Sie sind auf Seite 1von 377

GOVERNMENT OF ANDHRA PRADESH

IRRIGATION & C.A.D. DEPARTMENT

PULA SUBBAIAH VELIGONDA PROJECT


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

Gundlabrahmeswaram to create an IP of 5000 Acres

of

Rallavagu

&

in Prakasam, Kadapa and

Nellore Districts.

TENDER NOTICE NO 12/ 2008-09. DATED: 4.11.2008

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.

Contract price schedule of payment Bill of quantities


Change in quantities
Extra items
Cash flow forecast
Contract price, schedule of payments, payment certificates
Payments
Interest on money due to contractor
Certificate of completion of works
Taxes included in the Bid
Price Adjustment
Retention
Liquidated damages and incentives
Mobilization of advance
Securities
Cost of repairs

E. Finishing the contract


52.
Completion
53.
Take over
54.
Final account
55.
Termination
56.
Payment upon termination
57.
Property
58.
Release from performance
F. Other General Conditions
59.
Water supply
60.
Electrical power
61.
Land
62.
Approach roads and roads in work area
CONTRACTOR

SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE

63.
64.
65.
66.
67.
68.
69.
70.

Payment for camp construction


Explosives and fuel storage tanks
Labour
Safety measures
Fair wage clause
Indemnity bond
Compliance with Labour regulations
Salient features Labour laws applicable

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.

Liabilities of the contractor


Contractors staff, representatives and labour
Accommodation and food
Relationship
Protection of adjoining premises
Work during night or on Sundays and holidays
Layout of materials stacks
Use of blasting materials
Plant and equipment
Steel forms
Inconvenience to the Public
Conflict of interest
Contract documents and materials to be treated as confidential
General obligations of contractor
Security measures
Fire fighting measures
Sanitation
Training of personnel
Ecological balance
Preservation of existing vegetation
Possession prior to completion
Deleted.
Access to contractors books
Drawings to be kept at site
BIS (ISI) Books and APSS to be kept at site
Site order book
Variations by way of modification, omissions or additions
care and diversion of river/stream
Clearing of the site and re-handing over
Health and sanitary
Labour camp and contractors staff colony
Use of site
Income Tax
Seigniorage charges
Value Added Tax (VAT)
Labour Welfare cess
Supply of Construction Materials
Setting out
Site data
Sufficiency of the contract price
Unforeseeable difficulties

CONTRACTOR

SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE

112.
113.
114.
115.
116.
117.
118.
119.

Rights of way and facilities


Avoidance of interference
Access route
Transport of goods
Contractors equipment
Progress reports
Designs
Programme

Special Conditions of Contract


1. General
2. Sufficiency of funds
3. Project components and basic parameters
4. Scope of work
5. Tests and Quality Control
6. Measurements and payments
7. Contractors work programme
8. Programme Scheduling/Re-scheduling
9. Monthly progress report
10. Additional Special Conditions of contract
11. Haul Roads
12. Regulations and bye laws
13. Passing of foundation etc.
14. Signing of field books, longitudinal sections, cross sections and
measurement books
15. Test Results
16. Cleaning up
17. Communications and notices by Contractors
18. Claim Supply of designs and drawings
19. Execution of works
20. Alterations in specifications and designs
21. Time limit for unforeseen disputes
22. Action and compensation payable in case of bad work
23. Works to be opened for inspection
24. Notice to be given before work is covered up
25. Supply of Plant, Ladders, scaffolding etc.
26. Audit and technical examinations
27. Permission for crossing NH/SH/Roads/Railway lines
28. Land acquisition
29. Use of site
APPENDICES
Appendix - SI
Appendix PI ..
Appendix CW
Appendix HW
Appendix OM
Appendix OS

..
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

Preamble - Entrustment of additional items


..
Statement showing milestones
..
Statement showing payment schedules

5. FORMATS OF SECURITIES
6. DRAWINGS
II.

PART B FORMAT B1 TO B19

III.

PART C

DATA SHEETS

IV.

PART D

BASIC PROJECT PARAMETERS

V.

PART E

PROJECT PROFILES

VI.

PART F

PRICE BID (SCHEDULE A)

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

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.
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.

CONTRACTOR

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.
Special Conditions
Tenders with an excess of more than 5%
over the internal benchmark value /
Estimated Contract Value arrived by the Department shall be summarily rejected.
In respect of tenders beyond 25% less than internal benchmark/ Estimated Contract
Value arrived by the Department, a Bank Guarantee (or) Demand Draft for the
difference between the tendered amount and 75% of internal benchmark value/
Estimated Contract Value should be furnished at the time of Agreement as additional
security deposit.
The e-procurement application is PKI enabled and supports the digital certificates
issued by APTS, for signing the bids at the time of submission by contractor. The
contractor has to procure digital certificates issued by APTS Ltd., Hyderabad as per
the procedure. Digitally signed bids are to be submitted electronically through
e-procurement, without which the tender will not be considered for opening the price bid.
The bidders intended to know the procedure of bid submission on e-procurement
platform; suitable training will be given by M/s. C1 India Ltd., Khairatabad,
Hyderabad. Government reserves the right to alter any conditions.
In the process, if the works are stalled due to legal intervention or due to natural
calamities, Government reserves the right not to pay any compensation.
The bidder should invariably get registered before submission of the bid and the bid will
not be opened and rejected out right if the proof of registration is not submitted
before opening of the price bid.

CONTRACTOR

SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE

NOTICE INVITING TENDERS


1

Department Name

Irrigation & CAD Department.

Circle / Division Name

Construction Circle, Prakasam, Ongole

Tender Number

eprocurement Notice No: 12/2008-09,


dt.04.11.2008

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

EPC (TURNKEY SYSTEM)

Tender Type

Open

8.

Tender category

EMD / Bid Security

10

EMD/Bid Security Payable to

11

Tender Fee

D.D. in favor of PAO., N.S.P.Ongole drawn on any


Nationalized / Scheduled Bank payable at ONGOLE
(or) Bank Guarantee in favour of Superintending
Engineer, Construction Circle, Prakasam Ongole.
from any Nationalized / Scheduled Bank valid for a
minimum period of 180 days from the last day of
submission of bids.
Not Applicable

12

Tender Fee Payable to

Not Applicable

13

Transaction Fee

14

Schedule Sale Opening Date

Rs.28,700/- including all Taxes as applicable


towards transaction fee by the participating bidders
through Electronic Payment Gateway vide G.O. Ms.
No. 4, Dated: 17-02-2005 and G.O. Ms. No. 13,
Dated: 05-07-2006 in favour of M/s. C1 India Pvt.
Ltd., by each participating bidder.
10-11-2008 @ 11.00 AM

15

Schedule Sale closing Date

10-12-2008 @ 3.00 PM

16

Bid Submission closing Date


(online)

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

Technical BID Qualification /Bid


opening date (Qualification and
Eligibility Stage) & Place.

19

25-11-2008 and 06.12.2008 @ 11.00 AM in the


office of the Superintending Engineer, Construction
Circle,Prakasam, Ongole
15-12-2008 at 11.30 AM onwards
O/o. Superintending Engineer
Construction Circle, Ongole

20

Price Bid Opening Date


(Financial Stage)
Place of Tender Opening

21

Officer Inviting Bids

22

Address

O/o Superintending Engineer, Construction


Circle,Prakasam, Ongole

23

Contact Details

Sri B.Suryanarayana Babu, B.E; M.I.E


Superintending Engineer,
Construction Circle,Prakasam,
Ongole-523001
Phone No. :08592-234253,
Cell : 9490165320
FAX No.08592-280738

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.

22-12-2008 @ 11.00 AM onwards


O/o. The Engineer-in-Chief, Irrigation,
Jalasoudha Building complex,
Hyderabad.
Superintending Engineer, Construction Circle,
Ongole

2) In case of joint venture


a) at least one of the partners should have a valid
registration with the Govt of A.P. as above and the
other partners should have applied for registration
CONTRACTOR

10

SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE

and shall upload the same as proof.


b) The total members in the joint venture should not
be more than Four.
c) The JV partners should be responsible for liability
individually proportionate to the extent of their
share in the JV and jointly for 100% share.
d) Shall submit JV deed duly registered with
condition that lead partner share shall not be less
than 50% in Joint Venture.
e) The JV partner of one bidder/firm shall not enter
into JV partnership with another bidder/firm for the
bid.
f) The bidder/firm/company should have ISO
certification or produce evidence of making
application for ISO certification.

(ii) Technical Requirement

3) The bids are limited to those individual firms,


Company and joint ventures that meet the eligibility
criteria ( both Technical & Financial).
4) In case of joint venture the eligibility criteria will
be considered on the basis of combined resources.
5] The bidder in his name should satisfy as per
formula (2 AN-B ) which should be greater than IBM.
Where A= Max. value of civil Engineering works
executed in any one year during preceding five
financial years. i.e. the financial year in which Bids
are invited taking in to account the completed as
well as works in progress.
N= No. of years prescribed for completion of works
for which tenders are invited.
B= Value of existing commitments and ongoing
works to be completed during the period of
completion of works for which tenders are invited.
Bidder should have executed (One similar
components of works as per item No.4 OF Tender
notice.)
1.
Bidder should have executed at least (1)
Similar project.
2.
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
3.
Bidder should have manufactured, supplied,
erected tested and commissioned
large
equivalent pumps with performance indicaters

CONTRACTOR

11

SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE

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.
4.
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.
5.
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.

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.

The bidder shall have annual financial turn

CONTRACTOR

12

SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE

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 2003-04 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 200304 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
CONTRACTOR

13

SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE

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

Procedure for bid submission

The bidder shall submit his response through Bid


submission to the tender on e procurement plat
form at www.eprocurement.gov.in by following the
procedure
given below.
The bidder would be
required to register on the e procurement market
place www.e procurement.gov.in or https://tender.
eprocurement.gov.in and submit their bids online.
Off line bids shall not be entertained by the Tender
Inviting Authority for the tenders published in e
procurement platform.
The bidders shall submit their eligibility and
qualification details, Technical bid, Financial bid
etc., in the online standard formats displayed in e
procurement web site. The bidders shall upload the
scanned copies of all the relevant certificates
documents etc., in support of their eligibility
criteria / technical bids and other certificate /
documents in the e procurement web site. The
bidder shall sign on the statements, documents,
certificates, uploaded by him, owning responsibility
for their correctness /authenticity. The bidder shall
attach all the required documents for the specific
tender after uploading the same during the bid
submission as per the tender notice and bid
document.
1. Registration with e procurement platform:
For registration and online bid submission bidders
may contact HELP DESK of M/s C1 India Pvt.
Limited. www.e procurement.gov.in.or
https://tender.eprocurement.gov.in
2. Digital Certificate authentication:
The bidder shall authernticate the bid with
Digital
Certificate
for
submitting
the
electronically on eprocurement platform and
bids not authenticated by digital certificate of

CONTRACTOR

14

his
bid
the
the

SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE

bidder will not be accepted on the eProcurement


platform.
For obtaining Digital Signature Certificate, you may
please Contact:
Andhra Pradesh Technology Services Limited
BRKA Bhavan, B-Block
Tankbund Road, Hyderabad 500 022
Phone +91-40-23220305
Fax: +91-40-23228057
(OR)
Any other Registration Authority of TCS-CA in India.
The city-wise list of RAs is available by clicking the
link Apply for a class-2 Certificate under Enroll
section
in
the
website
https://www.tcsca.tcs.co.in/mca21/index.jsp
3. Hard copies:
i) Vide ref.G.O.Ms.No.174, I & CAD Dept., Dated: 19-2008, 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
CONTRACTOR

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

Card Transaction of 1.85% on the transaction


amount payable to C1 India Pvt. Ltd shall be
applicable.
6. Corpus Fund: As per G.O.Ms.No.4 User
departments shall collect 0.04% of ECV (estimated
contract value) with a cap of Rs.10,000/- (Rupees
ten thousand only) for all works with ECV upto
Rs.50.00/- Crores and Rs.25,000/- (Rupees twenty
five thousand only) for works with ECV above
Rs.50.00/- Crores from successful bidders on
eProcurment
plat
form
before
entering
intoagrement / issue of purchase orders, towads
eprocurement fund in favour of Managing Director,
APTS. There shall not be any charge towards
eProcurement incase of works, goods and services
with ECV less than and upto Rs.10.00 Lakhs.
7. Tender Document:
The bidder is requested to download the tender
document and read all the terms and conditions
mentioned in the tender Document and seek
clarification if any from the Tender Inviting
Authority. Any offline bid submission clause in the
tender document could be neglected.
The bidder has to keep track of any changes by
viewing the Addendum / Corrigenda issued by the
Tender Inviting Authority on time-to-time basis in
the E-Procurment platform. The Department calling
for tenders shall not be responsible for any claims/
problems arising out of this.
8. Bid submission Acknowledgement:
The bidder shall complete all the process and steps
required for Bid submission.
The system will
generate an acknowledgement with a uniqe bid
submission
number after completing all the
prescribed steps and processes by the bidder. Users
may also note that the bid for which an
acknowledgement is not generated by the
eprocurement system are treated as invalid or not
saved in the system. Such invalid bids are not made
available to
the Tender Inviting Authority for
processing the bids. The Government of AP and M/s
C1 India Pvt., Ltd is not responsible for incomplete
bid submission by users.

CONTRACTOR

17

SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE

26

General Terms & Conditions

1. Tenders with an excess of more than 5% over the


internal benchmark value / Estimated Contract
Value arrived by the Department shall be summarily
rejected.
2. In respect of tenders beyond 25% less than
internal benchmark/ Estimated Contract Value
arrived by the Department, a Bank Guarantee (or)
Demand Draft for the difference between the
tendered amount and 75% of internal benchmark
value/ Estimated Contract Value should be
furnished at the time of Agreement as additional
security deposit.
3. The e-procurement application is PKI enabled and
supports the digital certificates issued by APTS, for
signing the bids at the time of submission by
contractor. The contractor has to procure digital
certificates issued by APTS Ltd., Hyderabad as per
the procedure.
Digitally signed bids are to be
submitted electronically through e-procurement,
without which the tender will not be considered for
opening the price bid.
4. The bidders intended to know the procedure of bid
submission on e-procurement platform; suitable
training will be given by M/s. C1 India Ltd.,
Khairatabad, Hyderabad.
5. Government reserves the right to alter any
conditions.
6. In the process, if the works are stalled due to legal
intervention or due to natural calamities,
Government reserves the right not to pay any
compensation.
7. Uploaded scanned documents authent- icated by
the representative of Bidder to Whom Power of
Attorney is given.
8. For similar works certificate to be issued by
EE/SE and countersigned by SE/CE.
9. Annual Turn Over of the last five years by the
certified CA/Annual report to be furnished with
clear indication about the Annual Turn Over of the
civil works.

CONTRACTOR

18

SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE

10. Similarly for net profit and net worth.


11. Solvency from banks.
12. e-procurement Corpus fund: An e-procurement
corpus fund of Rs.25,000/- administered by APTS
has to be paid by the successful bidder in the shape
of Demand Draft in favour of Managing Director,
A.P. Technological Services at the time of concluding
the Agreement.
13. Note:
a) Any other condition regarding receipt of tenders
in conventional method appearing in the tender
documents may please be treated as not applicable.
b) The bidders should invariably up load all the
scanned documents both technical bid and price bid
copies inclusive of EMD and transaction fee. The
price bid of only such bidders will be opened.

27

Scope Of Work

14. 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.
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

CONTRACTOR

19

SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE

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
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.

Lift -4 towards Kalasapadu Major:


Lifting of 1.780 TMC of water in single stage to
create an
ayacut of 15,800 Acres in
Kalasapadu Mandal.

b. Lift -4 towards Porumamilla Major: Lifting of


2.080 TMC of water in single stage to create
an ayacut of 17,100 Acres in Porumamilla
Mandal
(9,600Acres)
and
Sitarampuram
Mandal (7,500 Acres)
c. Approach channel from Porumamilla Major for
a sufficient length to the inlet of tunnel to
irrigate 7500 Acres in Sitarampuram Mandal in
Nellore District.
d. Tunnel for a length of 9.00 Kms to carry the
discharge of 3.50 Cumes from the tailend of
approach channel.
e. 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.
3. Distributory system including CM & CD
works to create an IP of 58,500 Acres in
Prakasam, Kadapa and Nellore Districts.
4. 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
A. Formation of Turimella Reservoir near Turimella
CONTRACTOR

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)

Supplementation of water from Porumamilla


Major to Racheruvu tank of Rajupalem of
Kalasapadu Mandal to stabilize the existing
ayacut of 1800 Acres.
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
CONTRACTOR

22

SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE

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.
28.

Special Conditions.

The Scope of work shown above is only indicative


and detailed scope, basic parameters and project
profile have been described in the bid document in
appropriate chapters.
1. The time for completion of the project is 48(Forty
eight) months.
2. Issue of bid document will not automatically
construed the eligibility of the bidder(s) for
participation in the subsequent bidding process
and will be determined during evaluation.
3.

The Superintending Engineer, Construction


Circle, Ongole, Prakasam District, Andhra
Pradesh reserves the right to accept or reject any
or all the bids without assigning any reason
whatsoever.

4. The dates stipulated in the NIT are firm and


under no circumstances they will be relaxed
unless officially extended.
5. The bidders shall submit their tenders online
only. Any sort of difficulties for the problems in
the internet, web site in submission of tenders,
the department is not responsible.
6. Other conditions are as per the bid document
which will be available on e- procurement market
place from 10.11.2008 from 11.00 AM onwards.
7.Tenders with an excess of more than 5 % over the
internal benchmark value arrived by the
department shall be summarily rejected.
8.In respect of tenders beyond 25 % less than
Internal Benchmark arrived by the Department, a
Bank Guarantee (or) Demand Draft for the
difference between the tendered amount and 75 %
of internal benchmark value should be furnished
at the time of agreement as additional security
deposits.
CONTRACTOR

23

SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE

9. The e-procurement application is PKI enabled and


supports the digital certificates issued by APTS,
for signing the bids at the time of submission by
contractor. The contractor has to procure digital
certificates issued by APTS Ltd., Hyderabad as
per the procedure. Digitally signed bids are to
be
submitted
electronically
through
eprocurement, without which the tender will not
be considered for opening the Price Bid.
10. The bidders intend to know the procedure of bid
submission on e-procurement platform; suitable
training will be given by M/s C1 India Ltd.,
Khairatabad, and Hyderabad.
11. Government reserves the right to cancel/alter
the bid conditions at any time.
12. In the process, if the works are stalled due to
legal intervention or due to natural calamities no
compensation will be paid
13. The bidder should submit a copy of valid VAT
registration certificate issued by the VAT
registration authority.
14.The successful bidder should however pay the
EMD calculated at 2.5% of Bid amount at the
time of signing the contract in the shape of
demand draft or unconditional and irrecoverable
Bank Guarantee on the standard format enclosed
to the Bid schedule for a total period not less
than the stipulated period of completion of the
work in question, plus 24 months defect liability
period from the completion certificate.
The EMD of Rs 7.50 Crores paid by the
successful bidder at the time of the filing of bid
through DD or BG will be discharged after
submission of EMD calculated at 2.5% of Bid.
15.Tenders shall be valid for a period of 6 months.
Before expiry of validity, the authority who called
for the Tenders, shall seek for further extension of
validity from the contractors and iv case the
validity is not extended, his Tender will not be
considered and the EMD shall be returned.
16. The retention amount from the bills will be
deducted at the rate of 7.5%.
17.The transaction fee of Rs.25,000/- + 12.36 %
Service Tax, + Education Cess 1.85%
(Rs.
28,700/-) has to be paid through electronic gate
CONTRACTOR

24

SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE

way payment system to M/s C1 India Pvt. Ltd., by


each participating bidder at the time of Bid
submission it self.
18.

All necessary permissions / clearance /


approvals are to be processed and obtained by
the firm only on its own cost as user agency.
This Department will initiate the proposals in
respect of above.

19. In case of discrepancy between the price quoted


online and in supporting documents uploaded,
then the price quoted in the template provided
online only would be the considered for
evaluation.
20. The Earnest Money Deposit will be refunded to
the unsuccessful bidders, either after the
finalization of the Tender or on expiry of validity
of period of Tender, whichever is earlier.
21. The experience and Turn over certificate should
be certified by the concerned Executive Engineer
and Counter signed by the Superintending
Engineer and copies may be uploaded duly got
attested by the Gazetted officer.
22. Labour welfare cess at 1% to be recovered from
the successful bidder from the running bills
during execution.
23. For Mobilisation of funds for National Academy
of Construction (N.A.C.) at Hyderabad, an
amount @ the rate of 0.25% will be recovered
from the running bills of the contractor on the
gross amount.
24. To maintan the completed Lift Irrigation System
for 58,500 Acres for 15 (Fifteen) Years

CONTRACTOR

25

SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE

Amendment to Code for E.P.C. Works.


(A.P. Detailed Standard Specifications)
A.P.Detailed
Standard
Specifications

P.S. 8

Provision as per Code

Amendment as per EPC

Definitions:

The employer is the


Superintending Engineer,
i.e.
the
agreement
concluding authority.
Engineer-In-Charge is The
Executive
Engineer
in
charge of execution.

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

Note.1 under P.S.11:


In respect of EPC works the
conventional Schedule.A giving
the quantities against each item
of work is dispensed with. Only
project
information
regarding
project
features,
major
components as available are given
in
project
profile
of
bid
documents. Scope of work and
basic project parameters of the
project shall be defined in the bid
documents. The bidders shall
review the data / information
provided in bid documents and
satisfy themselves. Any doubts
shall be got cleared in pre bid
meeting.The
contractor
shall
quote the bid price in lumpsum
after careful analysis of cost
involved for the performance work
considering all basic parameters,
specifications and conditions of
contract The bid offer shall be for
the whole work and not for
individual item / part of work.
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE

P.S. 12

statement of quantities and all


conditions affecting the work and
shall not at any time after the
submission of their tender, dispute
or complain of such statement of
qualities, not assert that there was
any misunderstanding in regard to
the nature or amount of the work to
be done nor in consequence apply
for extension of time for completion
beyond the agreement date.

The bidder shall quote for the


entire work on a single source
responsibility basis. The cost of
all items of work necessary to
achieve the objective as setout in
the basic parameters shall be
included in the bid price. The
total cost of work shall be
mentioned.

Approximate not to mean


deviation from drawings and
specifications:

Note.1 under P.S. 12:


In respect of EPC works
the execution shall be
strictly in accordance with
bid
conditions.
Contractors
shall
not
deviate
from
basic
parameters of the project
to reduce his costs. EPC
being a turnkey system
extra items / financial
claims on the department
contingent to the work
other
than
price
adjustments shall not be
considered.

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:

Note.1 under P.S.13:

The quantities in Schedule .A In respect of EPC the E.C.V


are for a uniform comparison put to tender value shall be
of lumpsum tenders.
the basis for comparison of
tenders.
The agency shall furnish the
detailed estimates prepared
based on approved drawings
as per provision of
agreement.

CONTRACTOR

27

SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE

P.S. 14

Drawings and Specifications: - Note.1 under P.S. 14:


In respect of EPC works
Purpose:
The contract drawings if anydrawings given, listed and
read together with the contractindexed in bind documents
specifications are intended toare indicative. The above
show and explain the manner ofdrawings show the system as
executing the work and toa whole .The contractor shall
indicate the type from time tocarry out investigation to
prepare detailed layout,
time be given
designs and drawings of all
components of the work
within the stipulated time
period, to be approved by
consultant departmental
authority. The contractor
shall follow all relevant BIS
codes / circulars issued by
the department from time to
time for various components
of the works. In case of
difference of opinion on
technical matters between
the contractor and the
Engineer-in-charge , the
decision of the appellate
authority shall be final and
binding on the contractor.
The appellate
authority is Superintending
Engineer in respect of
designs and drawings
approved by Engineer-incharge.
The appellate
authority is Chief Engineer/
Chief Engineer (Designs) in
respect of designs and
drawings approved by
Superintending Engineer.
The appellate

CONTRACTOR

28

SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE

authority is the Committee


constituted by the
Government in respect of
designs and drawings
approved by Chief Engineer/
Chief Engineer(Designs).
P.S. 54

Assignment or sub letting:Note.1 under P.S. 54:


The
contractor
shall
not,In case of EPC works, if the
without the written consent ofprime contractor desires to
the EE, assign the contract norsublet a part of the work, he
sublet any portion of the same. should submit the same at
Ordinarily no sub letting will bethe time of filing bids (itself)
permitted, but in case suchor during execution, giving
should be permitted by the EE,the name of the proposed
it shall in no way free thesub contractor, along with
contractor from any of hisdetails of his qualification
responsibilities under clause ofand experience. The bid
his preliminary specifications oraccepting authority should
the Articles of Agreement.
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
aggregate value of works to
be awarded on sub letting
shall not exceed 50% of
contract value. The extent of
sub letting shall be added to
the experience of the sub
contractor and to that extent
deducted from that of the
main contractor.

