied, erected tested and commissioned
large equivalent pumps with performance indicaters and specific to lift a total
discharge of 15 Cumecs with individual pump discharge of 3.0 Cumecs or more
which is working satisfactory for one year as on date of submission of bid. The
bidder has to submit the performance certificate in proof of there of.
11.
Bidder should have supplied, erected, tested and successfully commissioned
electric motors for pumping application of 3.00 M.W. capacity or more required for
each motor with associated civil mechanical, electrical and instrumentation which
are working satisfactory for at least one year as on date of submission of Bid. The
bidder has to submit certificate in proof of supplying electric motors of capacity
3.00 M.W. or more.
12.
Bidder should have manufactured, supplied erected, tested and sucessfuly
commissioned large diameter water supply pipe line (Buried and / or surface)
having internal diameter of 2.00 M or more for a length of 5.00 Kms in two rows or
more with associated civil works which are working satisfactory for at least one
year. The bidder has to submit a certificate in proof of above or more.
13.
The bidder should have executed tunnel of diameter of not less that 3.50 mts
for a minimum of length of 2.50 Kms
14.
Bidder should have capacity for design office backup having experience on
structural and hydraulic design for pumps, pump houses and pipe line and
transient analysis, earth dam work, canal network, drops and CM/CD structures
and Reservoirs and tunnels or should have M.O.U with such firm of experience.
15.
The Bidder shall have ISO accreditation or shall have applied for ISO
accreditation. However the Bidder shall submit ISO accreditation at the time of
concluding Agt.
iii) Financial Requirements.
:
1. The bidder shall have annual financial turn over from Civil Engineering works
inclusive of Electro Mechanical Works) of not less than Rs.i.e.IBM value/No of years
prescribed for completion in any financial year during last five years i.e., from 2003CONTRACTOR
181
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
04 to 2007-08 up dated by giving 10% simple weight age per year to bring them to
2008-09 price level.
2. However, the total turnover of joint venture group should not be less than Rs.i.e.IBM
value/No of years prescribed for completion, in any one year during the last 5
financial years i.e. from 2003-04 to 2007-08, updated by giving 10% simple
weightage per year to bring them to 2008-09 price level.
3. The bidder should have satisfactorily completed similar nature works (not less than
90% of the contract value) and the value of work done should not be less than Rs.i.e.
(IBM value/No of years prescribed for completion)X25% as a prime contractor, in any
one year during the financial years 2003-2004 to 2007-08 updated by giving 10%
simple weightage per year to bring them to 2008-2009
price level.Sub
contractors /GP holders experience shall not be taken into account.
4. Liquid asset/credit facilities/Solvency certificate from any Indian Nationalised/
Scheduled Banks of value not less than Rs.i.e.IBM value X 0.25/No of years
prescribed for completion
5. The bidder must have a net worth of Rs.i.e.IBM value X 0.25/No of years prescribed
for completion
6. The bidder must have a net profit (after deducting tax, depreciation and interest) in
any three years during the last five years.
7. The No. of partners in the (JV) shall not be more than 4 (Four).
8. In case if the application is from a joint venture, it should satisfy the following
Minimum criteria.
a) The Joint venture should meet the requirement as prescribed at para1.Each partner
should meet not less than 20% of the annual turnover as prescribed at para1
individually.
b) The JV should meet similar work criteria as prescribed at para 5 and the other
partners should meet atleast 20% net worth as prescribed at para 5 individually.
c) All partners of JV should meet ISO certificate as prescribed in para 2 of the general
requirements.
d) All the JV partners should meet the criteria of net profit as prescribed at para 6
individually.
e)
An authorized representation of JV who will be nominated by JV who will be
authorized to deal with the employer on all project related matters during the course of
execution of project
25.1 The technical bids will be opened online by the concerned Superintending Engineer
at the time and date as specified in the tender documents. All the statements,
documents, certificates, DD/BG etc., uploaded by the tenders will be verified
and downloaded, for technical evaluation. The clarifications, particulars, if any,
required from the bidders, will be obtained either online or in the conventional
method by addressing the bidders. The technical bids will be evaluated against
CONTRACTOR
182
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
Similarly, at the specified date and time, the price bids of all the technically
qualified bidders will be opened online by the concerned Superintending
Engineer and the result will be displayed on the e market place which can be
seen by all the bidders who participated in the tenders. Till the technical bids
are opened, the identity of the bidders who participated in the tenders are to be
kept confidential. Similarly, till the price bids are opened, the bid-offers are to
be kept confidential.
25.3
CONTRACTOR
183
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
b)
In case the bid capacity is also same the Bidder whose annual turnover is
more will be preferred.
c)
Even if the criteria incidentally become the same, the turnover on similar
works and thereafter machinery available for the work and then the clean
track record of the firm or all the partners of J.V. will be considered for
selection.
184
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
specified time, if necessary. It may be noted that it is not obligatory on the part of
Employer to hold any kind of discussions / negotiations with the bidders.
29.5 The Bids will be referred to Bid accepting authority along with bid evaluation for
consideration. The Bid accepting authority shall scrutinize the Bids in accordance
with conditions stipulated in the Bid document and in case of any discrepancy or
non-adherence to the conditions, the same shall be communicated which will be
binding both on the Bid concluding authority and contractor. In case of any
ambiguity the decision taken by the Bid accepting authority on Bids shall be final.
No claim for compensation for submission of Bids.
The Bidders whose bid is not accepted shall not be entitled to claim any costs,
charges and expenses of and incidental to or incurred by him through or in
connection with his submission of bid, even though the employer may elect to
modify / withdraw the invitation to bids.
CONTRACTOR
185
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
AWARD OF CONTRACT
30.0Award Criteria:
30.1The Committee/ Engineer-in-Chief(Irrigation) / Chief Engineer (Proejcts), Ongole
will award or recommend to the Competent Bid accepting authority for award of
the contract to the Bidder who is found qualified as per the Bid conditions and
whose price bid is evaluated as the lowest.
The Bid accepting authority/ the Employer reserves the right to accept or reject
any Bid or all Bids and to cancel the Bidding process, at any time prior to the
award of Contract, and shall not bear any liability for such decision and shall not
have any obligation to inform the affected Bidder or Bidders of the reasons.
31.0 Notification of Award and Signing of Contract.
31.2 The Bidder whose Bid has been accepted will be notified of the award of the work
by the, Superintending Engineer, Construction Circle, Ongole, Prakasam
District prior to expiration of the Bid validity period by registered letter. This
letter (hereinafter and in the Conditions of Contract called Letter of Acceptance)
will indicate the sum that the Government will pay the Contractor in consideration
of the execution, completion, and maintenance of the Works by the Contractor as
prescribed by the Contract (hereinafter and in the Contract called the Contract
Amount).
31.2 When a Bid is accepted, the concerned Bidder shall attend the office of the
Superintending Engineer concerned on the date fixed in the Letter of acceptance.
Upon intimation being given by the Superintending Engineer of acceptance of his
Bid, the Bidders shall make payment of the balance E.M.D., and additional
security deposit wherever needed by way of Demand Draft or unconditional and
irrevocable Bank Guarantee obtained from any Government owned public sector
bank or any scheduled commercial bank with required validity period and sign an
contract in the form prescribed by the department for the due fulfillment of the
contract. Failure to attend the Superintending Engineer, Construction
Circle, Ongole, Prakasam District office on the date fixed, in the written
intimation, to enter into the required contract shall entail forfeiture of the Earnest
Money deposited. The written contractor be entered into between the contractor
and the Government shall be the foundation of the rights and obligations of both
the parties and the contract shall not be deemed to be complete until the contract
has first been signed by the contractor and then by the proper officer authorised
to enter into contract on behalf of the Government.
31.3 e-procurement Corpus Fund to APTS :- An e-procurement corpus fund of Rs
25,000/-(Rupees twenty Five thousand only) administered by APTS has to be
paid by the successful bidder in the shape of Demand draft in favour of A.P
Technological services, Hyderabad at the time of concluding the agreement. The
amount is not reimbursable.
31.4 The successful Bidder has to sign the contract within a period of 15 days from the
date of receipt of communication of acceptance of his Bid. On failure to do so his
CONTRACTOR
186
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
Bid will be cancelled duly forfeiting the E.M.D., paid by him without issuing any
further notice and action will be initiated for black listing the Bidder.
187
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
to the Indian standards specifications shall be used on the work and the Bids shall
quote his bid accordingly.
33.2 The Bidder has to do his own testing of materials and satisfy himself that they
confirm to the specifications of respective I.S.I. codes before Bidding.
33.3 The contractor shall himself procure the required construction materials of
approved quality including the earth for formation of embankment and water from
source of his choice all materials required for the work shall be got approved by the
Engineer-in-charge in writing well before their use on the work.
33.4 The contractor shall himself procure that sheet piles, Cement, steel bitumen, sand,
blasting materials, metal, soils etc., and such other materials required for the work
well in advance. The contractor has to bear the cost of materials, conveyance and
storage charges etc., The department will not take any responsibility for
fluctuations in market in cost of materials, transportation and loss of materials.
34.0
35.0
The Bidders particular attention is drawn to the sections and clauses in the
standard specifications dealing with.
i)
ii )
Carriage.
CONTRACTOR
188
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
36.0
The contractor is responsible for the quality of works executed. If any defects are
noticed during the defect liability period of 24 months after completion of works,
the contractor has to rectify at his own cost.
37.0
Maintaining the System for 2 (two)years for Civil works not connected to lift
system and 15 (fifteen)years for Civil, Hydro-Mechanical and Electro-Mechanical
works connected to lift system after issue of completion certificate
by the
Engineer-in-Charge.
38.0
The Bidder will quote lump sum price on the work as a whole. .
39.0
No alteration which is made by the Bidder in the contract form, the conditions of
the contract, the drawings, specifications or Schedule 'A' accompanying the
same will be recognised and if any such alterations are made, the Bid will be
void.
40.0
41.0
42.0
43.0
SUBLETTING OF CONTRACT
No part of the contract shall be sublet without written permission of the Employer
nor shall transfer be made by power of attorney, authorizing others to receive payment
on the contractors behalf. If the prime contractor desires to sublet a part the work he
should submit the same at the time of filing Bids itself or during execution giving the
names of the proposed the sub-contractor along with the details of his qualification and
experience. The Bid accepting authority should verify the experience of the subcontractor and if the sub-contractor satisfies the qualification criteria with reference to the
value of work proposed to be sublet, he may permit the same. However, the total value
of works to be awarded on subletting shall not exceed 50% of contract value. The extent
of subletting shall be added to the experience of the sub-contractor and to that extent
deducted from that of the main contractor.
CONTRACTOR
189
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
44.0
45.0
46.0
47.0
Note:
1) The Key personnel should be on full time basis and available at site whenever
required by Engineer in charge to take instructions.
2) The names of the Key personnel to be employed by the contractor should be
furnished in the statement enclosed separately.
3) In case the contractor is already having more than one work on hand and if he is
himself qualified Engineer and has undertaking more than one work at the same
time, he should employ separate Key person on each work.
48.0 The contractor should furnish the address in the Bid to which communication
relating to the contract may be sent and also authorize a person to be available
at work spot during his absence. Any change in the incumbency of the
authorized agent shall be communicated in writing by the contractor to the
Executive Engineer and their acknowledgement obtained on his copy of the
communication.
48.0.1 It is to be expressly and clearly understood that contractor shall make his own
arrangements to equip himself with all machinery and special tools and plant
required for the speedy and proper execution of the work and the department
does not undertake any responsibility towards their supply.
48.0.2 The Bidder should select quarries of his own choice as well as sources of water
and quote the bid including quarrying, conveyance and all other charges and
other construction materials.
48.0.3 The work will have to be executed as per the IS specifications, standard
specifications of APSS and special specification attached herewith or as directed
by the Engineer-in-charge with reference to the working drawings.
CONTRACTOR
190
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
48.0.4 Bid quoted shall be for finished work in situ and inclusive of all incidental and
contingent charges. All taxes such as sales tax, seigniorage, royalties turnover
tax etc., in respect of materials to be used on the work must be borne by the
contractor. The contractor is advised to analyze the rates workable to him
reckoning all the pertinent parameters and quote overall Bid amount.
48.0.5 Vernacular signature should be translated into English.
49.0 The contractor shall at his cost do all the drainage and pumping necessary for
carrying out the work including shoring, strutting etc., The contractor shall provide
at his own cost necessary river diversion works other than coffer dams and other
protective works contingent on the work. It is the duty of the contractor not only
to provide for such works but also maintain them during the course of work in
serviceable and safe condition. The Department accepts no responsibility for any
damage to the work itself consequent on the failure of the coffer dams, diversion
works or protective works, whether it be due to rains, floods in the river or other
causes. The bid quoted must be inclusive of all the above charges.
49.0.1 Re-handling of excavated soil due to injudicious selection of the place of
dumping shall not be paid for.
49.0.2 The contractor should use the excavated useful soil and stone obtained
from excavation for construction purpose.
49.0.3 The responsibility for arranging the land for borrow area rests with the
contractor and no separate payment will be made for the procurement or
otherwise and contractor quoted bid will be inclusive of the land cost.
50.1 The special attention of the Bidder is drawn to the conditions in the Bid
notice wherein reference has been made to the Andhra Pradesh standard
Specifications and the standard preliminary specifications contained
therein. These preliminary specifications shall apply to the contract to be
entered into between the contractor and Government of Andhra Pradesh
and shall form an inseparable condition of the contract along with the
additional conditions of contract, special specifications, drawings, contract,
schedules etc. All these documents taken together shall be deemed to form
one contract and shall be complementary to one another.
CONTRACTOR
191
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
BID FORMATS
DECLARATION
CONTRACTOR
192
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
CONTRACTOR
193
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
STATEMENT I
Critical Equipment proposed to be deployed
The Bidder should furnish the information required below, regarding the availability of the
equipment, required for construction / quality control.
Sl.
No.
Details of
Equipment
Number
required
Number
Lease
To be procured
d
5
6
Owned
4
DECLARATION
I ------------------------------------- do hereby solemnly affirm and declare that I
/we own the following equipment for using on the subject work and also declare
that I / We will abide by any action such as disqualification or determination of
Contract or blacklisting or any action deemed fit, if the department detects at any
stage that I/we do not possess the equipment listed below.
Sl.
No
1
Details of
each
Equipment
2
Year of
purchas
e
3
Regn.
Number
Capacity
Any other
data.
CONTRACTOR
194
Is it in
working
condition
7
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
BID
[To be submitted along with the Hard copies of work done certificates.]
Date:
To
Superintending Engineer,
Construction Circle,
Ongole,
Prakasam District
Sir,
I / We do hereby Bid and if this Bid be accepted, under take to execute the
following work viz., ..
.
..
.. as provided for in the conditions of the contract for the sum
of Rupees
I/WE have also quoted the bid in Schedule A Part-F Volume. I, annexed (in
words and figures) for which I/We agree to execute the work at the quoted lump
sum payment under the terms of the contract.
I/WE have quoted the price bid in Schedule A Part-F Volume. I both in words &
figures. In case of any discrepancy between the bid price quoted in words and
figures, the bid price quoted in words only shall prevail.
I/WE agreed to keep the offer in this Bid valid for a period of six month(s)
mentioned in the Bid notice and not to modify the whole or any part of it for any
reason within above period. If the Bid is withdrawn by me/us for any reasons
whatsoever, the earnest money paid by me/us will be forfeited to Government
I/WE hereby distinctly and expressly, declare and acknowledge that, before the
submission of my/our Bid I/We have carefully followed the instructions in the Bid
notice and have read the A.P.S.S. and the preliminary specifications therein and
the A.P.S.S. addenda volume and that I/We have made such examination of the
contract documents and the plans, specifications and of the location where the
said work is to be done, and such investigation of the work required to be done,
and in regard to the material required to be furnished as to enable me/us to
thoroughly understand the intention of same and the requirements, covenants,
contracts, stipulations and restrictions contained in the contract, and in the said
plans and specifications and distinctly agree that I/We will not hereafter make
any claim or demand upon the Government based upon or arising out of any
alleged misunderstanding or misconception /or mistake on my/or our part of the
said requirement, covenants, contracts, stipulations, restrictions and conditions.
I/WE enclosed to my/our application for Bid a crossed demand draft/B.G.
(No..dated:
CONTRACTOR
195
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
Qualified
I/WE will employ the following technical staff for supervising the work and will see
that one of them is always at site during working hours, personally checking all
items of works and paying extra attention to such works as required special
attention (e.g.) Reinforced concrete work.
CONTRACTOR
196
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
I / WE declare that I/WE agree to recover the salaries of the technical staff
actually engaged on the work by the department, from the work bills, if I/We fail
to employ technical staff as per the Bid condition.
I/WE hereby declare that I/We have perused in detail and examined closely the
Andhra Pradesh Standard Specifications, all clauses of the preliminary
specifications with all amendments and have either examined all the standards
specifications or will examine all the standard specifications for items for which
I/We Bid, before I/We submit such Bid and agree to be bound and comply with all
such specifications for this contract which I/We execute in the Irrigation &
Command Area Development Department.
(2)
I/WE certify that I/We have inspected the site of the work before quoting my price
bid,
I /We have satisfied about the quality, availability and transport facilities for
stones sand and other materials.
I/WE am/are prepared to furnish detailed data in support of all my quoted rates, if
and when called upon to do so without any reservations.
I/WE hereby declare that I am/we are accepting to reject my Bid in terms of
condition, 30.2
I/WE hereby declare that I/We will not claim any price escalation.
I/WE hereby declare that I am/We are accepting for the defect liability period as
24 months or two kharif crop seasons which ever is higher instead of 6 months
under clause 28 of APSS.
a) I/WE declare that I/WE will procure the required construction materials
including earth and use for the work after approval of the Engineer-inCharge. The responsibility for arranging and obtaining the land for borrowing
or exploitation in any other way shall rest with me/us for the materials for
construction, I/WE shall ensure smooth and un-interrupted supply of
materials.
(3)
(4)
(5)
(6)
(7)
B) I/WE declare that the responsibility for arranging and obtaining the land for
disposal of spoil/soil not useful for construction purposes shall rest with
me/us.
C) I/WE declare that I/WE shall not claim any compensation or any payment for
the land so arranged for disposal of soil and the land for borrow area. My/our
quoted bid price are inclusive of the land so arranged and I/We will hand over
the land so arranged for disposal of soil to; the department after completion
of work.
CONTRACTOR
197
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
D) I/WE declare that I/WE will not claim any extra amount towards any material
used for the work other than the quoted works for respective schedule A
items.
(8)
I/WE declare that I/WE will execute the work as per the mile stone programme,
and if I/WE fail to complete the work as per the mile stone programme I abide by
the condition to recover liquidated damages as per the Bid conditions.
(9)
I/WE declare that I/WE will abide for settlement of disputes as per the Bid
conditions.
I/WE have not been black listed in any department in Andhra Pradesh due to any
reasons.
2)
I/WE have not been demoted to the next lower category for not filing the Bids
after buying the Bid schedules in a whole year and my/our registration has not
been cancelled for a similar default in two consecutive years.
3)
I/WE agree to disqualify me/us for any wrong declaration in respect of the above
and to summarily reject my/our Bid.
Fax No.:
Note: If the Bid is made by an individual, it shall be signed with his full name and
his address shall be given. If it is made by a firm, it shall be signed with the
co-partnership name by a member of the firm, who shall also sign his own
name, and the name and address of each member of the firm shall be
given, if the Bid is made by a corporation it shall be signed by a duly
authorised officer who shall produce with his Bid satisfactory evidence of
his authorization. Such Biding corporation may be required before the
contract is executed, to furnish evidence of its corporate existence. Bids
signed on behalf of G.P.A. holder will be rejected
CONTRACTOR
198
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
ARTICLES OF CONTRACT
Articles
of
contract
made
this
____________________
day
of
his
successors
in
office
and
assignees)
of
the
one
part
and
desirous
of
taking
up
the
work
of
____________________________________________and
____________________________________and have caused an estimate / proposal
contained in schedule A drawings and specifications describing the work to be done to
be prepared.
And whereas the said Schedule A, drawings numbered serially 1 to
____________________ inclusive (Schedule B) and the special specifications
(Schedule C), additional conditions for materials (Schedule D) General Conditions
(Schedule E) detailed Bid notice, Bid articles of Contract have been signed by or on
behalf of the parties here to.
And whereas the contractor has agreed to retain with the Government of the
earnest money of Rupees
___________________________________________________________ (i) paid by
him vide D.D./ B.G. No. ______________________________ Date ____________
issued by
________________________________________________________________ and
enclosed to the application for supply of Bid Schedules (2) Rupee _________
__________________________________________paid by him vide D.D.No.
____________________________dated _______________________ issued by
____________________________ ________________________towards balance
E.M.D.
CONTRACTOR
199
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
D.D.No.
__________________________________paid by him
________________
dated
________________
issued
by
The
Contractor having agreed to keep EMD at 2.5% valid till the completion of work plus
twenty four months observation period and additional security deposit till the completion
of work to the satisfaction of Superintending Engineer, Construction Circle,
Ongole, Prakasam District .
And whereas the contractor has agreed that during the course of the contract period an
amount at the rate of 7.5 % of the value of work done will be withheld from the bills as
F.S.D.
And whereas the contractor has also signed the copy of the Andhra Pradesh
standard specification and addenda volume there to be maintained in the office of
Superintending Engineer, Construction Circle, Ongole, Prakasam District
in token of acknowledgment of being bound by all the conditions of the clauses of the
Standard preliminary specification and all the standard specification's for items of works
described by a standard specification number in schedule A.
And where as contractor has agreed to execute upon the subject to the conditions
set forth in the preliminary specification of the Andhra Pradesh standard specifications
and such other conditions as are contained in all specifications forming part of the
contract (herein after referred to as "the said conditions) the work shown upon the
drawing and described in the said specifications and set forth in schedule A as the
'Probable Quantities' and comply with the rate of progress noted at the end of this
articles
of
contract
for
sum
of
Rs.
___________(Rupees
consideration
of
the
payment
of
the
said
sum
of
Rs.
200
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
execute and complete the works shown upon the said drawing and
described in said specifications, and to the extent, of work shown in the Bill
of Quantities. The said works and method of payment there for as are
provided for in the said works and conditions.
2. The term Executive Engineer in the said conditions shall mean the public
works officer in-charge of the work having jurisdiction for the time being over
the work. Who shall be competent to exercise all the powers and privileges
reserved herein, in favour of the Government with the previous sanction of or
subject to the ratification by the Superintending Engineer, Construction
Circle, Ongole, Prakasam District herein after called Superintending
Engineer in case where such sanction or ratification may be necessary.
3. ADJUDICATION OF DISPUTES:
Except as otherwise provided in the contract, any disputes and differences
arising out of or relating to the contract shall be referred to adjudication as
follows :
1)
Superintending Engineer,
Construction Circle,
Ongole,
Chief Engineer,
Rs.50,000/- in value
Ongole
201
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
3. The relevant clause of Andhra Pradesh Standard specification stand modified to the
extent provided in this clause.
4. Time shall be considered as of the essence of the contract and the contractor hereby
agrees to commence the work as soon as the contract is signed and
agrees to complete the work within 48 months from the date of such signing the contract
and to show the progress as defined in the tabular statement "Rate of Progress",
subject nevertheless to the provisions for extension of time contained in clause 59 of
the standard preliminary specifications.
5. The said conditions shall be read and construed as forming part of this contract and
the parties here to will respectfully abide by and submit themselves to the conditions
and stipulations and perform the contract on their part, respectively.