CONTRACTOR

29

SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE

P.S.59

Delays and extension of time: Note.1 under P.S. 59


No claim for compensation onIn respect of EPC works the
account of delays or hindrancesChief Engineer shall permit
to the work from any causegrant of extension of time up
whatever shall lie, except asto six months and the State
hereinafter defined. Reasonablelevel Committee constituted
extension of time will be allowed by the Govt. beyond six
by the EE or by the officermonths, subject to levying
competent to sanction theliquidated damages wherever
extension
for
unavoidablenecessary and the employer
delays, such as may result fromcoveys the same to the
causes, which in the opinion ofagency.
the EE, are undoubtedly beyond
the control of the contractor.
The EE shall assess the period
of delay or hindrance caused by
any written instructions issued
by him at 25 percent in excess
of the actual working period so
lost.In the event of EE 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 SE of the Circle
whose decision will be final and
binding. The contractor shall
lodge in writing with the EE a
statement of claim for any delay
or hindrance referred to above,
within
14
days
from
its
commencement, otherwise no
extension of time will be
allowed.Whenever
authorised
alterations or additions made
during the progress of the work
are of such a nature in the
opinion of the EE as to justify an
extension
of
time
in

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

Delays in commencement orNote to P.S 60(a)


progress or neglect of workIn respect of EPC works.
and forfeiture of earnestTermination of contact shall
money, security deposit andalso be as per condition
No.55 of General Conditions
with held amounts
a. Time shall be consideredof EPC contract.
as of the essence of the
contract. If, at any timeNote to P.S 60(b)
the EE shall be of the
opinion that contractor isE.O.T in EPC contracts shall
delaying commencementbe granted.
of the work or violatingIn respect of EPC works the
any of the provisions ofChief Engineer shall permit
the
contract
or
isgrant of extension of time up
neglecting or delaying theto six months and the State
progress of the work aslevel Committee constituted
defined by the tabularby the Govt. beyond six
statement
Rate
ofmonths, subject to levying
progress in the Article ofliquidated damages wherever
agreement, he shall sonecessary and the employer
advice
the
contractorcoveys the same to the
neglects to comply withagency.
such demand within seven
days after receipt of such
notice, it shall then or at
any time thereafter, be
lawful for the EE to
determine the contract,
which determination shall

CONTRACTOR

31

SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE

carry with it the forfeiture


of the security deposit and
the total of the amount
with held under Clause 68
below, together with the
value or such work as may
have been executed and
not paid for, or such
proportion of such total
sums,
as
shall
be
assessed by the EE.
[ However,
any authority
higher in rank than the EE
may in his absolute discretion,
waive or modify any penalty or
forfeiture imposed by the EE
under the provision of clause]
b.

If, however, the EE not In respect of EPC contract,


withstanding the failure of payments are made as per
the contractor to comply payment schedule given in
The payment
with the demand referred to Annexure.II.
in sub-clause (a) of this schedule can be sub divided
sub
components.
clause or failure to maintain into
the
Rate
of
progress Quantities are not indicated
specified in the Articles of in the agreement or bill. In
of
execution
of
agreement
plus
any case
extension of time that may unfinished work of agency
have been allowed to the the quantities have to be
out
by
the
contractor as defined in worked
Clause 59, shall permit the department. The following is
contractor to proceed with to be adopted:
I. The deletion shall be in
the whole or part and
conformity with the
continue and complete the
sub components
whole or such part of the
already fixed.
work, such permission shall
not be deemed to be a waiver i. If the new agency is
willing to carry out work
in any respect by the EE of
at the amount not
the right of forfeiture under
exceeding
the
sub
this clause:
component percentage of
Provided however that any

CONTRACTOR

32

SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE

such forfeiture under


this
original
agency
ie.,
sub clause shall not exceed 5
where there is no extra
percent of the total of the
liability to government
contract amount.
the
same
can
be
Provided however that any
approved
by
the
authority higher in rank than
employer, irrespective of
the EE may in his absolute
monetary value.
discretion waive or modify any ii. If the new agency is
penalty or forfeiture imposed
willing to carry out the
by
the
EE
under
the
work and the amount
provisions of his clause.
exceed
the
sub
component percentage of
original agency, if the
c. It shall be a further right
difference is within 5%
of the EE, under this clause,
of agreement value the
at any time the Rate of
same may be entrusted
progress in the agreement is
by
the
Committee
not maintained, to give any
constituted for fixing
part of the work to any other
I.B.M. The difference of
contractor at his discretion, in
5% is to be made good
order to maintain the Rate of
from original agency.
progress
upon
the
completion of that part of the iii. If the agency is willing to
carry out the work and
work that is withdrawn, the
the amount exceed the
EE shall certify the amount of
sub
component
expenditure incurred by the
percentage by 5% of
department
getting
it
agreement
value,
all
completed
by
another
such cases require prior
contractor or contractors.
approval of Government.
Should
the
amount
so
certified be less than the
amount which would have
been die to the contractor on
the completion of that part of
the work by him, the
difference shall not be paid
to the contractor. [ should
however the former exceed the
latter, the difference shall be
recovered from the contractor
by the Government provided
CONTRACTOR

33

SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE

however that such a recovery


shall not exceed 5% of the
total contract amount].
Note:The contractor who makes a
standing security deposit of Rs.
1,00,000 (Rs. One lakh) with
the CE under whom he wishes
to tender for works is eligible
for
concessional
rates
of
earnest money deposit and
retention from bills. However
for the purpose of forfeiture
under
the
above
clause,
security
deposit
will
be
reckoned at the normal rate,
assuming that there is no
standing security and not at
the concessional rate.
P.S.62

Payment on lumpsum basis orNote.1 under P.S. 62


by final measurement or unit
In respect of EPC works
prices:
a) Payment for the work done the measurements shall be
by the contractor will be recorded by EPC agency in
made on the basis of the M.Books and LF Books
measurements recorded in issued by the EE duly
the measurement books or certified and numbered
level field books by an officer which shall be checked by
not below the rank of the the departmental officers
Supervise
and
check as detailed in departmental
measured by an officer not codes.
below the rank of an AE.
The measurements will be
recorded at the various
stages of the work, while it
is in progress, for the proper
assessment of the quantities
of work done and also after
the work is completed or
when the
contract is

CONTRACTOR

34

SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE

determined. The contractor


or his authorised agent shall
be present at the recording
of each set of measurement
and check measurement
and accept them, then and
there so as
to avoid
disputes at a later stage.
The set of measurements
and check measurements
may also be taken by the
department even in the
absence of the contractor or
his authorised agent, three
days after the issue of a
notice to the later in writing
of such intention by the
department.
b) In cases of over payment or
wrong payment made, if any,
to the contractor due to
wrong interpretation of the
provisions of the contract,
the APSS or otherwise, such
unauthorized payment will
be
deducted
in
the
subsequent bills or final bill
of the work, or failing that
from the bills under any
other contract with the
government or at any time
thereafter, from his security
deposits available with the
department.
c)
It shall be accepted as a
condition of the contract that
a payment of the final bill to
the
contractor
less
the
withheld amount and his
acceptance
thereof
shall
CONTRACTOR

35

SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE

constitute a full and absolute


release of government from all
further
claims
by
the
contractor under the contract.

CONTRACTOR

36

SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE

P.S. 63

CONTRACTOR

Payment for additions andNote.1 under P.S. 63 In


respect of EPC works the
deductions for omissions:
quantities are not shown as
The contractor is bound toin conventional Schedule.A.
execute all supplementalAs such payment for any
items that are foundextra work shall be regulated
essential, incidental andas under
1 Entrustment of the
inevitable
during
the
additional items
execution of the work, at
contingent to the main
the rates to be worked out
work and within the
as detailed below:
scope of contract will
be authorised by the
a) For all items of work in
employer and the
excess of the quantities
contractor shall be
shown in Schedule.A of
bound to execute such
the tender the rates
additional items at no
payable for such items
extra cost to the
shall be either the tender
employer and the cost
rates or the standard
of such items shall be
schedule of rates for the
deemed to have been
items plus or minus the
included in the
overall tender percentage
contract price quoted.
accepted by the competent
authority whichever is
less.
b) For the items directly
deductible
from similar
items in the agreement,
the rates shall be derived
by
adding
to
or
subtracting
from
the
agreement rate of such
similar item, the cost of
difference in quantity of
material
or
labour
between the new items
and the similar items in
the agreement, worked out
with reference to the
Schedule of rates adopted
in the sanctioned estimate
37

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

i. employ other parties to


carry
out
the
additional work in the
same
manner
as
provided for under
Clause 48, or
ii. the contractor shall
execute the work upon
written orders from
the EE and the cost of
labour and materials
plus
10
percent
thereon
shall
be
allowed
therefore,
provided
that
the
vouchers
for
the
labour and materials
employed shall have
been delivered to the
EE
or
his
representative within
seven days after such
work shall have been
completed. If the EE
considers
that
payment for such work
on the basis of the
vouchers presented is
unduly high, he shall
make
payment
in
accordance with such
valuation
as
he
considers
fair
and
reasonable and his
decision to the matter
shall be final, if the
amount involved in
additional payment is
Rs.1,000 or less, for
CONTRACTOR

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

Payments and certificates:


Payment will be made to the
contractor
under
the
certificate to be issued at
reasonable frequent intervals
by the EE or by the sub
divisional officer. Within 14
days of the date of each
certificate, an intermediate
payment will be made by the
EE or the sub divisional
officer of a sum equal to 92%
{(96 %)
in the case of
contractors who have lodged
the standing security deposit
of
[Rs.1,00,000
(Rs.1.00
lakhs)] of the value of work,
as so certified and the balance
of 7 %, (3 % in the case
of contractors who have the
standing security deposit) will
be with held and retained as a
security for the due fulfillment
of the contractor. Under the
certificate to be issued by the
EE or the sub divisional
officer on the completion of
the
entire
works
the
contractor will receive the final
payment of all the moneys due
or payable to him under or by
virtue of the contractor except
earnest
money
deposit
retained as security and a
sum equal to 2 % of the
total value of the work done,
provided there is no recovery
from or forfeiture by the
contractor to be made under
Clause 60. The amount with

CONTRACTOR

40

Note.1 under P.S. 68


In respect of EPC works the
amount recovered from the
final bills will be retained
under deposits and paid
together with the EMD
retained, after defect liability
period as stipulated in the
agreement
In case of Irrigation
Department works the defect
liability period is to be taken
as 2 working khariff seasons
or 24 months whichever is
higher.

SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE

held 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 six months as
all defects shall have been
made good according to the
true intent and meaning
thereof. However in the case
of works like conveyance of
materials, supply of materials,
slit clearance where the
fixation of observation period
is not necessary, the deposit
amount could be refunded
after the work is completed in
accordance with the terms of
the agreement.
No certificate of the EE or the
sub divisional officer shall
be considered conclusive
evidence
as
to
the
sufficiency of any work or
materials or correctness of
measurements to which it
relates, nor shall it relieve
the contractor from his
liability tot make good
defects as provided by the
contractor.
The
contractor, when applying
for a certificate, shall
prepare
a
sufficiently
detailed bill, based on the
original
figures
of
quantities and rates in the
contract (Schedule. A) to
the satisfaction of the EE
to enable the EE or the
CONTRACTOR

41

SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE

sub divisional officer to


check the claim and issue
the
certificate.
The
certificate as to such of the
claims mentioned in the
application as are allowed
by the EE or the sub
divisional officer shall be
issued within fourteen
days of the application.
No
application
for
a
certificate shall be made
within
fourteen
of
a
previous application.
In calculating the amount of
each item due to contractor
in every bill submitting for
payment
under
this
contract, fraction of below
five paise shall be omitted
and five paise or over shall
be reckoned as ten paise.
In calculating the total on
each bill amounting to
Rs.25/- or more under this
contract, fractions of less
than half rupee shall be
disregarded and half a
rupee and over shall be
reckoned as one rupee.
{The above clause will not
apply to contracts entered
into
for
designing,
manufacture,
supply
erection,
testing
etc.,
(mechanical contracts) where
special
conditions
are
incorporated providing for
CONTRACTOR

42

SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE

retention of 10% of the


contract value for 12 months
after the payment upto 90%
on erection and testing}

P.S. 69

Interest on money due to theNote .1 under P.S. 69


contractor;

In respect of EPC works the


retention amount in excess of
2.5 % of value of work done
No omission by the EE or theshall be released against
sub divisional officer to ayunconditional BG in
the
amount
due
uponmultiples of Rs. 25 lakhs(in
certificates shall vitiate orrespect of contracts 0of
make void the contract, norRs.100 crores and below) /
shall be contractor be entitledRs.50 lakhs(in respect of
to
interest
upon
anycontracts of above Rs.100
guarantee fund or paymentsCrores). The unconditional
in arrear, nor upon anyirrevocable BG shall be for
balance which may, on thethe period till the final bill is
final
settlement
of
hispaid. In the final bill 2.5 % of
accounts, be found to be duevalue of work done is to be
to him.
retained and kept under
deposits. The same shall be
Whenever
withheld
amountpaid after defect liability
reaches
Rs.1,000
or
aperiod.
multiple
thereof,
the
contractor may, at his option
deposit with EE Rs.1,000 or a
multiple thereof, in any of the
forms of interest bearing
securities recognized for the
purpose
by
the
APPW
Accounts code and subject to
CONTRACTOR

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

Amendment to Code for EPC works


under Financial Code Vol.1
Financial
code
Article.51

Provision as per Code


Contracts:
a.
A
Government servant who
incurs
expenditure
on
behalf of the Government
may have to enter into a
contract with a private firm
or a contractor for the
supply of stores
or the
execution of a work. The
Government
also
sometimes employ a person
on contract to serve as an
officer under them for a
definite period. When ever
a contract is made by or on
behalf of the government,
the terms of the contract
should be precise and
definite and there should
be no room for any
ambiguity
or
for
misconstruction of any of
its provisions.
Before
finally entering into a
contract on behalf of the
Government,
the
Government
servant
concerned
should
take
legal and financial advice
except in those particular

CONTRACTOR

45

Amendment as per EPC


Note under Article 51(a)
For entrustment of EPC
contracts the Government
may approve a panel of
firms/agencies based on
certain prescribed eligibility
criteria. This empanelment
shall be reviewed at a
periodicity of not more than
2 years.
In respect of EPC works,
limited tender system
inviting bids from the
approved panel of
firms/agencies under each
category or open tender
system shall be followed.
The form of bid documents
and contract format
approved specially for EPC
mode of works shall be
used.
In respect of pre-qualified
agencies, financial bid
evaluation shall be done.
In respect of open category
tenders, technical
evaluation shall be done
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE

classes of cases in regard


to which the departmental
codes or the government.
Orders issued from time to
time contain clear and
complete
instructions.
Contracts for the supply of
stores or the execution of
works should be made as
far as possible only after
openly
inviting
and
receiving tenders from all
who
wish
to
tender.
Standard forms of the
rates mentioned in the
contracts should be used
in all cases for which they
have been prescribed and
the rates mentioned in the
contracts
should
be
subjected to adequate prior
scrutiny. Whenever it is
likely that a contractor will
be entrusted with any
government property in
connection
with
his
contract,
a
provision
should be inserted in the
contract safeguarding the
government against loss or
damage in respect of any
government property that
may be entrusted to him or
his servants.

first following the criteria


specified in the bid
document and financial bid
evaluation shall be done in
respect of those who are
qualified in technical bid
evaluation.

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

responsible for strictly


enforcing the terms of the
contract and for seeing
that no act is done that
would tend to nullify or
vitiate the contract.
b. Appendix

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:

In addition to the four


methods of execution fifth
method is introduced for
Works are executed by one
execution of EPC works.
or other of the following four
(v) By an agreement in the
methods;
form approved by
i) the departmental
Government for EPC works.
method
ii) piece work contract In regard to method (v) the
method
details are set forth clearly
iii) the lump sum
in the form of articles of
contract
agreement, tender notice
method and
and tender documents
iv) the schedule
approved by Government.
contract
method.
Under method (i) , the
department concerned
itself
engages
the
necessary daily labour
and
purchases
or
supplies the necessary
materials.
This
method
is
adopted
when no contractor is
available or when it is
considered to be the
most
economical
method.

CONTRACTOR

Under method (ii), the


piece worker agrees to
execute a specified
work or part of a work
as
specified
rates
without reference to
quantity or the time
taken,
and
the
49

SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE

Under method (iv), the


contractor agrees to
execute one or more of
the items included in a
work at fixed rates,
and the amount to be
paid to him depends
on the quantity and
kind of work done or
materials
supplied.
This method is in use
mainly in the Forest
and
Agricultural
Departments

When method (ii), (iii) or (iv)


is adopted, special care
should be taken to see
that the rates and
amounts
fixed
are
economical, giving due
consideration to the
amount and nature of
the work tot be done.

Note:- No sales tax need be


levied on occasional
sales of materials by
departments
of
Government
to
a
contractor
in
pursuance of the
terms in the notice
calling for tenders
and actually used on
the works under the
provisions contained
CONTRACTOR

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.

Article 175 Measurement Book:


Note 1 under Article 175:
Government
1. In case of EPC works,
servants should strictly
measurements shall
observe the following general
be recorded by EPC
instructions in regard to
agency in M.Books
measurement books;and L.F.Books issued
by the concerned EE
1. All measurements
duly numbered and
should be taken down
certified. The
neatly in a
M.Books and
measurement book
L.F.Books have to be
issued for the purpose
maintained by the
and nowhere else. No
EPC agency through
one may record any
authorized graduate
measurement in a
engineers as per
measurement book
procedure prescribed
except a Government
in Code and finally to
servant who is
be handed over to the
empowered to make
department
CONTRACTOR

51

SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE

payment for the work


done or a duly
authorised executive
subordinate in
immediate charge of the
work who has been
supplied with a
measurement book;
2. the lines under
columns (1) to (4) on
each page, beginning
with the top line,
should invariably be
filled up at the work.
No line should be left
blank. Any lines that
are not required on any
page should be
carefully scored
through so that no
additional entry can be
made afterwards.
3. Each set of
measurements should
begin with entries
showing:i.
a.
b.
c.
d.

e.

in the case of work


full name of work as
given in the estimate,
situation of work,
name of contractor,
number and date of
his
agreement, if any,
date of
commencement of
work (ie date on

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.

ii). in the case of


materials supplied.
a. name of supplier,
b. number and date of his
agreement, if any,
or of the order,
c. purpose of supply,
d. date of written order tot
begin supplies,
e. date of actual
completion of supplies,
and
f. date of measurement.
Each set of measurements
should end with the
dated signature and
designation
of
the
Government
servant
who
takes
the
measurements.
A
suitable abstract should
then be prepared which
should which should
show, in the case of
measurement for work
done, the total quantity
CONTRACTOR

53

SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE

of each distinct item of


work relating to each
sanctioned sub head.
4. Since all payments of
work or supplies are
based on the quantities
recorded
in
the
measurement book, the
government servant who
takes the measurements
must take all possible
care
to
record
the
quantities clearly and
accurately. He will also
be held responsible for
the correctness of the
entries in the column
Contents or area in
respect
of
the
measurement recorded
by
him.
If
the
measurements are taken
in
connection
with
running
contract
account on which work
has
been
previously
measured, he will also
be held responsible for
recording a reference to
the
last
set
of
measurements
on
a
running account, or the
first
and
final
measurement, this fact
should be suitably noted
against the entries in
the M. Book, and in the
later case the actual
date
of
completion
CONTRACTOR

54

SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE

should be noted in the


prescribed place.
The
signature
of
the
contractor or his agent
should be obtained in
the M .Book after each
set of measurements
below the statement I
accept
the
measurements. If the
contractor or his agent
is illiterate, his thumb
mark should be attested
by independent witness.
5. Entries
should
be
recorded continuously
in the measurement
book. No page should
be left blank or torn
out. If a page is left
blank inadvertently it
should be cancelled by
diagonal lines as soon
as this is noticed and
cancellation should be
attested by the dated
initials
of
the
government
servant
concerned.
6. No erasure is permitted.
If a mistake is made,
the government servant
who is responsible
should correct it and
attest the correction by
his dated initials.
When any
measurements are
CONTRACTOR

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.

11. The Joint Director of


Industries
and
Commerce in the
case
of
the
Industries
Department,
the
District Collectors
in the case of the
Revenue
Department
and
the Officer specified
for this purpose in
the
concerned
department
manuals
are
competent to deal
with
losses
of
measurement
books. All losses of
CONTRACTOR

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

Article 177 Aid to Contractors:


Note under Article 177
No advance should be paidMethod (v) to be inserted
to a contractor except with
the special sanction of the 1.In EPC contracts, Mobilisation
Government
or
of
a advance not exceeding 5% of
the contract value is payable at
competent
authority
to the prescribed stages of
Mobilisation
whom they have delegated execution.
advance on new machinery at
power to sanction such
the prescribed percentage of
advances.
Government the value of new machinery not
servants
should
make exceeding 5% of contract value
every endeavor to maintain is payable against production
of original invoices in proof of
a system under which purchase of the machinery by
payment is made only for the contractor/ firm/ joint
venture.
work actually done.
When,
in
exceptional
circumstances,
a
Government
servant
considers it essential to
give
a
contractor
an
advance, he should apply
to the competent authority
for sanction.
When ever
any
such
advance
is
sanctioned,
all
the
Government
servants
concerned should take the
necessary precautions to
secure the Government
against loss and to prevent
the system from becoming
general
or
continuing
longer than is necessary.

CONTRACTOR

59

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.
3.
No mobilisation advance is
payable on achinery purchased
by an individual firm in respect
of joint ventures though that
individual firm is a partner in
the joint venture.
4. The contractor /firm/ joint
venture should submit an
undertaking to the effect that
they have not obtained any
mobilisation advance from the
government
against
the
machinery for which they are
presently claiming payment of
mobilisation advance. This is
to ensure that mobilisation
advance is paid only once
against one purchase.
Any
wrong declaration, when comes
to light, entails recovery of the
entire amount paid with penal
interest in a lump from their
immediate next work bill apart
from
instituting
other
prescribed penal actions.
5. Payment of mobilisation

SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE

advance is also permissible on


ordered machinery with approval
of Government.
6. Recovery of mobilisation
advance along with interest shall
be made as per provisions of the
contract.

CONTRACTOR

60

SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE

Article 185 Administrative Approval


and Technical Sanction:
(a)
Except to the
extent that the power to
accord
administrative
approval
has
been
delegated to subordinate
authorities, as shown in
Appendix
12
every
original work (including a
mixed works of the kind
described in Article 147)
which is allotted to the
PWD
required
the
administrative
approval
is required for a work
which
comprises
only
ordinary
or
special
repairs.

The estimate shall be


prepared
based
on
available
preliminary
data, the scope of works
and project parameters
taking into consideration
the points mentioned in
Para 390 and duly
furnishing approximate
financial break up of
component
parts
as
envisaged in Para 101 of
A.P.P.W D Code and
submitted in case of
works to be taken up
under EPC for according
Administrative approval.

(b) All proposals for the


construction of compound
walls, reconstruction of
collapsed
compound
walls, improvements to
existing ons as well as
proposal for the provision
of
iron
wire
fencing
require the approval of
the government even if
the expenditure thereon
could be met from the
Minor Works grant. But
their approval is not
necessary in the case of
part reconstruction of a
compound wall which
CONTRACTOR

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

(d) The detailed plans and


estimates for a work
should be prepared before
administrative approval is
sought
when
the
estimated cost of the work
is less than Rs.5,000 but
only after administrative
approval
has
been
accorded
when
the
estimated cost prepared
in the first instance when
the estimated cost of a
work is Rs.5,000 or more,
and should be submitted
to
the
authority
competent
to
accord
administrative
approval
along with a report on the
necessity for the work.
On
receipt
of
administrative approval to
works
costing
below,
Rs.50,000
the
PWD
should prepare a detailed
estimates and plans and
after
the
professional
authorities are satisfied
that the proposals are
structurally sound, the
countersigned of the head
of the department or of
the local head of the
department who applied
for the execution of the
work should be obtained
to
the
plans
and
estimates in token of
approval.
Technical
CONTRACTOR

63

SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE

sanction should then be


accorded.
In
the case of the
works costing Rs.50,000
and
above,
the
procedure
indicated
below
should
be
observed. As soon as
possible
after
administrative approval
is obtained to any such
building
scheme,
detailed
plans
and
estimate
should
be
prepared with lumpsum
provision for electrical
and sanitary fittings.
When the detailed plans
are ready in a rough
shape, the consulting
Architect to Government

CONTRACTOR

64

SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE

should consult the head of the


department who should in his
turn, obtain the advice of and
circulate plans to, experienced
officer of his department. The
head of department should also
consider specially such points as
layout and orientation of the
building on the site with an eye
on sanitation, water and electric
supplies and the suitability and
economy or arrangement of the
building.
The
consulting
Architect to government should
ascertain the exact requirement
from the HOD and incorporate
them in the building plans which
are then to be countersigned.
Such
approved
plans
countersigned by the HOD
should
not
be
altered
subsequently
without
the
sanction of the government. As
soon as the plans have been
countersigned, the EE should
immediately proceed to obtain
technical
sanction
communicating at the same time
copies of the certified plans to
the Electrical Engineer (General)
and in cases in which the
sanitary engineer has to be
consulted,
to
the
Sanitary
Engineer
also
for
further
guidance in the preparation of
detailed plans and estimates for
electrical
and
sanitary
installations.
If, the preparation of
detailed estimates it is found
that the cost will exceed the
estimate
administratively
approved by more than 10
percent, revised administrative
approval must be obtained before
technical
sanction
can
be
accorded.

In regard to any work


(costing
Rs.50,000
or
more) of construction,
65

Note:CONTRACTOR

SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE

Article.190 Methods of executing works: The following para to be


The piece work contractadded
method
(see
Article
63)In respect of EPC works the
should ordinarily be usedmethod of execution shall
only for works (includingbe as per the provisions of
improvements and repairs)agreement.
costing
not
more
than
Rs.2,500 it may also be used
for a work of improvements
and / or repairs costing over
Rs. 2,500, when that is
considered desirable, but the
reasons for doing so should
be
recorded.
In
the
scheduled areas or any other
tract
where
satisfactory
contractors under the lump
sum contract method are not
available, the piece work
contract method may be
adopted even for original
works costing over Rs.2,500
each.The necessary details in
regard to the lump sum
contract method are set forth,
clearly in the preliminary
specification of the Detailed
Standard Specifications, the
standardized forms of articles
of agreement, tender notice
and tender mentioned in
those specifications, and the
prescribed intermediate and
final bill forms.

CONTRACTOR

66

SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE

Article 192 Invitation to Tender:


Before a work is given on
contract,
the
government
servant who is competent to
enter in contract on behalf of
the government should have
the
necessary
contract
documents prepared.
He
should
invariably
invite
tenders when the amount
involved in the contract is
Rs.2,500 or more unless a
competent
authority
has
given special permission to
dispense with tenders. When
the amount involved is less
than Rs 2,500 the authority
competent
to sanction the
work has discretion to decide
whether or not tender should
be
invited,
as
seems
desirable in each case.
A
work must not be split up
into parts or some of which
cost less than Rs.2,500 with a
view to giving contracts
without calling for tenders
should invariably be invited
as publicity as possible eg.,
by advertisement in the AP
Gazettee
and
the
local
newspaper and by posting a
notice in English
and the
Indian languages used in the
neighbourhood
in
public
places,
and
intending
tenderers should be given free
access to copies of the
contract documents.
The
CONTRACTOR

67

Note.4 under Article


192
In respect of EPC works
bid documents approved
by Government shall be
adopted
for
inviting
tenders.

SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE

notice should always state.


(i)

When and where the


contract
documents
can be seen and the
blank forms of tender
obtained,
and
the
charge for a set of plans
or
other
tender
documents;

(ii)

When and where the


tenders
are
to
be
submitted and are to be
opened (if the contract
is a large one, the latest
date or the submission
of tender should be
atleast a month after
the date when publicity
is first given to the
invitation to tender);

(ii)

The amount of earnest


money that should be
sent with the tender
and the amount and
nature of the security
deposit to be made by
the successful tenderer
(the amount of earnest
money for either a piece
work contract or a
lumpsum contract, and
the additional security
required
from
the
successful tenderer for
a lumpsum contract
should each be 2
percent
of
the

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)

Who or what authority


has power to decide as
to the acceptance of a
tender.

Power should always be


reserved to reject any, or all,
or the tenders
received
without the assignment of
any reason, and this should
be expressly stated in every
invitation to tender.
No
tender should be accepted
from any person directly or
indirectly
connected
with
government service.
The
tenders should be opened in
the presence of any of the
tenderers or their authorised
agents who are present at
the notified time and place.
The government servant who
opens the tenders should
initial every correction in
each tender which has been
initialed by the tender, if there
is any correction in a tender
itself when it is opened. He
CONTRACTOR

69

SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE

should keep a personal note


of the total number of tenders
opened by him and check it
with the number shown in
the comparative statement or
tenders.
After the receipt of the
comparative statement and
before the selection of a
tenderer,
the
officer
concerned should examine all
the
tenders
and
satisfy
himself that no corrections
which were not in the tenders
at the time he received them
have been made in any of
them.
Note.1:- The rule that tenders
should be invited when the
amount involved in a contract
is not less than Rs.2,500
applies to
i.

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.

Note.2:- Notice calling for


tenders should invariably be
published in prominent local
newspapers in respect of all
works
costing
over
Rs.1,00,000.
Note.3:- In the case of road
work in the scheduled areas,
the EE may, if he thinks it
desirable to do so, refrain
from calling for tenders even
when the amount involved
exceeds Rs. 2,500 but if he
does not call for tenders for
such a work, he should
record his reasons.
Article 193 Acceptance of Tenders:
Note.1 under Article 193
As a rule, no tender for the The procedure
execution of a work should prescribed by
be received unless the Government for
tenderer presents along acceptance of tenders in
with it a challan showing respect of EPC shall be
that he has paid into the followed.
treasury or the bank the
earnest money notified as
necessary in the tender
notice.
The Government
servant who has to select
tender
for
acceptance
should
take
into
consideration the financial
status of each tenderer, his
capability,
the
security
which he offers and his
CONTRACTOR

71

SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE

record in regard to the


execution or other works.
When other conditions are
equal, he should accept the
lowest tender.
If the
accepts a tender other than
the lowest, he should keep
a confidential record of his
reasons for doing so and
should produce this record
for perusal by the AG or a
duly authorised member of
his staff, if requested to do
so.
Departmental
inspecting officers should
also examine every case of
acceptance of a tender
other than the lowest, and
report
to
the
higher
authorities any such case
for which, in the opinion of
the inspecting officer, there
was
no
sufficient
justification.
The acceptance or rejection of
a tender is a matter within
the discretion of the
government servant to whom
the duty is entrusted, and no
tenderer should be told the
reasons for rejecting his
tender. When it is considered
desirable to do so, a superior
authority or the AG or a duly
authorised member of his
staff will call on the
government servant who dealt
with the tenders to justify the
manner in which he exercised
CONTRACTOR

72

SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE

his discretion and may


require him to state his
reasons for rejecting any
particular tender.
When tenders have been
invited for a work in
accordance with Article 192
and there is no response or
all the tenders received are
rejected as being
unsatisfactory and it is
considered that a call for
further tenders would be
fruitless or in undesirable,
the government servant who
is competent to accept a
tender for the work may select
a contractor and allot the
work to him after obtaining
the sanction of his
immediately superior
authority.
Article 195 Agreement with
contractors:

The following shall be


added below f

a. Rates in excess of those 1. Entrustment of the


stated in an agreement
additional items
must on no account be
contingent to the main
paid, since the payment
work and within the
of rates not due under
scope of contract will be
the contract would
authorised by the
nullify it.
employer and the
contractor shall be
b. When a piece work
bound to execute such
contractor refuses to
additional items at no
execute any work at the
extra cost to the
rates stated in his piece
employer and the cost of
work agreement, the
such items shall be
CONTRACTOR

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

rate stated in an accepted


agreement
should
be
revised
whilst
the
agreement is in force.
When
the
government
servant incharge of a work
considers it desirable for
good
and
sufficient
reasons, to revise a rate
stated
in
a
current
agreement, he should apply
for the sanction of the
authority next above that
which accepted the original
agreement. If the revision
is sanctioned, he should
place on record with the
agreement the reasons for
the revision and its effect in
the total amount of work to
be done under each item
concerned and under the
agreement as a whole.
Whenever a revised rate is
sanctioned in connection
with an agreement, it will
take effect only from the
date of according sanction
unless
the
sanctioning
authority specifically orders
that it should be given
retrospective effect.
d. In every case falling
under Clause (b) or (c)
above,
the
government
servant concerned must
strictly comply with all the
rules applicable to the
revision of the estimate.
CONTRACTOR

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

Article 196 Alteration to design during


construction:
If any important structural
alteration is found to be
desirable whilst a work is
being constructed, the
proposal to make it should be
submitted for fresh
administrative approval by
the authority which gave the
original administrative
approval, even when it is not
likely to cause any increased
outlay. Revised detailed plans
and estimates should be
submitted for technical
sanction, if the alteration
involved any substantial
change in the cost of the
work.
Article 197 Revised Estimates:
A revised estimate should
be submitted when the
sanctioned
estimate
is
likely to be exceeded by
more than 5 percent for
any cause whatever or
when
material
developments or deviations
have necessitated revised
administrative approval. A
report should be sent with
it showing the progress
made up to date and
explaining fully why the
revision is necessary. The
revised estimate need not
contain details of the items
CONTRACTOR

77

SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE

which are not altered, but


merely a note stating that
they are not altered; a
comparative
statement
should be furnished for the
items that are altered. The
sanctioned estimate should
always be sent with the
revised
estimate.
If,
however, the likelihood of
an
excess
of
actual
expenditure
over
the
sanctioned
estimate
of
more
than
5
percent
becomes
known only at
such an advanced stage in
the construction of a work
that it would be useless to
submit a revised estimate,
the
facts
should
be
explained in completion
report.

CONTRACTOR

78

SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE

Amendment to Code for E.P.C. Works D


Code
Amendment as per
EPC

D Code

Provision as per Code

Para No.20

The SE should generally


prepare designs and save
detailed
plans
and
estimates prepared in his
office for all original works
improvements likely to cost
more than Rs.1,00,000. In
the case of estimate for
improvements to existing
structures amounting to
over Rs. 1,00,000 where
the SE could not undertake
the
preparation
of
estimates without being
supplied by the EE with an
amount of data which
would
make
it
more
convenient if the latter
himself prepared the plans
and estimates in question,
the EE should prepare
them.
The SE will be
responsible
for
the
engineering features of all
designs prepared by him,
his Personal Assistant will
be responsible for the
calculations and for the
accuracy of the rates.

CONTRACTOR

79

Note.1 under Para 20.


Superintending
Engineer should prepare
project profile and basic
project parameters with
project cost under EPC
Agency. The same shall
be approved by
i)
Superintending
Engineer upto
Rs.50 Lakhs
ii) Chief Engineer
More than Rs.50
Lakhs
and equal to Rs.200
Lakhs
iii)Committee
constituted
by
Government
for
works :
costing more than
Rs.200
lakhs.

SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE

Para No.99 Administrative Approval & Note .1 under Para 99


Technical Sanction:
The estimate shall be
For every work proposed to be
carried out, except petty works and
prepared based on
repairs the cost of which does not
available preliminary
exceed Rs. 2,500/- a detailed
data,
the scope of
estimate must be prepared by the
PWD for the sanction of competent
works and project
authority; this sanction is known
parameters
taking
as the technical sanction to the
into consideration the
estimate.
Except where definite
points mentioned in
provision is made in this Code to
the contrary, such sanction can
Para 390 and duly
only be accorded by Government
furnishing
or, where powers has been
approximate financial
delegated to them, by officers of
break
up
of
that
department.
Sanction
accorded to the construction of
component parts as
work by any other department of
envisaged in
Para
Government
is
merely
an
101 of A.P.P.W D
administrative approval of the
Code and submitted
work, which is in effect an order to
the PWD to execute a certain
in case of works to be
specified work for the department
taken up under EPC
as a stated cost.
for
according
Administrative
approval.

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

the plans to, experienced


officers of his department.
The HOD should also
consider specifically such
points as layout and
orientation
of
the
buildings on the site with
an eye on sanitation,
water
and
electric
supplies
and
the
suitability and economy of
arrangement
of
the
building. The Consulting
Architect to Government
should
ascertain
the
exact requirements from
the HOD and incorporate
them in building plans
which are then to be
countersigned.
Such
approved
plans
countersigned
by
the
HOD should not be
altered
subsequently
without the sanction of
Government. As soon as
the plans have been
countersigned, the EE
should
immediately
proceed
to
obtain
technical
sanction
communicating at the
same time copies of the
certified plans to the
Electrical
Engineer
(General) and in cases in
which
the
Sanitary
Engineer
has
to
be
consulted, to the Sanitary
Engineer also for further
CONTRACTOR

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

Para No.112 Preparation of estimates:


The papers to be submitted
with the project for a work
will consist of a report, a
specification and a detailed
statement
of
measurements, quantities
and rates, with an abstract
showing the total estimated
cost in rupees only of each
item.
These documents
form what is called the
estimate in the sense of
this Code. The form of the
abstract will depend on the
method proposed for the
execution of the work. If it
is intended to purchase or
supply materials and to
employ
labour
for
construction
separately
(whether by contract or
departmental agency), the
abstract of the estimate
should be so framed as to
show separately for each
distinct item of artificers
work (1) the
cost and
quantity of labor, and (2)
the cost of materials. But if
this is not the case, e.g.,
when any item of work is to
be executed by contract
and it is proposed to
contract for the completed
items of work, the abstract
of the estimate may show
merely the quantity and
cost of each item of work.
CONTRACTOR

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

In the case of a project


consisting of several works,
the report may be single
document for all the work
and
likewise
the
specification, but details of
measurements
and
abstracts may conveniently
be prepared for each work,
supplemented by a general
abstract bringing the whole
together.
In the case of
estimates for Repairs or
Maintenance,
only
the
specification
and
the
detailed
statement
of
measurements
and
quantities with the abstract
will ordinarily be required.
The report should state
clearly the purpose of the
work estimated for, and
explain any peculiarities
which require elucidation
including where necessary,
the reasons for adoption of
the estimated project or
design preference to others.

CONTRACTOR

85

SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE

Para No.
117

In the estimates for works


provision may be made at the
following rates for petty
supervision and
contingencies:1. Estimates upto
Rs.10,000/-

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

SE vide also Para 428(c).


The provision for petty
supervision should in no
case be diverted to meet
expenditure on other items
of work. A provision of 1
percent of the estimated
cost may also be made
towards handling charges
in
the
estimates
for
purchase of machinery.

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.

Method (i) is adopted in cases


where no contractors are
available or where, for other
reasons, it is found more
economical. Under this
method, the department
manufactures or purchases
its own materials. The
purchase of materials or tools
and plant and machinery is
governed by the store rules in
appendix 15 to the AP
Financial and Accounts Code
(Volume.II).
Method (ii) the piece worker
merely agrees to execute a
specified work at specified
rates without reference to
quantity or time. The
conditions of the contract add
the security to be taken from
the piece workers for the due
fulfillment of the contract are
set forth in form PWD V-51.
The piece worker usually
possesses little professional
knowledge or capital and
employs no supervising staff.
The department arranges for
the supervision, the setting
CONTRACTOR

89

SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE

out and the measuring of all


work. The piece work system
shall ordinarily be confined to
works costing not more than
Rs.25,000/-. Rupees one
lakh for construction or
repair works and Rupees Five
lakhs for transport works. If,
any case of improvements and
repairs costing above
Rs.2,500/- it is considered
preferable to adopt the piece
work system instead of
method (ii) reasons therefore
should be recorded in the
relevant file. The schedule of
rates in the piece work
agreement should show the
rates either for finished work
or for labour and material, as
the case may be even for
items for which lumpsum
have been provided in the
sanctioned estimates.
In regard to Method (iii) the
details are set forth clearly in
1. the preliminary
specification of the AP
Detailed Standard
Specificatitons.
2. the standardized forms
of articles of agreement,
tender notice and
tender mentioned in the
APDSS (PWD Form No.s
V-53(a) and 53(b)
respectively) and
3. the intermediate ad the
final bill forms
CONTRACTOR

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

should be adopted, such as,


specifying the catalogue
number product of a
reputable firm. When test
certificates are demanded,
full particulars shall be given
in the tender notice and the
agreement and it shall also be
stated therein that the cost of
furnishing such certificates
shall be borne by the
contractors.
Para
No.151

Contract Documents and Note1 under Para 151:


Enforcement:
Contract documents
Before a work is given out approved by the
on contract, the authority
Government for EPC
competent to accept the
works in terms of Para
contract must prepare
153 of D Code shall be
contract document to
followed whenever
include
tenders are invited for
EPC works.
i.
a complete set of
drawings showing the
general dimensions of the
proposed work and so far
as necessary details of the
various be clearly defined
by specifications or
drawings, as necessary
ii.
a complete specification
of the work to be done and
of the materials to be used,
unless reference can be
made to specifications
contained in the APDSS
and its Addenda Volume
( in the case of the items of
work for which there are
already standard
specifications, the numbers
of the relevant

CONTRACTOR

92

SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE

specifications of the APDSS


should be referred to in the
schedule attached to the
agreement)
iii.
a schedule of the
quantities of the
various descriptions of
work. (This is
necessary only in the
case of contracts based
on the lumpsum tender
system as defined in
the APDSS. In such a
case, the total under
the Schedule.A of the
agreement must be
equal to the lumpsum
entered in the
agreement), and
iv.
a set of conditions of
contracts to simplify as
necessary the
preliminary and other
specifications of the
APDSS forming part of
contracts based on the
lumpsum tender
system; ( in the case of
piece work contracts,
the conditions
considered necessary
for any particular case
in addition to those
printed in Form PWD V51 should be attached
to the agreement).

CONTRACTOR

93

SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE

Para
No.154

The following shall be


Tenders:
Tenders, which should always added under Para 154
before sub para (1):
be sealed, should be
In respect of EPC works
invariably be invited in the
most open and public manner limited/ open tender
system shall be followed.
possible, whether by
advertisement in the
Government Gazette or local The following shall be
news papers, or by notice in added under Para 154
English and the vernacular (iii).
posted in public places, and In case of EPC works the
bidder
shall
furnish
tenders should have free
EMD at 1% of the value
access to the contract
put to tender at the
documents. The Officer
opening the tenders should time of bid submission.
invariably date and initial on EMD @ 2.5% of bid
amount shall be paid at
all the pages of the tender
the time of concluding
document.
The notice should in all cases contract by successful
bidder. EMD shall be in
state:
the form of DD / BG
i.
when and where the
from
any
contract documents
Nationalized /Scheduled
can be seen and the
blank forms of tender bank.
The following shall be
can be obtained and
also the amount to be added as 4 under
paid for set of plans or Note.6 of Para 154.
In case of EPC works
other tender
a) Entrustment
of
documents.
the additional items
ii.
When and where
contingent to the main
tenders are to be
work and within the
received and opened,
scope of contract will
the date of receipt of
be authorized by the
tenders should be
employer
and
the
atleast 15 days for
contractor shall be
works costing Rs.1.00
bound to execute such
lakh and less, and 21
additional items at no
days for works costing
cost
to
the
more than one lakh and extra

CONTRACTOR

94

SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE

upto Rs.5.00 lakhs and


one month or more for
work costing over 5
lakhs from the date of
issue of the Chit tender
notice.
Note:- Sale of tender schedule
should be stopped three
clear days before the date
fixed for receipt of tenders.
The officer issuing tender
notice may reduce the time
for any special reasons to
be recorded.
iii.
The amount of earnest
money to accompany
the tender shall be 1
% of the estimated
amount of the contract,
subject to a maximum
of Rs.1.00 lakh in the
case of contractors,
who have not deposited
a lumpsum of standing
security deposit of
Rs.1.00 lakhs with the
CE concerned and one
percent only subject to
a maximum of
Rs.75,000/- in the case
of contractors who have
deposited a lumpsum of
standing security
deposit of Rs.1.00 lakhs
with the CE concerned.
Note.1:Tenders
should
invariably be called for
when the amount involved
in a particular contract is
(Rs. 5,000/-) or more. If it
CONTRACTOR

95

employer and the cost


of such items shall be
deemed to have been
included
in
the
contract price quoted.

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

is proposed, in any case


whether for urgency or any
other
reasons
to
be
recorded, to depart from
the rule, works may be
entrusted on nomination
at rates not exceeding
estimate rates by the EE,
SE or CE upto the
following limits indicated
against each.
Executive Engineer
-Rs.
10,000
Superintending EngineerRs.
25,000
Chief Engineer
Rs.
50,000
When tenders are dispensed
within the case of contracts
exceeding Rs.20,000 a report
should be made by the
officer entrusting the work
on nomination to the next
higher authority indicating
the reasons for dispending
with the tenders. When the
amount involved is less than
(Rs. 5,000/-) the EE may
call for tenders or not at his
discretion.
This rule does not admit of
a major work being split up
into parts and each part
being given out on contract
without calling for tenders.
Exception:- This rule shall
not apply to road works in
the Agency tracts. In the
case of such works, EEs
CONTRACTOR

96

referred to
Government
final decision

the
for

SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE

are authorised to exercise


their discretion as to
whether tenders should be
called for or not, even
though
the
amount
involved may exceed the
limit of Rs.2,500/-.
In
cases
where
the
EE
decided not to call for
tenders, the reasons for the
decision
should
be
recorded by him.
Note.2:- Notices calling for
tenders should invariably
be published in prominent
local
newspapers
in
respect of all works costing
over 1,00,000/- .
Note.3:- The CEs may
authorise dispensing with
tenders in the case of
contracts
pertaining
to
major works provided that
the total aggregate value of
such contracts in respect of
a particular major work
does
not
exceed
Rs.10,000/Note.4:- When once tenders
have been called for a work
in accordance with Note(1)
above and there is no
response or all the tenders
received are unsatisfactory
and have to be rejected
and it is considered that a
call for further tenders will
be fruitless or undesirable,
the officer
who is
competent to accept the
CONTRACTOR

97

SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE

tender may allot the work


to a contractor selected by
him with the sanction of
his immediate superior
authority, at rates not
exceeding estimate rates.

Note.5:- The rule in Note (1)


above applies.
a. to
contracts
for
execution
of
works
including
supply
of
materials
for
such
works
by
the
contractors themselves,
but
to
contracts
involving only supply of
materials (other than
road quarry materials)
or tools and plant; and
b. to contracts for the
supply of road quarry
materials.
In case of supply of
materials (other than road
quarry
materials)
and
tools and plant, the stores
rules in Appendix.15 of
the AP Financial Code
(Vol.II) apply vide also
Article 187 of the AP
Financial
Code
(Vol.I)
Asphalt, tar and such
bituminous products for
road
surfacing
are
governed by the stores
CONTRACTOR

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

of pitching or packing stone


or Earth work etc., where
all these items of work
cannot be successfully and
speedily executed by one
single contracting agency
in time.

In the case of collection


of stone which has to be
made at short notice, the
agencies for supply of stone
and its conveyance can be
fixed in advance by calling
for open tenders for rate
contract
quotations
annually for the period
from July to end of June
each year on the analogy of
the rate contracts awarded
by Director General of
Supplies and Disposals, for
supply of stone materials
and
Tools
and
plant
articles.
c. For
the
other
miscellaneous
items
of
works and those involving
labour and earth work etc.,
reach wise tenders may be
called for. These tenders
are to be compared with
the
basic
rates
and
decided. The basic rates
are arrived at by taking the
average of the accepted
tenders of the past three
years.
During the above
b.

CONTRACTOR

102

SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE

mentioned period no plea


by the tenderer for any
sort of modifications of the
tender based upon or
arising out of any alleged
misunderstanding or
misconception of mistake
or for any reasons should
be entertained.

Para No.
156

In selecting the tender to be accepted,


the financial status of the tenderers,
their capability, the security offered
by them or the record of their
execution of any works previously,
should be taken into consideration.
Other conditions being equal, the
lowest tender should be accepted. In
cases where a tender other than the
lowest is accepted, a confidential
record should be kept of the reason
for doing so.
Specific data with
reference to the financial solvency,
income tax paid, the ability of the
contractor to execute the work,
security offered by him, the names of
atleast some works executed formally
by the contractor, amount involved
therein
and the conduct and
performance of the contractor during
the execution of the tenderer whose
tender has been accepted but also of
the tenderers whose tender has been
rejected. The relative merits of the
various contractors concerned should
be discussed and cogent reasons
should be given while rejecting lower
tenders, if they are to be rejected.
This confidential record should be
shown to the Inspecting Officer of the
Audit department, if required.
In addition, in case where it is

CONTRACTOR

103

SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE

proposed to accept a tender other


than the lowest, the authority
competent to accept the tender
should, immediately after accepting
it, make a report to indicating the
reasons for accepting a higher tender
to the next higher authority, who
shall scrutinize the report carefully
and call for more details if necessary.
The SE or EE as the case may be,
should bring to the notices of the
higher authorities cases in which the
rule about the acceptance of the
lowest tender has been departed from
without sufficient justification.
The acceptance or rejection of tenders
is, however, left entirely to the
discretion of the officer to whom the
duty entrusted and no tenderer can
demand the cause of rejection of his
offer.

Para
No.174

Para No.
197

Ordinarily no work executed by


Method
method (ii) or method (iii) described in
para 150 should be started without ainserted
formal
agreement
or
contract(iii)
sanctioned by a competent authority.
The procedure to be followed in
emergent works is descrrbed in Para
178.

Advance to contractors are as


a rule prohibited and every
endeavour should be made to
maintain a system under
which no payments are made
except work actually done.
Exceptions
are,
however,
permitted in the following
cases:
a. Cases in which, in the
interest of work, it is
absolutely necessary to
make petty advances
(see para 315 APPW

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

Government may procure the ordered machinery with


machinery required for works approval of Government.
by the contractor and sell the
same to the contractors on
6. Recovery of
hire purchase terms, provided mobilisation advance
these conditions are
along with interest shall
stipulated in the tender
be made as per
documents at the time of
provisions of the
calling of tenders.
contract.