6. Upon the terms and conditions of this contract being fulfilled and performed to the
satisfaction of the Executive Engineer, the security deposited by the Contractor as
herein before recited or such portion there of as he may be entitled to under the said
condition shall be returned to the contractor as provided
In witness thereof, the contractor M/s. / Sri. ______________________________
has
here
unto
set
his
hand
________________________________________________
and
Sri.
Superintending
Signed by contractor :
Address:
Phone No. :
Fax No. :
CONTRACTOR
202
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
3.
General Provision
Definitions
In the Conditions of Contract, the following words and expressions shall have the
meanings stated. Words indicating persons or parties include corporations and
other legal entities, except where the context require otherwise.
THE CONTRACT
Contract means the Contract Agreement, these Conditions, the Employers
Requirements, the Tender, and the further documents (if any) which are listed in
the Contract Agreement.
Contract Agreement means the Contract Agreement referred to in Sub-Clause
1.6 [Contract Agreement], including any annexed memoranda
Employers Requirements means the document entitled Employers
requirements, as included in the Contract, and any additions and modifications to
such documents in accordance with the Contract. Such document specified the
purpose, scope, and/or design or other technical criteria, for the Works.
Tender/ Bid means the Contractors signed offer for the Works and all other
documents which the Contractor submitted therewith (other than these Conditions
and the Employers Requirements, if so submitted), as included in the Contract.
Schedule of Payments mean the documents so named (if any), as included in
the Contract.
PARTIES AND PERSONS
Party means the Employer or the Contractor, as the context requires.
Employer means the Superintending Engineer, Construction Circle, Ongole,
Prakasam District as designated by the Government of Andhra Pradesh for the
purpose of the Contract.
Contractor means the person(s) named as Contractor in the Contract Agreement
and the legal successors in the title to this person(s)
Contractors Representative means the person named by the Contractor in the
Contract or appointed from time to time by the Contractor under Sub-Clause 4.3
(Contractors Representative) who acts on behalf of the Employer.
Employers Personnel means the Employers Representative, the assistant
referred to in Sub-Clause 3.2 (Other Employers Personnel) and all other staff,
CONTRACTOR
203
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
/individual
/joint
ventures
204
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
years from date calculated from the date on which the Works or Section is
completed as certified under Sub-Clause 10.1 [Taking Over the Works and Section]
Performance certificate means the certificate issued under Sub-Clause 11.9
[Performance Certificate]
day means a calendar day and year means 365 days.
MONEY AND` PAYMENTS
Contract Price/ Contract amount/ Bid amount means the agreed amount
stated in the Contract Agreement in accordance with the price quoted in the Letter
of Tender.
Cost means all expenditure reasonably incurred (or to be incurred) by the
Contractor, whether on or off the Site, including overhead and similar charges, but
does not include profit.
Final Statement means the statement defined in Sub-Clause 14.11 [Application
for final payment].
Local Currency means the lawful currency of India i.e. Indian Rupees.
Retention money means the accumulated retention moneys which the Employer
retains under Sub-Clause 14.3 [Application for Interim Payments] and pays under
Sub-Clause 14.9 [Payment of Retention Money].
Statement means a statement submitted by the Contractor as part of an
application for payment under Clause 14 (Contract Price and Payment).
WORKS AND GOODS
Contractors equipment means all apparatus, machinery, vehicles and other
things required for the execution and completion of the Works and the remedying
of any defects. However, Contractors Equipment excludes Temporary Works,
Employers equipment (if any), Plant, Materials and any other things intended to
form or forming part of the Permanent Works.
Goods mean Contractors Equipment, Materials, Plant and Temporary Works, or
any of them as appropriate.
Material means things of all kinds (other than plant) intended to form or forming
part of the Permanent Works, including the supply only materials (if any to be
supplied by the Contractor under the Contract.
Permanent Works means the permanent Works to be designed and executed by
the Contractor under the Contract.
Plant means the apparatus, machinery and vehicles intended to form or forming
part of the Permanent Works.
CONTRACTOR
205
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
Section means five Sections I, II, III, IV and V of EPC part of the Contract and
Section VI of Operation and Maintenance part of the contract.
Temporary Works means all temporary works of every kind (other than
Contractors Equipment) required on Site for the execution and completion of the
Permanent Works and the remedying of any defects.
Works mean the Permanent Works and the Temporary Works, or either of them
as appropriate.
OTHER DEFINITIONS
Contractors Documents means the calculation, computer programs and other
software, drawings, manuals, models and other documents of a technical nature
supplied by the Contractor under the Contract; as described in Sub-Clause 5.2
[Contractors Documents].
Country means India.
Employers Equipment means the apparatus, machinery and vehicles (if any)
made available by the Employer for the use of the Contractor in the execution of
the Works, as stated in the Employers Requirements; but does not include Plant
which has not been taken over by the Employer.
Force Majeure is defined in Clause 18 (Force Majeure)
Laws means all national (or state) legislation, statutes, ordinances and other
laws, and regulations and by-laws of any legally constituted public authority.
Performance Security / Earnest Money Deposit (EMD) means the security (or
securities, if any) under Sub-Clause 4.2 (Performance Security)
Site means the places where the Permanent Works are to be executed and to
which Plant and Materials are to be delivered, and any other places as may be
specified in the Contract as forming part of the Site.
Variation means any change to the Employers Requirements or the Works,
which instructed or approved as variation under Clause 13 (Variations and
Adjustments)
DAB means the person or three persons so named in the Contract or other
persons (s) appointed under Sub-Clause 20.2 (Appointment of the Dispute
Adjudication Board) or Sub-Clause 20.3 (Failure to Agree Dispute Adjudication
Board)
Interpretation
CONTRACTOR
206
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
1.2.1 Special Conditions shall be read in conjunction with General Conditions, Technical
specifications, Schedule of Works, Project Profile along with Drawings and other documents
forming part of this Contract wherever applicable or the context so requires.
1.2.2
Notwithstanding the sub-division of the Contract into several contract documents every part of
each shall be deemed to be supplementary to and complimentary of every other part and shall
be read with and into the Contract so far as it may be practicable to do so.
1.2.3
In the Contract unless otherwise stated specifically, the singular shall include the plural ,male
means female and vice versa wherever the Contract so requires. Words importing person shall
include incorporated companies / registered association / body of individuals / firm of
partnership as applicable in context thereof.
1.2.4
All headings and marginal notes to the Clauses / Articles of the General Condition or to the
Specifications or to any other document forming part of the Contract are solely for the purpose
of giving a concise indication of the general subject matter thereof and not a summary of the
contents thereof, and they shall never be deemed to be part thereof or be used in the
interpretation or construction thereof.
1.2.5
If during the course of execution of the Works any discrepancy or inconsistency, error or
omission in any of the provisions of the Contract is discovered which has any effect on the
execution of the Works, and need to be clarified, the same shall be referred to the Employers
Representative who shall give his decision and the issue instructions directing the manner in
which the Works are to be carried out. Any and all decisions and/or orders of the Employers
Representative shall be deemed decision and/or orders of the Employer. The Contractor shall
carry out the Works in accordance with such decisions and/or instructions of the Employers
Representative.
1.2.6
Where it is mentioned in the Contract that the Contractor shall perform certain work or provide
certain facilities, it is understood that the Contractor shall do so at his cost and the Contract
Price shall be deemed to have included the cost of such performances and provisions so
mentioned.
1.2.7
The materials, design and workmanship shall satisfy the applicable standards, specifications
contained herein and codes referred to. Where the Contract stipulates requirements in addition
to those contained in the standards, codes and specifications, those additional requirements
shall also be satisfied.
Communications
All communications during execution of the Contract shall be made at the following
adress:
Superintending Engineer, Construction Circle, Ongole Prakasam District,
Phone Number: PH No: 08592- 234253
CONTRACTOR
207
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
Communication through electronic transmission shall be made to the following email ID besides the Employers Representative.
E-mail ID of Office of the Superintending Engineer,
Se_cc_04.ap.nic.in
Communications between parties, which are referred to in the conditions are
effective only when in writing. A notice shall be effective only when it is delivered.
(Into terms of Indian contract Act).
Law and Language
1.4.1 The language of the Contract shall be English.
1.4.2 All further documents and also correspondence in respect of the Contract shall be
in English.
1.4.3 The Employer's Assistant and the Contractor's representative shall be fluent in
English.
1.4.4 Governing Law and Jurisdiction
1.4.4.1 The Contract shall be construed and interpreted in accordance with and governed
by the Laws of India.
1.4.4.2 In respect of all matters or actions arising out of the Contract and which may arise
at any time, the Courts at competent Jurisdiction shall have exclusive jurisdiction
(claims, dispute and Arbitration).
1.5
Priority of Documents
The documents forming the Contract are to be taken as mutually explanatory of
one another. For the purposes of interpretation, the priority of the documents
shall be in accordance with following sequence:
The Contract Agreement;
Letter of Award, notice to proceed
Contractors Bid
Special Conditions of Contract
General Conditions of Contract
Letter of Tender/Price Bid(Bill of Quantities).
any other documents forming part of the Contract.
Engineer-in-Charges Decisions:
Except where otherwise specifically stated, the Engineer-in-charge will decide
the contractual matters between the Department and the Contractor in the role
representing the Department.
2.0
Delegation:
The Engineer-in-charge may delegate any of his duties and responsibilities to other
officers and may cancel any delegation by an official order issued.
CONTRACTOR
208
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
3.0
Contract Agreement
The Contractor shall execute formal Contract agreement on appropriate value of
stamp paper imposed by Law in connection with entry into Contract Agreement
within 15 days from the date of Letter of Award.
The following documents shall be deemed to form and be read and construed as
part of Contract Agreement
The Letter of Tender annexed with the agreement (which includes the break
up of the Contract Price)
The Addenda Nos _________ issued before the last date for submission of
bids.
The Special Conditions of Contract
The General Conditions of Contract
Basic project parameters
The Project Profile
The Contractors Tender
The Technical Specifications
Drawings
any other documents forming part of the Contract.
Unless and until a formal agreement is prepared and executed this letter of
tender together with written acceptance thereof, shall constitute a binding
Contract between the Employer and Contractor.
4.0
Communications:
4.1
5.0 Sub-contracting:
If the prime contractor desires to sub-let a part of the work, he should submit the
same at the time of filing Bids itself or during execution, giving the name of
the proposed Sub-contractor, along with details of his qualification and
experience. The Bid Accepting Authority should verify the experience of the
Sub-contractor and if the Sub-contractor satisfies the qualification criteria in
proportion to the value of work proposed to be sub-let, including his past track
record of completion and quality of work., he may permit the same. The total
value of works to be awarded on sub-letting shall not exceed 50% of contract
value. The extent of subletting shall be added to the experience of the subcontractor and to that extent deducted from that of the main contractor.
6.0 Other Contractors:
6.1 The Contractor shall cooperate and share the Site with other contractors, Public
authorities, utilities, and the Department. The Contractor shall also provide
facilities and services for them as directed by the Engineer-in-charge.
7.0 Personnel:
CONTRACTOR
209
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
The Contractor shall employ the required Key Personnel named in the Schedule of
Key Personnel to carry out the functions stated in the Schedule or other
personnel approved by the Engineer-in-charge. The Engineer-in-charge will
approve any proposed replacement of Key Personnel only if their qualifications,
abilities, and relevant experience are substantially equal to or better than those of
the personnel listed in the Schedule.
7.2 Failure to employ the required technical personnel including quality management
staff by the contractor, the employer would engage any quality assurance staff for
implementing quality management Plan.
The amounts spent on such
deployment will be recovered from the contractor over and above the provision
made in part two of schedule-A from the contractors bills. However, this will not
absolve the contractor from the responsibility of quality management on contract
works.
7.3 The technical personnel including quality assurance personnel should be on full time
and available at site whenever required by Engineer in Charge to take
instructions.
7.4 The names of the technical personnel including quality assurance personnel to be
employed by the contractor should be furnished in the statement enclosed
separately.
7.5 In case the contractor is already having more than one work on hand and has
undertaken more than one work at the same time, he should employ separate
technical and quality assurance personnel on each work.
7.6 If the contractor fails to employ technical and quality assurance personnel the work
will be suspended, department will engage technical and quality assurance
personnel and recover the cost thereof from the contractor. This will not absolve
the contractor from the responsibly of maintaining quality of work and
implementing quality management plan.
7.7 If the Engineer-in-charge asks the Contractor to remove a person who is a member
of Contractors staff or his work force stating the reasons, the Contractor shall
ensure that the person leaves the site forthwith and has no further connection
with the work in the contract.
8.0 Contractors Risks:
8.1 All risks of loss of or damage to physical property and of personnel injury and death,
which arise during and in consequence of the performance of the Contract are
the responsibility of the Contractor.
9.0 Insurance:
9.1 The Contractor shall provide, in the joint names of the Department and the
contractor, insurance cover from the Start Date to the end of the Defects Liability
Period i.e., 24 months after completion certificate for the following events which
are due to the Contractors risks.
CONTRACTOR
210
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
a)
b)
c)
d)
9.2
choice for
materials source of water and quote his bid price including quarrying,
conveyance and all other charges etc.
10.2 The responsibility for arranging the land for borrow area rests with the Contractor
and no separate payment will be made for procurement or otherwise. The
contractors quoted bid price will be inclusive of land cost.
11.0 Contractor to Construct the Works:
The Contractor shall conduct Surveys, detailed investigation, Design
Engineering, prepare estimates and L.P. Schedules construct and Commission
the Work in accordance with the approved specifications and Drawings.
12.0 Diversion of streams / Vagus / Drains.
CONTRACTOR
211
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
12.1 The contractor shall at all time carry out construction of cross drainage works in a
manner creating least interference to the natural flow of water while consistent
with the satisfactory execution of work. A temporary diversion shall be formed by
the contractor at his cost where ever necessary. No extra payment shall be
made for this work.
12.2 No separate payment for bailing out sub-soils, water drainage or locked up rain
water for diversion, shoring, foundations, bailing of pumping water either from
excavation of soils from foundations or such other incidental will be paid. The bid
price to be quoted by the contractor is for the finished item of work in situ and
including all the incidental charges. The borrow pits are also to be de-watered by
the contractor himself at his expense, if that should be found necessary.
12.3 The work of diversion arrangements should be carefully planned and prepared by
the contractor and forwarded to the Executive Engineer technically substantiating
the proposals and approval of the Executive Engineer obtained for execution.
12.4 The contractor has to arrange for bailing out water, protection to the work in
progress and the portion of works already completed and safety measures for
men and materials and all necessary arrangements to complete the work.
12.5 All the arrangements so required should be carried out and maintained at the cost
of the contractor and no separate or additional payments is admissible.
12.6 Coffer Dams
Necessary coffer dams and ring bunds have to be constructed at the cost of
contractor and same are to be removed after the completion of the work. The
contractor has to quote his bid price keeping the above in view.
13.0 Power Supply.
13.1 The contractor shall make his own arrangements for obtaining power from the
Electricity dept., at his own cost. The contractor will pay the bills of Electricity
Department for the cost of power consumed by him.
13.2The contractor shall satisfy all the conditions and rules required as per Indian
Electricity Act 1910 and under Rule-45(I) of the Indian Electricity Rules, 1956 as
amended from time to time and other pertinent rules.
13.3 The power shall be used for bonafide Departmental work only.
14.0 Temporary Diversions (Works on Highways)
14.1The contractor shall at all times carryout work on the highway in a manner creating
least interference to the flow of traffic while consistent with the satisfactory
execution of the same. For all works involving improvements to the existing
highway, the contractor shall in accordance with the directions of the Engineer-incharge provide and maintain during the execution of the work a passage for
traffic, either along a part of the existing carriage way under improvement or
along a temporary diversion constructed close to the highway.
CONTRACTOR
212
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
14.2 If in the opinion of the Engineer-in-Charge, it is not possible to pass the traffic on
part width of the carriage-way for any reason, a temporary diversion close to the
highway shall be constructed as directed. It shall be paved with the materials
such as hard murum, gravel and stone, metal to the specified thickness as
directed by the Engineer-in-Charge. In all cases, the alignment, gradients and
surface type of the diversion including its junctions, shall be approved by the
Engineer-in-charge before the highway is closed to traffic.
14.3 The contractor shall take all necessary measures for the safety of traffic during
construction and provide erect and maintain such barricades, including signs,
markings, flags lights and information and protection of traffic approaching or
passing through the section of the highway under improvement. Before taking up
any construction, an agreed phased programme for the diversion of traffic on the
highway shall be drawn up in consultation with the Engineer-in-charge.
14.4 The barricades erected on either side of the carriage way portion of the carriage
way closed to traffic, shall be of strong design to resist violation and painted with
alternative black and white stripe. Red lanterns or warnings lights of similar type
shall be mounted on the barricades at night and kept lit throughout from sunset to
sunrise.
15.0 Ramps:
Ramps required during execution may be formed wherever necessary and same
are to be removed after completion of the work. No separate payment will be
made for this purpose.
16.0 Monsoon Damages:
Damages due to rain or flood either in cutting or in banks shall have to be made
good by the contractor till the work is handed over to the Department. The
responsibility of de-silting and making good the damages due to rain or flood
rests with the contractor. No extra payment is payable for such operations and
the contractor shall therefore, has to take all necessary precautions to protect the
work done during the construction period.
17.0 The Work to be Completed by the Intended Completion Date:
The Contractor may commence execution of the Works on the Start Date and
shall carry out the Works in accordance with the programme submitted by the
Contractor, as updated with the approval of the Engineer-in-Charge, and
complete the work by the Intended Completion Date.
18.0 Safety:
The Contractor shall be responsible for the safety of all activities on the Site.
19.0 Discoveries:
Anything of historical or other interest or of significant value unexpectedly
discovered on the Site is the property of the Government. The Contractor is to
notify the Engineer-in-charge of such discoveries and carry out the Engineer-inCharges instructions for dealing with them.
CONTRACTOR
213
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
214
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
Settlement of Claims:
Settlement of claims for Rs.50,000/- and below by Arbitration.
All disputes or difference arising of or relating to the Contract shall be referred to
the adjudication as follows:
a)
CONTRACTOR
215
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
216
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
may be required to enable the contractor to commence and proceed with the
execution of the works in accordance with the programme if any, and otherwise
in accordance with such reasonable proposals of the contractor as he shall by
written notice to the Superintending Engineer, make and will from time to time as
the works proceed, give to the contractor possession of such further portions of
the site as may be required to enable the contractor to proceed with the
execution of the works with due dispatch in accordance with the said programme
or proposals as the case maybe ; if the contractor suffers delay or incurs cost
from failure on the part of the Superintending Engineer to give possession in
accordance with the terms of this clause, the Superintending Engineer shall grant
an extension of time for the completion of works and the contractor is not entitled
for any compensation what so ever in this regard.
24.8 The contractor shall bear all costs and charges for special or temporary way leases
required by him in connection with access to the site. The contractor shall also
provide at his own cost any additional accommodation outside the site required
by him for the purposes of the work.
24.9 Subject to any requirement in the contract as to completion of any section of the
works before completion of the whole of the works shall be completed in
accordance with provisions of clauses in the Schedule within the time stated in
the contract calculated from the last day of the period named in the statement to
the Bid as that within which the works are to be commenced or such extended
time as may be allowed.
24.10 Delays and extension of time:
No claim for compensation on account of delays or hindrances to the work from
any cause whatever shall lie, except as hereafter defined. Reasonable extension
of time will be allowed by the Executive Engineer or by the office competent to
sanction the extension, for unavoidable delays, such as may result from causes,
which in the opinion of the Executive Engineer, are undoubtedly beyond the
control of the contractor. The Executive Engineer shall assess the period of
delay or hindrance caused by any written instructions issued by him, at twenty
five per cent in excess or the actual working period so lost.
In the event of the Executive Engineer failing to issue necessary instructions and
thereby causing delay and hindrance to the contractor, the latter shall have the
right to claim an assessment of such delay by the Superintending Engineer of the
Circle whose decision will be final and binding. The contractor shall lodge in
writing with the Executive Engineer a statement of claim for any delay or
hindrance referred to above, within fourteen days from its occurrence, otherwise
no extension of time will be allowed.
Whenever authorized alterations or additions made during the progress of the
work are of such a nature in the opinion of the Executive Engineer as to justify an
extension of time in consequence thereof, such extension will be granted in
writing by the Executive Engineer or other competent authority when ordering
such alterations or additions.
25.0 Construction Programme:
CONTRACTOR
217
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
25.1
The Contractor shall furnish within fifteen days of the order of the work a
programme showing the sequence in which he proposed to carry out the work,
monthly progress expected to be achieved, also indicating date of procurement
of materials plant and machinery. The schedule should be such that it is
practicable to achieve completion of the whole work within the time limit fixed and
in keeping with the Mile stone programme specified and shall obtain the approval
of the Engineer-in-charge. Further rate of the progress as in the program shall
be kept up to date. In case it is subsequently found necessary to alter this
program, the contractor shall submit sufficiently in advance the revised program
incorporating necessary modifications and get the same approved by the
Engineer-in-charge. No revised program shall be operative with out approval of
Engineer-in-charge.
25.2
The Superintending Engineer shall have all times the right, without any way
violating this contract, or forming grounds for any claim, to alter the order of
progress of the works or any part thereof and the contractor shall after receiving
such directions proceed in the order directed. The contractor shall also report
the progress to the Superintending Engineer within 7 days of the Executive
Engineers direction to alter the order of progress of works.
25.3
The Contractor shall at all times maintain the progress of work to conform to the
latest operative progress schedule approved by the Engineer-in-Charge. The
contractor should furnish progress report indicating the programme and progress
once in a month. The Engineer-in-Charge may at any time in writing direct the
contractor to slow down any part or whole of the work for any reason (which shall
not be questioned) whatsoever, and the contractor shall comply with such orders
of the Engineer-in-Charge. The compliance of such orders shall not entitle the
contractor to any claim of compensation. Such orders of the Engineer-in-Charge
for slowing down the work will however be duly taken into account while granting
extension of time if asked by the contractor for which no extra payment will be
entertained.
218
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
219
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
C. QUALITY CONTROL
32.0 Identifying Defects:
The Engineer-in-Charge shall check the Contractors work and notify
Contractor of any Defects that are found. Such checking shall not affect
Contractors responsibilities.
The Engineer-in-Charge may instruct
Contractor to verify the Defect and to uncover and test any work that
Engineer considers may be a Defect.
the
the
the
the
33.0 Tests:
If the Engineer-in-Charge instructs the Contractor to carry out a test not specified
in the Specification to check whether any work has a Defect and the Contractor
shall pay for the test and any sampling.
34.0 Correction of Defects:
34.1 The Engineer-in-Charge shall give notice to the Contractor of any Defects before
the end of the Defects Liability Period of 24 months, which begins on Completion.
34.2 Every time notice of a Defect is given, the Contractor shall correct the notified
defect within the length of time specified by the Engineer-in-Charges notice.
35.0 Uncorrected Defects:
35.1
If the contractor has not corrected the defect within the time specified in the
Engineer-in-Charges notice, the Engineer-in-Charge will assess the cost of
having the defect corrected and the contractor shall pay this amount or it will be
recovered from dues to Contractor.