Para No.292 Measurement Books:


The measurement book,
common Form No.298 is a
most imp9rtant record since
it is the basis of all accounts
of quantities whether of work
done by daily labour, piece
work, schedule contract,
deviations in a lumpsum
contract, or of materials
received. It is the original
record of actual measurement
of count. The descriptions
must be lucid so as to admit
of easy identification and
check. A reliable record is the
object to be aimed at as it
may have to be produced as
evidence in a Court of Law.
Rules regarding the
maintenance of measurement
books and the manner of
making entries therein are
found in the APPW Accounts
CONTRACTOR

107

Note.4 under para 292


of D Code:
1. In case of EPC
works,
measurements
shall be recorded
by EPC agency in
M.Books
and
L.F.Books issued
by the concerned
EE
duly
numbered
and
certified.
The
M.Books
and
L.F.Books have to
be maintained by
the EPC agency
through
authorized
graduate
engineers as per
procedure
prescribed
in
Code and finally
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE

Code Para 293 and 294.

to be handed
over
to
the
department
(Engineer-incharge).

Note.1:- In the case of works,


where considerable earth
work has to be done, eg.,
excavation of a canal, the
quantity of work done shall be 2. In Earth Work
determined with reference to
Excavation
and
the levels taken before and
embankment
after excavation and the final
AE/AEEs
have
payment to the contractor
to
verify
and
shall be based on the lesser of
record
the two (ie.,) quantities based
on pit measurements and
a. 1/3rd of prelevels
levels taken. The levels taken
taken by EPC
in such cases are to be
agency
recorded in Level Field Books
b. 100% levels in
and calculations made after
case of
plotting the levels on action
cut off and
section sheets, and LF books,
foundations
section sheets and calculation
c .
25% of
statements are to be treated intermediate
as adjuncts to the
work done
measurement book. Detailed levels
rules regarding the
d. 100% for final
measurement to be taken in levels
the case of earth work
recorded by EPC
excavation are found in
Agency.
specification 20(A) (h) in
e.
All
Section.3 of APDSS.
measurements
recorded by the
The following certificates shall
EPC agency in
be inserted at the time of
the
M-Books
passing bills:
issued by the EE
shall be checked
Certificated that levels
to 100% extent
recorded in the LF books,
by AEs/AEEs
levels plotted in section sheets
f.
DEEs., EEs and
and the areas/quantities
SEs have to check
worked out in the calculation
the above levels
CONTRACTOR

108

SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE

sheets have been checked and


found correct.
Note.2:- Whenever
measurement books, change
hands, even if it is only from
one office to another situated
in the same building, the
3.
receipt of the books should be
acknowledged in writing by
some responsible person of a
grade not inferior to that of a
clerk.
Note.3:- In the case of job
works executed by piece
workers in the PW Workshops
at Hyderabad, Vijayawada
and Dowlaiswaram where
piece workers are given the
works for the amounts of
labour estimated for in the
work order estimates and
agreed to by the piece workers
in the form of agreement
printed in the work order
form (PWD IV.6) there is no
need to record in a
measurement book any
measurement of the works
done or the lumpsum is
entrusted to the piece worker
subject to payment to him at
a rate agreed to with reference
to weight or area of our turn,
it is necessary to record
detailed measurements or job
works in a measurement book
to serve as a basis for making
payment to the piece worker.
CONTRACTOR

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

Powers of CE, R&B - Para


Para
No.416. IV 415. V contracts:
Note.1 under Article
Contracts:
To accept tenders for
193
execution of works, including The procedure
those to be executed by the prescribed by
Electrical Engineer (General) Government for
by contract, upto technically acceptance of tenders in
sanctioned estimates plus
respect of EPC shall be
such percentage excess as the followed.
CE is competent to sanction
under excess over estimates.
When once a work is
administratively sanctioned
by the Government and the
estimate therefore is
technically sanctioned by the
competent authority and a
contract is concluded for the
execution of the work, no
work should be stopped or
slowed down (rare
emergencies expected) or
payments to contractors with
held or delayed, even if there
is need for a revised estimate
to be sanctioned by the
Government. Such payments
should however, be subject to
the existence of adequate
budget provision within the
relevant head of account.
When the expenditure on a
work is likely to exceed over
the 10% over the contract
value of the work (in the case
of premium tenders), the CE
should inform the
Government of the
CONTRACTOR

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

Amendment to Code for E.P.C. Works


(Andhra Pradesh Public Works Accounts
Code)
A.P.Public
Works
Accounts
Code
Para 293

Provision as per Code

Amendment as per EPC

Recording of Measurements Note 4 under Para 293


In respect of EPC works,
(Measurement Books):
M.Books and L.F.Books
have to be issued by the
Payment for all
works done otherwise than Executive Engineer to
by daily labour and for all EPC agency duly
supplies, are made on the certified and numbered
basis of the measurements for recording
measurements and
recorded in measurement
levels. The M.Books and
books, C.F.No.298 in
accordance with the rules L.F. Books shall be
maintained by EPC
in para 292 of the D
Agency and bills are to
Code. The measurement
books should therefore be be submitted to the
Engineer in Charge by
considered as very
important account records. the EPC agency along
All the books belonging to with a true extract of the
entire set for checking
a division should be
numbered serially and the and making payment.
pages of each book should The Engineer-in-charge
be machine numbered and has to keep the full set
of true extract with him
a register of them should
and return the originals
be maintained in form
to the agency for further
PWD VI-20, in the
use. The entire original
Divisional Office showing
record shall be finally
the serial number of each
book, the names of the sub handled over for record
divisions to which issued, to the Engineer-incharge by the EPC
the date of issue and the

CONTRACTOR

112

SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE

date of its return, so that


its eventual return to the
Divisional Office may be
watched.

Agency.

The rules relating to


the mode of payment in
the case of earth work are
set forth in Note.1 under
Para 292 of D code.
Note.1:- a similar register
should also be maintained
in the sub divisional office
showing the names of the
sub divisional officer and
Sectional Officer to whom
measurement books are
issued. Books no longer in
use should be withdrawn
promptly even though not
completely written up.
a.
Such completed
measurement books which
contain measurements of
the work executed by
contractors, having
running accounts, should
be sent to the divisional
office for final record, after
final bills have been paid to
the contractors. Until then
such books if not required
for reference by sub
divisional officers, or
Section officers should be
set to the Division office for
temporary records to be
taken back when payments
CONTRACTOR

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

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 petrol or oil and
balance on hand at the time
of such record.
Para 294

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

in the filed. Non of the


verify and record
lines should be left
blank.
Any lines not
a. 1/3rd of prelevels
required
should
be
taken
by
EPC
carefully scored through
agency
in
order
to
prevent
additional entries being
b. 100% levels in
made later on. Detailedcase of cut off and
measurements
should
foundation
be recorded only bys
Executive,
Assistant
Executive
or
c .
25% of
Asst.Engineers
or
byintermediate work done
Executive
subordinateslevels
in charge of works to
whom
measurement
d. 100% for final
books have been supplied
levels recorded by
for the purpose.
EPC Agency.
e. All measurements
Note.1:Engineer and
recorded by the EPC
Engineer
subordinate
agency in the Mstudents
undergoing
Books issued by the
their practical course
EE shall be checked
may be allowed to record
to 100% extent by
measurements provided
AEs/AEEs
they are systematically
f. DEEs., EEs and
checked by one of the
SEs have to check
officers mentioned above.
the above levels and
measurements
as
Note.2:Divisional
per standing codal
storekeepers or stores
provisions
and
clerks or the divisional
orders.
head
clerks
in
the
absence of both may, in
cases where there are no.
executive
subordinates
on the spot, and in
special cases where the
EE considers that the
exigencies of the service
require it, record their

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

Note.4:- The Foremen in the


PW Workshops, AP are
permitted
to
record
detailed measurements in
M.books.
Note.5:The
port
Conservators
at
Calingapatnam
and
Bheemunipatnam Ports
are authorised to record
measurements
in
measurement books.
The tools keeper in
the PW Workshops is
authorised to record in
measurement books the
receipt of materials in
cases where their value
does not exceed the
amount of his security
CONTRACTOR

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

balance on hand at the


time of such record.
(b) All measurements
should be neatly taken
down in a measurement
book, CF No.298,
issued for the purpose,
and nowhere else
(c) Each set of
measurements should
commence with entries
stating:
(i)

In case of bills for


work done.

(a) full name of work as


given in estimate.
(b) situation of work,
(c) name of contractor
(d) number and date of his
agreement
(e) date of commencement
of work (ie., date on
which the site was
handed over).
(f) date of actual
completion of work, and
(g) date of measurement
(ii)

In case of bills for


supply of materials

(a) name of supplier


(b) number and date of
his agreement or
order
CONTRACTOR

120

SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE

(iii) purpose of supply in


one of the following
forms, applicable to the
case
(i) Stock (for all supplies
for stock purposes)
(ii) Purchase for direct
issue to (here enter
full name of work as
given in
estimate)

(iii)Purchase for (here


enter full name of
work as given in
estimate).. For
issue to contractor
..on ..
(d) date of written order or
commencement of
supplies.
(e) Date of actual
completion of supplies,
and
(f) Date of measurement
and
.should end
with the dated
signature and designation of
the person making the
measurement see also para
294. A suitable abstract
should then be prepared
which should correlate in
the case of measurement for
work done, the total
quantities of each distinct
item of work relating to each
CONTRACTOR

121

SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE

sanctioned sub head.


(d)
As all payments for
work or supplies are
passed on the quantities
recorded
in
the
measurement book, it is
incumbent
upon
the
person
taking
the
measurement to record
the quantities clearly and
accurately. He will also
be responsible for the
correctness of the entries
in the column Contents
or
area
for
the
measurement
recorded
by
him.
If
the
measurements are taken
in connection with a
running contract account
on which work has been
previously measured, he
is further responsible.
1 that reference to the last set
of
measurements
is
recorded, and
2 that if the entire job or
contract
has
been
completed,
the date of
completion is duly noted in
the prescribed place vide
clause (c) above.
If the
measurements taken are
the
first
set
of
measurements on a running
account, or the first and
final measurements, this
CONTRACTOR

122

SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE

fact should be suitably


noted against the entries in
the measurement book and
in the latter case the actual
date of completion noted in
the prescribed place. The
signature of the contractor
or his agent should be
obtained in measurement
books after each set of
measurements, with the
addition:
I accept the
measurement. In the case
of illiterate men their marks
should be attested by an
independent witness.
(e) Entries
should
be
recorded continuously in
the measurement book.
No blank pages may be
left and no page be torn
out. Any pages left blank
inadvertently must be
cancelled
by
diagonal
lines, the cancellation
being attested. See also
para 292 of the D Code.
(f) No entry may be erased.
If a mistake is made, it
should be corrected by
the responsible officer
and initialed and dated.
When any measurements
are
cancelled,
the
cancellation
must
be
supported by the dated
initials of the officer
ordering the cancellation
or by a reference to his
CONTRACTOR

123

SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE

orders initialed by the


officer who made the
measurements. In either
case, the reason for
cancellation should be
recorded.
(g) Entries
should,
if
possible , be made in ink;
when this is not possible,
pencil entries should not
be inked over. Entries in
the contents or area
column should be made in
ink in the first instance.
(h) Each measurement book
should be provided with an
index which should
be
kept up to date.
(i)
Where
payment
is
resorted to with reference
to the levels, in the case of
earth work, the levels taken
should be recorded in
L.F.books. Calculation of
quantity of earth work
done should be made after
plotting the levels on
section sheets.
In such
cases, the LF books section
sheets and
calculation
statements
should
be
treated as
adjuncts to the
measurement book.

CONTRACTOR

124

SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE

Para 297

Check Measurement of
Works:

The following shall be


added as:
Note.3.
(1)(a) Sub Divisional Officers
1.
In Earth Work
should necessarily check
Excavation and
measure before payment and
embankment AE/AEEs
in proper time in the following
have to verify and
cases:
record
1. all final bills on
running accounts

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

it is not possible for the


sub divisional officer to
check measure before
payment should be
recorded by him in the
remarks column of
the measurement books
concerned and check
measurement should
be done by him at the
earliest opportunity
after payment has been
made.

agencies are in
existence, such
agency has to record
its
findings
in
M
Books/LF
Books
besides
furnishing
certificates
as
prescribed separately.

The CEs and SEs of


PWD may condone
irregularities arising out
of failure to conduct
check measurement
subject to the following
conditions:
a. that the cost of work
concerned is within the
powers of the CEs or
SEs concerned to write
off

b.

that the CEs or SEs


concerned is satisfied
that there has been no
loss on account of lack
of initial check
measurement.

c. The following will be


exceptions to the above
rules.
i.

In the case of Korambu

CONTRACTOR

126

SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE

works, where the quantities


of perishable materials
used, such as brush wood,
nanal etc., cannot be
checked measured after
use, the section officer and
the sub divisional officer
should inspect and stay on
the works for a as long a
period as possible, having
regard to the important of
the works and certify to the
satisfactory execution of
the works. On such
certificates payment may
be made
ii.
In the case of first
and
final
bills
for
Rs.200/and
less
pertaining to works of the
kind mentioned in item
(iii) in sub clause (a)
above,
if
the
sub
divisional officer could
not check measure them
in proper time, owing to
pressure of work, etc., it
is sufficient if the sub
divisional officer enters in
the measurement book
the reason why check
measurement could not
be done in time and
certifies
that
he
is
satisfied after inspection
that the work has been
done.
On
such
certificates, payment may
be made.
CONTRACTOR

127

SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE

iii. Check measurement


is not necessary in the
case of articles received
by one PW Division form
another and in the case
of
materials
obtained
from
firms,
departmentally for use on
works, when the cost of
materials purchased at a
time is Rs.500/- or less.
Provided however,
that check measurement
will be necessary when
supplies are arranged by
the PW stores division
from the firms direct to
the division concerned.
iv. The Asst.Engineer
(Electrical Engineer,
General Division, who is
in charge of electrical
works tin the mufassal,
shall check measure all
first and final bills over
Rs.25/- upto Rs.1,000/wherever possible before
payment. In the case of
works of which it is not
possible for the check
measurement should be
done by him at the
earliest opportunity after
payment, the reasons for
not having done check
measurement
before
payment being recorded
CONTRACTOR

128

SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE

by him in the Remarks


column
of
the
measurement
books
concerned.
In the case of supplies
of which, it is not possible
for the AE to check
measure before payment,
he should satisfy himself
to the extent possible at
the
earliest
possible
opportunity
after
payment
that
the
supplies
have
been
actually
received
and
used on the works for
which they were obtained
and record to that effect
in
the
concerned
measurement book.
Note.1:- This rule does not
apply to advance
payments made under
para 313 subject to
detailed measurements.
It applies to the bills in
which the advance
payments are adjusted
after detailed
measurements.

Note.2:- Measurements of all


jungle or prickly pear to
be cleared whether the
jungle is solid or in
patches should be
CONTRACTOR

129

SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE

recorded by the section


officer in a measurement
book before clearance.
The sub divisional officer
should also check
measure the works before
clearance except in the
case of those costing less
than Rs.50 in out of the
way places where there
are no other works
requiring sub divisional
officers attention. In
such cases the EE of the
Division concerned will
decide whether the work
should be check
measured or not.
Clearance which cost
more than Rs.300 should
be inspected by the sub
divisional officer after
clearance and before
payment.
(2)

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

empowered to waive check


measurement and
authorise payment of bills
upto Rs.500 (Rupees five
hundred only) in respect
of cases, where check
measurement as required
under the rules could not
be done and become
impossible afterwards
subject to the conditions,
that the sub divisional
officer records the
reasons for the non check
measurement and
certifies that the work
has been done after
inspection initial check
measurement.

CONTRACTOR

134

SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE

Para 306

Preparation, Examination 306 (7) - In respect of


and payment of bills:
EPC
works,
EPC
Before the bill of a
Agency shall prepare
contractor is prepared, the
monthly
work
bills
entries in the measurement based
on
book relating to the
measurements of work
description and quantities of
done and submit to
work or supplies should be
Engineer incharge.
scrutinized by the sub
In respect of EPC
divisional officer and the
works, payments shall be
calculations of contents of
regulated in accordance
area should be checked
with Annexure.IIarithmetically under his
Schedule of Payments
supervision. He need not
component wise.
work out personally all
The components may be
contents or area but his is
further divided into
responsible for the
appropriate sub
correctness of those entries.
components and stages.
The rates allowed should be
The payment of each
entered by the sub divisional
stage of sub component
officer in the abstract of
shall be expressed as
measurements, vide para 294
percentage of total cost of
. The bill should then be
approved bid which shall
prepared, from the
also be approved by the
measurement entries, in one
Superintending Engineer
of the forms prescribed in
and shall form part of
para 298 to 305 applicable to
contract. Sum of all
the case. Full rates as per
such stages of particular
agreement, catalogue, indent
component shall be equal
or other order should be
to the percentage of that
allowed only if the quality of
component shown in
work done or supplies made
Annexure.II of Schedule
is up to stipulated
of Payments.
specification. When the work
or supplies fall short of that
The percentage fixed
standard, and under the
for sub component shall
agreement, it is permissible to
be correlated to the main
make a final payment if the
component and volume of
contract is determined, or on
the work.
an account payment if the

CONTRACTOR

135

SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE

contract is to run on only


The eligibility for
such a fraction of the full rate payment shall be limited
should be allowed as is
to completed portions of
considered reasonable, with works, subject to other
due regard to the work
conditions envisaged in
remaining to be done and the the agreement and
general terms of the
executive instructions
agreement.
from time to time.
By a general or
special order in writing, the In EPC System, Schedulesub divisional officer may
A indicates only firm
permit an executive
lumpsum amount of the
subordinate, who has already contract.
been authorised to record
Bidder shall quote lump
measurements {para 294 (a)}, sum amount for the work
to enter, in the abstract of
as a whole.
measurements or directly in
the bill itself, the rates at
Percentages of
which he recommends the
components shall be
payment for work done to be indicated by the
made provided.
department in AnnexureII to Schedule .A
a.
that the use of
this permission is
confined to those works The Chief Engineer is
in charge of the
empowered to modify the
subordinate himself, the percentage of
contract rates for which components; stage wise
have already been
based on the detailed
approved by a
investigation, detailed
competent authority;
drawings, and detailed
estimation done by the
a.
that no increase EPC agency keeping the
in an authorised rate is total price bid unaltered.
suggested without the
prior sanction in writing The Superintending
of the competent
Engineer is empowered to
authority.
modify the subcomponents reacha. That when the
wise/stage-wise keeping
CONTRACTOR

136

SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE

authorised rate has not the percentages of


been fully earned, a
component unaltered.
suitable reduction is
made therein and the
reasons thereof are
recorded briefly for the
consideration of the sub
divisional officer ; and
d. That it is made widely
known to contractors
that all entries of rates
made by subordinates
in the abstracts of
measurements and bills
are subject to the
approval of the proper
disbursing officer.
2. The contract agreement
or written order in the
case of petty works
should always specify
the rates to be paid for
the several classes of
work or supply and
should not refer to the
estimated rates. The
fact that a revised
estimate has been
sanctioned is no
authority whatever for
the payment of rates
other than those
provided in approved
agreements.
4. Unforeseen items of
work provided for by a
lumpsum provision in
an estimate, should be
CONTRACTOR

137

SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE

paid for only after


actual measurement.
The agreement should
have a clause to this
effect.
The revision of
rates after work is carried
out is entirely in
admissible.
5. As a general rule,
payment for supplies is
not permissible until
stores have been
received and surveyed,
and provision for the
observance of this rule
should be made in all
contracts for the supply
of goods. In cases in
which the operation of
this rule might result in
hardship, as for
example, when costly
stores are ordered from
a distant firm and delay
in payment is
anticipated, an advance
not exceeding 75
percent of the value of
the consignment
dispatched may be paid
to the firm on receipt of
the railway receipt or
dispatch, provided the
firm is one approved by
the government ad it is
distinctly made clear in
the agreement or
otherwise that the
CONTRACTOR

138

SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE

payment is only of the


nature of an advance.
The amount should be
debited to
Miscellaneous
advance and the Audit
Officer will place it
under objection
pending receipt of a bill
based on actual
measurements,
adjusting the amount
advanced.
Note.1:- Advance payment
may be made against the
railway receipt at 90% of
the cost of iron and steel
materials supplied for
Irrigation Projects from
non subsidized imports
and at 100% for the
materials, supplied from
subsidized imports.
Note.2:- Advance
payment may be made
against the Railway
Receipt at such percentage
of the cost of material that
is stipulated in the rate
contract in respect of
materials purchased under
D.G.S., and D. Rate
contract by the direct
demanding officer.
Note.3:-In respect of
stores indented from firms
of repute, outside the
D.G.S & D rate contract,
CONTRACTOR

139

SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE

advance payment not


exceeding 90% of the value
of the dispatch documents
may be made to the firms
on the strength of the
dispatch documents which
include test certificates
and inspection notes, if
any, prescribed under the
terms and conditions of
the tender or purchase
order. In case where
dispatch documents are
sent through a bank,
advance payment not
exceeding 90% of the value
of the stores covered by
the dispatch documents
may be made to the bank
and the dispatch
documents got released,
the bank charges being
borne by the firm. In both
the cases, the firm should
furnish the following
undertaking before the
advance payment is made.
We undertake, the
event of any payment
being made in advance of
delivery to deliver the
material in accordance
with the terms of the
contract and in the event
of its not being so
delivered for any cases
whatsoever or the
material delivered by us
not conforming to the
CONTRACTOR

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

The store keeper of


the Krishna Central Division
is permitted to make
payments, from an imprest
given to him by the EE, on
nominal muster roll below
Rs.25 passed by the sub
divisional officer or the EE
and on petty bills for
conveyance of materials, etc.,
below the same amount and
to pay railway freight charges
below Rs.10/-.
The store keeper of
the Godavari Head Works
Division is permitted to
purchase petty articles and
make payments therefore
without pre audit to the
extent of Rs.15 (fifteen ) a
month from an imprest given
to him by the EE.
In special cases or
distance over 10 miles where
replenishment of petrol or
diesel oil enroute cannot be
avoided, the EE concerned
may authorise the opening of
a suitable temporary imprest
with the drivers of the lorries
or other vehicles as the case
may be and p0ermit them
enroute to purchase petrol or
diesel oil to the extent
required in each case.
CONTRACTOR

142

SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE

Para 309

From the measurement


The following shall be
books, all quantities should added under Para 309:
be clearly traceable into the
documents on which
The Sub Divisional
payments are made. When
Officer and Engineer-inthe bill is prepared for work charge shall exercise
or supplies measured a
check to see that the bill
remark to the effect Bill
submitted by EPC agency
submitted to the sub
is in accordance with
divisional officer / EE on
agreement conditions and
. Should be endorsed on certified by the
the abstract of
departmental Quality
measurements. The officer Control Authorities (or)
who signs the pay order
3rd Party Quality Control
should immediately on
Agency (or) by both if both
signing it cross out every page are deployed on the work.

CONTRACTOR

143

SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE

containing the detailed


measurements of the work or Engineer-in-charge (EE)
supplies paid for by a
should check the claim
diagonal red ink line. The
with reference to the
officer who actually disburses measurements recorded
the amount should enter the to see that the percentage
number and date of the
at which the bill is
voucher of payment with the claimed is clearly
remark Paid on by voucher traceable into the
No. on the abstract of
documents on which
measurements.
payments are to be made.
Payments shall be
Note:- The document on
adjusted for recovery of
which payment is made
advance payments,
should invariably show in the liquidated damages in
space provided for the
terms of agreement
purpose, the number and
conditions, security
page of the measurement
deposit for due fulfillment
book in which the detailed
of the contract.
measurements are recorded Recoveries shall be
and the dates on which the affected towards seignior
measurement and check
age charges on the
measurements were made.
materials used and VAT
and other statutory
recoveries as per State
and Central Government
Rules and Acts.
Para 457

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

The following shall be


added to the exemption
(1) under Note:
In respect of EPC works
the retention amount in
excess of 2.5% of total
value of work billed for
shall be released against
BG in multiples of
amounts specified in the
agreement, if the rate of
SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE

desired this is writing; and

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

contractors bill for the


due

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

entered into under the


new

lumpsum

form,

contract

whenever

the

withheld amounts reach


Rs.1,000

or

multiples

thereof, subject only to


the

condition

that

the

date of progress contained


in

the

Articles

Agreement

is

of

properly

maintained vide Clause


69 (b) of the preliminary
specification

to

the

A.P.D.S.S.

2.

Contract entered into

under the old lumpsum


contract form subject to
the condition that the CE
specifically authorised the
concession of converting
the
into

withheld

amounts

interest

bearing

securities,
which

in

the

cases

in

withheld

CONTRACTOR

146

SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE

amounts reach Rs.10,000


or multiples thereof.

CONTRACTOR

147

SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE

Article 163

Methods of executing
works:

In addition to the four


methods of execution fifth
method is introduced for
Works are executed by one
execution of EPC works.
or other of the following four
(v) By an agreement in the
methods;
form approved by
iv) the departmental
Government for EPC works.
method
v) piece work contract In regard to method (v) the
method
details are set forth clearly
vi) the lump sum
in the form of articles of
contract
agreement, tender notice
method and
and tender documents
iv) the schedule
approved by Government.
contract
method.
Under method (i) , the
department concerned
itself
engages
the
necessary daily labour
and
purchases
or
supplies the necessary
materials.
This
method
is
adopted
when no contractor is
available or when it is
considered to be the
most
economical
method.

CONTRACTOR

Under method (ii), the


piece worker agrees to
execute a specified
work or part of a work
as
specified
rates
without reference to
quantity or the time
taken,
and
the
148

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.

In addition to the four


methods of execution
fifth method is
introduced for execution
of EPC works.
(v) By an agreement in
the form approved by
Government for EPC
works.
In regard to method (v)
the details are set forth
clearly in the form of
articles of agreement,
tender notice and tender
documents approved by
Government.

Under method (i) , the


department concerned
itself
engages
the
necessary daily labour
and
purchases
or
supplies the necessary
materials.
This
method
is
adopted
when no contractor is
available or when it is
considered to be the
most
economical
method.
Under method (ii), the
piece worker agrees to
execute
a
specified
work or part of a work
as
specified
rates
without reference to
quantity or the time
CONTRACTOR

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

Date:18th July, 2007.

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.

RAJIV RANJAN MISHRA


SECRETARY TO GOVERNMENT

CONTRACTOR

151

SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE

Minutes of the meeting held on 6.7.2007 at 10.30 AM at Jalasoudha


Buuilding, Hyderabad.
The following Officers were present:

1.
2.
3.
4.
5.
6.
7.
8.

Secretary to Government (RRM) I & CAD


Advisor (Monitoring)
Lead Consultant SPIU (I&CAD)
Chief Engineer, CDO, Hyderabad
Chief Engineer (Projects), Mahabubnagar
Chief Engineer, NSRSP, Hyderabad
Commissioner, Godavari Basin.
Chief Engineer, SSP & FFCLMD Colony, Karimnagar.

The purpose of the meeting and issues involved were


explained to the Members. The following were the points discussed.
i.

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.

The Operation and Maintenance of the Pumps and Motors is to be


done as per the manufacturer manuals. All the contractors
supplying erecting difference types of pumps and motors have to
be requested by the concerned Chief Engineers for obtaining and
furnishing original copies of manufacturer manuals for the pumps
and motors installed.
(Action: All Chief Engineers)

iii.

The Operation and Maintenance of Pumping Stations may be


available for the publications of Central Board of Irrigation and
Power (CBIP) or NHPC or CEA. The Chief Engineer, NSRSP
promised to check-up and obtain copies of guidance and furnish.

iv.

As per the agreements of ongoing Projects the Contractors are


supposed to supply spares required for 2 to 5 years of maintenance
inventory of spares required has to be ascertained from the
Manufacturers Manuals and also in consultation with the

CONTRACTOR

152

SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE

APGENCO who are experienced in maintenance of Hydro Electric


Station.
(Action All Chief Engineers)
v.

Maintenance of Electrical Substations at the Pumping Stations


has to be entrusted to APTRANSCO by entering into agreement
with them.

CONTRACTOR

153

SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE

vi.

To facilitate smooth take over from the Contractors after


completion of the maintenance period by the Contractor the Staff
of the Department have to be trained. Further, the APGENCO will
have to be requested to depute the following staff.
a) Divisional Electrical Engineers
(One each for 2 to 3 L.I. Schemes)

3 Nos.

b) Asst. Divisional Electrical Engineers

1 for each Project.

c) A.E.Es. The AEEs recruited already and available in the


Department are to be posted to the ongoing L.I. Schemes for
obtaining required training by APGENCO.
vii.

Staff Quarters are to be constructed for maintenance staff at each


Pumping Station with necessary amenities.

2.

Action on the following issues is to be initiated immediately.


a) If the construction of Staff Quarters is not provided in the
present Agreements, estimates are to be prepared for the
same and after sanction construction is to be taken up.
b) One retired Chief Engineer / Superintending Engineer with
experience in hydro power station and their maintenance
has to be recruited as Consultants, through Advertisement
and kept with CE, CDO for preparation of guidelines for
O&M of each Lift Irrigation Scheme.
c) The available Electrical and Mechanical A.E.Es are to be sent
for training in maintenance of pumps, turbines and motors
of APGENCO.

RAJIV RANJAN MISHRA


SECRETARY TO GOVERNMENT

CONTRACTOR

154

SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE

Memo No.24340/Reforms-A1/2008-1,
Sub:-

Dated.08.09.2008.

EPC Contracts Maintenance for two years by the EPC


Contractors Regarding.

***
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)

to provide all services necessary t maintain the project


efficiently, maximize the availability of the project, optimize
the useful life of the project.

ii)

to provide requisite no. of qualified ( and if required licensed)


personnel to perform the services such as operation and
maintenance of the system.

iii)

to carryout
operation, maintenance and repair and
preventive maintenance with the recommendations of the
employer.

vi)

to carry out any maintenance or repairs or rectification work


in case of any problem or emergency that may arise while
the system is in operation during the agreed maintenance
period of two years.

v)

to prepare annual operation plan and submit to employer for


approval.

vi)

to prepare Gate operation schedules of all regulation


structures, after model study and get it approved by the
employer.

vii)

to prepare Reservoir working tables and


schedules, in case of Reservoirs.

viii)

In respect of LI Schemes, a detailed O&M agreement has to


be concluded with the EPC contractor, duly specifying all
tasks to be performed.

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

their jurisdiction. The Engineer-in-Chief (Irrigation) may evolve suitable


guidelines for deployment of personal for Operation and maintenance of
the schemes during maintenance period.
3.
Any laxity in this regard will be viewed seriously.

RAJIV RANJAN MISHRA


SECRETARY TO GOVERNMENT

CONTRACTOR

156

SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE

2. INSTRUCTIONS TO BIDDERS
A
1.0

GENERAL

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.

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

Acceptance Conditions of the Technical bid and Price Bid

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.

2) In case of joint venture


a) at least one of the partners should have a valid registration with the Govt
of A.P. as above and the other partners should have applied for registration
and shall upload the same as proof.
b) The total members in the joint venture should not be more than Four.
c) The JV partners should be responsible for liability individually proportionate
to the extent of their share in the JV and jointly for 100% share.
d) Shall submit JV deed duly registered with condition that lead partner share
shall not be less than 50% in Joint Venture.
e) The JV partner of one bidder/firm shall not enter into JV partnership with
another bidder/firm for the bid.
f) The bidder/firm/company should have ISO certification or produce evidence
of making application for ISO certification.
3) The bids are limited to those individual firms, Company and joint ventures

that meet the eligibility criteria ( both Technical & Financial).


4) In case of joint venture the eligibility criteria will be considered on the basis
of combined resources.
5] The bidder in his name should satisfy as per formula (2 AN-B ) which should
be greater than IBM.
Where A= Max. value of civil Engineering works executed in any one year
during preceding five financial years. i.e. the financial year in which Bids
CONTRACTOR

158

SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE

are invited taking in to account the completed as well as works in


progress.
N= No. of years prescribed for completion of works for which tenders are
invited.
B= Value of existing commitments and ongoing works to be completed
during the period of completion of works for which tenders are invited
3.1

The Bidders are liable to be disqualified / debarred / suspended / black listed if


they have

Furnished false / fabricated particulars in the forms, statements and annexures


submitted in proof of the qualification requirements and/or

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.

3.2 a) If the contract price quoted by a Bidder is found to be either


abnormally high or with in the reasonable limits but under collusion or
due to unethical practices adopted at the time of Bidding process, such
bids shall be rejected.
b) A Bidder submitting a Bid which the Bid accepting authority considers
excessive and/ or indicative of insufficient knowledge of current prices or
definite attempt of profiteering will render himself liable to be debarred
permanently from Bidding or for such period as the Bid accepting authority
may decide. The Bidders quoted price should be based on the controlled
prices for the materials, if any, fixed by the Government or the reasonable
prices permissible for the Bidder to charge a private purchaser under the
provisions of clause-6 of the hoarding and profiteering prevention ordinance
of 1943 as amended from time to time and on similar principle in regard to
labour supervision on the construction.
3.3 Bidder who submits the bid having tie-up with reputed agencies / firms for the
specialized work of conducting surveys and detailed investigation of canal
system and design-engineering of the total canal system and design, fabrication
and erection of gates shall comply with the following requirements.
(i)

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)

All partners of MOU/Joint Venture shall be liable jointly and severally


responsible for the execution of contract in accordance with contract terms
and a relevant statement to this effect shall be included in the MOU/Joint
Venture partnership deed.

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.

Lift -4 towards Kalasapadu Major: Lifting of 1.780 TMC of water in


single stage to create an ayacut of 15,800 Acres in Kalasapadu Mandal.

c.

Lift -4 towards Porumamilla Major: Lifting of 2.080 TMC of water in


single
stage to create
an ayacut of 17,100 Acres in Porumamilla
Mandal (9,600Acres) and Sitarampuram Mandal (7,500 Acres)

d.

Approach channel from Porumamilla Major for a sufficient length to the


inlet of tunnel to irrigate 7500 Acres in Sitarampuram Mandal in Nellore District.

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.

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.
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

7.0 Cost of Bidding


The Bidder shall bear all costs associated with the preparation and submission of
his Bid technical and other documentation, site visits, surveys etc., and the Bid
inviting authority will in no case be responsible and liable for those costs.
8.0 Site Visit.
8.1 The Bidder, at the Bidders own responsibility and risk is advised to visit and examine
the Site of Work and its surroundings and obtain all information that may be
necessary for preparing the Bid for entering into a contract, for construction of the
work. The costs of visiting the site shall be at the Bidders own expense.

CONTRACTOR

164

SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE

BID DOCUMENT
9.0

Contents of Bid Document

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

Formats B-1 to B-19

PART-C

Formats of Technical Bid (Data Sheets 1-12)

PART-D

Basic Parameters

PART-E

Project Profile.

PART-F

Price Bid (SCHEDULE-A)

VOLUME-II

Technical Specifications for Civil Works, E.M. & H.M.

10.0 Technical Specification


10.1 Addenda if any issued by the Bid inviting officer before the last date for submission
of Bids shall form part of bid documents.
10.2 The bidder shall be deemed to have carefully examined all the bid documents and
also to have satisfied himself as to the nature and character of the work to be
executed and where necessary of the site conditions and other relevant matters /
details, any information thus had or otherwise obtained from Employer,
Department, Engineer-in Charge or inspector shall not in any way relieve the
contractor from his responsibility for executing the work in terms of the
specifications including all details and incidental work and supply of all
accessories and apparatus which may not have been specifically mentioned in
the specification or drawings, but otherwise necessary for ensuring completion of
project within the quoted contract price only.
11.0 Clarification on Bid Documents
CONTRACTOR

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

13.0 Language of the Bid.


13.1 All documents relating to the Bid shall be in the English Language only.
13.2 Documents comprising of the Bid. The Bid comprise the following.
a. Price bid
b. Engineering Bid
13.3 Technical Bid
The Technical bid should contain EMD in the form of DD/BG in original as stipulated in
the document.
Transaction Fees for an amount of Rs. 25,000/- + 12.36% service tax + 1.85%
Education cess (i.e., Rs. 28,700/-) shall be paid through electronic gate way.
Formats as given in Volume-I Part-B of this document duly filled in.
Certificates regarding Annual Turnover of the firm duly authenticated by the Chartered
Accountant. Experience in execution of works pertaining to spillways, reservoirs,
hoist and hoist bridges of Irrigation Department duly certified by the Executive
Engineer and countersigned by the Superintending Engineer.
Registration of firm/Joint Venture/Consortiums.
Work plan and methodology for executing this work.
Bio-Data of personnel to be deployed for this works.
Machinery and Equipment available/proposed to procure for executing this work etc.
The bidder shall sign on all the documents (such as EMD, transaction fee
payable to C1 India etc, certificates required for qualification) owning
responsibility for their correctness/authenticity and upload them.
The bidder shall invariably furnish the original DD/BG to the tender inviting
authority with in the stipulated time. Department will not take any responsibility
for any delay or non receipt.
The bidder shall furnish the original hard copies of all the documents
/certificates/statements up loaded by him before opening of technical bids.
The successful bidder is required to pay a e-procurement corpus fund Rs.
25,000/- in favour A.P.T.S Hyderabad before conclusion of agreement in the
shape of demand draft drawn on any Indian Nationalized Bank payable at
Hyderabad.

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.

13.4 Financial Bid


13.4.1The bidder shall quote his price in the prescribed format given in VolumeI Part-F
Financial Bid in Indian Rupees.
13.4.2 Bidders shall quote for the entire work on a firm lump sum price and on a single
source responsibility basis. The total cost of the work shall be quoted in the
prescribed format in Financial Bid.
13.4.3 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.
13.4.4 Not withstanding anything that is stated the price once accepted by the Employer
shall be final and shall not be subject to any claim on any ground what so ever.
13.4.5 The bid offer shall be for the part of whole the work and not for individual items
by part of the work.
13.4.6 All duties, taxes, and other levies payable by the contractor as per State / Central
Government rules, shall be included in the contract value quoted by the Bidder.
13.4.7 Bidders shall quote price in the proformas given in Volume-I, Part-F (Price Bid).
The proportional cost of each of the components of work as compared to
overall cost of the project shall be as provided in Annexure II, Schedule of
Payment. The contractor whose price bid has been accepted shall be required
to submit component wise cost details based on and limited to the provision
shown in Annexure-II, Schedule of Payments. The same shall be finalised
with the successful bidder, before award of the contract for purpose of interim
payments. While doing so contract price i.e., quoted lump sum price of the Bid
shall be kept firm.
13.4.8 The contractor is expected to quote the bid price in lump sum after careful
analysis of cost involved for the performance of work complete considering all
specifications and conditions of contract. In case it is noticed that the price
quoted by the Bidder is unusually high or unusually low, it will be sufficient
cause for the rejection of the bid or unless the Employer is convinced about the
reasonableness of bid price on scrutiny of the analysis for such price to be
furnished by the Bidder.
13.4.9 Bidders shall quote for the entire package on a single source responsibility basis.
The total cost of the work shall be quoted entirely in Indian Rupees.

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.

13.5 Validity of Bids:


13.5.1 Bids shall remain valid for a period of not less than six months from the date of
submission of Bids.
13.5.2 During the above mentioned period no plea by the Bidder for any sort of
modification of the Bid based upon or arising out of any alleged
misunderstandings or misconceptions or mistake or for any reason will be
entertained.
13.5.3 In exceptional circumstances, prior to expiry of the original time limit, the Bid
Inviting Officer may request the bidders to extend the period of validity for a
specified additional period. Such request to the Bidders shall be made in
writing. A Bidder may refuse the request without forfeiting his E.M.D. A Bidder
agreeing to the request will not be permitted to modify his Bid, but will be
required to extend the validity of his E.M.D. for a period of the extension.
13.6 Earnest Money Deposit & Transaction fee
13.6.1 The Bidder shall furnish, Earnest Money Deposit of Rupees seven crores fifty
lakhs (7.50 crores) from any Nationalised Bank with valid for six months from
the last date of submission of bid, at the time of bid submission.
The Earnest Money Deposit (EMD) calculated @ 2.5% of bid amount shall be
paid at the time of concluding Contract by the successful Bidder. This EMD
can be in the form of:
a)
b)

A bank demand draft on any Government owned public sector bank or


any scheduled commercial bank.
or
A bank guarantee in the form given [under formats of securities], from
a Government owned public sector bank or any scheduled
commercial bank.

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)

In the case of a successful Bidder, if he fails to sign the Contract for


whatever the reason.

(c)

In case of successful Bidder, if he fails to submit EMD as specified in


13.1 and 13.6 of instructions to bidder.

13.6.12 In consideration of the Executive Engineer / Superintending Engineer /Chief


Engineer/ Commissionerate of Tenders / high power committee undertaking
to investigate and to take into account each Bid and in consideration of the
work thereby involved, all earnest monies deposited by the Bidder will be
forfeited to the Government in the event of such Bidder either modifying or
with-drawing his Bid at his instance within the said validity period of Six
months.
13.6.13 Transaction fees : The transaction fee of Rs.25000/- + 12.36% service tax +
1.85% Education cess 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
13.6.14 Any bid not accompanied by both the EMD and Transaction fee will be rejected
by the employer as non responsive
13.6.15 Interest or any other charges whatsoever, will not be payable by the employer
on the above EMD.
13.6.16 The successful bidder has to pay e-procurement corpus fund of Rs.25,000/through DD Drawn in favour of APTS, Hyderabad at the time of concluding
agreement and handover the DD to the Superintending Engineer who enters
the agreement with successful bidder.
13.6.17 Deleted.
13.6.18 Labour Welfare Cess @ 1.00% has to be paid by the Successful bidder to
be recovered from the bills during the execution.
13.6.19 No alteration which is made by the Bidder in the contract form, the conditions of
the contract, the drawings, specifications or statements / formats or quantities
accompanying the same will be recognized; and, if any such alterations are
made the Bid will be void.
14.0 Pre-Bid Meeting:
A Pre-Bid Meeting, open to all prospective bidders, will be convened at the at
office of the Superintending Engineer, Construction Circle, Ongole on 25.11.2008 and
6.12.2008 @ 11.00 AM.
The purpose of this meeting will be to discuss and answer to queries on any
matter that may be raised at that stage.
CONTRACTOR

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)

Bids not conforming to the above requirements are liable to be rejected.

16.0 Construction Programme


16.1 The Bidder shall include in his Bid, a detailed construction programme of executing
the Project, describing broadly the Technology and Construction Methodology of
Major Components of the Project including survey, investigation, soil exploration,
design & Engineering estimation, land acquisition proposals, commissioning of
CONTRACTOR

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

18.0 Special Attention


While preparing the Bid-Price the Bidders shall also take into account the following:
I. Infrastructure & Construction Facilities, Preliminary, Enabling & Ancillary works
whatsoever required by them for successful completion of the Project in the
specified time schedule.
II. Indian Income Tax and Surcharge on Income Tax on Salaries of Expatriates etc.
III.

Corporate Income Tax.

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

19.0 Submission of Bids


19.1 The Bidders who are desirous of participating shall submit their price bids etc., at
the prescribed field /place provided in the e-market place. The bidders shall sign
on all the statements, documents, certificates, uploaded by him, owning
responsibility for their correctness / authenticity.
The EMD payable along with the bid shall be in accordance with clauses of ITB.
19.2 Any other condition regarding receipt of Bids in conventional method appearing in
Bid document may be treated as Non-applicable.
20.0 The documents to be uploaded with respect to the Parts of the bidding
process shall be as follows:
i)

PART I ELIGIBILTY AND TECHNICAL STAGE

Bid Security in the form of Bank Guarantee / D.D

A letter of declaration as in the format provided in Vol.I

Transaction fee.

A declaration about banning/de-listing by any government/semi


government agencies.

Sales Tax clearance certificate (as applicable)

Declaration for the veracity or genuinity of the credentials submitted.

Information/Data,

pertaining

to

bidders

organization,

financial

capability and technical capability as per Statements 1 to 6, Volume-I


Part-C

Information/Data, pertaining to bidders proposal as Data sheet 1 to


Data sheet 12 of Volume-I Part- C of the Bid documents.

ii)

PART II FINANCIAL BID STAGE


Quote tender contract price in the template prescribed on line.
Letter of Tender
Separate Price against the different proposals/options as indicated under
Special Conditions of Contract.

Infrastructure and other facilities :

CONTRACTOR

177

SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE

Bidder shall collect all information on existing infrastructure like roads to


construction area, power telecommunications etc., and satisfy himself
prior to submission of his / their bid.

CONTRACTOR

178

SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE

21.0 Last date / time for Submission of the Bids.


Bids must be submitted not later than 3.00 P.M. on 10-12-2008

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.

22.0 Late Bids.


Bids will not be received after the last date / time prescribed.
23.0 Modification to the Bid.
23.1 Bidders can modify their Bid price before the last date/time of filing
Bids.
23.2 No Bid shall be modified after the last date /time of submission of Bids.
23.3 Withdrawal of bid is acceptable once the bid is submitted.
24.0 Deleted.

CONTRACTOR

179

SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE

E.

BID OPENING AND EVALUATION

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.

2) In case of joint venture


a) at least one of the partners should have a valid registration with the Govt of A.P. as
above and the other partners should have applied for registration and shall upload
the same as proof.
b) The total members in the joint venture should not be more than Four.
c) The JV partners should be responsible for liability individually proportionate to the
extent of their share in the JV and jointly for 100% share.
d) Shall submit JV deed duly registered with condition that lead partner share shall not
be less than 50% in Joint Venture.
e) The JV partner of one bidder/firm shall not enter into JV partnership with another
bidder/firm for the bid.
f) The bidder/firm/company should have ISO certification or produce evidence of
making application for ISO certification.
3) The bids are limited to those individual firms, Company and joint ventures that meet
the eligibility criteria ( both Technical & Financial).
4) In case of joint venture the eligibility criteria will be considered on the basis of
combined resources.
5] The bidder in his name should satisfy as per formula (2 AN-B ) which should be
greater than IBM.
Where A= Max. value of civil Engineering works executed in any one year during
preceding five financial years. i.e. the financial year in which Bids are invited taking
in to account the completed as well as works in progress.
N= No. of years prescribed for completion of works for which tenders are invited.
B= Value of existing commitments and ongoing works to be completed during the
period of completion of works for which tenders are invited.
CONTRACTOR

180

SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE

ii) Technical Requirement


:
Bidder should have executed (One similar components of works as per item No.4 OF
Tender notice.)
9.

Bidder should have executed at least (1) Similar project.

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

the specified parameters/criteria, and the technically qualified bidders will be


identified. The result of technical bid evaluation will be displayed on the e
market place, which can be seen by all the bidders who participated in the
tenders.
25.2

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

Before recommending/accepting the tender, the tender accepting authority, if


found necessary, shall verify the correctness of certificates submitted to meet
the eligibility criteria and specifically for experience. The authenticated
agreements of previous works executed by the lowest bidder, shall be called for
if found necessary.

26.0 Finalisation of Tenders:


26.1 The Superintending Engineer will evaluate and process the tenders and submit to
the concerned Chief Engineer/ENC (Irrigation). In turn the bids will be sent to the
committee constituted for the purpose. The committee will examine the bids and
decides the successful bidder and communicates its decision to the Chief
Engineer/ENC (Irrigation).
26.2 Negotiations are not permitted to be conducted at any level.
26.3 Bids shall be scrutinized in accordance with the conditions stipulated in the Bid
document. In case of any discrepancy or non-adherence of conditions the Bid
accepting authority shall communicate the same, which will be binding both on
the Bid opening authority and the Bidder. In case of any ambiguity, the decision
taken by the Bid Accepting Authority on Bids shall be final.
27.0 Evaluation and Comparison of Price Bids
The Superintending Engineer, Construction Circle, Ongole, Prakasam District, Andhra
Pradesh will evaluate and compare the price bids of all the qualified Bidders.
Negotiations at any level are strictly prohibited. However, good
gesture rebate, if
offered by the lowest Bidder prior to finalisation of Bids may be accepted by the Bid
accepting authority.
Selection of Bidder among the lowest & equally quoted Bidders will be in the
following orders:
a)

The Bidder whose bid capacity is higher will be selected.

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.

28.0 Discrepancy in Contract Price quoted.


In case of any discrepancy between the overall Contract price quoted in words
and figures, the price quoted in words shall prevail.
In case of any discrepancy between the overall price quoted in online and offline
(Hard Copy), the price quoted in online shall prevail.
29.0 Process to be Confidential.
29.1 Information relating to the examination, clarification, evaluation and comparison of
Bids and recommendations for the award of a contract shall not be disclosed to
Bidders or any other persons not officially concerned with such process until the
award to the successful Bidder has been announced by the Bid accepting
authority. Any effort by a Bidder to influence the processing of Bids or award
decisions may result in the rejection of his Bid.
29.2 No Bidder shall contact the Superintending Engineer, Construction Circle, Ongole
or any authority concerned with finalization of Bids on any matter relating to its Bid
from the time of the Bid opening to the time the Contract is awarded. If the Bidder
wishes to bring additional information to the notice of the Superintending Engineer,
he should do so in writing.
29.3 Before recommending / accepting the Bid, the Bid recommending / accepting
authority shall verify the correctness of certificates submitted to meet the eligibility
criteria and specifically experience. The authenticated contracts of previous works
executed by the lowest Bidder shall be called for.
29.4 Policy for Bids under Consideration:
Bids shall be deemed to be under consideration immediately, after they are
opened and until such time official intimation of award / rejection of bid is
communicated by the employer. While the bids are under consideration, Bidders
and / or their representatives or other interested parties are advised to refrain
from contacting by any means, the Employer and / or his
employees/representatives/consultants on matters related to the bids under
consideration. To assist in the examination, evaluation and comparison of bids,
the Employer/Employers authorised representative may, at his discretion, ask
any or all bidders for clarification of his /their bids, including breakups of unit
rates, technical information, documents and materials after opening of the bid.
The request for clarification and the response shall be in writing or by Fax. The
bidders shall submit all clarifications / additional documents in one original and
Three copies. Employer may also request for with drawl of deviations within a
CONTRACTOR

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.