35.2 The Engineer-in-Charge shall introduce O.K. cards and prescribed the formats
there of. O.K. cards shall relate to all major components of the work. The
contractor / his authorised representative shall be required to initiate and fill in
and present the O.K. card to the construction staff who would check the
respective items and send to Engineer-in-charge or his representative for final
check and clearance / O.K. Any defects pointed out by the supervision staff of
department shall promptly be attended to by the contractors and the fact of doing
so be duly recorded on the back of O.K. card.
35.3
The Engineer-in-Charge may also introduce check lists which shall be kept in
Bound registers by the construction supervision staff. The contractor may be
required to fill up these lists in the first instance and shall be subsequently
checked by the Construction / Quality Control engineers.
220
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
The contractor shall produce the Quality records maintained by him to the
department for the quality audit.
CONTRACTOR
221
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
D.
COST CONTROL
The contract price shall be the total value of work for the EPC turnkey contract as
per contract including maintenance of total system for 2 (two) years for CIVIL
works not connected with lift system and 15 (fifteen) years for Civil,HydroMechanical and Electro-Mechanical works connected with lift system from the
date of completion certificate.
The Bidder shall maintain the Civil works for five (5) Years (3 Years after defect
liability Period) and Electro Mechanical works for fifteen (15) Years (Thirteen
Years after the Deleft Liability Period) with the cost quoted by him separately in
the financial bid and no extra payment will be made for men, material and
machinery what so ever during this period. He shall maintain this scheme with all
standards and specifications of maintenance (conforming to relevant B.I.S Codes
of practice) like efficiency of pumps and motors regular servicing to Hydro and
Electro Mechanical items, carrying out repairs/replacements for trouble free
operation, civil maintenance like Distempering to superstructure, painting to
doors and windows, repair/replacements of AC Sheets/Ridge pieces of Godown,
maintenance of road ways and passages, upkeep of pump house area ,
maintenance of lawns and fountains etc.,
The Bidder shall quote this item separately in financial bid and a separate
agreement will conclude for the same.
37.3 Not withstanding any thing that is stated, the contract price once accepted by the
employer shall be final and shall not be subject to any claims on any ground what
so ever of the Contractor.
37.4 The contract price of the total work is divided among different component of works
as per the percentages specified in Annexure-II Schedule of payments and
payments will be regulated accordingly.
37.5
The contractor shall give Bill of Quantities based on the detailed estimates
prepared on the basis of approved design drawings and the items of the estimate
shall be suitably clubbed or grouped for assessment of value of work done.
Being a lump sum contract on EPC Turnkey basis, the contractor is bound to
complete the entire work under the contract on a firm lump sum price quoted and
on a single source responsibility basis. The Contractor shall be deemed to have
satisfied himself as to the correctness and sufficiency of the contract price.
Therefore the contractor is bound to execute all supplemental works that are
found essential, incidental and inevitable during execution of main work at no
extra cost to the employer.
38.2 The cost due to such supplemental items of work shall be borne by the contractor.
39.0 Extra Items:
CONTRACTOR
222
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
39.1 Extra items of work shall not vitiate the contract. This being a lump sum contract
on Turnkey (EPC) basis for a firm lump sum price quoted and on single source
responsibility basis, the contractor shall be bound to execute any items of work
contingent to main work for completion in full shape as directed by the Engineerin-Charge at no extra cost to the employer. The cost due to such items shall be
deemed to have been included in the contract price quoted.
39.2 Deleted
39.3 Entrustment of additional items:
39.3.1 Wherever additional items not contingent on the main work and outside the
scope of original contract are to be entrusted to the original contractor,
entrustment of such items and the price to be paid shall be referred to a
committee proposed by Government for final decision and it shall be binding on
the contractor.
39.3.2
40.0
41.0
CONTRACTOR
223
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
(b) The contractor shall pay all duties and taxes in consequence of his
obligations under the contract and the contract price shall not be adjusted for
such costs.
(c) Contract price will be paid to the Contractor in Indians Rupees only.
41.2 Payment Schedule
41.2.1 The total work specified under EPC turn key contract is divided into several
components of work to facilitate payments component wise. The cost of each
of the above components is specified as percentage of the total Bid price under
Annexure-II Schedule of payments.
The proportion of different components of works as compared to over all cost of
project is as stipulated in Annexure-II Schedule of payment.
41.2.2
The contractors bid price as approved shall be divided among the components
of work as per respective percentages of total bid price stipulated in AnnexureII Schedule of payments and the payment for each of the component works
shall be limited to the respective amounts arrived on the basis of percentages
specified.
41.2.3 The schedule of payment Annexure-II shall supercede all modes of payment /
other payment schedules if stipulated anywhere else in the contract document.
41.2.4 The components shown in Schedule of payment Annexure-II can be further subdivided into appropriate sub-components and stages by the bidder for the
purpose of payment. The sub-component stages should have relation to the
programme of construction taking due cognizance of interdependency of
various activities. The payment sums of each stage of sub-component shall
be expressed as percentage of total cost of approved bid.
Sum of all such
stages of particular component shall be equal to the percentage of that
component shown in the Annexure-II Schedule of payment.
This detailed schedule of payment sub-components shall also be approved by
the employer and shall form part of the contract.
41.2.5 Payment shall be released only as per work done and a respective component /
sub-component of work has been completed and / or levels are achieved.
41.2.6 Any quantities, rates or amounts which may be setout in a schedule of payment
are only to be used to assess the value of interim payments.
41.3 The Engineer-in-charge shall check the Contractors monthly statement within 7
days.
41.4 The value of work executed shall be determined by the Engineer-in-charge.
CONTRACTOR
224
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
41.5 The Engineer-in-charge may exclude any item certified in a previous certificate or
reduce the proportion of any item previously certified in any certificate in the light
of later information.
41.6 The contractor will be permitted to submit their work bills once in a month and
payment will be made after proper check of quantity and quality with in a
reasonable time limit.
42.0 Payments
The contractor shall execute the various components of work as per approved
drawings and specifications. The contractor shall arrange to take and record all
measurements of work done of various components of work in the Measurement
Books/Level field books and plotted in the cross section sheets and quantities
arrived as per actual execution as and when required.
Measurements will be recorded by the contractor for the finished work only for
which all tests are conducted and work done in accordance with specifications
and contract conditions by using the materials specified in the contract
The contractor shall prepare monthly work bills based on the measurements of
work done already recorded as stated above and submit to Engineer-in-charge
duly signed by them or his authorized signatory for arranging payment. Only
completed portions of the works as stated below shall be eligible for payment.
The payments shall be made as per the break-up of payment schedule specified
in the bid document.
225
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
b) CM & CD works:
In respect of CM & CD works (structures), the intermediate payments will
be in three stages i.e., at (a) completion of foundations including earthwork, (b)
completion of sub-structure, and (c) completion of super-structure including
miscellaneous items. The mode of payments will be 30% after completion of
foundations, 30% after completion of Sub-structure and balance 40% after
completion of individual structure
Govt. Memo.No.31960/Reforms/2007-1,
payment of CM & CD works as follows:
Dt:27-05-2008
shall
apply
for
30% payment against 40% in the third stage of the Agreement may be
released after completion of Deck-slab of the structure (CM & CD works) other
than Aqueducts and Super Passages and remaining 10% may be released after
completion of the structure in full shape.
Govt. Memo.No.37245/Reforms/2007-1,
payment of Big Structures as follows:
Dt:11-02-2008
shall
apply
for
In case of big structures where ever the length of the structure is 40m and
above on Main canal,the Chief Engineer may revise the payment schedule
subject to ensuring that the overall payment is limited to the agreement value.
c)
In respect of Tunnels, Draft tube tunnels, inclined tunnels the unit length
for eligibility for arranging payment may be taken as 100 M.
d)
CONTRACTOR
226
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
at his discretion. But in such case, the quoted contract price shall be
subjected to adjustment with reduction at the rate of Rs.12,000/- per are
to the extent of actual reduction of ayacut (not exceeding 10%) under the
distributory system. However the Contractor can not seek approval of the
Employer for reduction with in the ceiling limit of 10% as a right.
In case the actual ayacut served by the distributory system other than
existing ayacut
1.
falls short beyond permitted ceiling limit of 10%
of contemplated ayacut other than existing ayacut under tanks or
2.
falls short within permissible ceiling limit of 10%
of contemplated ayacut other than the existing under tank but
disagreed by the Employer, then the Contractor shall extend the
total canal system in such a way the contemplated ayacut other
than that under tanks get irrigation facility fully.
In respect of civil works for pumping station the sub components shall be in
stages of every 1 M from the deepest foundation level consisting of a) Pump
house. b) Cistern.
In respect of Delivery main works the sub components shall be a) Material
supply & Fabrication 55%, b) Lining / coating, Testing of pipes 15 %, c)
Conveyance, Laying and Field jointing 20 %, d) Refilling and Hydro testing 10
%.
A)
i. 70% of the quoted price for supply of goods ( for Price including all taxes and
duties)) shall be paid on receipt of goods at site based on certificate prepared by
engineerin-charge and suppliers representative, on the basis of various items
received in accordance with the Contract Agreement.
ii.
iii. 5% of the quoted price shall be paid on successful testing and commissioning of
each
equipment as progressive payment against interim payment certificate
prepared on the basis of various items supplied, erected, tested and commissioned
in accordance with the Contract Agreement.
iv. Final 5% of the quoted price for supply of material shall be paid on at the time of
final bill.
B)
Deleted.
CONTRACTOR
227
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
b)
20% of cost of material and fabrication cost will be paid after completion of erection.
c)
5% of cost of material and fabrication cost will be paid after testing and
commissioning in accordance with the contract agreement.
d)
B) Deleted.
228
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
virtue of the contract except earnest money deposit retained as security and a
sum equal to 2.50 percent of the total value of the work done. The amount
withheld from the final bill will be retained under deposits and paid to the
contractor together with the earnest money deposit retained as security after a
period of 24 months as all defects if any shall have been made good according to
the true intent and meaning there of.
42.2.2 In case of over payments or wrong payment if any made to the contractor due to
wrong interpretation of the provisions of the contract, APSS or Contract
conditions etc., such unauthorized payment will be deducted in the subsequent
bills or final bill for the work or from the bills under any other contracts with the
Government or at any time there after from the deposits available with the
Government.
42.2.3 Any recovery or recoveries advised by the Government Department either state
or central, due to non-fulfillment of any contract entered into with them by the
contractor shall be recovered from any bill or deposits of the contractor.
42.2.4 No claim shall be entertained, if the same is not represented in writing to the
Engineer-in-Charge within 15 days of its occurrence.
42.2.5 The contractor is not eligible for any compensation for inevitable delay in handing
over the site or for any other reason. In such case, suitable extensions of time
will be granted after considering the merits of the case.
42.3.1 The Employer shall within 28 days after receiving a Statement and supporting
documents, give to the Contractor notice of any items in the Statement with
which the Engineer in charge disagrees, with supporting particulars. Payments
due shall not be withheld, except that;
(a)
(b)
42.3.2 All progressive payments made to the Contractor shall be reviewed on quarterly
basis and reconciled with the break-up of the schedule. Over payments/under
payments made, if any, shall be adjusted in the next interim/final payments.
42.4 Application for Intermediate Payment Certificate
CONTRACTOR
229
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
The Contractor shall submit a statement/bill in six copies to the Engineer-incharge after the end of each month, in a form approved by the Engineer-incharge, showing the amounts to which the Contractor considers himself to be
entitled, together with supporting documents which shall include the detailed
report on the progress during the month for each section of the Work. The
statement shall include the following items, as applicable, which shall be
expressed in Indian Rupees and also shall include the following items, as
applicable, which shall be expressed in the sequence listed below:
(a) The estimated contract value of the Construction Documents produced and
the Works executed up to the end of the month;
(b) Amount to be deducted for retention, shall be @7.5% from the each
interim bills.
c)Any amount to be deducted against recovery of advance amount in accordance
with rate specified in Contract.
d)Delay damages in respect of non-achievement of milestone as per Contract
e)Any other additions or deductions which may have become due in accordance
with the Contract
f)Deduction of Income Tax , VAT, contract tax and other taxes and seigniorage
and cess charges on materials used and other statutory obligations etc. as
applicable.
g)The total amounts certified on all previous Interim Payment Certificates.
43.0 Interest on Money due to the Contractor:
No omission by the Engineer-in-charge or the sub-divisional officer to pay the
amount due upon certificates shall vitiate or make void the contract, nor shall the
contractor be entitled to interest upon any guarantee fund or payments in arrear,
nor upon any balance which may, on the final settlement of his accounts, found
to be due to him.
44.0 Certificate of Completion of works:
44.1 Certificate of Completion of works:
44.1.1 When the whole of the work has been completed and has satisfactory passed any
final test that may be prescribed by the Contract, the Contractor may give a
notice to that effect to the Engineer-in-Charge accompanied by an undertaking
to carryout any rectification work during the period of maintenance, such notice
and undertaking shall be in writing and shall be deemed to be request by the
Contractor for the Engineer-in-Charge to issue a Certificate of completion in
respect of the Works. The Engineer-in-Charge shall, within twenty one days of
the date of delivery of such notice either issue to the Contractor, a certificate of
completion stating the date on which, in his opinion, the works were completed
in accordance with the Contract or give instructions in writing to the Contractor
specifying all the Works which, in the Engineer-in-Charge' opinion, required to
be done by the Contractor before the issue of such Certificate. The EngineerCONTRACTOR
230
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
in-Charge shall also notify the Contractor of any defects in the Works affecting
completion that may appear after such instructions and before completion of
the Works specified there in. The Contractor shall be entitled to receive such
Certificate of the Completion within twenty one days of completion to the
satisfaction of the Engineer-in-Charge of the Works so specified and making
good of any defects so notified.
44.1.2 Similarly, the Contractor may request and the Engineer-in-Charge shall issue a
Certificate of Completion in respect of:
a) Any section of the Permanent works in respect of which a separate time for
completion is provided in the Contract, and
b) Any substantial part of the Permanent Works which has been both completed
to the satisfaction of the Engineer-in-Charge and occupied or used by the
Department.
44.1.3 If any part of the Original/Permanent Works shall have been completed and shall
have satisfactorily passed any final test that may be prescribed by the Contract,
the Engineer-in-Charge may issue such certificate, and the Contractor shall be
deemed to have undertaken to complete any outstanding work in that part of
the Works during the period of Maintenance.
45.0 Taxes included in the bid:
The Bid price quoted by the contractor shall be deemed to be inclusive of the
sales Tax and other taxes on all materials that the contractor will have to
purchase for performance of this contract.
46.0 Price Adjustment
46.1 The Price Adjustment will be made for cement, steel and fuel items only.
No escalation on labour and other materials will be paid. The Bidder has to quote
the bid taking into account of any variation in rates and wages during the period of
execution i.e., from the date of quoting the rates to the end of completion of work in
all respects.
46.2 However, in respect of cement and steel price adjustment will be made for the
actual quantity used in the work for increase or decrease of prices by more than
5% over current rates ( As approved by the Board of Chief Engineers) of
Rs.4,300 /M.T. and Rs.43,800 /MT- & Rs.33,000/MT for Cement, M.S
plates and Tar steel respectively. For the purpose of assessing the increase
and decrease the rates, of cement and steel as approved by the Board of Chief
Engineers communicated by the Engineer-in-Chief, Irrigation Wing, I&CAD Dept.,
from time to time will be adopted.
This Price Adjustment will be made for the Price variation beyond 5% on
the basic rates furnished in the Bid document
46.3 In respect of fuels the rates prevailing in the nearest fuel station /stations to work
spot on the last day of filing the bids will be adopted as base rates. Any hike
beyond 5% over the base rates will be compensated in accordance with the
following formula.
CONTRACTOR
231
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
VF=0.85XPF/100XRIX(FI-FO)/FO
Where,
RI=Value of work done during the quarter.
VF=increase or decrease in the cost of work during the quarter under
consideration due to change in rates for fuels and lubricants.
PF=% of fuel and lubricants component of the work.
(The component of PF will be assessed and decided by a committee
constituted by the Government).
FO= Average official retail price of HSD at the existing consumers pumps of
IOC/IBP/HP/Reliance nearest to the work spot on the last day of filing bids.
FI= Average official retail price of HSD at the existing consumers pumps of
IOC/IBP/HP/Reliance nearest to the work spot on the 15th day of the middle
calendar month of the quarter under consideration. Price adjustment not
applicable for the part of the work carried out for which Liquidated Damages are
levied.
47.0 Retention
47.1 The department shall retain from each payment due to the contractor @ the rate of
7.5% of bill amount until completion of the whole of the Works. The retention
amount so accumulated will be released up to 5% against the Bank Guarantee in
Spells of Rs.50.00/100.00 lakhs (Rupees fifty five /hundred lakhs only).
47.2 On completion of the whole of the Works out of total amount retained ( i.e., 7.5%)
5% will be re-paid to the Contractor and balance ( i.e., 2.5% ) when the Defects
Liability Period has passed and the Engineer-in-Charge has certified that all the
Defects notified by the Engineer-in-Charge to the Contractor before the end of
this period have been corrected.
48.0 Liquidated Damages
48.1 If for any reason, which does not entitle the contractor to an extension of time, the
rate of progress of works, or any section is at any time, in the opinion of the
Superintending Engineer too slow to ensure completion by the prescribed time or
extended time for completion Superintending Engineer shall so notify the
contractor in writing and the contractor shall there upon take such steps as are
necessary and the Superintending Engineer may approve to expedite progress
so as to complete the works or such section by the prescribed time or extended
time. The contractor shall not be entitled to any additional payment for taking
such steps. If as a result of any notice given by the Superintending Engineer
under this clause the contractor shall seek the Superintending Engineers
permission to do any work at night or on Sundays, if locally recognized as days
or rest, or their locally recognized equivalent, such permission shall not be
unreasonably refused.
CONTRACTOR
232
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
48.2 If the contractor fails to complete whole of the works or any part thereof or section
of the works within the stipulated periods of individual mile stones (including any
bonafide extensions allowed by the competent authority without levying
liquidated damages), the Superintending Engineer may without prejudice to any
other method of recovery will deduct one twentieth of one percent of respective
mile stone financial programme value per calendar day or part of the day for the
period of delays subject to a maximum of 10% of the contract value as damages
due from the contractor from any monies in his hands due or which may become
due to the contractor. The payment or deductions of such damages shall not
relieve the contractor from his obligation to complete the works, or from any other
of his obligations and liabilities under the contract.
The maximum amount of liquidated damages for the whole of the works is ten
percent of final contract price.
48.3 Liquidated Damages for Short Fall in Performance
Should the results of the formal performance test show that the equipments have
failed to meet the guarantees the CONTRACTOR shall carry out the
modification, at his own cost, if considered necessary to meet the guaranteed
values. In such a case the performance and guarantee tests shall be repeated by
the CONTRACTOR within one (1) month from the date the equipment is ready
for re-test. If the specified guarantees are not established within 90 days of
notification by the EMPLOYER, the EMPLOYER may at his discretion reject the
equipment and recover the payments already made or accept the equipment
after assessing the liquidated damages payable at the rates specified below for
each equipments. Such liquidated damages shall be recoverable by invoking the
Performance Bank Guarantee of the CONTRACTOR or by deduction from the
contract price, or otherwise.
49.0 Mobilization Advance
49.1
The contractors for works exceeding more than Rs.1.00 Crore of estimated
contract value are permitted to avail the facility of mobilization advance in two
installments equivalent to 10% of the contract amount( 5% for labour mobilization
and 5% for machinery and equipment).The mobilization advance of 5% towards
Labour mobilization will be paid in two installments( 1% after concluding
agreement and 4% at the time of commencement of work i.e after completion of
investigation, survey and designs) vide Government Memo No. 26135/
reforms/06, Dt.16.9.2006
Payment of the loan will be done under separate certification by the Executive
Engineer after (i) Execution of the form of contract by the parties there to (ii)
Provisions by the contractor of the further security in accordance with relevant
condition and (iii) provision by the contractor of a Bank Guarantee from
scheduled Bank acceptable to the Executive Engineer for an amount equal to
10% of a contract amount as indicated in the letter of acceptance towards the
installment of the advance mobilization loan, such bank guarantee to remain
effective until the said advance loan has been completely repaid by the
contractor out of the current earnings under the contract and certified accordingly
by the Executive Engineer The Advance mobilization loan will be paid in 30
days after fulfilling the above i, ii, and iii items. Advance mobilization loan will
CONTRACTOR
233
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
be paid only in case of contracts with estimated contract value exceeding Rs.100
lakhs.
49.2 A form of Bank Guarantee acceptable to Executive Engineer is indicated (under
formats of Securities). The advance mobilisation loan shall be used by the
contractor exclusively for mobilisation expenditures, including the acquisition of
constructional plant, in connection with the works. Payment of the second
installment of advance mobilisation loan equivalent to 5 percent of the contract
amount will be due within a period of 9 months for local purchase of machinery
and equipment and within one year in case the machinery and equipment has to
be imported under separate certification by the Engineer-in-Charge after (I) the
value of the machinery and equipment procured, and brought to site and/or
ordered (satisfactory evidence to be produced) by the contractor assessed at
100% for new machinery and 50% for old machinery brought to site and in
working condition is equivalent to 5 percent of the contract amount already paid
as first advance loan and (ii) furnishing by the contractor of a bank guarantee for
an amount equal to 5 percent of the contract value.
49.3 Should the contractor misappropriate any portion of the advance loan, it shall
become due to the Executive Engineer and payable immediately in one lump by
the contractor and no further loan will be considered thereafter.
49.4 The above advance shall bear borrowing rate of interest as approved by the
Government of A.P from time to time. The interest on the amounts paid as
advance is chargeable from the date the amount is paid. However if completion
is delayed by circumstances beyond control of the contractor for which an
extension has been granted by the Executive Engineer / Superintending
Engineer the interest charges on such advances shall be waived for the period of
extension.
49.5 The value of Bank Guarantee for the advance payment given to the contractor can
be progressively reduced by the amount repaid by the contractor as certified by
the Executive Engineer.
49.6 Recovery of advances
49.6.1 The advance loan together with interest at the borrowing rate of interest as
approved by the Government of A.P from time to time shall be repaid within
percentages deductions from the intermediate payments under the contract.
Deduction shall commence in the next interim payment following that in which the
total of all such payments to the contractor have reached 10 percent of the
contract amount and shall be made at the rate of 20 percent of amount of all
interim payments in which the loan was made together with interest payable up
to that date, until such time as the loan together with interest at the rate specified
in para above shall be completely repaid prior to the expiry of the contract period
including authorized extensions for completion.
Govt. Memo.No.22500/Reforms/2008-1,
Recovery of Advance as follows:
CONTRACTOR
234
Dt:20-08-2008
shall
apply
for
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
CONTRACTOR
235
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
CONTRACTOR
236
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
E.
52.0 Completion
The Contractor shall request the Engineer-in-Charge to issue a Certificate of
completion of the Works and the Engineer-in-Charge will do so upon deciding
that the work is completed.
53.0 Take Over
The Department shall take over the Site and the Works within fourteen days of
the Engineer-in-Charge issuing a certificate of Completion.
54.0 Final Account
The Contractor shall supply to the Engineer-in-Charge a detailed account of the
total amount that the Contractor considers payable under the Contract before the
end of the Defects Liability Period. The Engineer-in-Charge shall issue a Defects
Liability Certificate and certify any final payment that is due to the Contractor
within56 days of receiving the Contractors account if it is correct and complete.
If it is not, the Engineer-in-Charge shall issue within 56 days a schedule that
states the scope of the corrections or additions that are necessary. If the final
Account is still unsatisfactory after it has been resubmitted, the Engineer-inCharge shall decide on the amount payable to the Contractor and issue a
payment certificate with in 56 days of receiving the Contractors revised account.