32.0 Corrupt or Fraudulent Practices


32.1 The Government requires that the bidders / suppliers / contractors under
Government financed contracts, observe the highest standard of ethics during the
procurement and execution of such contracts. In pursuance of this policy, the
Government
a) Define for the purposes of the provision, the terms set forth below as follows:
i) corrupt practices means the offering, giving, receiving or soliciting of any
thing of value to influence the action of a Government official in
procurement process or in contract execution: and
ii) Fraudulent practice means a misrepresentation of facts in order to
influence a procurement process or the execution of a contract to the
detriment of the Government and includes collusive practice among Bidders
(prior to or after Bid submission) designed to establish in Bid prices at
artificial non-competitive levels and to deprive the Government of the
benefits of free and open competition.
b) Will reject a proposal for award if it determines that the Bidder recommended
for award has engaged in corrupt or fraudulent practices in competing for the
contract in question.
c) Will blacklist / or debar a firm/JV and partners in J.V. either indefinitely or for a
stated period of time, if at any time determines that the firm has engaged in
corrupt or fraudulent practices in competing for, or in executing a Government
Contract.
d) Further more, Bidders shall be aware of the provisions stated in the General
Conditions of Contract.
33.0 The Bidder shall examine closely the A.P.S.S. and also the standard
preliminary specifications contained therein and sign at Superintending Engineer,
Construction Circle, Ongole, Prakasam District, office copy of the A.P.S.S. and
its addenda volume in token of such study before submitting his Bid which shall be
for finished work IN-SITU. He shall also carefully study the drawing and additional
specifications and all the documents which form part of the contract be entered into
by the successful Bidder. The A.P.S.S. and other documents connected with such as
specifications plans and any other information can be had at any time between 11-00
A.M. to 5-00 P.M. on all working days in the office of the Superintending Engineer,
Construction Circle, Ongole, Prakasam District
33.1 The Bidders attention is directed to requirements of materials under the clause
materials and "Work man ship" in the preliminary specifications. Material conforming
CONTRACTOR

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

Inspection of Site and Quarries by the Bidders


Every Bidder is expected, before quoting his bid, 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 source shall be used on the work. In every case the material
must comply with the relevant standard specifications. Samples of materials as
called for in the standard specifications or in the Bid notice or as required by the
Executive Engineer, in any case shall be submitted for the Executive Engineer's,
approval before the supply to site of work is begun. The contractor after
examination of the source of materials shall state clearly in his Bid, where from
he intends to obtain materials, subject to approval of the concerned
Superintending Engineer / Executive Engineer.

35.0

The Bidders particular attention is drawn to the sections and clauses in the
standard specifications dealing with.
i)

Test, Inspection and rejection of defective materials and work.

ii )

Carriage.

iii ) Construction plant.


iv ) Water and lighting.
v ) Cleaning up during the progress and for delivery.
vi ) Accidents.
vii ) Delays.
viii ) Particulars of payments.
The contractor should closely pursue all the specifications clauses, which govern
the bid he is Bidding.

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

A Bidder submitting a quotation which the Bid accepting authority considers


excessive and or indication of insufficient knowledge of current Prices or definite
attempt of profiteering will render himself liable to be debarred permanently from
Bidding or for such period as the Bid accepting authority may decide. The
Bidders bid should be based on the controlled prices for the materials if any fixed
by the Government or the reasonable prices permissible for the Bidder to charge
a private purchase under the provisions of clause-6 of the hoarding and
profiteering prevention ordinance of 1943 as amended from time to time and on
similar principle in regard to Labour supervision in the construction.

41.0
42.0

Read as per Clause 46 of D-Cost Control


The Bidder should demonstrate availability (owned or leased or to be procured
against mobilisation advance) of the Key and critical equipment in the shape of
list and declaration supported by ownership documents necessarily be enclosed
to the Bid on Non Judicial Stamp Paper of worth of Rs.100/- stating. I do hereby
solemnly declare that I own procured on lease the following equipment.

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

If further necessary information is required, the Chief Engineer / Superintending


Engineer / Executive Engineer will furnish such information but it must be clearly
understood that Bids must be received in order and according to instructions.
The Superintending Engineer, Construction Circle, Ongole, Prakasam
District or the sanctioning authority reserves the right to reject any or all the Bids
without assigning any reasons there for.
The contractor shall keep identification cards issued by the registering authority
at all times, while at the site of work and at offices and produce the identity cards
as and when asked for.
Contractors Organizational Person
The contractor shall employ the Organizational staff during execution of work, as
indicated in Schedule C data sheets 7 and 12.

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

I / WE ------------------------------------------------------------ have gone through carefully all the


Bid conditions and solemnly declare that I / we will abide by any penal action such as
disqualification or black listing or determination of contract or any other action deemed
fit, taken by, the Department against us, if it is found that the statements, documents,
certificates produced by us are false / fabricated.

CONTRACTOR

192

SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE

I / WE hereby declare that, I / WE have not been blacklisted / debarred / Suspended /


demoted in any department in Andhra Pradesh or in any State due to any reasons.

Signature of the Bidder

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

Signature of the Bidder


A declaration regarding the equipment owned shall be produced by the Bidder on
a non-judicial stamp paper of Rs 100/-as below

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

..) for Rs..as earnest


money not to bear interest.
I/WE shall not assign the contract or sublet any portion of the same. In case if it
becomes necessary I/We shall submit the same at the time of filing Bids itself or
during execution, giving the name of the sub contractor with details of his
qualification and experience and agree to sublet with permission of Bid accepting
authority only to such of the sub-contractors who satisfies the qualification criteria
in proportion to the value of work proposed to be sublet.
I/We agree for the total value of works to be awarded on subletting not to exceed
50% of contract value. I/We also agree to add the extent of sub-letting to the
experience of the Sub-Contractor and to deduct that extent from the experience
of the Main Contractor.
IF MY/OUR Bid is not accepted the sum shall be returned to me/us on
application when intimation is sent to me/us of rejection or at the expiration of
three months from last date of receipt of this Bid, whichever is earlier. If my/our
Bid is accepted the earnest money shall be retained by the Government as
security for the due fulfillment of this contract. If upon written intimation to me/us
by the Superintending / Executive Engineers Office, I/We fail to attend the said
office on the date herein fixed or if upon intimation being given to me/us by the
Superintending /Executive Engineer or acceptance of my/our Bid, and if I/We fail
to make the additional security deposit or to enter into the required contract as
defined in condition 31.2 of the instructions to Bidders, then I/We agree to the
forfeiture of the earnest money. Any notice required to be served on me/us here
under shall be sufficiently served on me/us if delivered to me/us hereunder shall
be sufficiently served on me/us if delivered to me/us personally or forwarded to
me/us by post to (registered or ordinary) or left at my/our address given herein.
Such notice shall if sent by post be deemed to have been served on me/us at the
time wherein due course of post it would be delivered at the address to which it is
sent.
I/WE fully understand that the written contract to be entered into between me/us
and Government shall be the foundation of the rights of the both the parties and
the contract shall not be deemed to be complete until the contract has first been
signed by me/us and then by the proper officer authorized to enter into contract
on behalf of Government.
I AM/WE ARE professionally qualified an my/our qualifications are given below:
Name

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

Name of members of technical staff Qualification.


proposed to be employed

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.

BIDDERS / CONTRACTORS CERTIFICATE.


(1)

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.

DECLARATION OF THE BIDDER.


1)

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.

Address of the Bidder :


Phone No.:

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

___________________ between His Excellency the Governor of Andhra Pradesh


(herein after called Governor which expression shall.
include

his

successors

in

office

and

Where the context so admits

assignees)

of

the

one

part

and

__________________ of ______________________________________ (herein after


called the contractor which expression shall where the context so admits include his
heirs, executors, administrators and legal representative) of the other part.
Whereas the Government of Andhra Pradesh (herein after called the Government)
are

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

(3) and Rupees __________


vide

D.D.No.

__________________________________paid by him

________________

dated

________________

issued

by

________________ valid up to ________________ ___________________ have been


produced with towards additional security for the due fulfillment of the contract to the
satisfaction of Executive Engineer, ________________________________.

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

_______________________________________) or such other sum as may be arrived


at under the clauses of the standard preliminary specifications relating to payment on
lumpsum basis.
Note it is hereby agreed as follows :
1. In

consideration

of

the

payment

of

the

said

sum

of

Rs.

___________________) or such other sum as may be arrived at under the


clause of the standard preliminary specification relating to payments on
lumpsum basis , the contractor will, upon and subject to the said conditions,
CONTRACTOR

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)

(i) Settlement of all claims up to Rs.50,000/- in value and below by way of


Arbitration to be referred as follows :
a. Claims up to Rs.10,000/- in value

Superintending Engineer,
Construction Circle,
Ongole,

b. Claims above Rs.10,000/- and up to

Chief Engineer,

Rs.50,000/- in value

Ongole

The arbitration proceedings will be conducted in accordance with provisions of the


Arbitration Act, 1940 as amended from time to time. The arbitrator shall invariably give
reasons in the award.
ii) Settlement of all claims above Rs.50,000/- in value :
All claims above Rs.50,000/- in value shall be decided by the civil court of
competent jurisdiction by way of regular suit and not by arbitration.
2. A reference for adjudication under this clause shall be made by either party to the
contract with in six months from the date of intimating the contractor of the
preparation of final bill or his having accepted payment whichever is earlier.
CONTRACTOR

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

Engineer, Construction Circle, Ongole, Prakasam District acting on behalf of


and by the order and direction of his excellency, the Governor of Andhra Pradesh
has here into set his hand the day and year first above written.

Signed by contractor :

Address:
Phone No. :

Fax No. :

In the presence of Witness i) Sri ___________________________


Signed by on behalf of Government Sri __________________________
In the presence of witness: ____________________________________

CONTRACTOR

202

SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE

3.

GENERAL CONDITIONS OF CONTRACT


A. GENERAL

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

labour and other employees of the Employer and of the Employers


Representative; and any other Personnel notified to the Contractor, by the
Employer or the Employers Representative, as Employers Personnel.
Contractors Personnel means the Contractors Representative and all
Personnel whom the Contractor utilises on Site, who may include the staff, labour
and other employees of the Contractor and of each Subcontractor; and any other
Personnel assisting the Contractor in the execution of the Works.
Subcontractor means any person named in the Contract as a subcontractor, or
any person appointed as subcontractor, for a part of the Works; and the legal
successors in the title to each of these persons.
Engineer-in-charge/ Engineer/ Executive Engineer
means the
Executive Engineer(s), Investigation Division, Cumbum of Construction Circle,
Ongole, Prakasam District to whom the Employers Representative may have
delegated certain duties.
Bidder/Tenderer mean the firm/companies
/consortium who have preferred their bid or tender.

/individual

/joint

ventures

DATES, TESTS, PERIOD OF COMPLETION


Base Date means the date 28 days prior to the latest date for submission of the
Tender.
Commencement Date means the date notified under Sub-Clause 8.1
(Commencement of Works), unless otherwise defined in the Contract Agreement.
Time for Completion means the time for completing Part A of the Contract for
EPC Turnkey Project with any extension under Sub-Clause 8.4 [Extension of Time
for Completing]), calculated from the Commencement Date.
Tests on Completion means the test which are specified in the Contract or
agreed by both Parties or instructed as Variation, and which are carried out under
Clause 9 [Tests on Completion] before the Works comprising Sections I, II, III, IV
and V are certified to be completed by the Employer.
Taking-Over Certificate means a certificate issued under Clause 10 [Employers
Taking Over].
Tests after completion means the test (if any) which are specified in the
Contract and which are carried out under Clause 12 [Tests after completion] after
the Works or a Section (as the case may be) are taken over by the Employer.
Defects Liability Period means the period for notifying defects in the Works or a
Section (as the case may be) under Sub-Clause 11.1 [Completion of Outstanding
Work and Remedying Defect], as stated in the Appendix to Tender, 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]. The defect liability period shall be two
CONTRACTOR

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

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
(in terms of Indian Contract Act)

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

Loss of or damage to the Works, Plant and Materials;


Loss of or damage to the Equipment;
Loss of or damage of property in connection with the Contract; and
Personal injury or death of persons employed for construction.

Policies and certificates of insurance shall be delivered by the


Contractor at the time of concluding Contract. All such insurance shall
provide for compensation to be payable to rectify the loss or damage
incurred.
The contractor shall furnish insurance policy in force in accordance with proposal
furnished in the Bid and approved by the Department for concluding the contract.
The insurance policy shall be obtained for the total period at the time of
concluding agreement which shall form part of agreement and the policy should
be obtained by paying the premium at one time only.
The contractor shall furnish insurance policy in force in accordance with proposal
furnished in the Bid and approved by the Department for concluding the contract.
The insurance policy shall be obtained by paying the premiums at one time only
for the total period of contract and defect liability period of TWO (2) years or 2
RABI Seasons which ever is later after completion of work and submitted to the
employer at the time of concluding agreement which shall form part of agreement
9.3 Alterations to the terms of insurance shall not be made without the approval of
the Engineer-in-Charge.

10.0 Site Inspections:


10.1 The contractor should inspect the site and also proposed quarries of

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

20.0 Possession of the Site.


The Department shall give possession of the site to the Contractor. If possession
of a part site is given, the Department will ensure that the part site so handed
over is amenable to carryout the work at site by the Contractor.
21.0 Access to the Site:
The Contractor shall provide the Engineer-in-Charge and any person authorised
by the Engineer-in-Charge, access to the site and to any place where work in
connection with the Contract is being carried out or is intended to be carried out.
22.0 Instructions:
The Contractor shall carry out all instructions of the Engineer-in-charge and
comply with all the applicable local laws where the Site is located.
23.0 Settlement of disputes:
23.1 If any dispute of difference of any kind whatsoever arises between the department
and the Contractor in connection with, or arising out of the Contract, whether
during the progress of the works or after their completion and whether before or
after the termination, abandonment or breach of the Contract, it shall in the first
place, be referred to and settled by the Engineer-in-charge who shall, within a
period of thirty days after being requested by the Contractor to do so, give written
notice of his decision to the Contractor. Upon receipt of the written notice of the
decision of the Engineer-in-Charge the Contractor shall promptly proceed without
delay to comply with such notice of decision.
23.2 If the Engineer-in-Charge fails to give notice of his decision in writing within a period
of thirty days after being requested or if the Contractor is dissatisfied with the
notice of the decision of the Engineer-in-Charge, the Contractor may within thirty
days after receiving the notice of decision appeal to the Department who shall
offer an opportunity to the contractor to be heard and to offer evidence in support
of his appeal, the Department shall give notice of his decision within a period of
thirty days after the Contractor has given the said evidence in support of his
appeal, subject to arbitration, as hereinafter provided. Such decision of the
Department in respect of every matter so referred shall be final and binding upon
the Contractor and shall forthwith be given effect to by the Contractor, who shall
proceed with the execution of the works with all due diligence whether he
requires arbitration as hereinafter provided, or not. If the Department has given
written notice of his decision to the Contractor and no claim to arbitration, has
been communicated to him by the Contractor within a period of thirty days from
receipt of such notice the said decision shall remain final and binding upon the
Contractor. If the Department fail to give notice of his decision, as aforesaid
within a period of thirty days after being requested as aforesaid, or if the
Contractor be dissatisfied with any such decision, then and in any such case the
contractor within thirty days after the expiration of the first named period of thirty
days as the case may be, require that the matter or matters in dispute be referred
to arbitration as detailed below:CONTRACTOR

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)

Claims upto a value of Rupees 10,000


- Superintending Engineer, Construction Circle, Ongole, Prakasam
District
- Claims above Rs.10,000/- and up to Rupees 50,000/-.
- Chief Engineer,(Projects), Ongole.
The arbitration shall be conducted in accordance with the provisions of Indian
Arbitration and Conciliation Act 1996 or any statutory modification thereof.
The arbitrator shall state his reasons in passing the award.
Claims above Rs.50,000/-.
All claims of above Rs.50,000/- are to be settled by a Civil Court of competent
jurisdiction by way of Civil suit and not by arbitration.
A reference for adjudication under this clauses shall be made by the contractor
within six months from the date of intimating the contractor of the preparation of
final bill or his having accepted payment which ever is earlier.

CONTRACTOR

215

SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE

B. TIME FOR COMPLETION


24.0 Program:
24.1 The total period of completion is 48 months from the date of entering with contract
to proceed including rainy season. Keeping in view, the schedule for handing
over of site, the work should be programmed such as to achieve the mile-stones
as in Rate of progress statement enclosed.
24.2 The attention of the Bidder is directed to the contract requirement at the time of
beginning of the work, the rate of progress and the dates for the whole work and
its several parts as per milestones. The following rate of progress and
proportionate value of work done from time to time as will be indicated by the
Executive Engineers Certificate for the value of work done and completion of
mile-stones will be required. Date of commencement of their programme will be
the date for concluding contract.
24.3 After signing the contract, the contractor shall forthwith begin the work, shall
regularly and continuously proceed with them.
24.4 Rate of progress: Work programme of achieving the milestones (Statement).
24.4.1 WORK PROGRAMME OF ACHIEVING THE MILESTONES:
MILE STONE
-----------------------------------------------------------Sl Mile stone Period in
Description of work
Quantity to be Completed
No.
No.
Months.
Physical
Financial
-- - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - Separate statement (Annexure-I) enclosed.
24.5 The contractor shall commence the works on site within the period specified under
condition 24.1 to 24.3 above after the receipt by him of a written order to this
effect from the Superintending Engineer and shall proceed with the same with
due expedition and without delay, except as may be expressly sanctioned or
ordered by the Superintending Engineer, or be wholly beyond the contractors
control.
24.6 This being a turnkey contract on EPC basis, conducting of surveys, investigation,
design-Engineering, preparation of land plan schedules are within the scope of
the contract and the contractor shall meticulously plan so as to obtain the
required site for carrying out the work.
24.7 Save in so far as the contract may prescribe, the extent of portions of the site of
which the contractor is to be given possession from time to time and the order in
which such portions shall be made available to him and, Subject to any
requirement in the contract as to the order in which the works shall be executed,
the Superintending Engineer will, with the Executive Engineers written order to
commence the works, give to the contractor possession of so much of the site as
CONTRACTOR

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 give written notice to the Engineer-in-Charge whenever


planning or progress of the works is likely to be delayed or disrupted unless any
further drawings or order including a direction, instruction or approval is issued by
the Engineer-in-Charge within a reasonable time. The notice shall include details
of the drawing or order required and of why and by when it is required and of any
delay or disruption likely to be suffered if it is late. If by reason of any failure or
inability of the Engineer-in-Charge to issue with in a time reasonable in all the
circumstances any drawing or order requested by the contractor the Contractor
suffers delay, then the Engineer-in-Charge shall take such delay into accord in
determining any extension of time.

26.0 Speed of Work:


26.1

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.

26.1.1 Delays in Commencement or progress or neglect of work and forfeiture of earnest


money, Security deposit and withheld amounts:
If, at any time, the Engineer-in-Charge shall be of the opinion that the
Contractor is delaying Commencement of the work or violating any of the
provisions of the Contract or is neglecting or delaying the progress of the work
CONTRACTOR

218

SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE

as defined by the tabular statement, Rate of progress in the Articles of


Contract, he shall so advise the Contractors in writing and at the same time
demand compliance in accordance with instructions to Bidder and conditions of
Contract. If the Contractor neglects to comply with such demand within seven
days after receipt of such notice, it shall then or at any time there after, be
lawful for the Engineer-in-Charge to take suitable action in accordance with
Clause.60 of PS to APSS.
27.0 Suspension of works by the Contractor:
If the Contractor suspends the works, or sublet the work without sanction of the
Engineer-in-Charge, or in the opinion of the Engineer-in-Charge shall neglect or
fail to proceed with due diligence in the performance of his part of the Contract as
laid down in the Schedule rate of progress, or if he shall continue to default or
repeat such default in the respects mentioned in clause.27 of the APSS.
Engineer-in-Charge shall take action in accordance with Clause 55, 56 of
General conditions of Part A of Vol. I.
28.0 Extension of the Intended Completion Date:
28.1 The Engineer-in-Charge shall extend or recommend for extension, in accordance
with the Government orders in force, the Intended Completion Date if a Variation
is issued which makes it impossible for Completion to be achieved by the
Intended Completion Date.
28.20 The Engineer-in-Charge shall decide whether and by how much to extend the
Intended Completion Date within 21 days of the Contractor asking the Engineer
for a decision upon the effect of a Variation and submitting full supporting
information. If the Contractor has failed to give early warning of a delay or has
failed to cooperate in dealing with a delay, the delay by this failure shall not be
considered in assessing the new Intended Completion Date.
29.0 Delays Ordered by the Engineer-in-Charge:
The Engineer-in-Charge may instruct the Contractor to delay the start or progress
of any activity within the Work.
30.0 Early Warning:
30.1 The contractor is to warn the Engineer-in-Charge at the earliest opportunity of
specific likely future events or circumstances that may adversely affect the
Execution of Works.
30.2 The Contractor shall cooperate with the Engineer-in-Charge in making and
considering proposals for how the effect of such an event or circumstance can be
avoided or reduced by anyone involved in the work and in carrying out any
resulting instruction of the Engineer-in-Charge.
31.0 Management Meetings:
The Engineer-in-Charge may require the Contractor to attend a management
meeting. The business of a management meeting shall be to review the
programme for remaining work and to deal with matters raised in accordance
with the early warning procedure.
CONTRACTOR

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.

36.0 Quality Control:


Quality control monitoring reports, test results, reports of corrective action etc,
shall be furnished to the employer at regular intervals.
Quality Audit will be got conducted by the Engineer-in-Charge departmentally or
by other organization and the contractor shall extend the testing facilities to them
also.
CONTRACTOR

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

37.0 Contract Price Schedule of payment. Bill of quantities.


37.1

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.

38.0 Changes in the Quantities:


38.1

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

Entrustment of the additional items contingent on the main work will be


authorized by the employer and the contractor shall be bound to execute such
additional items at no extra cost to the employer and the cost of such items
shall be deemed to have been included in the contract price quoted.
Cash Flow Forecasts:
When the program is updated, the contractor is to provide the Engineer-in-charge
with an updated cash flow forecast.

41.0

Contract Price, Schedule of Payments, Payment Certificates:

41.1 Contract Price


The contract price shall be the total value of work for the EPC turnkey
contract as per contract including maintena- nce of total system for 5 (five)
years for CIVIL works not connected with lift system and 15 (fifteen) years for
Civil,Hydro-Mechanical and Electro-Mechanical works connected with lift
system from the date of completion certificate
a) The employer will pay the contractor a firm contract price for completion of all
works as specified under the scope of the work / employers requirement
which shall include but not limited to conducting surveys, detailed
investigation, Fixing alignment, Design and Engineering preparation of
estimates, submission of L.P. Schedules, supply and installation of all plants
and its accessories to successful commissioning of pumps at each pump
house with adequate capacity and M.S Pipe Line construction of Structures,
with all allied works preparation of ayacut registers and command plans,
providing service road and planting shade tress along the canals etc., leading
to successful commissioning & trail of total canal systems and maintenance
for 2 years for Civil works and 15 years for Hydro Mechanical and
Electro Mechanical works from the date of completion certificate on
EPC turnkey contract basis.

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.

a) i. Earth work Excavation:


The unit length for eligibility for arranging payment for earthwork excavation of
canals (excluding CD & CM works) may be taken as 100 M for main canal
(discharge more than 10000cusecs), 250 M for main canal (discharge between
1000cusecs and 10000cusecs),
1.0 Km. for branch canal and
distributaries/major (discharge between 10 cusecs and 1000 cusecs),
ii) Payments for Deep Cuts:
In case of deep cuts, the payment schedule is further sub divided into
components berm wise with a bay length of 25mts.
For Canals in Deep Cut Reaches Berm wise payments as specified in the
Government Memo.No.3277/Maj.Irri/2006-5 Dated 24-02-2007 shall be followed
duly restricting the berm wise payments to a maximum length of 1 km in a reach.
b)Payments for Lining:
The Unit length for eligibility for arranging payment for lining of canals
may be taken as 100m for a normal cutting, 25m for Deep Cuts.(Depth of
Excavation is > 12m)
Govt. Memo.No.8837/Maj.Irrgn.I (2)/2008-2, Dt:31-03-2008 shall apply for
payment of Lining as follows:
CONTRACTOR

225

SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE

In respect of payment of canal lining the component of lining shall be


divided in to lining of bed of canal, lining of sides of canal, filling up of joints,
proper sectioning at the top fold of side lining etc., and the two sub-components
shall be divided in proportion of actual quantities involved duly withholding 1 % of
value of lining in the bay towards completion of filling up of joints, proper
sectioning at the top fold of side lining etc. The withheld amount of 1% of value of
lining shall be released only after completion of lining in the bay in all respects
including filling up of joints, proper sctioning at the top fold of side lining etc.
The payment of sub-component of lining of canal bed without side lining
shall be restricted for a maximum length of 1 km in the reach. For payment of sub
component of lining of canal bed, 5 % of value of lining of canal bed shall be
withheld till the side lining in that bay is completed. The withheld amount 5%
lining of canal bed shall be released only after completion of the side lining in that
bay.

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)

The payment for the distribution system will be made proportionately @


Rs.12,000/- per acre.
However under inevitable circumstances a reduction in the contemplated
ayacut other than existing under tanks not exceeding 10% of it can be
permitted by the Employer after through verification to his satisfaction and

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)

Payments for Electro-Mechanical equipment and works shall be made as


under:
For Supply, erection, testing and commissioning:

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.