55.0 Termination:
55.1
55.2
CONTRACTOR
237
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
e) The Contractor has delayed the completion of works by the number of days
for which the maximum amount of liquidated damages can be paid as
defined.
f)
For the purpose of this paragraph: corrupt practice means the offering, giving,
receiving or soliciting of any thing of value to influence the action of a public
official in the procurement process or in contract execution. Fraudulent practice
means a misrepresentation of facts in order to influence a procurement process
or the execution of a contract to the detriment o the Government and includes
collusive practice among Bidders (prior to or after Bid submission) designed to
establish Bid prices at artificial non-competitive levels and to deprive the
Government of the benefits of free and open competition.
55.3 Not withstanding the above the Department or Engineer-in-charge or Employer
may terminate the contract for convenience.
55.4 If the Contract is terminated, the Contractor shall stop work immediately, make the
Site safe and secured leave the Site as soon as reasonably possible.
56.0 Payment upon Termination
If the Contract is terminated because of a fundamental breach of Contract by the
Contractor, the Engineer-in-Charge shall issue a certificate for the value of the
work done less advance payments received upon the date of the issue of the
certificate, less other recoveries due in terms of the Contract, less taxes due to
be deducted at source as per applicable laws and less 20% per cent of the value
of work not completed. Additional Liquidated Damages shall not apply. If the
total amount due to the Department exceeds any payment due to the Contractor
the difference shall be a debt payable to the Department. In case of default for
payment within 28 days from the date of issue of notice to the above effect, the
contractor shall be liable to pay interest at 12% per annum for the period of delay.
57.0 Property
All materials on the Site, Plant, Equipment, Temporary Works and Works are
deemed to be the property of the Department if the Contract is terminated
because of Contractors default.
58.0 Release from Performance
If the Contract is frustrated by the outbreak of war or by any other event entirely
outside the control of either the Department or the Contractor the Engineer-inCharge shall certify that the contract has been frustrated. The Contractor shall
make the site safe and stop work as quickly as possible after receiving this
certificate and shall be paid for all works carried out before receiving it and for
any work carried out after wards to which commitment was made.
CONTRACTOR
238
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
F.
239
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
of the contract and at least 30 days in advance of its use, the details of land
required by him for the work at site and the land required for his camp and should
any private land which has not been acquired, be required by the contractor for
his use. The same may be acquired by the contractor at his own cost by private
negotiations and no claim shall be admissible to him on this account.
The Engineer-in-Charge reserves the right to refuse permission for use of any
government land for which no claim or compensation shall be admissible to the
contractor. The contractor shall, however, not be required to pay cost or any rent
for the Government land given to him.
61.2 Surrender of Occupied Land
a) The Government land as here in before mentioned shall be surrendered to
the Engineer-in-Charge within seven days, after issue of completion
certificate. Also no land shall be held by the contractor longer than the
Engineer-in-Charge shall deem necessary and the contractor shall on the
receipt of due notice from the Engineer-in-Charge, vacate and surrender the
land which the Engineer-in-Charge may certify as no longer required by the
Contractor for the purpose of the work.
b) The contractor shall make good to the satisfaction of the Engineer-in-Charge
any damage to areas, which he has to return or to other property or land
handed over to him for purpose of this work. Temporary structures may be
erected by the contractor for storage sheds, offices, residences etc., for noncommercial use, with the permission of the Executive Engineer on the land
handed over to him at his own cost. At the completion of the work these
structures shall be dismantled site cleared and handed over to the Executive
Engineer. The land required for providing amenities will be given free of cost
from Government lands if available otherwise the contractor shall have to
make his own arrangements.
61.3
240
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
It is possible that work at, or in the vicinity of the work site will be performed by
the Government or by other contractors engaged in work for the Government
during the contract period. The contractor shall without charge permit the
government and such other contractor and other workmen to use the access
facilities including roads and other facilities, constructed and acquired by the
contractor for use in the performance of the works.
The contractors heavy construction traffic or tracked equipment shall not
traverse any public roads or bridges unless the contractor has made
arrangement with the authority concerned.
In case contractors heavy
construction traffic or tracked equipment is not allowed to traverse any public
roads or bridges and the contractor is required to make some alternative
arrangements, no claim on this account shall be entertained.
The contractor is cautioned to take necessary precautions in transportation of
construction materials to avoid accidents.
63.0 Payment for Camp Construction
No payment will be made to the contractor for construction, operation and
maintenance of camp and other camp facilities and the entire cost of such work
shall be deemed to have been included in the Bided rate for the various items of
work in the schedule of quantities and bids.
64.0
65.0 Labour
The contractor shall, make his own arrangements for the engagement of all staff
and labour, local or other, and for their payment, housing, feeding and transport.
Labour importation and amenities to labour and contractors staff shall be to the
contractors account. His quoted percentage shall include the expenditure
towards importation of labour amenities to labour and staff;
The contractor shall, if required by the Engineer-in-Charge, deliver to the
Engineer-in-Charge a written in detail, is such form and at such intervals as the
Engineer-in-Charge may prescribe, showing the staff and the numbers of the
several classes of labour from time to time employed by the contractor on the
Site and such information respecting Contractors Equipment as the Engineer-inCharge may require.
Transportation of Labour
CONTRACTOR
241
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
The contractor shall make his own arrangement for the daily transportation of the
labour and staff from labour camps colonies to the work spot and no labour or
staff of the contractor shall stay at the work spot. No extra payment will be made
to the contractor for the above transportation of the labour and his quoted
percentage to the work shall include the transportation charges of labour from
colonies to workspot and back.
The contractor will at all times duly observe the provisions of employment of
children Act XXVI of 1938 and any enactment or modification of the same and
will not employ or permit any person to do any work for the purpose under the
provisions of this contract in contravention of said Act. The contractor here by
agrees to indemnify the department from and against all claims, penalties which
may be suffered by the department or any person employed by the department
by any default on the part of the contractor in the observance and performance of
the provisions of the employment of children Act. XXVI of 1938 or any enactment
or modification of the same.
As per Govt. memo No.721/Gr.(1)/81-35, dt:17.11.87. The contractor shall obtain
the insurance at his own cost to cover the risk on the works to labour engaged by
him during period of execution against fire and other usual risks and produce the
same to the Executive Engineer concerned before commencement of work.
66.00 Safety Measures
a)
The contractor shall take necessary precautions for safety of the workers
and preserving their health while working in such jobs, which require
special protection and precautions. The following are some of the
measures listed but they are not exhaustive and contractor shall add to and
augment these precautions on his own initiative where necessary and shall
comply with directions issued by the Executive Engineer or on his behalf
from time to time and at all times.
b)
Providing protective foot wear to workers situations like mixing and placing
of mortar or concrete sand in quarries and places where the work is done
under much wet conditions.
c)
d)
e)
Getting the workers in such jobs periodically examined for chest trouble due
to too much breathing in to fine dust.
f)
CONTRACTOR
242
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
67.0
g)
Supply work men with proper belts, ropes etc., when working in precarious
slopes etc.
h)
Avoiding named electrical wire etc., as they would electrocute the works.
i)
CONTRACTOR
243
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
The contractor shall arrange for the recruitment of skilled and unskilled labour
local and imported to the extent necessary to complete the work within the
agreed period as directed by the Executive Engineer in writing.
68.0 Indemnity Bond
Name of work: : Pula Subbaiah Veligonda Project: Investigation, Design and
Excavation of Western Branch Canal taking off at KM.25.465 of Eastern Main
canal including Construction of tunnel, CM & CD works, distributory system, pump
houses, delivery cisterns and pressure mains
lift including formation of reservoirs of Turimella, Racherla & Seetharam Sagar and
also formation of independent reservoirs of Rallavagu & Gundlabrahmeswaram to
create an IP of 5000 Acres in Prakasam, Kadapa and Nellore Districts.
__________________________________contractor
S/o.________________
aged
244
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
money due to the contractor including his amount of performance security. The
Department/Engineer-in-Charge shall also have right to recover from the
contractor any sum required or estimated to be required for making good the loss
or damage suffered by the Department.
The employees of the Contractor and the Sub-contractor in no case shall be
treated as the Department of the Department at any point of time.
70.0 Salient features of some major labour laws applicable to establishment
engaged in buildings and other construction work
(a)
Workmen compensation Act 1923: The Act provides for compensation in case if
injury by accident arising out of and during the course of employment.
(b)
Payment of Gratuity Act 1972: Gratuity is payable to an employee under the Act
on satisfaction of certain conditions on separation if any employee has completed
5 years service or more, or on death, the rate of 15 days wages for every
completed year of service. The Act is applicable to all establishments, employing
10 or more employees.
The contractor shall at all times indemnify the Govt. of A.P. against all claims
which may be made under the workmens compensation act or any statutory
modification thereafter or rules there under or otherwise consequent of any
damage or compensation payable in consequent of any accident or injuries
sustained or death of any workmen engaged in the performance of the business
relating to the contractor.
CONTRACTOR
245
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
246
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
74.0 Relationship
Contractor shall have to furnish information along with Bid, about the relationship
he is having with any officer of the Department, Government of Andhra Pradesh
of the rank Assistant Engineer and above engaged in the work and any officer of
the rank of Assistant Secretary and above of the Department of Government of
Andhra Pradesh.
75.0 Protection of adjoining premises
The contractor shall protect adjoining sites against structural, decorative and
other damages that could be caused by the execution of these works and make
good at his cost any such damages.
76.0 Work during night or on Sundays and holidays
The works can be allowed to be carried out during night, Sundays or authorised
holidays in order to enable him to meet the schedule targets and the work shall
require almost round the clock working keeping in view:
(i)
(ii)
(iii)
247
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
79.1 The contractor shall have sufficient plant, equipment and labour and shall work
such hours and shifts as may be necessary to maintain the progress on the work
as per the approval progress schedule. The working and shifts hours shall
comply with the Govt. Regulations in force.
79.2
It is to expressly and clearly understood that contractor shall make his own
arrangements to equip himself with all machinery and special tools and plant for
the speedy and proper execution of the work and the department does not
undertake responsibility towards their supply.
79.3 The department shall supply such of the machinery that may be available on hire
basis but their supply cannot be demanded as matter of right and no delay in
progress can be attributed to such non-supply of the plant by the department and
the department cannot be made liable for any damage to the contractor. The
Contractor shall be responsible for safe custody of the departmental machinery
supplied to him (which will be delivered to contractor at the machinery yard at site
of work) and he has to make good all damages and losses if any other than fire,
wear and tear to bring it to the conditions that existed at the time of issue to the
contractor before handing over the same to the department. The hire charges for
the machinery handed over to the contractor will be recovered at the rate
prevalent at the time of supply. The contractor will have to execute supplemental
contract with Executive Engineer at the time of supply of the machinery.
79.4 The acceptance of departmental machinery on hire is optional to the contractor.
80.0 Steel Forms
Steel forms should be used for all items involving use of centering and shuttering.
They shall be such that the concrete surface obtained after removal of centering
and shuttering shall be single plane without any dents and undulations.
81.0 Inconvenience to public
The contractor shall not deposit materials at any site, which will cause
inconvenience to public. The Engineer-in-Charge may direct the contractor to
remove such materials or may undertake the job at the cost of the contractor.
82.0 Conflict of Interest
Any bribe, commission, gift or advantage given, promised or offered by on behalf
of contractor or his partner, agent or servant or any one on his behalf to any
officer, servant, representatives, agents of Engineer-in-Charge, or any persons
on their behalf, in relation to the obtaining or to execution of this, or any other
contract with Engineer-in-Charge shall in addition to any criminal liability, which it
may occur, subject to the cancellation of this or all other contracts and also to
payment of any loss or damage resulting from any such cancellation. Engineerin-Charge shall then be entitled to deduct the amount, so payable from any
money, otherwise due to the contractor under this or any other contract.
83.0 Contract Documents and Materials to be Treated as Confidential
CONTRACTOR
248
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
The contractor shall promptly inform the Department and the Engineer-in-Charge
of any error, omission, fault and to rectify the defect in the design or
specifications for the works which are discovered when reviewing the contract
documents or in the process of execution of the works.
b)
c)
All vehicles used by the contractor shall be clearly marked with contractors
name.
d)
The contractor shall be responsible for the security of the works for the
duration of the contract and shall provide and maintain continuously
adequate security personnel to fulfill these obligations. The requirements of
security measures shall include, but not limited to maintenance of order on
the site, provision of all lighting, fencing, guard flagmen and all other
measures necessary for the protection of the works within the colonies,
camps and elsewhere on the site, all materials delivered to the site, all
persons employed in connection with the works continuously throughout
working and non working period including nights, Sundays and holidays for
duration of the contract.
e)
Other contractors working on the site concurrently with the contractor will
provide security for their own plant and materials. However, their security
provisions shall in no way relieve the contractor of his responsibilities in this
respect
f)
Separate payment will not be made for provision of security services and
the cost of this work shall be deemed to have been included in the bid.
CONTRACTOR
249
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
86.0
87.0 Sanitation
The contractor shall implement the sanitary and watch and ward rules and
regulations for all forces employed under this contract and if the Contractor fails
to enforce these rules, the Engineer-in-Charge may enforce them at the
expenses of the Contractor.
88.0 Training of personnel:
The contractor, shall, if and as directed by the Engineer-in-Charge provide free of
any charge adequate facilities, for vocational training of Government Officers,
students, Engineers, supervisors, foremen, skilled workmen etc. not exceeding
six in number at any one time on the contractors work. Their salaries,
allowances etc. will be borne by the Government and the training schemes will
be drawn up by the Engineer-in-Charge in consultation with the contractor.
89.0 Ecological Balance:
The contractor shall maintain ecological balance by preventing de-forestation,
water pollution and defacing of natural landscape. The contractor shall so
conduct his construction operation as to prevent any unnecessary destruction,
scarring, or defacing of the natural surrounding in the vicinity of the work. In
respect of the ecological balance, Contractor shall observe the following
instructions.
Where unnecessary destruction, scarring, damage or defacing may occur, as
result of the operation, the same shall be repaired replanted or otherwise
corrected at the contractors expense. The contractor shall adopt precautions
when using explosives, which will prevent scattering of rocks or other debris
outside the work area. All work area including borrow areas shall be
smoothened and graded in a manner to conform to the natural appearances
of the landscape as directed by the Engineer-in-Charge.
All trees and shrubbery which are not specifically required to be cleared or
removed for construction purposes shall be preserved and shall be protected
from any damage that may be caused by the contractors construction
operation and equipment. The removal of trees and shrubs will be permitted
only after prior approval by the Engineer-in-Charge. Special care shall be
exercised where trees or shrubs are exposed to injuries by construction
CONTRACTOR
250
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
CONTRACTOR
251
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
unnecessary damages to vegetation and tress that are to remain in place and
to structures under construction or in existence and to workmen.
All the produce from such cutting of trees by the contractor shall remain the
property of Government and shall be properly stacked at site, approved by
the Engineer-in-Charge. No payment what soever, shall be made for such
cutting and its stacking by the Contractor. If any produce from such cutting is
not handed over to the Government by the contractor, he shall be charged for
the same at the rates to be decided by the Engineer-in-Charge. The recovery
of this amount shall be made in full from the intermediate bill that follows.
The contractor shall also make arrangements of fuel deposits for supply of
required fuel for the labourer to be employed for cooking purpose at his own
cost in order to prevent destruction of vegetation growth in the surrounding
area of the work site.
91.0 Possession prior to completion
The Engineer-in-charge shall have the right to take possession of or use any
completed part of work or works or any part there of under construction either
temporarily or permanently. Such possession or use shall not be deemed as an
acceptance of any work either completed or not completed in accordance with
the contract with in the interest of Clause 28 of APSS except where expressly
otherwise specified by the Engineer-in-charge.
92.0 Deleted
93.0 Access to the contractors books
Whenever it is considered necessary by the Engineer-in-Charge to ascertain the
actual cost of execution of any particular extra item of work or supply of the plant
or material on which advance is to be made or of extra items or claims, he shall
direct the contractor to produce the relevant documents such as payrolls, records
of personnel, invoices of materials and any or all data relevant to the item or
necessary to determine its cost etc. and the contractor shall when so required
furnish all information pertaining to the aforesaid items in the mode and manner
that may be specified by the Engineer-in-Charge.
94.0 Drawing to be kept at Site
One copy of the drawings furnished shall be kept by the contractor on the site
and the same shall at all reasonable time be available for inspection and use by
the Engineer-in-Charge and the Engineer-in-Charges representative and by any
other persons authorized by the Engineer-in-Charge in writing.
95.0 B.I.S. [I.S.I.] Books and APSS to be kept at Site
A complete set of Indian Standard specification referred to in Technical
Specifications and A.P.S.S. shall be kept at site for reference.
CONTRACTOR
252
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
All areas of operations including those for his staff and labour colonies handed
over to the contractor shall be cleared and handed back to the executive
CONTRACTOR
253
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
Engineer. The contractor shall make good to the satisfaction of the Executive
Engineer all damages or alterations made to the area while handing over back of
other property or land handed over to him for purpose of the works. Temporary
structures may be erected by the contractor, such as storage sheds, office,
residence etc., for non-commercial use in the land handed over to him at his
expense and within the permission of the Executive Engineer. At the completion
of work, the structures should be dismantled at the site cleared and handed over
to the department.
CONTRACTOR
254
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
The contractor's special attention is invited to clauses 37, 38, 39, 50 and 51
of preliminary specifications to the APSS and he is requested to provide at
his own expense the following amenities to the satisfaction of the Executive
Engineer.
II. First Aid: At the work site there shall be maintained in a readily accessible
place first aid appliances and medicines including an adequate supply of
sterilized dressing and sterilized cotton wool. The appliances shall be kept in
good order. They shall be placed under the charge of responsible person
who shall be readily available during working hours.
Drinking Water: Water of good quality fit for drinking purpose shall be
provided for the working people on a scale of not less than 3 gallons per day.
Where drinking water is obtained from an intermittent public water supply,
each work place shall be provided with storage tank where such drinking
water shall be stored.
Every water supply storage shall be at a distance of not less than 15 m from
any latrine drain or other source of pollution. Where water has to be drawn
from an existing well which is within such proximity of latrine, drain or other
source of pollution, the well shall be properly chlorinated before water is
drawn from it for drinking. All such wells shall be entirely enclosed in and be
provided with a trap door, which shall be just and waterproof.
A reliable pump shall be fitted to each covered well and the trap door shall be
kept closed and opened only for cleaning for inspection which shall be done
atleast once in a month.
Washing and bathing places: Adequate washing and bathing place shall be
provided separately for men and women such places shall be kept in clean
and drained conditions, bathing and washing should not be allowed in or near
any drinking water well.
Latrines and Urinals: These shall be provided within the premises of every
work place, latrines and urinal in an accessible place and the accommodation
separately for each of them shall be on the following scale or as directed by
the Executive Engineer in any particular case.
CONTRACTOR
255
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
Seats
1.
2.
3.
2
3
3
If women are employed, separate latrines and urinals, screened from those
for men shall be provided on the same scale. Except in work places provided
with water flushed latrines connected with a water borne sewage system, all
latrines shall be cleaned at least four times daily. The excreta from the
latrines shall be disposed off at the contractor's expenses in out of way pits
approved by the local public health authority. The contractor shall also
256
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
101.0
Income Tax
a) During the currency of the contract deduction of income tax and
surcharge/education cess as levied by Government of India from time to time
shall be made from the gross value of each bill of the contract, the contract
value of which is in excess of Rs.10,000/-. For deduction of tax at rates lower
than the above procedure stipulated under section 194-C(4) of Income Tax
Act, 1961 shall be followed.
b) Income Tax clearance certificate should be furnished before the payment of
final bill.
c) The contractors staff, personnel and labour will be liable to pay personnel
income taxes in respect of their salaries and wages as are chargeable under
the laws and regulations for the time being in force, and the contractor shall
perform such duties in regard to such deductions thereof as may be imposed
on him by such laws and regulations.
257
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
Seigniorage fee shall be recovered from the bills of the contractor on the work
done and measured with reference to the quantities used in the works as per the
theoretical requirements, at the rates prescribed by Government of Andhra
Pradesh as per A.P Minor Mineral Concession Rules subject to amendments
issued from time to time by the Government.
CONTRACTOR
258
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
The contractor is liable to pay seigniorage fee to the Mines and Geology
Department at the following rates for the material used on the work
Sl.
No.
1
1.
2.
3.
3(a)
4.
Unit
3
M3/MT
M3/MT
M3/MT
MT
MT
M3/Mt
MT
M3/MT
M3
10.
11.
12.
Limeshel
Marble
Mosaic chip
Muram/Gravel &
Ordinary earth
Ordinary sand/sand
manufactured from
boulders useful for civil
construction
Shingle
Chalcedony Pebbles
Fullers Earth/Beritonite
M3
MT
MT
13.
14.
15.
A(i)
Shale/Slate
Rehmall
Limestone slabs
Colour
MT
M3
A(ii)
White
--
Black
--
5.
6.
7.
8.
9.
MT
--
16.
CONTRACTOR
259
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
17
(a)
(b)
(c)
(d)
More than
270cm x 150
cm size
Rs. 3000
(Rupees
three
thousand)
Rs. 2250
(Rupees
Two
thousand
two hundred
and fifty)
Rs. 2250
(Rupees
Two
thousand
two hundred
and fifty)
Rs. 1750
(Rupees
One
thousand
seven
hundred and
fifty)
Below 75 cm size
Note: In respect of Black Galaxy Granite, incentive of Rs. 250.00 (Rupees two hundred
and fifty) per cubic meter is allowed for the block above 75 cms. Provided they
are processed in the granite industry within state/country.
CONTRACTOR
260
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
SCHEDULE II
RATES OF DEAD RENT
Sl.
No.
1.
2.
3.
4.
Black Granite
Colur Granite
Limostone other than classified as Major
minerals used for lime burning for building
construction
purposes..Building
stone
including stone used dor road metal, ballast
concrete and purposes, shale, slate and
phyill masalc chips, fullers earth/bentonite
& Dimensional stones used for cubes & kerbs
Gravel, morrum shingle limestons slabs used Rs. 15,000 (Rupees fifteen thousand)
for flooring purposes limekakar challcodeny
pebbles used in the building purposes
limeshell for burning used for building
purposes and rehmall.
Note:The above rates are liable to be revised and amended from time to time by
the State Government by notification in the AP Gazette.
In case of revision the revised rates as fixed by the mineral and geology
have to be adopted.
The difference in seigniorage charges mentioned in the above statement and
the revised rates communicated from time to time by Mines and Geology
department will be reimbursed to the contractor.
105.0 Value Added Tax ( VAT)
105.1 Value added Tax during the currency of the contract deduction towards Andhra
Pradesh VAT Act 2005 (Act No: 5 of 2005) be deducted at sources while making
payments to the contractor.
As per memo No.602/F-8/(1)/2006.dt.14-03-2007.
The VAT provision of 70% of 4% i.e. 2.80% on total value of work will be
deducted from the bills.
105.2 The tax structure under clause 105 is liable for revision as per the orders of the
Government issued from time to time and in such case; the VAT will be deducted
at source at the revised rates only while making payment to the contractor.
105.3 Excess recovery due to revision in VAT rates as per orders of Government from
time to time will be reimbursed.
106.0 Labour Welfare Cess
CONTRACTOR
261
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
iii) The contractor shall follow all regulations of the Department/ Government of
India in respect of import licenses etc., of the procurement of the materials
is through imports and he shall be responsible for the payment of applicable
duties and taxes, port clearances, inland transportation etc.
iv) The contractor shall make his own arrangements for adequate storage of the
materials.
[Any other special conditions applicable to the work put to Bid.]
108.0 Setting Out
The contractor shall verify at site the location lines / profile, levels and reference
points as specified in the contract. The contractor on the basis of actual field
survey shall carry out setting out of the entire project component and its relative
position. The contractor shall be responsible for the correct positioning of all parts
of the works and shall rectify any error in the position, levels and dimensions of
alignment of the work.
109.0 Site Data
The data and information given in the Project Parameters (Vol I Part \D) of the
Bid Document are based on the Investigations conducted so far. Variations /
alternations in the said data / information in respect of Geology, topography sub
soils hydrological conditions etc., which have bearing on the Investigation Design
and Construction, cannot be ruled out. The Contractor shall, therefore, satisfy
himself about the adequacy and accuracy of the said data / information and
interpretation thereof and if necessary, by any further Investigations to be
conducted by the Contractor. Thus, Employer shall not be responsible for the
accuracy / adequacy of the said data / information and interpretation thereof by
the Contractor.
110.0 Sufficiency of the Contract Price
The Contractor shall be deemed to have satisfied himself as to the correctness
and sufficiency of the Contract Price.
Unless otherwise stated in the Contract, the Contract price covers all the
Contractors obligations under the Contract (including those under provisional
CONTRACTOR
262
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
sums, if any) and all things necessary for the proper surveys, Investigation,
design, execution and completion of the Works and the remedying of any defects
during construction and maintenance period.
111.0 Unforeseeable Difficulties
Except as otherwise stated in the Contract:
263
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
264
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
submitted monthly thereafter, each within 5 days after the last day of the period
to which it relates.
Reporting shall continue until the Contractor has completed all work, which is
known to be outstanding at the completion date stated in the Taking-Over
Certificate for the Works.
Each report shall include:
(a)
(b)
(c)
For the manufacture of each main item of Plant and Materials, the name of
the manufacturer, manufacture location, percentage progress, and the
actual or expected dates of:
Commencement of manufacture,
Contractors inspections,
Tests, and Shipment and arrival at the Site;
(d)
(e)
(e)
(g)
(h)
118.0 Design
118.1 General Design Obligations
The Contractor shall be deemed to have scrutinized, prior to the Base Date, the
Employer's Requirements (including design criteria and calculations, if any). The
Contractor shall be responsible for the Investigation and Design of the Works and
for the accuracy of such Employer's Requirements (including design criteria and
calculations), except as stated below.
The Employer shall not be responsible for any error, inaccuracy or omission of
any kind in the Employer's Requirements as originally included in the Contract
CONTRACTOR
265
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
266
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
The Contractor shall prepare, and keep up-to-date, a complete set of 'as-built'
records of the execution of the Works, showing the exact as-built locations, sizes
and details of the work as executed. These records shall be kept on the Site and
shall be used exclusively for the purposes of this Sub-Clause. Two copies shall
be supplied to the Employer prior to the commencement of the Q.C checks /
Verification Tests on Completion.
In addition, the Contractor shall supply to the Employer as-built drawings of the
Works, showing all Works as executed, and submit them to the Employer for
review under Sub-Clause [Contractor's Documents]. The Contractor shall obtain
the consent of the Employer as to their size, the referencing system, and other
relevant details.
Prior to the issue of any Taking-Over Certificate, the Contractor shall supply to
the Employer the specified numbers and types of copies of the relevant as-built
drawings, in accordance with the Employer's Requirements. The Work shall not
be considered to be completed for the purposes of taking-over [Taking Over of
the Works and Sections] until the Employer has received these documents.
118.4 Design Error
If errors, omissions, ambiguities, inconsistencies, inadequacies or other defects
are found in the Contractor's Documents, the same and the Works shall be
corrected at the Contractor's cost, notwithstanding any consent or approval
under this Clause.
119.0 Programme
119.1 The Contractor shall submit a time programme to the employer within 15 (fifteen)
days after the conclusion of contract / commencement date whichever is earlier
119.2 and the programme shall be based on the basic time period for completion and
milestone as indicated in the Contract Document. Contractors programme shall be
considered effective upon acceptance by the Employer's Representative.
The Contractor shall also submit a revised programme whenever the previous
programme is consistent with actual progress or with the Contractor's obligations
unless other wise stated in the contract each programme shall include:
a) The order in which the Contractor intends to carry out the Works, including
the anticipated timing of each major stage of the Works.
b) The periods for reviews under Clause [Contractor's Documents],
c) The sequence and timing of inspections and tests specified in the Contract,
and
d) A supporting report which includes:
i)A general description of the methods which the Contractor intends to adopt
for the execution of each major stage of the Works, and
CONTRACTOR
267
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
268
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
CONTRACTOR
269
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
CONTRACTOR
270
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
CONTRACTOR
271
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
The scope of work under this section covers review of available survey and
investigation data and identification of additional or fresh surveys and
investigation requirement considered necessary for location of sumps, intake
structures, sub stations, pump houses, formation/ improvements of new/ existing
tanks, fixing alignment of Pipe line, main canal, distributaries minors and sub
minors, finalizing location of structures on Pipe line and the canal system, grid
surveys for structures, surveys for catchments areas of Vagus / Nallas / Rivers,
their longitudes sections and cross sectional, command area surveys preparation
of command plans and ayacut registers survey number wise, village wise,
Mandal wise, land plan schedules and land acquisition proposals etc; for
execution and commissioning of the scheme. The contractor shall carryout
surveys and detailed investigation required for the whole scheme as per the I.S.
Codes, CWC manuals, Standards, Guidelines, Circulars of the Department
issued from time to time. This shall not entitle the contractor to additional cost
whatsoever other than the contract price. The total scope of services shall be as
per Appendix SI.
.
4.3
272
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
The scope of work under this section covers provision of all labour, plant and
materials for supply and execution of all hydro-mechanical works i.e., Gates,
including EM Parts and hoisting arrangements complete in all respect, as
described in the Appendix-HW read in conjunction with the Project Profile (Vol
I, Part E) and Technical Specifications of Bid Documents including incidentals
and all necessary works not shown or specified but reasonably implied or
necessary for the proper completion and functioning of the Works in accordance
with the contract including any amendments thereof.
4.6 Section (V) Maintenance
The scope of work under this section shall be as per the terms and conditions
provided in Appendix OM.
5.0 Tests and Quality Control
5.1
The Contractor shall be required to carry out all tests in accordance with relevant
Clauses of the General Conditions of contracts and the Technical Specifications.
Employers authorized representative shall have at all reasonable times access
to the site and shall have the power at all reasonable times to inspect and
examine the materials and workmanship of the works during execution.
5.2 Employers authorized representative and/or an outside inspection agency acting on
behalf of the Employer shall have at all reasonable times access to the site and
shall have the power at all reasonable times to inspect and examine all works
the materials and workmanship of the project works during execution. The
contract shall provide necessary labours tools, scaffolding or any other
assistance as desired by the employ in his representation without any extra
payment.
5.2.1 Where the field quality assurance plan provided for witnessing tests/inspection on
behalf of the Employer, the Contractor shall give the Employer adequate written
notice of any inspections/tests.
5.2.2 Where the Employer attends the tests as provided in clause 5.2.1 above, and has
any objection to any works or workmanship which in his opinion is not in
accordance with the Contract he shall advise the Contractor of his objection
during tests/inspections. The Contractor shall give due consideration to such
objections and shall make modifications that may be necessary to meet the said
objective.
5.3
5.4
The Contractor shall maintain and record all measurements and test results and
submit the same to the Employer after completion of such inspection/tests.
CONTRACTOR
273
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
All items having a financial value shall be measured in the manner as prescribed in
specification by the contractor and verified by the employer so that a complete
record is maintained of all work performed under the Contract. The measurement
of lumpsum items will be based on the work completed as a percentage of the
total work.
6.2
Measurement shall be signed and dated by both parties on the Site. If there is
any dispute in any of the measurements a note to the effect shall be made in the
measurement record against the disputed items and such note shall be signed
and dated by both parties engaged in taking the measurements and the Parties
shall discuss and resolve the same in accordance with relevant clauses of the
contract.
Within 15 (fifteen) days from the Date of Commencement, the Contractor shall
submit to the Employer a work programme showing the sequence in which he
proposes to carry out various components for completing the Works as per the
Master Control Network within the TIME FOR COMPLETION. The Master
Control Network shall indicate the sequence of various activities and highlight the
critical activities including delivery of equipment. Such work programme shall be
subject to review and revision by the Employer in consultation with the Contractor
from time to time in order to achieve completion of the Works within the TIME
FOR COMPLETION. The contractor shall also make it in MS project or any such
model and keep it in internet.
7.2
The contractor shall also submit to the Employer the information on detailed
methodology of carrying out investigation surveys, design engineering detailed
construction methodology along with schedule for deployment of plant &
machineries, which shall successively be adjusted in order to meet the actual
requirement to complete the works within the TIME FOR COMPLETION along
with the work programme.
7.3 Excavation of Main Canal, and allied works shall be taken up at least five separate
locations / section simultaneously; so that mile stone as indicated in the Bid is
accomplished.
8.0 Programme Scheduling / Re-Scheduling
8.1 The Works shall be executed and performed in accordance with the Master Control
Network (Work Programme) which shall clearly indicate the interlinking /
CONTRACTOR
274
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
Supply at Site of the Hydro-Mechanical Plant & Machinery, embedded parts and
Spares etc., shall be made available 2 months in advance of the scheduled dates
of Installation / erection matching with the progress and availability of Civil Works
to take care of any eventualities of hold ups/delays during transit.
8.3
If for any reason, any parts of the Works of the Project are delayed, then the total
programme may be re-scheduled by mutual contract between the Employer and
the Contractor, if necessary, keeping the overall completion schedule of the
project unaltered. No extra cost whatsoever, on account of such re-scheduling
shall be payable to the contractor.
The contractor shall carry out alignment studies including cost economics by
examining all possible alternative to prepare detailed layout, designs and
drawings of all components of the work stated in scope of work and schedule A
(see 2)
The contractor shall use guidelines in the relevant ISI codes/circulars issued by
the department from time to time for various components of the works.
All the studies, layout drawings and modifications if required to be prepared for
taking up execution of the work, shall be prepared by the contractor and shall be
got approved from the competent authority. For the purpose of approval the
contractor shall submit 5 copies to the Engineer-in-Charge.
CONTRACTOR
275
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
The contractor will have to submit detailed drawings of each component with
appropriate scales, measurements, RLs full dimensions, locations of
components such as godown, dumping area, internal roads, etc.,
The contractor will have to supply of one + ten copies of approved drawings, one
copy duly signed by the Contractor / and other ten copies duly attested and 1 soft
copy and C.D.
The contractor is expected to organize his work to the best of his knowledge so
that final draft of various types of designs and layouts will be submitted to
competent authority within stipulated time period.
All the studies layouts, drawings, design notes, which have been submitted to the
department, shall become the absolute property of department under the copy
right act and the contractor shall not use the same in whole or part thereof
elsewhere for any purpose without explicit written permission from the
department.
In all difference of opinion on technical matters between the contractor and the
Engineer-in-Charge, the decision given by the Chief Engineer, Central Designs
Organisation, Hyderabad and Superintending Engineer, SRSP-FFC Circle-1
,Jagitial,Karimnagar Dist. shall be final and binding on the contractor.
10.3
10.4
Action when the progress of any crucial item of work is unsatisfactory:- If the
progress of a crucial item of work, which is important for timely completion of
work is unsatisfactory, the Engineer-in-Charge, shall not withstanding, that the
general progress of work is satisfactory, in accordance with relevant clause be
entitled to take action under clause after giving the contractor 7 days notice in
writing and the contractor will have no claim for compensation for any loss
sustained by owing to such action.
CONTRACTOR
276
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
10.5 Inspection and Tests: Except as otherwise provided in here of all materials and
workmanship. If not otherwise designated by the specifications shall be subject to
inspection, examination and test by the Engineer-in-Charge at any and all times
during manufacture and/or construction and at any / all places where such
manufacture or construction are carried on. The Engineer-in-Charge shall have
the right to reject defective material and workmanship or require its corrections.
Rejected workmanship shall be satisfactorily replaced with proper material
without charge thereof and the contractor shall properly segregate and remove
the rejected material from the premises, if the contractor fails to proceed at once
with the replacement of the rejected material and / or the construction of
defective workmanship, the Engineer-in-Charge may replace such material and /
or correct such workmanship and charge the cost thereof to the contractor.
The Contractor shall be liable for replacement of defective work up to the time in
accordance with the conditions of contract of all work to be done under the
contract.
The contractor shall furnish promptly without additional charge all facilities, labour
and material necessary for the safe and convenient inspection and tests that may
be required by the Engineer-in-Charge.
All inspections and tests by the
department shall be performed in such a manner as not to unnecessarily delay
the work. Special fuil size and performance test shall be charged with any
additional cost of inspection when the contractor does not make materials and
workmanship ready at the time of inspection.
10.6
Damage to Works:
The works whether fully completed or incomplete, all the
works materials, machinery, plants, tools, temporary buildings and other things
connected there with shall remain at the risk and in the sole charge of the
contractor until the completed work has been delivered to the Engineer-inCharge. Until such delivery of the completed work the contractor shall at his own
cost take all precautions reasonably to keep all the aforesaid works, materials,
machinery, plants, temporary buildings and other things connected there with
free from any loss or damage and in the event of the same or any part thereof
being lost or damaged, he shall forth with reinstate and make good such loss or
damage at his own cost.
10.7
277
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
CONTRACTOR
278
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
and will also be at least in conformity with the requirement of specifications for
Excavation as for as possible.
The similar procedure for record measurements shall hold good for all other
items and activities involved in execution of the work. All the
levels/measurements shall be recorded by the Engineer-in-Charge or his
authorised representatives in the authorised level / measurement books.
15.0 Test Results
The contractor shall produce results of quality control tests carried out on the
works by his staff and the quality audit conducted by the department on these
works. If the test result do not fulfill the stipulated criteria laid down in
specifications the payment will be limited as per the provisions in the
specification(s) and if number of results fail beyond the limit of acceptance, then
the contractor shall not be paid unless he rectified all such imperfect work(s). The
decision of the Superintending Engineer, SRSP-FFC Circle-1,jagtial in respect of
the matters pertaining to the quality control shall be final and binding on the
Contractor.
16.0 Cleaning Up
a) The Contractor shall at all time keep the construction areas and his colony
and storage free from accumulation of waste or rejected materials.
b) Prior to the completion of the work, the Contractor shall remove all rubbish
from and around the promises and all tools, scaffolding equipment and
material which are not part of permanent structures execute otherwise asked
for or as provided under any other Clauses of this contract, the premises will
be left in a manner fully satisfactory to the Engineer-in-Charge.
17.0
279
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
substantial and workmen like manner and both as regards materials and
otherwise in every respect in strict accordance with specifications. The
Contractor shall also confirm exactly, fully and faithfully to the designs, drawings
and instructions in writing relating to the work signed by the Engineer-in-Charge
and lodged in his office, and to which the contractor shall be entitled to have
access at such office or on the site of the work for the purpose of inspection
during office hours, and the contractor shall if he so requires, be entitled at his
own expense to make or cause to be made copies of specifications and of all
such designs, drawings and instructions as aforesaid.
20.0 Alterations in Specifications and Designs
The Engineer-in-Charge shall have power to make any alterations in, or
omissions from, addition to, or substitutions for the original specifications and
approved drawings, designs and instructions that may appear to him to be
necessary or advisable during the progress of the work and the contractor shall
be bound to carry out the work in accordance with any instruction which may be
given to him in writing signed by the Engineer-in-Charge and such alterations
omissions, additions or substitutions shall not invalidate the contract and any
altered, additional or substituted work which the contractor may be directed to do
in the manner above specified as part of the work, shall be carried out by the
contractor on the same conditions, in all respects on which he agreed to do the
main work and at the same Bided cost.
Being a Lump sum contract on EPC - Turn-Key extra items / financial claims
on the department shall not be considered.
21.0 Time Limit for Unforeseen Disputes
Any dispute should be brought to the notice of the Engineer-in-Charge in writing
within one month of the occurrence of such disputes.
22.0 Action and Compensation Payable In Case of Bad Work
If at any time before security deposit is refunded to the contractor it shall appear
to the Engineer-in-Charge or his subordinate in-charge of the work that any work
has been executed with unsound, imperfect or unskilled workmanship or with
materials of inferior quality or, that any materials or articles provided by him for
the execution of the work are unsound or of a quality inferior to that contracted
for, or otherwise not in accordance with contract, if shall be lawful for the
Engineer-in-Charge to intimate this fact in writing to the contractor, and then not
withstanding the fact that the work, materials or articles complained of may have
been inadvertently passed, certified and paid for, the contractor shall be bound
forthwith to rectify or remove and reconstruct the works specified in whole or in
part as the case may require, or if so required shall remove the materials or
articles so specified and provide other proper and suitable materials or articles at
his own proper charge and cost and in the event of his failing to do so with in a
period to be specified by the Engineer-in-Charge in the written intimation
aforesaid, the contractor shall be liable to pay compensation at the rate of one
CONTRACTOR
280
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
percent on the amount of the estimate for every day not exceeding ten days
during which the failure so continues and in the case of any such failure, the
Engineer-in-Charge may rectify or remove and re-execute the work or remove
and replace the materials or articles complained of as the case may be at the risk
and expense in all respects of the contractor. Should the Engineer-in-Charge
consider that any such inferior work or materials as described above may be
accepted or made use of, it shall be within his discretion to accept the same after
imposing penalty as decided by him.
23.0 Works to be opened for Inspection
All works, under or in course of execution or executed in pursuance of the
contract shall at all times be open to the inspection and supervision of the
Engineer-in-Charge and his subordinates and the contractor shall at all times
during the usual working hours and at all other times at which reasonable notice
of the intention of Engineer-in-Charge or his subordinate to visit the work shall
have been given to the contractor either he himself be present to receive orders
and instructions, or have a responsible agent duly accredited in writing, present
for that purpose. Orders given to the contractors agent shall be considered to
have the same force as if they had been given to the contractor himself.
24.0
281
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
any time and from time to time of the work or materials. Failing his so doing, the
same may be provided by the Engineer-in-Charge at the expense of the
contractor and the expenses may be deducted from any money due to the
contractor under the contract, or from his security deposit or the proceeds of
sale thereof, or of a sufficient portion thereof Contractor is liable for damages
arising from non provisions of lights, fencing etc., The contractor shall also
provide at his own cost, except when the contract specifically provided other wise
and except, for payment due under clause 4.28 all necessary fencing and lights
required to protect the public from accidents, and shall be bound to bear the
expenses or defense of every suit, action or other proceedings of law that may
be brought by any person for injury sustained owing to neglect of the above
precautions and to pay any damages and costs which may be awarded in any
such suit, action or proceedings, to any such persons or which may with the
consent of the contractor be paid to compromise any claim by any such person.
CONTRACTOR
282
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
28.0
Land Acquisition
Position of land acquisition After the alignments are finalised, the process of
land acquisition shall be started by the Executive Engineer with the help of
Contractor. As such necessary proposals will be submitted to the respective
authority by the Executive Engineer and to be pursued with L.A. authorities for
early taking possession of land.
All land required shall be arranged by the Contractor from private land
owner/revenue department at his own cost and no claim on this account
shall be entertained. In case of forest land Engineer-in-charge will process
the proposal and all further follow up for clearance is to be done by the
contractor.
b) All areas of operation including those of his staff and labour colonies in case
handed over to the contractor shall be cleared and handed over back in
good condition to the Engineer-in-Charge except the areas under works
constructed from the Engineer-in-Charge The Contractor shall make good
to the satisfaction of the Engineer-in-Charge any damage or alterations
made to areas which he has to hand over back or to other property or land
handed over to him for the purpose of this work.
c)
The lands shall as herein before mentioned be handed over back to the
Engineer-in-charge immediately after completion of the work under this
contract or the termination of the contract whichever is earlier. Also no land
shall be held by the Contractor longer than the Engineer-in- Charge shall
deem necessary and the Contractor shall on due notice by the Engineer-inCharge vacate and returned the land which the Engineer- in-Charge may
certify as no longer required by the Contractor for the purpose of the works.
In case the lands are not handed over back to the department within the
time limit; specified above penal rent as may be decided by the Engineerin-Charge will be recovered from the contractor.
d) The vegetation and forest is noticeable in project area. The Contractor should
take utmost care for the preservation of this vegetation and forest. Any
damage in this vegetation and forest will have to be compensated by the
Contractor and decision of Engineer-in-Charge will be final and binding on
Contractor.
CONTRACTOR
283
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
APPENDIX-SI
SECTION I
SURVEYS AND INVESTIGATION
SCOPE OF SERVICES
The Contractor's Scope of Services shall include the following activities:
1.0 Review and Assessment of Data Requirement.
1.1 Review of available survey and investigation data and identification of additional
/fresh survey and investigation requirement considered necessary for location of
sumps, intake structures, sub stations, pump houses, formation / improvements
of new/ existing tanks, fixing alignment of Pipe line, main canal, distributaries
minors and sub minors, finalizing location of structures on Pipe line and the
canal system preparation of estimates for record, preparation of land plan
schedules and L.A. Proposals including property cases and execution,
investigation, commissioning and maintenance of the scheme.
1.2 Review of technical and design parameters for location of sumps, intake structures,
sub stations, pump houses, formation / improvements of new/ existing tanks,
fixing alignment of Pipe line, main canal, distributaries minors and sub minors,
including structures.
1.3 Preparation and submission of Reports on the above for the information to the
Employer.
1.4 Preparation of work programmes for carrying out additional/fresh investigations and
studies for the information of the Employer.
1.5 The contractor shall submit a review report after carrying out the above activities for
acceptance of the Employer.
2.0 Additional / fresh Investigations and Observations and Studies
2.1 Carrying out additional /fresh surveys, geotechnical investigations and laboratory
tests, analysis and studies including collection of other relevant data as
necessary.
2.2
Preparation and submission of reports on Clause 2.1 & 2.2 above for references,
acceptance and record of employer.
CONTRACTOR
284
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
3.2 Preparation of command survey plans of whole command area on combined village
map with contours at 1 m intervals making ridges and villages showing clearly
command area.
3.3
Survey for fixing alignment taking trial pits and borrow area survey and obtaining
approval of competent authority and fixing permanent benchmarks.
3.4
3.5
Preparing Ayacut registers village wise and outlet wise, Preparing chalk statement,
distributory wise. Outlet register.
3.6
Catchment area survey, grid survey, leveling along nalla /river to determine bed
slope and cross section of nalla /river for C.D. works.
3.7
Grid survey for other structures, C.M. works such as Road crossing, cross
regulators, Escapes falls, distributory & Minor head sluices, metering flumes etc.,
trial pits, core drilling for foundation investigation of structures.
3.8
Preparing land plan schedules and land acquisition proposals (Private Land,
Government Land, Forest Land if any etc.) Property cases if any and such as
wells, trees, houses etc., Preparing temporary land acquisitions proposals for
borrow area.
3.9 Survey of Micro irrigation Net work with field channels serving up to 1 Ha. Holding
including their structures.