20% of quoted price shall be paid on erection of equipment on pro-rate contract


value of the work completed as per the agreed construction schedule and on
certification by the Engineer-in-charge and the suppliers representative.

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

Payment for 132 KV Sub Station Equipment and Works.


--- Deleted
Payments for Hydro-Mechanical works :
A) For Supply, erection, testing and commissioning:
a)70% of cost of material and Fabrication including lining cost
completion of these items.

will be paid after

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)

Balance 5% amount will be paid at the time of final billl.

B) Deleted.

42.1 Payment for O& M contract


Payment for O&M works will be made in equal quarterly installments and will be paid
with in one month from the date of submission of bills
However, in all cases payment shall be limited to the total price quoted by the
Contractor against each item of works. Payment shall be effective to the extent of
execution of each activity in respect of each individual structure. Contractor shall
submit a bill to the Employer indicating cumulative value of the works executed
against individual structure, payment already received against each of the structure
till the date of next / preceding bill and the balance of the amount payable under
these items for individual structure.
The cost of the components of the lift scheme (on % with respect to whole
work) is mentioned in schedule of payment i.e Annexure II of Volume I
Part-A.
42.2 Payments and Certificates
42.2.1 Payments shall be adjusted for recovery of advance payments, liquidated
damages in terms of Bid conditions and security deposit for the due fulfillment of
the contract. Recoveries will be affected towards seigniorage and cess charges
on the materials used and sales tax and other statutory taxes as per the State
and Central Government Rules. Payment will be made to the Contractor under
the certificate to be issued at reasonably frequent intervals by the Engineer-inCharge, and intermediate payment will be the sum equal to 92.50% of the value
of work done as so certified and balance of 7.5% will be withheld and retained as
security for the due fulfillment of the contractor under the certificate to be issued
by the Engineer-in-Charge. On completion of the entire works the contractor will
receive the final payment of all the moneys due or payable to him under or by
CONTRACTOR

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)

If any thing supplied or work done by the Contractor is not in accordance


with the Contract, the cost of rectification or replacement may be withheld
until rectification or replacement has been completed; and / or

(b)

If the Contractor was or is failing to perform any work or obligation in


accordance with the contract and had been as notified by the Engineer in
charge, the value of this work, or obligation may be withheld until the work
or obligation has been performed.
The Employer may, by any payment, make any correction or modification
that should properly be made to any amount previously considered due.
Payment shall not be deemed to indicate Engineer in charge acceptance,
approval, consent or satisfaction.

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

The recovery towards repayment of Mobilization Advance and interest on that


starts only from the next running bill after 10% of the Contract Value is touched.
Any recovery on the interim bills towards Mobilization Advance should be limited
to the 20% on each such interim payment bill till Mobilization advance with
interest is completely recovered. The 20% recovery should be appropriated
towards principal amount of Mobilization advance and interest out standing on
the above amount on that date should be recovered additionally.
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.
The department will approach the finance department and fix up the borrowing
rate of interest from time to time.
50.0 Securities
The Earnest Money Deposit and shall be provided to the Department not later
than the date specified in the Letter of Acceptance and shall be issued in an
amount and form and by a bank acceptable to the Department. The Earnest
Money shall be valid until a date 28 days from the date of expiry of Defects
Liability Period and the additional security shall be valid until a date 28 days from
the date of issue of the certificate of completion.
51.0 Cost of Repairs
Loss or damage to the Works or materials to the Works between the Start Date
and the end of the Defects Correction Periods shall be remedied by the
Contractor at the Contractors cost if the loss or damage arises from the
Contractors acts or omissions.

CONTRACTOR

235

SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE

CONTRACTOR

236

SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE

E.

FINISHING THE CONTRACT

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

The Department may terminate the Contract if the contractor causes a


fundamental breach of the Contract.

55.2

Fundamental breaches of Contract include, but shall not be limited to the


following.
a) The Contractor stops work for 28 days when no stoppage of work is shown
on the current program and the stoppage has not been authorised by the
Engineer-in-Charge.
b) The Contractor is made bankrupt or goes into liquidation other than for a
reconstruction or amalgamation.
c) The Engineer-in-Charge gives Notice that failure to correct a particular Defect
is a fundamental breach of Contract and the Contractor fails to correct it
within a reasonable period of time determined by the Engineer-in-Charge;
and
d) The Contractor does not maintain a security which is required and

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)

If the contractor, in the judgment of the Department has engaged in corrupt or


fraudulent practices in competing for or in the executing the contract.

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.

OTHER GENERAL CONDITIONS

59.0 Water Supply


The Contractor has to make his own arrangements for water required for the
work and to the colonies and work sites, which are to be established by the
Contractor.
60.0 Electrical Power
The Contractors will have to make their own arrangements for drawing electric
power from the nearest power line after obtaining permission from the Andhra
Pradesh State Electricity Board at his own cost. In case of failure of electricity,
the Contractor has to make alternative arrangements for supply of electricity by
Diesel Generator sets of suitable capacity at place of work. If the supply is
arranged by the Department, necessary Tariff rates shall have to be paid based
on the prevailing rates.
The contractor will pay the bills of Electricity Board for the cost of power
consumed by him.
The 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.
The power shall be used for bonafide Departmental works only.
Electric Power for Domestic Supply:
a) The contractor has to make his own arrangements for the supply of electric
power for domestic purposes and the charges for this purpose have to be
paid by him at the rates as fixed by the Andhra Pradesh State Electricity
Board from time to time.
b) The contractor will have to make his own arrangements to lay and maintain
the necessary distribution lines and wiring for the camp at his own cost. The
layout and the methods of laying the lines and wiring shall have the prior
approval of the Engineer-in-Charge. All camp area shall be properly
electrified. All lines, streets, approaches for the camp etc., shall be
sufficiently lighted for the safety of staff and labour of the contractor, at the
cost of the Contractor and it will be subject to the approval of the Engineer-inCharge.
61.0 Land
61.1 Land for Contractors use:
The contractor will be permitted to use Government land for execution of work.
The contractor shall have to make his own arrangements for acquiring and
clearing the site, leveling, providing drainage and other facilities for labour staff
colonies, site office, work-shop or stores and for related activities. The
Contractor shall apply to the Department within a reasonable time after the award
CONTRACTOR

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

Contractor not to dispose off Spoil etc


The contractor shall not dispose off or remove except for the purpose of
fulfillment of this contract, sand, stone, clay ballast, earth, trees and shrubs or
other materials obtained in the excavation made or lying on the site of the work,
and all such materials and produce shall remain property of the Government.
The Department may upon request from the contractor, or if so stipulated in the
conditions of the contract allow the contractor to use any of the above materials
for the works either free of cost or after payment as may be specifically
mentioned or considered necessary during the execution of the work.

62.0 Approach Roads and Roads in Work Area


In addition to existing public roads and roads Constructed by Government, if any,
in work area all additional approach roads inside work area and camp required
by the Contractor shall be constructed and maintained by him at his own cost.
The layout design, construction and maintenance etc. of the roads shall be
subject to the approval of the Engineer-in-Charge. The contractor shall permit the
use of these roads by the Government free of charge.
CONTRACTOR

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

Explosive and Fuel Storage Tanks


No explosive shall be stored within (half) KM of the limit of the camp sites.
The storage of gasoline and other fuel oils or of Butane, Propane and other
liquefied petroleum gases, shall confirm to the regulations of Andhra Pradesh
State Government and Government of India. The tanks, above ground and
having capacity in excess of 2000 liters, shall not be located within the camp
area, nor within 200m, of any building.

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)

Providing protective head wear to workers at places like under ground


excavations to protect them against rock falls.

d)

Providing masks to workers at granulates or at other locations where too


much fine dust is floating about and sprinkling water at frequent intervals by
water hoses on all stone crushing area and storage bins abate to dust.

e)

Getting the workers in such jobs periodically examined for chest trouble due
to too much breathing in to fine dust.

f)

Taking such normal precautions like fencing and lightening in excavation of


trenches, not allowing rolls and metal parts of useless timber spread
around, making danger areas for blasting providing whistles etc.

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)

Taking necessary steps towards training the workers concerned on the


machinery before they are allowed to handle them independently and
taking all necessary precautions in around the areas where machines
hoists and similar units are working.

Fair Wage Clause


The contractor shall pay not less than fair wages to labourers engaged by him on
the work.
Fair wages means wages whether for time of piecework notified by the
Government from time in the area in which the work is situated.
The contractor shall not with-standing the revisions of any contract to the
contrary cause to be paid to the labour, in directly engaged on the work including
any labour engaged by the sub-contractor in connection with the said work, as if
the labourers had been directly employed by him.
In respect of labour directly or indirectly employed in the works for the purpose of
the contractors part of the contract the contractor shall comply with the rules and
regulations on the maintenance of suitable records prescribed for this purpose
from time to time by the Government. He shall maintain his accounts and
vouchers on the payment of wages to the laborers to the satisfaction of the
Executive Engineer.
The Executive Engineer shall have the right to call for such record as required to
satisfy himself on the payment of fair wages to the labourers and shall have the
right to deduct from the contract amount a suitable amount for making good the
loss suffered by the worker or workers by reason of the fair wages clause to the
workers.
The contractor shall be primarily liable for all payments to be made and for the
observance of the regulations framed by the Govt. from time to time without
prejudice to his right to claim indemnity from his sub-contractors.
As per contract labour (Regulation and abolition) Act. 1970 the contractor has to
produce the license obtained from the licensing officers of the labour department
along with the Bid or at the time of contract.
Any violation of the conditions above shall be deemed to be a breach of his
contract.
Equal wages are to be paid for both men and women if the nature of work is
same and similar.

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

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.

__________________________________contractor

S/o.________________

aged

____________________________ Resident of ______________________ do hereby


bind myself to pay all the claims may come (a) under Workmens Compensation Act.
1933 with any statutory modification there of and rules there under or otherwise for or in
respect of any damage or compensation payable in connection with any accident or injury
sustained (b) under Minimum wages Act 1948 (c) under payment of wages Act.1936 (d)
under the Contractor labour (Regulation and Abolition) Act. 1970 by workmen engaged
for the performance of the business relating to the above contract ie., Failing such
payment of claims of workmen engaged in the above work, I abide in accepting for the
recovery of such claims, effected from any of my assets with the departments.
69.0 Compliance With Labour Regulations
During continuance of the contract, the contractor and his sub contractors shall
abide at all times by all existing labour enactments and rules made there under,
regulations, notifications and bye laws of the State or Central Government or
local authority and any other labour law (including rules), regulations, bye laws
that may be passed or notifications that may be issued under any labour law in
future either by the State or the Central Government or the local authority and
also applicable labour regulations, health and sanitary arrangements for
workmen, insurance and other benefits. Salient features of some of the major
labour laws that are applicable to construction industry are given below. The
contractor shall keep the Department indemnified in case any action is taken
against Department by the competent authority on account of contravention of
any of the provisions of any Act or rules made there under, regulations or
notifications including amendments. If the Department is caused to pay or
reimburse, such amounts as may be necessary to cause or observe, or for nonobservance
of
the
provision
stipulated
in
the
notifications/bye
laws/Acts/Rules/regulations including amendments, if any, on the part of the
contractor, the Engineer-in-charge /Department shall have the right to deduct any
CONTRACTOR

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.

71.0 Liabilities of the Contractor


71.1 Accident Relief and workmen compensation:
The contractor should make all necessary arrangements for the safety of
workmen on the occurrence of the accident, which results in the injury or death of
any of the workmen employed by the contractor, the contractor shall within 24
hours of the happenings of the accident and such accidents should intimate in
writing to the concerned Asst. Engineer / Asst. Executive Engineer of the
Department the act of such accident. The contractor shall indemnify Government
against all loss or damage sustained by the Government resulting directly or
indirectly from his failure to give intimation in the manner aforesaid including the
penalties or fines if any payable by Govt. as a consequence of Govt. failure to
give notice under workmens compensation Act or otherwise conform to the
provisions of the said Act. in regard to such accident.
71.2 In the event of an accident in respect of which compensation may become payable
under the workmens compensation Act VIII 23 whether by the contractor, by the
Government it shall be lawful for the Executive Engineer to retain such sum of
money which may in the opinion of the Executive Engineer be sufficient to meet
such liability. The opinion of the Executive Engineer shall be final in regard to all
matters arising under this clause.
71.3

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

72.0 Contractors Staff, Representatives and Labour


The contractor shall, at all times, maintain on the works, staff of qualified
Engineers, and Supervisors of sufficient experience of similar other jobs to
assure that the quality of work turned out shall be as intended in the
specifications. The contractor shall also maintain at the works, a Work
Manager or sufficient status, experience and office and duly authorize him to
deal with all aspects of the day-today work. All communications to any
commitments by the Work Manager shall be considered as binding on the
Contractor.
The Contractor shall at all times submit details of skilled and unskilled labour and
equipment employed to the Engineer-in-Charge in prescribed proforma as he
may require to assess and ensure the proper progress of work.
If the contractor does not employ the technical person agreed to on the work a
fine of Rs.25,000/- will be imposed. If he does not employ for 30 days,
thereafter it becomes a fundamental breach of contract.
The Contractor shall at all times, maintain on the work a staff of qualified
Engineers and Supervisors of sufficient experience of similar other jobs to
ensure that the quality of work turned out shall be as intended in these
specifications and they shall be present at the work spot during working
hours and at the time of inspection by the Department Officers. All orders
and direction given to such supervisory or other staff of the contractor to be
present on any specified inspection and the contractor shall comply with such
requisitions.
The contractor shall supply to the Executive Engineer details of name,
qualifications and experience in regard to all supervisory staff employed by
the contractor and notify the changes when made and satisfy the Executive
Engineer regarding the quality and adequacy of staff thus employed.
The Executive Engineer will have the unquestionable right to ask for change in
the contractors supervisory staff and to other removal from the work and
connection herewith of any of such staff. The contractor shall comply with
such order and effect replacement to the satisfaction of the Executive
Engineer.
The Contractor shall not without written authorization permit entry on site of work
of any person authorized agents, engaged in connection with work.
All vehicles used by the contractor shall be clearly marked with contractors
name.
73.0 Accommodation and food
The contractor should arrange accommodation he needs, at his own cost. The
contractor shall make his own arrangements for supply of food grains, fuel and
other provision to his staff and labourers including controlled commodities.
CONTRACTOR

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)

The provisions of relevant labour laws being adhered to:

(ii)

Adequate lighting, supervision and safety measures are established to the


satisfaction of the Engineer-in-Charge and

(iii)

The construction programme given by the Contractor and agreed upon by


the Engineer-in-Charge envisages such night working or working during
Sundays or authorised holidays.

77.0 Layout of materials stacks


The contractor shall deposit materials for the purpose of the work on such parts
only of the ground as may be approved by the Engineer-in-Charge before
starting work. A detailed survey, clearly indicating position and areas where
materials shall be stacked and sheds built is to be conducted by the contractor at
his own cost and only after obtaining necessary approval of the plan for use of
sites by the Engineer-in-Charge, the Contractor can use the sites accordingly.
78.0 Use of blasting materials
Procurement of blasting materials and its storage is the responsibility of the
contractor. The contractor shall engage licensed blaster for blasting operation.
The contractor is to act in accordance with Indian Explosive Act and other rules
prevailing, during the execution of work. It is the responsibility of the contractor
to see, that works by other agencies in the vicinity are not hampered, in such
cases if any claim is made by other agencies that should be borne by the
contractor. Carriage of blasting materials, from the magazine to the work site, is
the responsibility of the contractor.
79.0 Plant and Equipment
CONTRACTOR

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

All documents, correspondences, decisions and orders, concerning the contract


shall be considered as confidential and/or restricted in nature by the contractor
and he shall not divulge or allow access to them by any unauthorised person.
84.0 General obligations of Contractor
84.1 The contractor shall, subject to the provision of the contract and with due care and
diligence, execute and maintain the works in accordance with specifications and
drawings.
84.2

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.

85.0 Security Measures


a)

Security requirements for the work shall be in accordance with the


Governments general requirements including provisions of this clause and
the Contractor shall conform to such requirements and shall be held
responsible for the actions of all his staff, employees and the staff and
employees of his sub-contractors.

b)

All contractors employees, representatives and sub-contractors employees


shall wear identifications badges provided by the contractor. Badges shall
identify the contractor, showing and employees number and shall be worn
at all times while at the site. Individual labour will not be required to wear
identification badges.

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

Fire Fighting Measures


a) The contractor shall provide and maintain adequate fire fighting equipment
and take adequate fire precaution measures for the safety of all personnel
and temporary and permanent works and shall take action to prevent
damage to destruction by fire of trees shrubs and grasses.
b) Separate payment will not be made for the provision of fire prevention
measures.

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

equipment, blasting, excavating, dumping, chemical damage or other


operation and the contractor shall adequately protect such trees by use of
protective barriers or other methods approval by the Engineer-in-Charge.
Trees shall not be used for anchorages. The contractor shall be responsible
for injuries to trees and shrubs caused by his operations. The term injury
shall include, without limitation bruising, scarring, tearing and breaking of
roots, trunks or branches. All injured trees and shrubs be restored as nearly
as practicable without delay to their original condition at the contractors
expense.
The contractors construction activities shall be performed by methods that will
present entrance or accidental spillage of solid matter contaminants, debris
and other objectionable pollutants and wastage into river. Such pollutant and
waste include earth and earth products, garbage, cement concrete, sewage
effluent, industrial wastes, radio-active substances, mercury, oil and other
petroleum products, aggregate processing, mineral salts and thermal
pollution. Pollutants and wastes shall be disposed off in a manner and at
sites approved by the Engineer-in-Charge.
In conduct of construction activities and operation of equipments the contractor
shall utilize such practicable methods and devices as are reasonably
available to control, prevent and otherwise minimize the air pollution. The
excessive omission of dust in to the atmosphere will not be permitted during
the manufacture, handling and storage of concrete aggregates and the
contractor shall use such methods and equipment as a necessary for
collection and disposal or prevention of dust during these operations. The
contractors methods of storing and handling cement shall also include
means of eliminating atmospheric discharges of dust, equipment and
vehicles that give objectionable omission of exhaust gases shall not be
operated. Burning of materials resulting from clearing of trees, bushes,
combustible construction materials and rubbish may be permitted only when
atmospheric conditions for burning are considered favourable.
Separate payment will not be made for complying with the provisions of this
clause and all cost shall be deemed to have been included in the unit rates and
prices included in the contract if any provision is not complied with within a
reasonable time even after issue of a notice in this respect, the necessary
operations would be carried out by the Engineer-in-Charge at the cost of the
Contractor, Orders of the Engineer-in-Charge in this respect would be final and
binding on the contractor.
90.0

Preservation of existing vegetation


The contractor will preserve and protect all existing vegetation such as trees, on
or adjacent to the site which do not unreasonably interfere with the
construction as may be determined by the Engineer-in-Charge. The
contractor will be held responsible for all unauthorized cutting or damage of
trees, including damage due to careless operation of equipment, stockpiling
of materials or trekking of grass areas by equipment. Care shall be taken by
the Contractor in felling tress authorized for removal to avoid any

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

96.0 Site Order Book


An order book shall be kept at the site of the work. As far as possible, all orders
regarding the work are to be entered in this book. All entries shall be signed and
dated by the Department Officer in direct charge of the work and by the
contractor or by his representative. In important cases, the Executive Engineer or
the Superintending Engineer will countersign the entries, which have been made.
The order book shall not be removed from the work, except with the written
permission of the Executive Engineer.

97.0 Variations by way of Modification, Omissions or Additions


For all modifications, omissions from or additions to the drawings and
specifications, the Executive Engineer will issue revised plans, or written
instructions, or both and no modification, omission or addition shall be made
unless so authorized and directed by the Executive Engineer in writing.
The Executive Engineer shall have the privilege of ordering modifications,
omission or additions at any time before the completion of the work and such
orders shall not operate to annual those portions of the specifications with which
said changes do not conflict.
Engineer-in-Charges Decision:
It shall be accepted as in separable part of the contract that in matters regarding
materials, workmanship, removal of improper work, interpretation of the contract
drawings and contract specification, mode of the procedure and the carrying out
o the work, the decision of the Engineer-in-Charge, which shall be given in
writing shall be binding on the contractor.
98.0 Care and Diversion of River/ Stream:
The contractor shall submit details regarding the diversion and care of river or
stream during construction of the work along with a separate print-out of the time
table showing earliest and latest start and finish dates of various activities. He
should submit a detailed layout plan with drawings for the diversion and care of
river during construction of work. The above arrangements shall be at
contractors cost.
99.0 Clearing of the site and Re-handing over
99.1 Government land as may be considered necessary by the Executive Engineer for
the execution of the work will be given to the contractor and shall be handed over
to the department in good condition and to the complete satisfaction of the
Executive Engineer.
99.2

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

100.0 HEALTH AND SANITARY


Medical rules for the provision of health and sanitary arrangements for worker
employed by the departments and contractors.
The camp and hutting accommodation water supply and sanitary arrangement
for the workers and labour employed on the works shall be made by the
contractor at his own cost and shall strictly confirm to the requirements and to the

satisfaction of the Medical and Sanitary authorities of the project and in


accordance with the medical RULES LISTED BELOW:
I.

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.

Where the number of persons employed does


not exceed 50
Where the numbers of persons employed does
not exceed 50 but not 100
For every additional 100

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

employ adequate number of scavengers and conserve staff to keep the


latrines and urinal in a clean condition which shall be cleaned at least four
times daily.
Rest Shelters: At the work site there shall be provided free of cost. Two
suitable sheds one for meals and the other for use of labour shall be
provided.
Creches : At every work place at which 50 or more women workers are
ordinarily employed there shall be provided two huts of suitable size for the
use of children under the age of 6 years belonging to such women one hut
shall be used for important games and play and other as their bed rooms.
The hut shall not be constructed on lower standards than the following.
Thatched roof.
Mud floors and walls.
Planks spread over the mud floor and covered with matting. The use of the
huts shall be restricted to children, their attendants and mothers of the
Children.
Canteens: A cooked food canteen on a moderate scale shall be provided for
the benefit of workers, if it is considered essential.
Sheds for workmen: The contractor shall provide at his own expense sheds
for housing the workmen. The shed shall be on a standard not less than
cheap shelter type to live in which the work people in the locality are
accustomed to a floor area of about 2m x 1.5m per two persons shall be
provided. The sheds are to be in rows with 12.5m clear space between
sheds and 19m clear space between rows if conditions permit. The work
people's camp shall be laid in units of 400 persons each unit to have a clear
space of 12m all round.
Land should be acquired temporarily for storing contractor's materials or for
his staff. The contractor should make his own arrangements for temporary
acquisition of land required for storing his materials and for housing of this
staff at his expenses.
CONTRACTOR

256

SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE

101.0

Labour Camp and Contractor's Staff Colony


The Executive Engineer will handover the site for the contractor and his
labour. All areas of operation including those for his staff and labour
colonies handover to the contractor shall be cleared and handed back as
soon as his contract for the work is over. The contractor at the time of
handing over back shall make good to the satisfaction of the Executive
Engineer any damage or alterations made to the areas or other property
or land handed over to him for the purpose of the project work.
Temporary structures may be erected by the contractor for storage
sheds, offices, residences etc., For non commercial 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.
Labour importation and amenities to labour and contractor's staff shall be
to the contractor's account. His quoted bid shall include the expenditure
towards importation of labour amenities to labour and staff;

102.0 Use of Site


The contractor may be permitted to avail the site as per departmental rules on
lease for use by him in carrying out the contractor work and when Executive
Engineer may consider such use to be necessary for the bonafide purpose of
executing works. The contractor shall commence any operation on such lands
with the prior approval of the Executive Engineer.
103.0

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.

104.0 Seigniorage Charges


CONTRACTOR

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.

Name of the Minor


Mineral
2
BUILDING stone
Rough Stone/Boulders
Road Metal & b
Dimensional Stone used
for kerbs & Cubes
Limokankar/ Limestone

Unit

Rate of Segniorage Fee


(IN RUPPES)
4
Rs.45/30 (rupees forty Five/thirty)
Rs.45/30 (rupees forty Five/thirty)
Rs.45/30 (rupees forty five/thirty)
Rs. 80 (Rupees eighty)

3
M3/MT
M3/MT
M3/MT
MT

MT
M3/Mt
MT
M3/MT
M3

Rs. 36 (Rupees Thirty six)

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

The rate of Royalty as applicable to limestone


(other than L.D. Grade) in respect of Major
Mineral as per the 2nd sehedule of the mines an
minerals (D&R) Act, 1957
Rs, (80 (Rupees Eighty
Rs. 150/60 (Rupees One hundred and fifty/sixty
Rs. 40 (Ruees forty)
Rs.20/12 (Rupees Twenty/Twelve)

M3
MT
MT

13.
14.
15.
A(i)

Shale/Slate
Rehmall
Limestone slabs
Colour

MT
M3

Rs. 15 (rupees Fifteen)


Rs. 30(Rupees tirty)
Rs. 100 (Rupees Hundred) white Rs. 40 (Rupee
forty) off white
Rs. 100 (Rupees Hundred)
Rs. 15 (Rupees fifteen)

A(ii)

White

--

Black

--

5.
6.
7.
8.
9.