3.10 All the drawings like command area Plan longitudinal sections and cross section of
all the canals, roads, drains/ Nallas /Rivers site surveys of all the CM & CD
works, Head Sluices OT-Sluices etc, L.P. Schedules & L.A. proposals shall be
submitted to employer for his approval.
4.0
5.0 Preparation of monthly progress reports on the progress of the investigation work.
6.0
No separate payment shall be made for conducting any of the surveys, detailed
investigation and geotechnical exploration etc., indicated above and needed for
CONTRACTOR
285
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
the completion of the project and shall deemed to be included in the quoted
price.
CONTRACTOR
286
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
Appendix P1
DESIGN AND ENGINEERING
SCOPE OF SERVICES
The Contractor's Scope of Services shall include the following activities:
1.0
1.1 Review of available survey and investigation data and identification of additional
survey and investigation requirement considered necessary for design,
execution, commissioning and operation of the project.
1.2 Review of technical and design parameters for Dam and appurtenant works,
Canals / distributory system, its structure and Hydro-mechanical Works.
1.3 Preparation and submission of Reports on the above for the information to the
Employer.
1.4
1.5
The contractor shall submit a review report after carrying out the above activities
for acceptance of the Employer.
2.3
Finalization of conceptual plan based upon the preliminary design / planning of the
Employer, the works to be executed for Canal System of the scheme. The
conceptual plan shall be on whole to the part principle.
2.4
Preparation and submission of Reports on point 2.1, 2.2 and 2.3 above for
reference, acceptance and record of the Employer.
CONTRACTOR
287
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
3.2 Detailed design for location of sumps, intake structures, sub stations, pump houses,
formation / improvements of new/ existing tanks, Pipe line, main canal,
distributaries minors and sub minors including drawings required for the
execution of the calculations performed and the construction drawings issued
shall be submitted to Employer for his approval.
3.3
3.4 Details of control arrangement including drawings required for the execution of the
Work shall be submitted to Employer for his approval.
3.5 Additional designs and modifications, as needed, during construction.
3.6
Design liaison with the Chief Engineer, CDO, Hyderabad / Chief Engineer,
(Projects), Ongole /Superintending Engineer, Construction Circle, Ongole from
the start of the investigations and until commissioning of the scheme in full.
6.2 Preparation of Monthly Reports on the progress of the project work as a whole for
information of the Employer, in respect of:
Investigation & Surveys.
Design and engineering.
Pipe line and allied works, Hydro-Mechanical and Electro-Mechanical works
Civil Construction.
Gates & EM Parts
Control arrangement.
Technical status (Present status and future programme)
Project status (Time Schedule, achievement of mile-stone, slippage in time
schedule with specific reference to activities and acceleration measures
proposed)
Financial status (Present status and future projection)
Deployment of Manpower, Labour, Expatriates staff and Construction Equipment
CONTRACTOR
288
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
Further more the Report shall include necessary photographs and sketches
showing the previous month's progress.
5 (five) sets
Drawings for
information
Drawings for approval
SOFT
COPIES
1 (One)
5 (five) sets
1 (One)
Approved drawings
1+ 10 sets
1 (One) copy
in CD
As-built document
1 (One) copy
in CD
Commissioning
and
O&M
Manuals
(Approved)
Progress Reports
Final
design
computations
Detailed
Project
Completion Report
1 (One) copy
in CD
8
9
10
11
PARTICULARS
HARD COPIES
REMARKS
1 (one) copy
in CD
10 (Ten) sets
6 (Six) sets
6 (six) sets
1(One) copy
in CD
1(One) copy
in CD
10 (Ten) sets
7.1 The Contractor shall furnish to the Employer's office the following number of copies
of drawings, reports and other technical documents:
CONTRACTOR
289
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
7.2 All Software used shall also be loaded in Employer's computers for design
verification and Employers subsequent use at no additional cost.
8.0
No separate payment shall be made for any of the design and engineering works
indicated above and needed for the completion of the project and shall deemed
to be included in the quoted price.
CONTRACTOR
290
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
Appendix - CW
CIVIL WORKS
SCOPE OF SERVICES
Civil Works
Civil works to be executed shall be as proposed by the bidder for the following
major components (but not limited to) at the bid stage and subsequently at
the detailed design stage as approved by the Employer:
CANALS
Distributaries to cater the needs of specified ayacut (Main canal/ Tunnels/
Distributaries/ Minors and Sub-Minors)
CD & CM works on Main canal /Tunnels/ Distributaries/ Minors and SubMinors/
Field Channels (Micro Net work to Serve up to 1 Ha. Holding) including
structures.
Inspection path on the canals.
Plantation along the canals.
Monitoring of programme and progress (computer aided)
Operation & Maintenance of system
CONTRACTOR
291
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
Appendix - HW
HYDRO-ELECTRO MECHANICAL WORKS
SCOPE OF SERVICES
The scope of work in this section includes, but not limited to the following.
1. Detailing, supply and manufacture, inspection, shop assembly, testing,
painting etc.
2. Delivery, transit insurance, collection of equipment and custom clearance (if any),
inland transportation to site.
3. Site storage, including insurance, transportation and handling. Site erection,
painting, testing and commissioning including provision of labour, plant material
etc. for the above.
4. Handing over to Employer. Supply and installation of all incidentals not specified
but are necessary for proper completion and satisfactory functioning of the
system.
5. The Contractor shall supply the following equipment, which will meet in all
respects, the requirements of Employer in regard to performance, durability and
satisfactory operation. All the equipment supplied shall conform to the relevant
Indian Standards. Wherever, Indian Standards are non-existent or silent,
relevant International Standards (as agreed between the Employer and the
Contractor) shall be followed. The sizes and numbers of units are based upon
Employers preliminary design and may vary to suit site conditions and design
requirements.
iI)Gates with hoisting arrangement.
ii)Installation of Embedded Metal Parts.
iii)Pumps, motors and all other allied works
iv)Delivery Main
CONTRACTOR
292
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
CONTRACTOR
293
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
APPENDIX OM
MAINTENANCE DURING DEFECTS LIABILITY PERIOD
TERMS AND CONDITIONS
1.0
General
From Commercial Operation Date of the project, the Contractor shall take over
the pump houses and the pipeline for operation and maintenance for a period of
two years.
The Contractor shall be responsible for the operation and
maintenance of all components of the project including associated hydromechanical equipment and civil works in accordance with prudent utility practice.
2.0
Scope of Services
The scope of services would include the following.
1. To maintain all permanent civil. mechanical and hydro-mechanical works and
operation and maintenance of all gates as and when required.
2. To provide all services necessary to operate and maintain the project efficiently,
maximize the availability of the project, optimize the useful life of the project etc.
3. To operate the project in accordance with the operation and maintenance
manuals of the equipment manufacturers.
4. To operate the project in accordance with the requirements of RSP Authority.
5. To provide requisite numbers of qualified (and if required licensed) personnel to
perform the services.
6. To maintain operating logs, records indicating water pumping rate, project
availability and operating data.
7. To carryout maintenance of the equipment and carry out repair and preventive
maintenance in accordance with the recommendations of the equipment
manufacturers.
8. To maintain all the historical record of O&M which are useful to carry out the
technical audit for health of the equipment.
9. To provide technical and other assistance to the Employer, in solving operational
and maintenance problems.
10. To provide all spare parts, tools, equipment, consumables etc. required to
operate and maintain the project in accordance with prudent utility practice and
keeping in view warranty period.
11. Maintain all roads, yards, walkways, the colony, house keeping and security of
the project.
CONTRACTOR
294
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
12. To maintain and keep in readiness fire protection system and safety equipment
for the project.
Government Rules
The Contractor shall perform the work in accordance with Indian and other
applicable laws (including environmental protection, sanitary, employment,
industrial safety and labour laws) regulations, codes, permits, licenses, court
orders and standards binding and enforceable on the Employer. The Contractor
shall pay income or other taxes resulting from the performance and payment
made to him in this connection.
4.0
Operating Personnel
The Contractor shall deploy experienced personnel for operation and
maintenance of the project. The deployment schedule indicating the name of the
persons, responsibility assigned to each of them and their bio-data shall be
provided in the tender.
5.0
6.0
7.0
CONTRACTOR
295
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
obligation to, perform any such obligation. The cost to the Employer of affecting
such performance would be deducted from the payment due to the Contractor.
8.0
9.0
Price Adjustment
The rates and prices quoted by the Bidder are not subject to adjustment during the
performance of the Contract for taxes, duties and any other levies including
variation in rate of exchange for foreign currency and on account of any other
reason what so ever.
10.0
Insurance
The Contractor shall obtain and maintain in force throughout during Five (5)
years of operation and maintenance, Industrial All Risk Insurance for the Project
providing full coverage on replacement value basis. Covered peril shall include
fire, flood and allied perils. Insurance for workers against injury and death as per
Workman Compensation Act shall also be obtained by the Contractor.
11.0
12.0
Force Majeure
Events or circumstances leading to force majeure and its effects on service etc.
shall be applicable as given General Conditions of Contract.
13.0
CONTRACTOR
296
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
Upon completion of two (2) successful years of kharif O&M period, the
acceptance tests shall be carried out before the project is taken over by the
Employer. These acceptance tests shall be identical to the test after completion
conducted under the EPC portion of the contract, except that the minimum
condition shall be agreed performance value from the EPC test reduced by the
percentage value of contractual acceptance degradation.
The Contractor shall also make available the proof that maintenance / overhaul
of equipment was carried out during two (2) successful years of kharif years
period in accordance with the maintenance schedule of the supplier of the
equipment.
14.0
Settlement of Disputes
The settlement of disputes if any shall be handled in accordance with the
General Conditions of Contract.
CONTRACTOR
297
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
APENDIX-OS
OTHER SPECIAL CONDITIONS
SPECIAL CONDITIONS OF CONTRACT
1.0 The contractor shall review all the information / data available with the Department
and assess the additional surveys, investigation etc. that are to be carried out to
fulfill the obligations under the contract.
2.0 The contractors shall take this into consideration while quoting for the bid. No claims
whatsoever on this issue will be entertained during execution.
2.1
The Contractor shall quote the bid price keeping the above aspects into
consideration and no claims whatsoever on this issue will be entertained.
3.0
The Contractor would be permitted to use the excavated useful soil and stone for
construction purpose at free of initial cost. The Contractor shall make necessary
arrangement for operation such as breaking and crushing the stone to the specified
size. The stone used for the entire work in the scope of this contract would be
allowed to utilize for the package work at free of initial cost, the contractor should
quote his bid price keeping in view of the above aspect.
4.0
Wherever the Main canal and distributory system and all ancillary works require
shifting of H.T./L.T. power lines, towers, Electrical poles etc., either permanently
or temporarily the contractor shall arrange for such shifting of power lines towers,
electrical poles etc., through concerned authorities of A.P. Electricity Board at his
cost. The Engineer-in-Charge will process the proposals submitted by the
contractor to the authorities concerned of A.P. Electricity Board. The price bid
quoted by the Contractor is deemed to be inclusive of such cost and no claims
for separate payment will be entertained.
5.0 Wherever the canal system is crossing Railway line, the contractor has to prepare,
necessary proposals for seeking permissions of Railway authorities. The
Engineer-in-Charge will process such proposals to the Railway authorities
concerned for taking up the work by them as a deposit work duly paying the
amount demanded by the railway authorities by the Dept.
6.0
In order to check the accuracy of the investigation work the equipment, labour
required transport and other materials etc., at site of work have to be supplied to
the Department without extra cost.
7.0
The ayacut registers should be submitted along with hydraulic particulars. The
ayacut registers should be pipe wise with ayacutdars name and 3 Sets of
bounded booklet.
8.0 No extra payment will be made to the bidder if there is any change in type of
structure, specifications, variation in quantities as per actual site conditions.
CONTRACTOR
298
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
9.0
H.P. Boards should be displayed of size 2.00m x 1.50 on main canal, 1.50m x
1.00m on branch canal, 1.00 x 0.60m on Majors, minors, sub-minors at change
of reaches, off-take structures, road crossing or where ever necessary or by
engraving on the structure with enamel painting. H.P boards / direction boards
should also be displayed to facilitate for inspection both at investigation and
execution stages.
10.0 During soil exploration by drilling boreholes for foundations, the contractor shall
take required no. of U.D. Samples and normal samples and obtain soil
classification soil properties and bearing capacity by getting them in the soil
testing laboratories of Government Labs/Engineering Colleges or other reputed
firms. The contractor shall provide certain U.D. Samples and normal samples to
the department/ Engineer-in-Charge also so as to get them tested parallelly at
APER Lab if required. The cost of such testing shall be borne by the contractor
only.
11.0 The contract shall furnish draft reports on design Engineering, drawings, in five
copies for obtaining the approval of the competent authority. After approval the
contractor shall furnish 11 copies of booklets and 1 soft copy in C.D. for record of
the department at his cost and no separate payment will be made towards this.
12.0 The contractor shall furnish ten (10) copies of Land plan schedules and Land
acquisition proposals for obtaining approval of competent authorities.
13.0 The contractor shall fix enamel coated metallic measuring gauges both on U/s and
D/s side of all the structures and at suitable locations as suggested by the
Engineer-in-Charge.
14.0
In respect of Main canal, near the cistern and all cross regulators, big structures
like aqueducts, siphons on both U/s side and D/s shall be provided with gauges
fixed by the contractor and the cost there of is deemed to be included in the
quoted contract price.
15.0 The co-efficient of discharge (Cd) of all structures cross regulators, Escapes, Head
Sluices, Off-take Sluices etc., shall be calibrated and furnished to the
department. Further Gate operation schedules for each of the above structure
are to be prepared and got approved by the Employer/competent authority by the
contractor and cost towards these items is deemed to be included in the contract
price quoted.
16.0
Wherever the canal system is passing through or by the side of Villages, Towns
and other habitations ( in respect of canals with bed width of more than 3m only)
and suitable steps for domestic uses of the people one for each village at the
nearest structure shall be provided by the contractor duly getting the design
drawing / proposals approved by the Engineer-in-Charge. The width of steps
should be a minimum of 3.00 m incase of main canal and 2.00m in distributory
system. Out side ramps at an average distance of 2.00 km should be provided in
deep cut reaches by the contractor duly getting the design drawing / proposals
approved by the Engineer-in-Charge and cost of these items are deemed to be
included in the contract price quoted.
CONTRACTOR
299
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
17.0 The contract shall provide Hectometer and Kilometer stones of standard design on
the main canals and distributories of capacity more than 50 cusecs and cost
there of is deemed to be included in the quoted contract price.
18.0 A gravel service road of 5m width and 225 mm thick loose compacted to 150mm
thick in one layer compacted with 8 to 10 T power roller shall be provided on the
inspection path for pressure main ,Main canal and distributaries .Cost of such
service road is deemed to be included in the contract price.
19.0 Catch drains are to be provided wherever necessary to facilitate drainage all along
the canals with in the scope of the contract at no extra cost.
20.0 All the crossings of canal system of National High ways, State Highways, R&B
Roads, Panchayat Raj Roads, Village roads and all other roads/ Cart tracks shall
be provided with suitable bridges as per standards of the respective departments
and as per the permissions granted by them. The approaches to these bridges
shall be provided as per the standard of their respective departments. The cost of
these bridges shall be deemed to have been included in the contract price
quoted and no claims whatsoever on this will be entertained.
21.0 If any additional bridges are to be constructed at the request of the employer on
any cart tracks / kuntas not finding place in village maps or new bridges sought to
cross the canal even though there is no existing road, the contractor is bound to
design and execute the above bridges as additional items and cost there of will
be paid separately by the engineer in-charge as per the conditions of contract
pertaining to additional items not contingent of main work.
22.0 If the proposed canal system is crossing any existing irrigation canals or channels,
supply channels or Sources / Streams to Minor Irrigation tanks, suitable
structures are to be provided within the quoted contract price by the contractor.
23.0
If the canal system is crossing HPCL oil pipe lines, GAIL pipe lines, or any other
pipe lines, the contractor shall provided suitable crossing in consultation with the
authorities concerned after obtaining the approval either by himself or getting
them executed by the concerned authorities as a deposit work duly depositing
the requisite amount to them. The Engineer-in-Charge will help in processing
the proposals to the authorities concerned to obtain their permission. The cost
of such crossings shall be deemed to be included in the contract price.
24.0
Diversion of streams that are crossing the proposed canal system into near by
stream(s) is not permitted in general.
However in exceptional cases, the
Engineer-in- Charge may consider such proposals depending upon their
feasibility, if the distance between them is not much ( i.e., less than 200 m ) and
also if such diversion will not effect the riparian rights of existing or contemplated
sources on D/s side.
25.0
The off takes shall not be placed either in heavy embankments or in deep cuts.
Surplus escape regulators shall not be provided in deep cut reaches.
CONTRACTOR
300
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
26.0 A launching apron of sufficient thickness and the side revetment with the toe wall
for a required length shall be provided instead of normal bed pitching &
revetment at Downstream of Off takes.
27.0 Falls or drops on distribution should be located where the F.S.L. strikes the general
ground level.
28.0 R.R. Masonry / CR masonry Structures shall not be permitted.
29.0
30.0
For all the sluices, Regulators, escapes etc., Structural steel structures with
suitable hoisting arrangement and required E.M.Parts shall be provided as per
approved designs of the competent authority. The hoisting arrangement must be
such that the steel gates can be operated by single person. Further all the gates
shall be provided with fool-proof locking arrangement to avoid meddling of
gates by miscreants.
31.0
The contractor has to make his own arrangement for dewatering of foundation
etc., wherever necessary with in the quoted contract price.
32.0 The concrete mixes to be adopted for all the structures shall be design mixes only
and these design mixes shall be conducted in APREL and got approved by the
Engineer-in-Charge before adoption.
33.0
34.0 In case of cross drainage works the contractor shall excavate necessary approach/
Tail channels to these structures to have smooth drainage through the structure.
The cost of excavation of such channels shall be borne by the Contractor within
quoted contract price. The cost of Land Acquisition for such channels will be
borne by the Department.
35.0
Operation Schedule for the Off-takes upto Majors and Regulators with model
studies have to be furnished for operation of the sluice and regulator gate.
36.0
R.C.C pipes structures shall not be allowed on Main Canals, branch Canals and
Majors having discharge of more than 50 C/S (1.41 Cumecs).
37.0
The bidders should adopt the latest/modern methodologies and State of Art
Techniques in the investigation, design of canals, structures lining, etc. and also
CONTRACTOR
301
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
CONTRACTOR
302
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
4.
BILL OF QUANTITIES
PREAMBLE
1. The Bill of Quantities shall be read in conjunction with the instructions to Bidders,
General and Special conditions of Contract Technical Specifications and
Drawings.
2. The quantities to be given in the Bill of Quantities are to be estimated by the
contractor and are given to provide basis for general assessment of value of
work done. The quantities are subject to alterations, omissions, deductions or
additions as provided for in the conditions of this contract and do not necessarily
show the actual quantities of work to be done. The basis of payment will be the
percentage payment at various stages of work which would be assessed on
quantities measured by the Contractor and verified by the Engineer at such rates
and prices as the Engineer-in-Charge may fix.
3. The quoted bid price, except in so-far as it is otherwise provided under the
Contract include cost of all constructional material, labour, machinery,
transportation, erection, maintenance, profit, taxes and duties together with all
general risks, liabilities and obligations set out or implied in the Contract.
4. The plans enclosed with the tender are liable to be altered during execution of
work as per necessity of site conditions. The bid price quoted by the bidder shall
hold good for execution of work even with altered plans.
5. The method of measurements of completed work for payment shall be in
accordance with the relevant B.I.S. Codes & A. P. S. Specifications.
6. All items of work are to be executed as per the drawings / specifications prepared
by the contractor as per the conditions of the contract and approved by the
competent authority.
7. The Bidder should inspect and select the quarries of his choice before he quotes
the tender satisfy himself about the availability of required quantum of materials.
8. The actual mix proportion by weight to be adopted during execution will be got
designed in the laboratories to suit the grade of concrete and mortar to be used.
It will be the responsibility of the contractor to manufacture concrete and mortar
of required strength.
9. The quantum of measurement for all items of earthwork involving conveyance
manually or by machinery shall be as assessed by level measurement. The
measurements for the embankment will be for the consolidated banks only.
10. Wherever bailing out of water is involved either for excavation or for foundations
or for constructions, the Bid price quoted shall take into account the dewatering
charges necessary. No separate payment will be made for dewatering.
CONTRACTOR
303
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
11. Wherever embankment work is involved, useful soils from the cutting reaches
and diversion drains shall be got approved by the Engineer-in-Charge if used for
forming nearby embankments.
12. The quoted Bid price shall also include the work of any kind necessary for the
due and satisfactory construction, completion and maintenance of the works
13. according to the drawings and these specifications and further drawings and
orders that may be issued by the Engineer-in-Charge from time to time. The
quoted bid price shall include compliance by the Contractor with all the general
conditions of contract, whether specifically mentioned or not in the various
clauses of these specifications, all materials, machinery, plant, equipment, tools,
fuel, water, strutting, timbering, transport, offices, stores, workshop staff, labour
and the provision of proper and sufficient protective works, diversions, temporary
fencing and lighting. It shall also include safety of workers, first aid equipments
suitable accommodation for the staff and workmen, with adequate sanitary
arrangements, the effecting and maintenance of all insurances, the payment of
all wages, salaries, fees, royalties / Taxes, duties or other charges arising out of
the execution of works and the regular clearance of rubbish, reinstatement and
clearing-up of the site as may be required on completion of works safety of the
public and protection of the works and adjoining land. The work of Building in
quality control / assurance shall be deemed to be covered in the quoted Bid
price.
14. The Contractor shall ensure that, the quoted Bid price shall cover all stages of
work such as setting out, selection of materials, selection of construction
methods, selection of equipment and plant, deployment of personnel and
supervisory staff, quality control testing etc. The work quality assurance shall be
deemed to be covered in the Bid price.
14 a) The special attention of the bidder is drawn to the conditions in the tender notice,
instruction to Bidders wherein reference has been made to the Andhra
Pradesh Standard Specifications [APSS] and the Standard preliminary
specifications containing therein. These preliminary specifications shall apply
to the contract to be entered into between the contractor and the Government
of Andhra Pradesh and shall form an in-separable condition of the contract
along with the estimate. All these documents taken together shall be deemed
to form one contract and shall be complimentary to another.
b) The bidder shall examine, closely the A.P.S.S. / MOST and also the standard
preliminary specifications contained therein and sign the Superintending
Engineers office copy of the APSS / MOST and its addenda volume in token
of such study before submitting his overall tender percentage which shall be
for finished work in-situ. He shall also carefully study the drawings and
additional specifications and all the documents, which form part of the
contract to be entered into by the successful bidder. The APSS / MOST and
other documents connected with contract such as estimate plans,
specifications, can be seen on all working days in the office of the
Superintending Engineer.
CONTRACTOR
304
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
15.0 The Bidders attention is directed to requirements for materials under the clause
materials and workmanship in the preliminary specifications of APSS. Materials
conforming to the Bureau of Indian Standards specifications, APSS etc., shall be
used on the work.
16.0 The Bidder has to do his own testing of materials and satisfy himself that they
conform to the specifications of respective I.S.I. Codes before tendering.
17.0
18.0 The contractor shall himself procure the steel, cement, Bitumen, Blasting materials,
sand, metal, soils, etc., and such other materials required for the work well in
advance. The contractor has to bear the cost of materials for conveyance. The
department will not take any responsibility for fluctuations in market in cost of the
materials, transportation and for loss of materials etc.