MT

--

Rs. 6 (Rupees six) per Sq. Mt. Of Rs.80 (Rupee


eighty) per MT. Whichever is higher.
Rs. 4 (Rupees four) per Sq. Mt. Or Rs. 50
(Rupees fifty) per MT. Whichever is higher.
Rs. 3 (Rupees three) per Sq.Mt. or Rs. 40
(Rupees forty) per MT whichever is higher
Rs. 3500 (Rupees Three thousand and five
hundred) per kiln per annum For Bricks & Tiles

16.

Ordinary clay, silt and


-brick earth used in the
manufacture of Bricks
including Mangolore tiles
Ref. G.O.Ms.No.331, Date: 21.06.2000 and G.O.Ms.No.217, date 29.9.2004

CONTRACTOR

259

SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE

17

Granite useful for cutting &


Polishing

(a)

Black granite galaxy


variety

(b)

Black Granite other than


Galaxy variety

(c)

Colour granite srikakulam


Blue, Indian Aurors of
Nizamabad Dist. of
Black pearl of prakasham
& Guntur dists.

(d)

Colour granite of other


varieties

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 27cm x 150 cm size

Below 75 cm size

Rs. 2250 (Rupees Two


thousand two hundred and
fifty)

Rs. 1000 (Rupees


One thousand)

Rs. 1750 (Rupees One


thousand seven hundred
and fifty)

Rs. 750 (Rupees


Seven hundred and
fifty)

Rs. 1750 (Rupees one


thousand seven hundred
and fifty)

Rs. 750 (Rupees


Seven hundred and
fifty)

Rs. 1500 (Rupees One


thousand and five
hundred)

Rs. 750 (Rupees


seven hundred and
fifty)

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.

Rate of Dead Rent per hectare per


annum
Rs. 50,000 (Rupees fifty thousand)
Rs. 40,000 (rupees forty thousand)
Rs. 25,000
(Rupees twenty five thousand)

Name of the Minor Mineral

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

Labour welfare cess @ 1.00 % has to be paid by the successful bidder to be


recovered from the bills during execution.
107.0 Supply of Construction Materials
i) The contractor has to make his own arrangements for procurements, supply
and use of construction materials.
ii)

All materials so procured should confirm to the relevant specifications


indicated in the bidding documents.

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:

a) The Contractor shall be deemed to have obtained all necessary information as


to risks, contingencies and other circumstances which may influence or
affect the Works:
b) By signing the Contract, the Contractor accepts total responsibility for having
foreseen all difficulties and costs of successfully completing the Works; and
c) The Contract Price shall not be adjusted to take account of any unforeseen
difficulties or costs.
112.0 Rights of Way and Facilities
The Contractor shall bear all costs and charges for special and/or temporary
rights-of-way, which he may require, including those for access to the Site. The
Contractor shall also obtain, at his risk and cost, any additional facilities outside
the site, which he may require for the purposes of the Works.
113.0 Avoidance of Interference
The Contractor shall not interfere unnecessarily or improperly with the
convenience of the public, or The access to and use and occupation of all roads
and footpaths, irrespective of whether they are public or in the possession of the
Employer or of others.
The Contractor shall indemnify and hold the Employer harmless against and from
all damages, losses and expenses (including legal fees and expenses) resulting
from any such unnecessary or improper interference.
114.0 Access Route
The Contractor shall be deemed to have been satisfied as to the suitability and
availability of access routes to the Site. The Contractor shall use reasonable
efforts to prevent any road or bridge from being damaged by the Contractors
traffic or by the Contractors Personnel. These efforts shall include the proper use
of appropriate vehicles and routes.
Except as otherwise stated in these Conditions:
a)The Contractor shall (as between the Parties) be responsible for any
maintenance which may be required for his use of access routes; the
CONTRACTOR

263

SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE

Contractor shall provide all necessary signs or directions along access


routes, and shall obtain any permission which may be required from the
relevant authorities for his use of routes, signs and directions; the Employer
shall not be responsible for any claims which may arise from the use or
otherwise of any access route, the Employer does not guarantee the
suitability or availability of particular access routes, and Costs due to nonsuitability or non-availability, for the use required by the Contractor, of access
routes shall be borne by the Contractor.
115.0 Transport of Goods
a)The Contractor shall give the Employer not less than 21 days notice of the
date on which any Plant or a major item of other Goods will be delivered to
the Site;
b)The Contractor shall be responsible for packing, loading, transporting,
receiving. unloading, storing and protection all Goods and other things
required for the Works; and
c)The Contractor shall indemnify and hold the Employer harmless against and
from all damages, losses and expenses (including legal fees and expenses)
resulting from the transport of Goods, and shall negotiate and pay all claims
arising from their transport.
116.0 Contractors Equipment
The Contractor shall be responsible for all Contractors Equipment. When
brought on to the Site, Contractors Equipment shall be deemed to be exclusively
intended for the execution of the Works.
1)All Constructional Plant, Temporary Works and materials provided by the
Contractor shall, when brought on to the site, be deemed to be exclusively
intended for the execution of the Works and the Contractor shall not remove
the same or any part thereof, except for the purpose of moving it from one
part of the site to another, without the consent, in writing, of the Engineer,
which shall not be unreasonably withheld.
2)Upon completion of the works the Contractor shall remove from the site all the
said Constructional Plant and Temporary Works remaining thereon and any
unused materials provided by the Contractor.
3)The Employer shall not at any time be liable for the loss of or damage to any of
the said Constructional Plant, Temporary Works or materials.
117.0 Progress Reports
Monthly progress reports shall be prepared by the Contractor and submitted to
the Employer in six copies. The first report shall cover the period up to the end of
the first calendar month following the Commencement Date. Reports shall be
CONTRACTOR

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)

Charts and detailed descriptions of progress, including each stage of


surveys, Investigation, design, Contractor's Documents, procurement,
manufacture, delivery to Site, construction, commissioning and trial
operation;

(b)

Digital photographs showing the status of progress on the Site;

(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)

The details of Contractor's Personnel and Equipment];

(e)

Copies of quality assurance documents, test results and certificates of


Material;

(e)

List of Variations, notices given

(g)

Safety statistics, including details of any hazardous incidents and activities


relating to environmental aspects and public relations; and

(h)

Comparisons of actual and planned progress, with details of any events or


circumstances which may jeopardize the completion in accordance with the
Contract, and the measures being (or to be) adopted to overcome delays.

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

and shall not be deemed to have given any representation of accuracy or


completeness of any data or information. Any data or information received by the
Contractor, from the Employer or otherwise shall not relieve the Contractor from
his responsibility for the Investigation, design and execution of the Works.
118.2 Contractor's Documents
The Contractor's Documents shall comprise the technical documents specified in
the Employer's Requirements, documents required to satisfy all regulatory
approvals, and the documents.
The Contractor shall prepare all Contractor's Documents, and shall also prepare
any other documents necessary to instruct the Contractors Personnel.
If the Employer's Requirements describe the Contractor's Documents which are
to be submitted to the Employer for review, they shall be submitted accordingly,
together with a notice as described below. In the following provisions of this SubClause, (i) "review period" means the period required by the Employer for review,
and (ii) "Contractors Documents" exclude any documents which are not
specified as being required to be submitted for review.
The Employers may give notice to the Contractor that a Contractor's Document
fails (to the extent stated) to comply with the Contract. If a Contractor's
Document so fails to comply, it shall be rectified, resubmitted and reviewed in
accordance with this Sub-Clause, at the Contractor's cost.
For each part of the Works, and except to the extent that the Parties otherwise
agree:
a)Execution of such part of the Works shall not commence prior to the expiry of
the review periods for all the Contractors Documents which are relevant to
its design and execution;
b)Execution of such part of the Works shall be in accordance with these
Contractor's Documents, as submitted for review; and if the Contractor
wishes to modify any design or document which has previously been
submitted for review, the Contractor shall immediately give notice to the
Employer. Thereafter, the Contractor shall submit revised documents to the
Employer in accordance with the above procedure.
c)If the Employer's Representative instruct that further Construction Documents
are necessary for carrying the works, the Contractor shall upon receiving
the Employer's Representative Instructions prepare such construction
documents and shall not be considered as variation
Any such contract (under the preceding paragraph) or any review (under this
Sub-Clause or otherwise) shall not relieve the Contractor from any obligation or
responsibility.
118.3 As-Built Documents
CONTRACTOR

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

ii)The approximate number of each class of Contractor's Personnel and of


each type of Contractor's Equipment for each major stage.
The Contractor shall promptly give notice to the Employer of specific probable
future events or circumstances, which may adversely affect or delay the
execution of the Works. In this event, or if the Employer gives notice to the
Contractor that if a programme fails (to the extent stated) to comply with the
Contract or to be consistent with actual progress and the Contractor's stated
intentions, the Contractor shall submit a revised programme to the Employer in
accordance with this Sub-Clause.
119.2 Rate of Progress
If, at any time:
a)Actual progress is too slow to complete within the Time for Completion, and/or
b)Progress has fallen (or will fall) behind the current programme under SubClause 24.4 [Programme],
Then the Employer may instruct the Contractor to submit, under Sub Clause
24.10 [Programme], a revised programme and supporting report describing
the revised methods which the Contractor proposes to adopt in order to
expedite progress and complete within the Time for Completion.
Unless the Employer notifies otherwise, the Contractor shall adopt these
revised methods, which may require increases in the working hours and/or in
the numbers of Contractor's Personnel and/or Goods, at the risk and cost of
the Contractor.
From the commencement of the works to the completion of the same, they
are to be under the contractor (s) charge. The Contractor(s) is / are to be
held responsible for arid to make good all injuries, damages and repair
occasioned or rendered necessary to the same by fire or other causes and
they are to hold the employer harmless from any claims for injuries to
persons or for structural employer harmless from any claims for injuries to
persons or for structural damage to property happening from any neglect,
default, want of proper care or misconduct on the part of the contractors(s) or
of any one in his/their employees during the If at any time before or after the
commencement of the work the employer shall for any reason whatsoever.
c) Cause alterations, omissions or variation in the drawings and specification
involving any curtailment of the works as originally contemplated or
d) Not required the whole of work as specified in the Bid to be carried out, the
contractor(s) shall have no claim to any payment or compensation
whatsoever on account of any profit or advantage which he/they might have
derived from the execution of the work in full as specified in the Bid but which
he/they did not derive in consequence of the curtailment of the works by
CONTRACTOR

268

SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE

reason of alterations, omissions or variations or in consequence of the full


amount of the work not having been carried out.

CONTRACTOR

269

SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE

SPECIAL CONDITIONS OF CONTRACT


1.0 General
The data and information given in the Project Profile (Vol. I Part E) of the Bid
Document are based on the preliminary investigations, planning and preliminary
designs carried out so far. The data considered for the project planning have
been included in the bid documents. The Contractor shall, therefore, satisfy
himself about the adequacy and accuracy of the said data / information and
interpretation thereof and collect fresh data / additional data / information and
carry out / conduct further investigations and studies. The Employer shall not be
responsible for the accuracy / adequacy of the data / information and
interpretation thereof by the Contractor.
2.0 Sufficiency of Bid
The Contractor shall be deemed to have visited and carefully examined the
Project Site and its surrounding to have satisfied himself to the nature and
conditions of the means of transport and communications, whether by land, water
or air, as available at present and as to possible interruptions thereto including
the access and regress conditions for the Site. The Contractor is also deemed to
have made enquiries, examined and satisfied himself as to the sites source for
obtaining sand, stones, bricks and other materials, the sites for disposal of
surplus materials and accommodation for depots, colonies, workshops and other
infrastructure facilities as may be necessary for executing and completing the
Works, as also the sub-soil water and variations thereof, storms, prevailing
winds, climatic conditions and all other similar matters affecting the works
including law & order.
Any neglect or omission or failure on the part of the Contractor in obtaining
necessary and reliable information upon the foregoing or any other matter
affecting the Contract shall not relieve him from any risks or liabilities or the entire
responsibility for the completion of the Works in accordance with the Contract.
No verbal contract or inference from conversation with any officer or employee of
the Employer either before or after the signing of the Contract shall in any way
affect or modify any of the terms or obligations herein contained. The Contractor
shall also be deemed to have inspected and examined the Site and to have
satisfied himself, before submitting his Bid, as to the form and nature thereof
including the sub-surface conditions and other local conditions, the hydrological,
geological and climatic conditions, the extent and nature of work and materials
necessary for the completion of the Works, the means of access to the Site and
the land for accommodation etc. he may require and, in general, shall be deemed
to have obtained all necessary information, as to risks, contingencies and all
other circumstances which may influence or affect his Bid.

CONTRACTOR

270

SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE

3.0 Major Project Components and Basic Project Parameters


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.

3.1 Major components


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.

3.2 Basic Project Parameters


For Basic project parameters refer pertaining to the project refer Vol 1, Part- D
4.0 Scope of Work
4.1 General
The major components of works to be executed by the contractor under this
contract shall be as described section - wise as follows. Execution of all these
works shall include all construction plant / equipment and materials indigenous or
imported, survey, investigation, survey equipment, studies and all services and
facilities required for completion of the work.
Any requirements of work whether requested by the Employer or otherwise and
whether specifically described in the Contract or not but are necessary or
required for the proper completion and functioning of the Works in accordance
with the Contract including remedying of any gaps and deficiencies in the Works
shall not be deemed to be considered as any change in the Scope of Work and
shall not entitle the contractor for any extra payment.
4.2

Section (i) Surveys and Detailed Investigation

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

Section (II) Design and Engineering


During detailed Engineering the Contractor shall submit design of the sumps,
intake structures, sub stations, pump houses, standards of new/ existing tanks,
Pipe line, main canal, distributaries minors and sub minors, structures on Pipe
line and
the canal system, and connected Hydro-Mechanical, ElectroMechanical works of the Scheme keeping in view the safety, cost and time
effectiveness provided always that the design of the Scheme shall be always in
conformity with the basic parameters and in accordance with the
Nationally/Internationally accepted practice and for the optimal performance of
the works as warranted under the Contract. This shall not entitle the Contractor
to additional cost, whatsoever, other than the contract price. The total scope of
services under this section shall be as per Appendix-PI The number of copies of
the Reports and other Documents to be submitted to the Employer by the
contractor is also specified in Vol.- I, Part.C
Data and information related to the scheme as available with the Employer have
been furnished in the bid documents. All additional/Fresh survey, investigation
and testing data and any other data relevant to design shall be collected by the
Contractor without any financial burden to the Employer.

4.4 Section (iii) Civil Works


The scope of work under this section covers provision of all labour, plant and
materials for and execution of all civil works, complete in all respect, as described
in the Appendix -CW read and conditions of contract 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.
4.5 Section (IV) Gates Including Hoisting Arrangement and EM Parts
CONTRACTOR

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

The inspection/tests by Employer/ Employers Representative/Agency and/or his


countersigning inspection/test certificate(s) thereon shall in no way limit the
liabilities and responsibilities, of the Contractor as stipulated in the Contract.

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

5.5 The quality control checks are to be conducted by Department Quality


Control and third party Quality Control / Quality Assurance as per
Government Memo No.34736/Reforms/2007, Dt.27.6.2008 and from
guidelines issued from time to time or existing guidelines.

6.0 Measurements and Payments


6.1

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.

7.0 Contractors Work Programme


7.1

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

interdependencies of all the works of the Contract including relative activities of


Civil Works. The Programme shall be reviewed jointly by the Employer and the
Contractor, at least once in a month where in the hold ups/delays, if any, in the
progress of Works, with reference to the agreed Schedule shall be given Special
Attention. Necessary modifications (updating / Revisions) of the Programme,
within the overall Time for Completion, shall be carried out by mutual contract
between the Employer and the Contractor.
8.2

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.

9.0 Monthly Progress Report


The Contractor shall submit to the Engineer-in-Charge six copies of a Monthly
progress Report by the 5th day of the following month, in such form and detail as
the Engineer-in-Charge shall reasonably prescribe, for the proper monthly follow
up. The contractor shall also keep the monthly progress report in the Internet and
update promptly as specified above.
10.0 Additional Special Conditions of Contract
10.1 General: The special conditions are supplementary instructions to the Bidders and
would form part of the contract.
10.2 Drawings and Designs:
Drawings given, listed and indexed in volume IV are indicative, but will form part
of the contract. The above drawings show the command area of the system also.

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

Construction Programme: The contractor will submit Construction Programme


showing quantity wise sequence of operations within one week after approval of
estimates and should get the programme approved from the competent
authorities. Along with the above he will also submit programme of bringing
requisite tools and plant, machinery to be engaged by him to the site of work.
Contractor shall also prepare their own month wise (detailed week wise), item
wise physical construction programme, prepared with computer aided project
management software to generate bar chart based on network technique as per
approved quantities of different items without modifying date of work order (start
date ) and stipulated date of completion ( end date) within one week after
approval of estimate and get it approved
from Engineer-in-Charge the
programme shall be as per work completion schedule The contractor shall
submit weekly progress report to Engineer-in-Charge in approved format of
report regularly.

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

Examination and tests on Completion: On the completion of the work the


Engineer-in-Charge shall make such examination and tests of the work as may
then seen to him possible, necessary or desirable, and the contractor shall
furnish free of cost any materials and labour which may be necessary therefore,
and shall facilitate in every way all operations required by the Engineer-inCharge, in making examination and tests.

11.0 Haul Roads


The Contractor will have to make the work sites accessible to the departmental
officers for inspection by way of constructing / maintaining all weather
roads/approaches.
Layout of construction of road
CONTRACTOR

277

SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE

The Contractor shall have to submit detailed plan to the Engineer-in-Charge


showing the layout of the work site, roads and approach roads proposed by him,
before he starts the actual work. Such a road layout road plan will be scrutinized
by the Engineer-in-Charge and any modifications suggested by him will be
binding on the contractor. If it is decided by the Engineer-in-Charge to have some
of the roads proposed by the Contractor as common road for common use of
department and other contractors or convenient and for compact and planned
layout of work site, the Contractor will be bound to construct them and allow them
to be used simultaneously be other Contractors and departments. In case of
disputes, the decision of the Engineer-in-Charge shall be final and the binding on
the Contractor.
12.0

Regulations and Bye-Laws


The contractor shall conform to the regulation, bye-laws, any other statutory rules
made by any local Authorities or by the Government and shall protect and
indemnify Government against any claim or liability arising from or based on the
violation of any such laws, ordinance,, regulations, orders, decrees, etc.,

13.0 Passing of Foundation etc.,


After the completion of the work of excavation, the same will be checked and
passed by the competent authority. No masonry or concrete or back filling shall
be laid unless the foundations are so passed. No concreting shall commence,
unless the centering and the reinforcement is checked and passed by the
Engineer-in-charge.
14.0

Signing Field Books, Longitudinal Sections, Cross- Sections and


Measurement Books
Before starting the work, and at the end before the work is covered, levels for
plotting the longitudinal sections (along the axis as decided by Engineer-inCharge or his authorised representative) and cross section of the portion of the
work shall be taken by authorised Engineer of the contractor in the presence of
the Engineer-in-Charge or his authorised representative and the same shall have
to be got attested from the Engineer-in-Charge or his authorised representative
in token of acceptance.
If the contractor fails to take measurements and sign them, then the
measurements recorded by the Engineer-in-charge, or his authorized
representative in the authorised books shall be final and binding on the
contractor. For this purpose, suitable date or dates shall be fixed by the
Engineer-in-Charge and intimated to the contractor at least three days in
advance. If the contractor, or his duly authorised agent fails to attend on the
appointed date or dates, the levels and measurements shall be taken in his
absence and such levels and measurements and longitudinal sections and cross
sections based there on shall be final and binding on the Contractor. The levels
will be taken on such alignments and cross sections as will be useful for
reference permanently and described under specification for Excavation. The
point of the locations for the levels will depend upon the roughness of the area

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

Communications and Notices by Contractors


All communication and or notices pertaining to works and concerning matters,
such as passing and approving of foundation, reinforcement, and form work,
measurements, mark outs, etc shall not be addressed by the Contractor to an
officer not below the rank of Executive Engineer. All such notices
communications, etc shall be addressed in good time so as not to hold up the
work.

18.0 Claim Supply of Designs & Drawings


The contractor shall not claim any compensation from department regarding the
delays caused in the processing of designs/drawings of various levels.
19.0 Execution of Works
Works to be executed in accordance with Specifications, Drawings, Orders etc.,
The Contractor shall execute the whole and every part of the work in the most
CONTRACTOR

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

Notice to be given before work is covered up


The contractor shall give not less than five days notice in writing to the Engineerin-Charge or his subordinate in-charge of the work before covering up or
otherwise placing beyond the reach of measurement any work in order that the
same may be verified/checked and correct dimensions thereof be taken before
the same is so covered up or placed beyond the reach of verification/checking of
any work without the consent in writing of the Engineer-in-Charge of subordinate
in-charge of the work, and if any work shall be covered up or placed beyond the
reach of verification/checking without such notice having been given or consent
obtained, the same shall be uncovered at the contractors expense or in default
thereof, no payment or allowance shall be made for such work or materials with
which the same was executed.

25.0 Supply Plant, Ladders, Scaffolding Etc.


The contractor shall supply at his own cost materials ( except such special
materials if any, as may in accordance with the contract be supplied from the
Engineer-in-Charges stores), plant, tools appliances, implements, tackle,
scaffolding and temporary works requisite for the proper execution of the work,
whether original, altered
or substituted and whether included in the
specifications or other documents forming part of the contract or referred to in
these conditions or not, or which may be necessary for the purpose of satisfying
or complying with the requirements of the Engineer-in-Charge as to any matter
as to which under these conditions he is entitled to be satisfied, or which he is
entitled to require together with carriage therefore to and from the work. The
contractor shall also supply without charge the requisite number of persons with
the means and materials necessary for the purpose of setting out works and
counting, weighing & assisting in the checking measurement or examinations at
CONTRACTOR

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.

26.0 Audit and Technical Examinations


Government shall have the right to cause any audit and technical examination of
the works and the final bills of the Contractor including all supporting vouchers,
abstracts etc to be made after payment of the final bill and if as a result of such
audit and technical examinations any sum is found to have been overpaid in
respect of any work done by the contractor under the contract or any work
claimed by him to have been done by him under the contract and found not to
have been executed, the contractor shall be liable to refund the amount of
overpayment and it shall be lawful for Government to recover the same from him
in the manner prescribed in relevant clause and if it is found that the contractor
was paid less than what was due to him under the contract in respect of any work
executed by him under it, the amount of such under payment shall be duly paid
by Government to the contractor.
Provided that Govt. shall not be entitled to recover any sum overpaid, nor the
contractor shall be entitled to payment of any sum paid short where such
payment has been agreed upon between the Superintending Engineer or
Executive Engineer on the one hand and the contractor on the other hand, under
any term of the contract permitting payment for work after assessment by the
Superintending Engineer or the Executive Engineer.
27.0

Permission for Crossing NH / SH Roads/Railway Lines


The works of the canal systems is likely to have several crossings for National
Highway, State Highway, Other Roads, Railway lines, HPCL Oil pipelines, GAIL
gas pipelines water pipelines etc., and as such necessary letter to grant the
permission for crossing those premises shall be issued to the respective
authorities by the Engineer-in- Charge. However the contractors will have to keep
the follow-up and obtain timely clearance from the concerned authorities Costs of
those crossing are included in the Bid except the crossings pertaining to railway
lines.

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.

29.0 Use of Site


a)

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

Evaluation of results of additional investigations and laboratory tests, analysis and


studies including collection of other relevant data as necessary.

2.3 Finalisation of conceptual plan based on preliminary investigation / planning of the


employer. The detailed investigation and geo technical investigations are to be
carried out for the Dam and appurtenant works , total canal system of the Project.
The conceptual plan shall be on whole, to the part principle.
2.4

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

3.0 Detailed Investigation


3.1

Preparation of a memorandum on conducting surveys and investigation indicating


investigation criteria, methodology to be followed, equipment proposed to be
used and method of analysis on all components of the scheme ( Main Canal /
distributory Systems / Field Channel, structures on the above total canal system)

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

Marking approved alignments on command area and chalk boundaries position of


O.Ts and structures on command plan, L.S. and Site plan showing alignment of
canals.

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

Liaison with the Employer


Investigation liaison with Superintending Engineer from the start of investigation
to actual Commissioning of the project in full.

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

Review and Assessment of Data Requirement

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

Preparation of work programmes for carrying out additional 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 Investigations and Observations and Studies


2.1 Carrying out additional surveys, geotechnical investigations and laboratory tests,
analysis and studies including collection of other relevant data as necessary.
2.2

Evaluation of results of additional investigations, carrying out studies and analysis


for the design of the Project components.

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.

3.0 Detailed Design


3.1

Preparation of design memorandum indicating design criteria, design parameters,


design assumptions, method of analysis on all components of the project (Civil,
Canal System and Structure, Pie line, Intakes and pump houses, formation /
improvements for new / existing tanks, Hydro-mechanical and Electro
Mechanical works). These design briefs shall be submitted to the Employer for
approval before carrying out detailed design and construction drawings.

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

Detailed design of gates, hoisting arrangement and EM Parts including drawings


required for the execution of the