19.0
Inspection of site and quarries by the bidder: Every bidder is expected before
quoting his Bid price to inspect the site of proposed work. He should also inspect
the quarries and satisfy himself about the quality, and availability of materials.
The best class of materials to be obtained from quarries, or other sources shall
be used on the work. In every case the materials must comply with the relevant
standard specifications. Samples of materials as called for in the standard
specifications or in this tender notice, Instructions to Bidder or as required by the
Executive Engineer, in any case, shall be submitted for the Executive Engineers
approval before the supply to site of work is begun.
20.0 The Bidders particular attention is drawn to the sections and clauses in the A.P.
standard specification dealing with
Test, inspection and rejection of defective materials and work.
Carriage
Construction plant
Water and lighting
Cleaning up during the progress and for delivery.
Accidents
Delays
Particulars of payments.
The contractor should closely peruse all the specification clauses, which govern
the overall tender percentage he is tendering.
21.0 The defect liability period of contract is twenty four months.
22.0
The quoted Bid price rates for items shown in the Schedule A include all
construction materials. No escalation in rates will be paid unless specified in the
CONTRACTOR
305
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
tender document. The bidder has to quote Bid price considering all the aspects
of the tender to complete the finished item of work as per the APSS / MOST /
B.I.S. specifications, the special specifications appended, Drawings etc.
23.0 If there is any contradiction between APSS / MOST and B.I.S. specifications, listed
and detailed technical specifications, the latter shall prevail.
24.0
In case of a job for which specifications are not available with the Schedule or in
APSS / MOST or B.I.S. code and are required to be prescribed, such work shall
be carried out in accordance with the written instructions of the Engineer-incharge.
25.0 The Contractor would be permitted to use the excavated useful soil and stone for
construction purpose at free of initial cost. The Contractor shall make necessary
arrangement for operation such as breaking and crushing the stone to the specified
size. The stone used for the entire work in the scope of this contract would be
allowed to utilize for the package work at free of initial cost, the contractor should
quote his bid price keeping in view of the above aspect.
26.0 Additions and alternations by the Bidder in the Schedule- A will disqualify the
tender.
27.0 In the case of discrepancies between the written description of the item in the
Schedule A and the detailed description in the specification of the same item,
the latter shall be adopted.
28.0 For all items of work, intermediate payment will be made provisionally as per
relevant clause. Full-accepted contract rates will be paid only after all the items
of works are completed.
29.0 The contractor is bound to execute all supplemental works that are found essential
incidental and inevitable during execution of main work without any extra
payment.
30.0
CONTRACTOR
306
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
ANNEXUREI
MILE STONE PROGRAMME
NAME OF WORK:
Sl.No.
Mile
stone
Description
%
Progress
of work
3
Detailed Investigation, Soil Exploration, design approvals
preparation of land plan schedules etc for all components of
work.
Detailed Investigation, Soil Exploration, design approvals
preparation of land plan schedules etc for all components of
work.
Execution of Approach Channel, Reservoirs.
0.2601
0.260
0.6454
0.905
0.7745
1.680
1.2909
2.970
2.3236
5.294
3.8727
9.167
6.4545
15.62
10.3272
25.94
10.3272
36.27
12.9090
49.18
12.9090
62.09
7.7454
69.83
1st
1
2nd
2
3
4
5
6
7
8
3rd
4
th
th
6th
7th
8th
9th
9
10th
10
11th
11
12th
12
CONTRACTOR
307
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
Cumula
%
13
14
15
16
17
13th
14
th
15th
16
th
7.7454
77.58
7.7454
85.33
7.7454
93.07
3.5353
96.61
3.3890
Total (%) :
Note: The Mile stone Programme will be revised after furnishing the detailed
Estimate and Mile stone programme by the Agency.
.
CONTRACTOR
308
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
100.0
100.00
A N N E X U R E II
S C H E D U LE O F PAYM E N T I
NAME OF WORK: Pula Subbaiah Veligonda Project: Investigation, Design and
Excavation of Western Branch Canal taking off at KM.25.465 of Eastern Main canal
including Construction of tunnel, CM & CD works, distributory system, pump houses,
delivery cisterns and pressure mains
to create an IP of 58,500 Acres by lift including
formation of reservoirs of Turimella, Racherla & Seetharam Sagar and also formation of
independent reservoirs of Rallavagu & Gundlabrahmeswaram to create an IP of 5000 Acres
in Prakasam, Kadapa and Nellore Districts.
% of bid
Amount
S.No.
DescriptIon of Item
2
Detailed investigation, foundation exploration, Designs,
approvals, L.P. Schedules, R&R Proposals, Forest Proposals,
FRL Surveys, reservoirs capacity curve tables, Geological
reports, clearances, etc., complete.
3
0.9056%
2.7447%
13.0316%
3.3889%
100.00%
CONTRACTOR
309
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
5.
FORMATS OF SECURITIES
PROFORMA
BANK GUARANTEE FOR EARNEST MONEY DEPOSIT
In accordance with the provisions and conditions of Bid Notice for the work of
___________________________________________________________,
Sri.______________________________(name & Address of the Contractor) shall
deposit with the Superintending Engineer, Construction Circle, Ongole a bank guarantee
to guarantee his proper and faithful Performance under the said contract an amount of
(Amount
of
Guarantee)
(in
words)___________________________________________________________
We, the ________________________________________________(Bank or Financial
Institution) as requested by the contractor, agree unconditionally and irrevocably to
guarantee as primary obligatory and as surety merely, the payment to the
Superintending Engineer. Construction Circle, Ongole on his demand without what so
ever right of objection on our part and without his first claim to the Executive Engineer,
. Division, for recovery of the whole or part of the E.M.D from the contractor under
the contract.
We further agree to change add to or other modifications of the forms of the contract or
of works to be performed there under or of any of the contract document which may be
made between the Superintending Engineer, Construction Circle, Ongole and the
contractor shall in any way release us from any liability under this guarantee and we
here by waive notice of any such change, addition or modification.
THE CONDITIONS of this obligation are:If after Bid opening the Bidder withdraws or modifies his Bid during the period of bid
validity specified in the Form of Bid.
If the Bidder having been notified of the acceptance of his bid by the Department during
the period of validity.
(a) Fails or refuses to execute the Form of Contract in accordance with the
Instructions to Bidders, if required; or
(b) Fails or refuses to furnish the balance EMD and additional performance Security
in accordance with the instructions of Bidders.
We undertake to pay to the Department up to the above amount upon receipt of
his first written demand, without the Department having to substantiate his
demand, provided that in his demand the Department will note the amount
claimed by him is due to him owning to the occurrence of one or both of the two
conditions, specifying the occurred condition or conditions.
CONTRACTOR
310
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
SEAL..
The Bidder should insert the amount of the EMD in words and figures
denominated in Indian Rupee. This figure should be the same as shown in the
NIT.
**
6 months from the deadline date for submission of Tender [As specified in NIT].
CONTRACTOR
311
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
PROFORMA
BANK GUARANTEE FOR ADDITIONAL FURTHER SECURITY
Superintending Engineer, Circle .. (name and address of Department)
_______________________________________________
WHEREAS _______________________________ (name and address of Contractor )
(hereinafter called the Contractor) has undertaken, in pursuance of Contract No.
________ dated: ____________ to execute _________________________ [name of
Contract and brief description of works] (hereinafter called the Contractor);
AND WHEREAS it has been stipulated by you in the said Contract that the Contractor
shall furnish you with a Bank Guarantee by a Schedule bank for the sum specified
therein as Additional further security bank guarantee for compliance with his obligations
in accordance with the Contract;
AND WHEREAS we have agreed to give the Contractor such a Bank Guarantee;
NOW THEREFORE we hereby affirm that we are the Guarantor and responsible to you,
on behalf of the Contractor, up to a total of Rs._____________________ [amount of
guarantee] _________________________________ [in words], such sum being
payable and we undertake to pay you, upon your first written demand and without cavil
or argument, any sum or sums within the limits of ________________________ [amount
of guarantee] as aforesaid without your needing to prove or to show grounds or reasons
for your demand for the sum specified therein.
We hereby waive the necessity of your demanding the said debt from the Contractor
before presenting us with the demand.
We further agree that no change or addition to or other modification of the terms of the
Contract or of the Works to be performed there under or of any of the contract
documents which may be made between you and the Contractor shall in any way
release us from any liability under this guarantee, and we hereby waive notice of any
such change, addition or modification.
This guarantee shall be valid upto and until 28 days from the date completion.
Signature & seal of the Guarantor_____________________
Name of Bank_____________________________________
Address__________________________________________
CONTRACTOR
312
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
Date_____________________________________________
PROFORMA
BANK GUARANTEE FOR MOBILISATION ADVANCE
To
Superintending Engineer,
____________________Circle,
________________________________
________________________________
(Name & Address of Contract Authority)
Sub :-____________________________________________(Name of the work)
Gentlemen:
In accordance with the provisions of the Conditions of Contract, Mobilization advance for
the above-mentioned Contract, _________ _________________ [name and address of
Contractor]
(hereinafter
called
the
Contractor)
shall
deposit
with
______________________ [name of Department] a bank guarantee to guarantee his
proper and faithful performance under the said Contract for an amount of
Rs.___________[amount of guarantee]1 _____________________ ____ ______ ____
______________(in words).
We, the _______________________[bank], as instructed by the Contractor, agree
unconditionally and irrevocably to guarantee as primary obligator and not as Surety
merely, the payment to ___________________ [name of Department] on his first
demand without whatsoever right of objection on our part and without his first claim to
the Contractor, for the amount not exceeding __________________________ (amount
of guarantee)3 __________________________ ____ __ __ ________(in words).
We further agree that no change or addition to or other modification of the terms of the
Contract or of works to be performed there under or of any of the Contractor documents
which may be made between ____________________ [name of Department] and the
Contractor, shall in any way release us from any liability under this guarantee, and we
hereby waive notice of any such change, addition or modification.
This guarantee shall remain valid and in full effect from the date of the advance payment
under the Contract until_________________________ [name of Department] receives
full repayment of the same amount from the Contractor.
1
An amount shall be inserted by the bank representing the amount of the Advance Payment, and
denominated in Indian Rupees.
CONTRACTOR
313
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
Yours truly,
Signature and seal:_____________________
Name of Bank/Financial
Institution:_____________________
Address:_____________________
Date:_____________________
______________________________________
Thahasildar
of
the
contractor
should
be
mentioned]
is
solvent
to
the
extent
of
Rs._______________[Rupees______________________________________________
____________________________].
Date:
Place
THAHASILDAR
SEAL OF THE OFFICE
CONTRACTOR
314
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
CONTRACTOR
315
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
ANNEXURE I (B).
FORM OF SOLVENCY CERTIFICATE BY BANKS
General
Manager
Agent
of
__________________________________________
_______________________
[here the Names and addresses of the contractor] to be solvent to the extent of
Rs.__________________
[Rupees
__________________________
CONTRACTOR
316
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
6.
DRAWINGS
A) Drawings
i) The drawings furnished by the contractor, even if approved by the employer may
be altered subsequently during execution of work as per necessity of site
conditions. The premium quoted by the contractor for various items shall hold
good for execution of work even with altered plans.
ii) Required No. of sets of drawings, on the basis of which actual execution of the
work is to proceed shall be furnished by the contractor to the Superintending
Engineer / Executive Engineer progressively according to the work program
submitted by the contractor and accepted by the Superintending Engineer /
Executive Engineer. Drawings for any particular activity shall be furnished to the
Engineer-in-charge at least 30 days in advance of the scheduled date of the start
of the activity. No extra claims by the contractor toward any change to the
drawings issued earlier shall be admissible.
iii) Signed drawings above shall not be deemed to be an order for work unless they
entered in the contract or schedule of drawings under proper authentication of
the contractor and Executive Engineer or unless they have been sent of the
contractor by the Executive Engineer with a covering letter confirming that the
drawing in and authority for work in contract.
B)Discrepancies
i) In case of discrepancies between documents the following order of procedure shall
apply:a) Between the written description of written dimensions in the drawings and the
corresponding one in the specifications, the latter shall apply.
b) Figured dimensions shall supersede scaled dimensions. The drawings on a
larger scale shall take precedence over those on a smaller scale.
c) Drawings issued as construction drawings from time to time shall supersede
tender drawings and also the correspondence drawings previously issued.
Note: The contractor should not execute any component of work without
obtaining the approval for working drawings. Any work done without
drawings shall be at the contractors responsibility only. Acceptance for
such work will be at the discretion of the Employer.
C) Secrecy Clause
The drawings and specifications made available to the bidder shall exclusively be
used on the work and they are retained from passing on each plan to any
unauthorized hand either in parts or in full under the provisions of Section-3 and 5 of
the official secrets Act 1923. Any violation in this regard will entail suitable action
under appropriate clause or official secret Act 1923.
CONTRACTOR
317
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
VOLUME-I PART-B
FORMATS
FORMAT B1
GENERAL
FORMAT B2
FORMAT B3
FORMAT B4
SUPERVISORY PERSONNEL
FORMAT B5
EQUIPMENT DATA
FORMAT B6
FINANCIAL CAPABILITY
FORMAT B7
FORMAT B8
TECHNICAL CAPABILITY
FORMAT B9
FORMAT B10
FORMAT B11
FORMAT B12
LITIGATION HISTORY
FORMAT-B13
FORMAT-B14
FORMAT-B15
QUANTITIES EXECUTED
FORMAT-B16
FORMAT-B17
FORMAT-B18
FORMAT-B19
STATUS OF BIDDER
CONTRACTOR
318
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
TECHNICAL BID
QUALIFICATION INFORMATION
The information shall be filled in by the bidder in the check slip and formats enclosed to
the technical bid / bid schedules which will be used for the purposes of verification
of adequacy of information as well as evaluating the bidders compliance to the
qualification criteria as provided in the bid schedule. All the formats and check slip
shall be upload by the bidder in to the website and the attested copies of the
uploaded statements, certificates, documents, are to be submitted by the bidder on
or before
22-12-2008 up to 5.00 P.M at office of the Superintending Engineer,
Flood Flow Canal Circle-I,Jagtial, Karimnagar Dist .
FORMAT B1
GENERAL
Questionnaire
a)Whether the bidder is submitting the bid as an individual, Individual /Joint Venture
Company or as a Joint Venture (JV)?
b)Incase of Joint Venture
i)
ii)
iii)
iv)
Yes/No
Yes/No
Yes/No
Yes/No
Yes/No
d)Is the bidder willing to implement the Project on EPC contract basis? Yes/No
CONTRACTOR
319
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
FORMAT B2
ORGANISATIONAL & MANAGERIAL CAPABILITY
A) Capability of Bidder in case the proposal is submitted individually.
a)Name and Address of the Bidder :
Contact Person
Telephone No.
Fax No.
E-mail Address
b)Type of Organization
c)Corporate deed reference & date of incorporation
d)Shareholding Pattern
e)Field of Work & licensed capacities
f)Existing Man Power along with brief Resume of Key
Personnel
Technical (Key Personnel)
Financial (Key Personnel)
Operational & Maintenance (Key Personnel)
Others (Key Personnel)
g)Name and Address of Sister Engineering Organization with similar nature of jobs
h)Details of accreditation of quality standards (if available, please specify)
i)General Organizational Chart of Company
j)If the Company has failed to complete any contract or
sub-contract, please indicate
which one(s), when and why and give detailed explanation on all aspects related
with non completion (fines, work problems, compensation etc.)
CONTRACTOR
320
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
2.
3.
4.
5.
Percentage of
Financial
Participation
Name of Company
6.
Percentage / Field of
Technical
Participation
321
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
E-mail Address
b)Type of Organization
c)Corporate deed reference & date of incorporation
d)Shareholding Pattern
e))Field of Work & licensed capacities
f)Existing Man Power along with brief Resume of Key Personnel
Technical (Key Personnel)
Financial (Key Personnel)
Operational & Maintenance (Key Personnel)
Others (Key Personnel)
g)Name and Address of Sister Engineering Organization with similar nature of jobs
h)Details of accreditation of quality standards (if available, please specify)
i)General Organizational Chart of Company
j). If the Company has failed to complete any contract or sub-contract, please indicate
which one(s), when and why and give detailed explanation on all aspects related
with non completion (fines, work problems, compensation etc.)
*(Similar details should be furnished for all the members of the joint venture. Rating of
each of the members would be used to work out a composite average of Bidder and
Composite average would be used for evaluation purpose).
CONTRACTOR
322
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
FORMAT B3
PROJECT ORGANIZATION DATA
1.
2.
A.
B.
C.
__________________________
*
Indicate clearly the responsibility and authority which will be delegated to site
management.
(Additional sheet (s) may be attached).
CONTRACTOR
323
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
FORMAT B4
Sector
Name (s)
Age
Years
Education
of exp.
Proposed
designation
Relevant *
experience
(Years &
Project Name)
Project
Management
Administration
Technical
management
Site Supervision
Others
324
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
FORMAT B5
EQUIPMENT
DATA
List
of
Construction
equipment,
vehicles,
survey
Capacity /
performance /
size
Year of
No. of
manufacture
each
Period of
Source of major
deployment
items @
A
Construction
Equipment
B Vehicles
C. Survey
instruments
D. Testing
Equipment
The bidder should list out all major equipment, which he proposes to use for construction
works. This should include their numbers, capacities and whether equipment proposed
are to be purchased new or existing equipment is to be used. In respect of existing
equipment, year of manufacture and current ownership is to be stated. Numbers of
above equipment to be deployed during various periods of construction as necessary
considering the construction programme shall also be included.
@ Indicate separately availability; e.g.; owned, leased or to be purchased new.
CONTRACTOR
325
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
FORMAT B6
FINANCIAL CAPABILITY
Financial Capability of bidder in case the proposal is submitted individually.
YEAR
AVG
I
II
III IV
V
a.
YEAR
(Please mention last five years whose
Balance Sheet and Profit & Loss Accounts
have been finalised duly audited)
b)Total Assets
b1) Fixed Assets
b2) Current Assets
c)Total Liability (Long term Liability + Current Liability)
Current Liability
Total Loan Liability
d)Working Capital
e)Networth (Contributed Capital + Retained Earnings /
Reserves & Surplus)
f)Annual Turnover
g)Debt-Equity Ratio
h)Profit
h1) Profit before Interest and Taxes (PBIT)
h2) Net Profit i.e. Profit after taxes (PAT)
i)Interest payable
j)Interest Coverage Ratio (PBIT divided by Interest)
k)Liability as %age of Total Asset
l)Net Profit : Turnover
m)Net Profit : Capital Employed (Net Worth +
Interest Bearing Loan)
n)Net Profit : Total Asset
o)Turnover : Total Asset
p)Gross Value of Projects in hand/under execution
q)Maximum value of one Project/ work executed
r)Fund Flow Status
s).
Past Experience exhibiting bidder
ability to
secure & maintain Financial Guarantees viz.
Bank Guarantees, Insurance Guarantees,
LC / Lenders Bond etc.
1.0 Whether balance sheets, Profit & Loss account
and Fund flow statement for the last 3 years enclosed
Y) Financial credit rating by CRISIL or any other
Financial Credit Rating Institution of repute
y1) Name and address of Financial Credit Rating Institution
y2) Financial Institution Rating
y3) Interpretation of rating
CONTRACTOR
326
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
Note: Audited Annual Reports of the company for the last five years shall be submitted.
III
AVG
IV
V
3) YEAR (Please mention last five years whose Balance
Sheet and Profit & Loss Accounts have been
finalized duly audited)
4)Total Assets
b1) Fixed Assets
b2) Current Assets
5)Total Liability (Long term Liability + Current Liability)
Current Liability
Total Loan Liability
6)Working Capital
7)Networth (Contributed Capital + Retained Earnings /
Reserves & Surplus)
8)Annual Turnover
9)Debt-Equity Ratio
10)Profit
h1) Profit before Interest and Taxes (PBIT)
h2) Net Profit i.e. Profit after taxes (PAT)
11)Interest payable
12)Interest Coverage Ratio (PBIT divided by Interest)
13)Liability as %age of Total Asset
14)Net Profit : Turnover
15)Net Profit : Capital Employed (Net Worth +
Interest Bearing Loan)
16)Net Profit : Total Asset
17)Turnover : Total Asset
18)Gross Value of Projects in hand/under execution
19)Maximum value of one Project/ work executed
20)Fund Flow Status
21)Past Experience exhibiting bidder ability to secure &
maintain Financial Guarantees viz. Bank Guarantees,
Insurance Guarantees, LC / Lenders Bond etc.
22) Whether balance sheets, Profit & Loss account and
Fund flow statement for the last 3 years enclosed
23) Financial credit rating by CRISIL or any other
Financial Credit Rating Institution of repute
y1) Name and address of Financial Credit Rating Institution
y2) Financial Institution Rating
CONTRACTOR
327
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
(The listed details should be furnished separately for all members of Joint venture
for three years)
Note : Audited Annual Reports of the company/members of Joint Venture for the last five
years shall be submitted.
Signature of the Bidder.
FORMAT - B7
FINANCIAL DATA AVAILABLE CREDIT
Amount of credit
Name of bank
(INR)
Total
CONTRACTOR
328
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
AVAILABLE CREDIT*
*(Supporting documents/Certificate to be attached)
CONTRACTOR
329
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
FORMAT B8
TECHNICAL CAPABILITY
Questionnaire
a.
b.
Yes / No
Yes / No
d.
Yes/ No
CONTRACTOR
330
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
FORMAT B9
TECHNICAL CAPABILITY (DETAILS)
Bidder should indicate identify maximum 1 (one) numbers each of completed and
on-going projects and furnish details indicated. In case the bid is submitted by a
joint venture, projects of any / all members may be considered.
SL.
NO
INDIVIDUAL PARAMETERS
PROJECTS
COMPLETED
PROJECTS
ON-GOING
Gantry crane.
Civil Construction of **
Head works.
Gates.
For each of these items bidders should mention relevant technical details like type,
quantity etc.
** for each of these structures bidder should mention relevant technical details like total
quantity of steel, volume of concreting/fill material involved, size, weight and type of
gates, maximum and average rate of monthly progress, total time period for
construction (scheduled and actual), total construction cost (in INR).
Signature of the Bidder
CONTRACTOR
331
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
FORMAT B10
PROJECT EXECUTION EXPERIENCE
(PROJECTS UNDER EXECUTION`)
PROJECT DATA SHEET (Separate sheets shall be given for each of the projects)
PROJECT NAME
TYPE
Sl.N
o.
1
Particulars
Name of the
Company
Remarks
ENVIRONEMENT PROBLEMS
ENCOUNTERED AND TACKLED,
(if any)
Please enclose copy of Letter of Award / Letter of Intent and indicate their reference
herein
CONTRACTOR
332
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
FORMAT B11
PROJECT DEVELOPMENT EXPERIENCE
(COMPLETED PROJECTS`)
PROJECT DATA SHEET (Separate sheets shall be given for each of the projects)
PROJECT NAME
:
LOCATION (City and Country)
:
TYPE
:
TOTAL COMPLETED COST
(Rs. Provided in INR)
:
Sl.
Characteristic
Description
Equity Provided
No
(INR)
1
WHICH FIRMS PLAYED THESE ROLES
ON THE PROJECT INLUDING
APPLICANTS OWN:
a Lead Developer
b Equity Participant
c. Debt participant
d. EPC Contractor
e. Contractor ( Mention Component)
f.
O & M Contractor
g. Equipment Supplier
h. Consultant
2
FINANCIAL EXPERIENCE:
a. Total Equity
b. Applicants Equity
c. Total Debt
d. Applicants Equity
e. Bid Security provided
Performance Security Provided
Construction Security Provided
Time taken for financial closure (Months)
3
4
5
PERFORMANCE
a. Date of Commencement of work
b. Commercial Operation Date (COD)
c,.Construction Period (months)
I
Original as per Contract
ii
Completed (actual)
iii Reasons of delay ( if any)
Operating History (Years) Reasons for
delay (if any)
ENVIRONEMENT PROBLEMS
ENCOUNTERED AND TACKLED,
( if any)
NAME ,ADDRESS AND CONTRACT
CONTRACTOR
333
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
CONTRACTOR
334
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
FORMAT B12
LITIGATION HISTORY
Name of Bidder or partner of a joint venture
Bidders, 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 five years and
currently under execution. A separate sheet should be used for each partner of a Joint
Venture.
Year
Award FOR
or AGAINST
Bidder
Disputed amount
(current value, Rupees
CONTRACTOR
335
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
FORMAT B.13
Maximum value of Civil Engineering works executed in any one year during the
last five financial years by the Bidder. (2003 2004 to 2007-2008)
Sl. No.
Financial Year
1)
2003-2004
2)
2004-2005
3)
2005-2006
4)
2006-2007
5)
2007-2008
CONTRACTOR
336
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
20052006
4.
20062007
5.
20072008
10
11
3.
completion.date ofActual
20042005
2.
20032004
Value of Contract.
Name of Project.
Description Work
Year
Sl. No
FORMAT B. 14
Details of satisfactory completion of similar works in the Name of the Bidder as Prime
Contractor in any one year during the last five (5) financial Years. The similar works
should have been completed by 3/2007.
12
337
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
CONTRACTOR
338
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
FORMAT B.15
Quantities executed by the Bidder in the last 5 financial years. ( 2003- 2004 to 20072008 )
Quantities executed
Sl.
No
:
Year of
work
Agrt. No.
and Date.
E.W.E.
both
Excavation
& Embankment.
2003-2004
2.
2004-2005
3.
2005-2006
4.
2006-2007
5.
2007-2008
C.C/.
R.C.C/.
P.S.C.,
Gates
Rema
rks.
Attach Certificates in Support of the above quantities issued by the E.E. concerned and
Countersigned by the Superintending Engineer or Equivalent officers of the State/
Central Govt. Depts. Undertakings.
CONTRACTOR
339
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
FORMAT B- 16
Information on Bid Capacity
Works for which Tender have been submitted and works which are yet to be completed
as on the date of submission of this Tender (To be furnished financial year wise )
A)
S.N
O
Descriptio
n of
work
Name &
Address
of
Agrt.
concludin
g
Authority
Agrt.
N0 &
Date.
Value
of
Contra
ct
Stipulated
Value
period of
of
completion
Works
Extension of
compl
time
eted
granted.
6
Value
of
works
remain
ing to
be
compl
eted
8
Antic
ipate
d
date
of
com
pletion.
9
Rem
arks
10
Attach certificates from the Executive Engineer and countersigned by S.E. concerned.
Signature of the Bidder
B)
S.
NO
Descripti
on of
work
Name &
Address of
Agrt.
concluding
authority.
3
Estimated
value
of works.
4
Stipula
ted
period
of
compl
etion.
5
Date on
which
tender
submitted
Date when
Decision is
expected
Remark
s
CONTRACTOR
340
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
FORMAT - B.17
Works executed under EPC Contract System in the last 5 financial years
to 2006-2007)
Sl.
No.
Name of work
Total
value of
work
Work done so
far
Balance
(2002-2003
Date / Likely
date of
completion.
CONTRACTOR
341
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
FORMAT B-18
SUPPORTING/ATTACHED DOCUMENT LIST
CONTRACTOR
342
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
FORMAT B-19
STATUS OF BIDDER
CONTRACTOR
343
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
VOLUME I PART- C
(DATA SHEETS 1 to 14)
TECHNICAL BID FOR IMPLEMENTATION OF PROJECT
Complete Technical Bid for the implementation of the project, keeping in view the
requirements as defined in Special Conditions of Contract, shall be submitted by the
bidder with his bid in the form of following submittals. Bidder submitting any alternative
proposal shall submit separate set of Data sheets No. 2 to 14.
1.
Data Sheet 1
2.
Data Sheet 2
3.
Data Sheet 3
4.
5.
6.
Data Sheet 6
7.
Data Sheet 7
Data Sheet 9
8.
9.
CONTRACTOR
344
Data Sheet 4
Data Sheet 5
Data Sheet 8
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
10.
Data Sheet 10
11.
Proposed subcontractors
Data Sheet 11
12.
Data Sheet 12
13.
14.
Data Sheet 13
Data Sheet 14
Data Sheet 1
This should also consist of a report on the Bidders appreciation of the project, which
should include a section on the site inspection carried out prior to bidding, and
demonstrate awareness and understanding of all the principle technical and logistic
aspects related to project construction.
CONTRACTOR
345
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
Data Sheet 2
B.
C.
CONTRACTOR
346
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
Data Sheet 3
The bidder shall submit, descriptions of proposed project components, adhering to the basic
parameters indicated in the bid document along with relevant drawings. The information
should be submitted in sufficient details to allow an assessment of the general adequacy of
the Bidders proposal. Sketches, drawings and diagrams along with salient design details,
where necessary should be included.
CONTRACTOR
347
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
Data Sheet 4
The bidder shall submit descriptions of proposed management of Design and engineering
services and sequences to be used for the same. Key Design and Engineering activities,
Key experts for the same and their deployment schedule should be identified and
described. This information shall be given separately for civil, hydro-mechanical, electromechanical works, and SCADA control system.
CONTRACTOR
348
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
Data Sheet 5
The bidder shall submit in brief descriptions of proposed methods, sequences, facilities
and layouts to be used for execution of Civil system. This should cover the following:
- Working facilities
- Infrastructure works
- Civil Works
The information submitted should be such as to allow an assessment of the general
adequacy of the Bidders proposal. The information shall include number and
classification of manpower, equipment and materials proposed to be deployed for each
of the main activities.
CONTRACTOR
349
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
Data Sheet 6
CONTRACTOR
350
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
Data Sheet 7
The bidder should submit the Surge Protection Device and Hydraulic
Equipment Proposed along with Details
CONTRACTOR
351
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
Data Sheet 8
The bidder should submit the Electrical and Mechanical Equipment and
Control System Proposed along with Details
CONTRACTOR
352
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
Data Sheet 9
For specific positions essential to contract implementation, the bidder should provide the
proposed deployment of key personnel (for Design and Engineering, Civil construction,
works). Bio-Data of each of the personnel proposed to be deployed for various activities
shall be included in separate sheets for each candidate.
CONTRACTOR
353
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
Data Sheet 10
The bidder should list out all major equipment, which he proposes to use for construction works.
This should include their numbers, capacities and whether equipment proposed are to be
purchased new or existing equipment is to be used. In respect of existing equipment, year of
manufacture and current ownership is to be stated. Numbers of above equipment to be deployed
during various periods of construction as necessary considering the construction programme shall
also be included.
The following format shall be used for this purpose:
Activity
Description of
Capacity /
No. of each
Year of
Period of
equipment
performance
equipment
manufacture
deployment
(type, model,
factor
Source *
make)
CONTRACTOR
354
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
Proposed Subcontractors
Data Sheet 11
The bidder shall list out the proposed subcontractors. The information shall be submitted
in the following format. The subcontractors(s) proposed to be associated for respective
category of work, must have experience of planning and construction of similar type of
work at least in one project costing not less than 50% of the proposed value of work
proposed to be sublet.
Section of works
Subcontractors
CONTRACTOR
355
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
Data Sheet 12
The bidder shall submit, in outline, descriptions of proposed sourcing of key materials
covering at least following:
Cement
Reinforcing steel
Structural steel
Explosives
CONTRACTOR
356
Aggregates
Admixtures
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
Data Sheet 13
The bidder shall submit a construction program in bar chart form together with
corresponding critical path network, which starts at the date of commencement and shows in
details all the key activities.
CONTRACTOR
357
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
Data Sheet 14
The bidder shall submit, in outline, description of proposed quality control and quality
assurance system for the implementation of the project. This shall also include the proposed
testing laboratories with the testing equipment, key personnel for field quality control and
inspection and laboratory work.
CONTRACTOR
358
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
VOLUME 1 PART D
BASIC PROJECT PARAMETERS
BASIC PARAMETERS
I. HEAD WORKS:
1. Approach channel including lining for a length of 100 mts (tentative)
taking off at Km 25.465 of Eastern Main Canal to carry the discharge of
29.50 Cumecs to feed the Ayacut of 58,500 Acres.
A. PUMPING STATIONS
2. Lift System to Prakasam District to command an Ayacut of
25,600 Acres.
a) Lift 1: From tail end of Approach Channel to Turimella Reservoir.
Location of Pump House:
@ tail end of Approach channel
Water to be lifted:
2.80 TMC.
Ayacut:
25,600 Ac.
Total Number of Pumps:
3 Nos.
Capacity of Each Pump:
1800 HP (1.34 MW).
Type of Pump:
Vertical Turbine Pump.
Combined Efficiency of the Motors and Pumps : 89%.
Static Head:
34.00M.
Discharge to be delivered through Pressure Mains: 10.20 Cumecs.
CONTRACTOR
359
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
360
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
361
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
2.453 TMC.
6500 Cusecs.
1 No.
13.00 Cumecs.
0.05 TMC.
1 No.
10.00 Cumecs.
1.00 TMC.
2 Nos.
3.50 Cumecs.
7500 Acres.
CONTRACTOR
362
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
0.138 TMC.
9,960 Cusecs.
1 No.
1.00 Cumecs.
1500 Ac
363
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
VOLUME I PARTE
PROJECT PROFILE
Objective :
The Veligonda Projects envisages drawl of 43.50 TMC of water from foreshore of
Srisailam Reservoir through a tunnel and Link Canal and store the same the Nallamala Sagar
being formed by closing the three existing natural gaps namely Sunkesula, Gottipadia and
Kakarla with FRL at +244.00M in Nallamala Hill Ranges to provide irrigation facilities to 4.38
lakh acres (ID crops) and drinking water facility to about 15 lakh people in the districts of
Prakasam, Nellore and Kadapa spreading over 29 mandals.
The stage-I works of Veligonda Project envisages drawl of about 10.70TMC of water
from Kollamvagu, the foreshore of Srisailam Reservoir located at 4.50Km upstream of the
Srisailam Dam through an approach channel, a tunnel of 7Mt dia and of length 18.800Km and
Feeder Canal of length of 23.36Km to feed Nallamala Sager Reservoir with FRL +229.00M by
closing of three gaps, Sunkesula, Gottipadia and Kakarla and excavation of three canals namely
Teegaleru, Gottipadia and part of Eastern Canal to provide irrigation facilities to 1,19,000 Acres
Rabi I.D. irrigation in ten mandals of Prakasam District simultaneously providing drinking water
to a population of four lakhs through the following canal system.
The Hydraulic Particulars of the various components of the project for Stage-I are as
follows.
(I)
Approach Channel :
Length
FSL
Bed Level
(II)
0.100Km
At Start:
+266.70
At End :
+266.69
At Start:
+257.70
At End :
+257.69
Tunnel -I:
Length
18.80 Km
Diameter
7.00 M
Capacity
0.246 TMC/day
Sill Level
+257.19 M
FSL
At Start:
+266.190
CONTRACTOR
364
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
At End :
+250.812
CONTRACTOR
365
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
(III)
(IV)
Feeder Canal :
FSL
+246.115
Bed Level
+242.115
Bed Width
6.00 M
FSD
4.00 M
Length of Canal:
22.00 M
Bed Fall
1 in 4000
Value of n
0.025
Slopes
1:1
Bed Width
6.00 M
FSD
3.00 M
Length of Canal:
49.15 Km
Bed Fall
1 in 12,000
Value of n
0.025
Slopes
1:1
Teegaleru Canal :
Nallamala Reservoir :
Ultimate Stage
(V)
(VI)
(VII)
Stage-I
+ 244.00M
+229.00M
TBL
+248.00M
+230.00M
+ 244.00M
+229.00M
TBL
+248.00M
+230.00M
FRL
+ 244.00M
+219.00M
TBL
+248.00M
+220.00M
Kakarla Gap
7.5 to 12.875Km
Discharge R/D
4.25/4.698
2.00/2.187
Bed Width
4.00 M
3.00 M
FSD
1.60 M
1.20 M
Surface Fall
1 in 12,000
1 in 12,000
Side Slopes
1:1
1:1
Value of n
0.018
0.018
Velocity
0.524M/Sec
210.00
CONTRACTOR
366
0.433M/Sec
155.245
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
FSL Start
211.60
156.545
TBL Start
212.05
156.845
CONTRACTOR
367
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
(IX)
(X)
(XI)
Link Canal :
Discharge Required
12.637 M3/Sec
Bed Width
4.00 M
FSD
2.70 M
Surface Fall
1 in 6,000
Side Slopes
1:1
Value of n
0.018
Discharge at Head
12.637 Cumecs
Section at Head :
4M x 2.7M
Ayacut at Head :
47,500 Acs.
Eastern Canal :
Length : 18.80 Km
Diameter
: 9.20M
Maximum: 884.70 MM
Minimum: 389.80 MM
59,500 Ac.
Sunflower 20% :
23,800 Ac.
Pulses 30%
35,700 Ac.
CONTRACTOR
368
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
j. Systems Requirement :
Operation Module
Measuring devices
Computer Systems
Communication System
Lighting arrangements
CONTRACTOR
369
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
VOLUME- I PART-F
PRICE BID
General
1.0
The bidder should quote the total contract price in the template provided online.
The Bidders should also fill up the same total contract price and submit a Letter
of Tender as per the format placed at Annexure FP1. The Lump sum price in the
Letter of Tender shall be the Contract Price. In case of any discrepancy between
the price quoted on line and in the prescribed formats of Volume-I Price Bid
including letter of Tender, then the price quoted in the template provided on line
only will be the contract price and will be considered for evaluation.
2.0
The bidders are to note that payments of the contract amount will be paid as per
the payment schedule appended in this section as Annexure-2.
3.0
The Bidders shall quote the prices both in figure and words.
4.0
The prices quoted in all the formats shall be in Indian Rupees only.
5.0
The service charges payable to M/s C1 India Pvt. Ltd., is as indicated below:
Transaction fee of Rs.28,700 /- includes all taxes the transaction fee is payable by each
bidder through online in favour of C1 India Private Limited, Hyderabad at the time of bid
submission.
CONTRACTOR
370
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
ANNEXURE - FP1
LETTER OF TENDER
( SCHEDULE - A )
TO_____________________________________________________________
Dear Sir,
CONTRACTOR
371
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
PART F
PRICE BID
SCHEDULE A
FOR EPC TURN KEY SYSTEM :
Name of Work : Investigation, design and excavation of Western Branch canal taking off at Km.25.465 of Eastern Main canal including construction of tunnel, CM&CD
works, distributory system, pump houses, delivery cisterns and pressure mains to create an IP of 58,500 Acres by lift including formation of reservoirs of
Turimella, Racherla, & Seetharam sagar and also formation of independent reservoirs of Ralla vagu & GundlaBrahmeswaram to create an I.P of 5000
acres in Prakasam, Kadapa and Nellore districts.
Description of Item
Investigation.
Conducting survey and detailed investigation, preparation of hydraulic particulars, design, drawings and
estimates for Western branch canal Lift Irrigation Scheme for project components of Lift systems with all
electrical and mechanical components, surge protection systems and all control valves for lifting not less
than 2.80 TMC of water in stipulated period in 3 stages from approach channel taking off at km 25.465 of
Eastern main canal to create an IP of 25600 acres in Prakasam District and 3.86 TMC of water from
approach channel taking off at km 25.465 of Eastern main canal to create an IP of 32900 acres in Kadapa
and Nellore Districts including formation of Tuirimella, Racherla and Sitarama Sagar Reservoirs and also
formation of independent reservoirs Gundlabramheshwaram and Rallvagu to create an IP of 5000 acres
including construction of CM&CD works and distributory system to carry the discharge required during
crop period as per modified penman method as contemplated in detailed project report with components
given below and getting approvals from the competent authorities as per design criteria of Irrigation
department, relevant I.S. Codes, CWC manuals and circulars issued by the department from time to time
including all operations for completion of work with following operations.
Detailed investigation and sub soil exploration
Investigation, design and drawings for lift systems and connected pipe lines and Electro
Mechanical and Hydraulic components.
Fixing of I.P stones and bench mark stones and transferring the values.
Preparation of Hydraulic particulars and obtaining approval from competent authority.
Fixing FRL contour in all reservoirs and fixing boundary stones @ 100m intervals.
Conducting FRL survey and preparation of area capacity tables for all the reservoirs.
Preparation of land plan schedules including preparation of houses etc coming under approved
alignment of lift component, pipelines, feeder channel reservoir bunds, foreshore of reservoirs,
surplus courses distributaries for submission to land acquisition officer by department.
Identification of quarries and borrow areas for construction materials and obtaining approval from
competent authority.
Preparation of detailed estimates and obtaining approval from competent authority.
Specific
ations
tem
No.
Amount
in Figures
Amount
in Words
Submission of program, action plan for entire package, submission of weekly reports,
monthly reports and maintenance of require records including online progress reports.
Preparation of reports in hard copies and soft copies for submission to department for
obtaining approval to competent authority.
Works
Supplying, testing, erection and commissioning of necessary lift systems with all Electrical &
Mechanical components, surge protection systems, delivery cisterns, pressure mains(Mild steel),all
control valves to carry required discharge during crop period as per Modified Penman method for
lifting 2.80 TMC of water in 3 stages to create an I.P of 25,600 Acres in Prakasam district and 3.86
TMC of water in single stage through two separate Pressure mains (Mild steel) to create an I.P of
25,400 Acres in Kadapa district and 7,500 Acres in seethrampuram mandal of Nellore district
including formation of Turimella, Racherla and Seetharama sagar reservoirs and also formation of
two independent reservoirs namely Gundla Brahmeswaram and Ralla vagu to create an I.P of 5000
Acres in Prakasam district including construction of CM&CD works and distributory system to
carry discharge required during crop period as per modified Penman method as contemplated in
detailed project report of Veligonda project.
I. Drawl of water from approach channel to intake sump.
Prakasam district:
Approach channel including C.C lining (M15) (with Paver) taking off from Eastern Main
canal @Km.25.465.
Lifting of water in three stages to create an IP of 25600 acres in Prakasam district.
Stage-I: From approach channel including C.C lining (M15) (with Paver) to Turimella
Reservoir.
Formation of Turimella Reservoir.
Gravity canal including C.C lining (M15) (with Paver) from Turimella Reservoir to the
intake sump at lift-II.
Stage-II: From tail end of gravity canal to Racherla tank.
Pressure main (Mild steel) from Lift-II to Racherla Tank.
Formation /Improvements to Racherla Tank.
375
Gravity canal including C.C lining (M15) (with Paver) from Racherla tank to intake sump at
lift-III.
Stage-III: From tail end of gravity canal to the canal with an FSL of +265.00m.
Pressure main (Mild steel) from Lift-III to delivery cistern @ Km.14.80 (Tentative).
Gravity canal including C.C lining (M15) (with Paver) from the delivery cistern after liftIII.
Construction of distributory net work system including CM&CD works to serve an Ayacut
of 25,600 Acres in Prakasam district.
Electrical transmission lines from 132/11 KV substations to pumping stations etc.
Lifting of water in single stage through two separate pressure mains to create an IP of
15,800 Acres in Kalasapadu mandal and 17,100 Acres in Porumamailla and sitarampuram
Mandals of Kadapa and Nellore districts.
Two Pressure mains (Mild steel) from lift-IV of length Km.21.60 (Tentative).
Two majors namely Porumamilla and Kalsapadu from the tail end of Pressure mains.
Approach channel from Porumamilla major to inlet of Tunnel to feed Seetharamsagar
reservoir.
Tunnel including Lining (VRCC GRADE) from tail end of Approach channel for
Seetharamsagar Reservoir.
Feeder channel from the exit of Tunnel to feed Seetharam sagar reservoir.
Formation of Seetharam sagar reservoir.
Construction of required number of Head sluices for reservoir including shutter
arrangements, motors, electrification arrangements & protection sheds for motors etc..
Construction of distributory net work system including CM&CD works to serve an Ayacut
of 32,900 Acres in Kadapa district.
Electrical transmission lines from 132/11 KV substations to pumping stations etc.
CONTRACTOR
Construction of required number of Head sluices for all reservoirs including shutter
arrangements, motors, electrification arrangements & protection sheds for motors etc..
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
376
III. Formation of Independent Reservoirs:
Formation of two independent Reservoirs namely Gundla Brahmeswaram and Rallavagu.
Construction of required number of Head sluices for reservoirs including shutter
arrangements, motors, electrification arrangements & protection sheds for motors etc
Construction of distributory net work system including CM&CD works to serve an Ayacut
of 5000 Acres in Prakasam district.
IV. Supplementation of water from Porumamilla Major to Racheruvu tank of Rajupalem of
Kalasapadu Mandal to stabilize the existing ayacut of 1800 Acres.
V. Formation of embankments wherever necessary with 98 % proctors density including
construction of
head sluice, off take sluices, CM&CD works.
Plantation of non fruit bearing wide sheltered selected variety of draught resistant plants
including cattle guards all along the main canal branch canals, Majors, Minor distributaries
on either side at 10M interval.
Formation of service roads on left/right bank of Main Canal and distributaries having
discharge of
more than 50 cusecs (1.416 Cumecs)
VI. Operation and Maintenance of canals, distributory system and reservoirs after
completion of construction for two years
VII. Operation and maintenance of Lift systems including pumps, motors and pressure
mains for 15 years.
Miscellaneous.
Formation of service roads along pressure mains & formation of diversion roads and
approach roads wherever necessary for pumping stations, reservoirs etc.
Fixing HP / display boards and direction boards and K.M and Hectometer stones for entire
system.
Planning for construction of whole system with all related works as per approved drawings
designs and specifications
Engaging technical personnel, insurance charges, banker charges etc.
Soil testing charges and Geo technical charges
CONTRACTOR
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE
377
Drilling of bore holes, laying pipelines and pumps for water supply to the entire work.
Shifting of electrical poles, transformers and telephone lines.
Construction of field sheds.
Photography and videography during execution, including finishing of progress report
Maintenance of system during defect liability period for fifteen years.
Note:
1.
2.
3.
4.
5.
The bidder shall quote a lump sum amount for the captioned work irrespective of percentage of components of work.
In case of any discrepancy between the over all contract prices quoted in words and figures, the price quoted in words shall prevail.
The Ayacut shown in the index plan is for guidance only and the actual alignments (pipe line, earthen bunds and canals etc.) S.No wise, village wise Ayacut details
should be prepared and the approval for Ayacut details from competent authority is to be obtained.
The Ayacut of the scheme is tentatively arrived at 63500 acres. If there is any decrease or increase in the extent as per above approved extent cost deduction or extra
cost will be made as the case may be as percentage of the corresponding component for the difference in Ayacut as per IBM estimate + or tender premium.
In case of decrease/increase in length of pipe line against the length provided in internal bench mark, cost deduction/extra cost will be made as the case may be as
percentage of the corresponding component for the difference in length of pipe line + or tender premium.
CONTRACTOR
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE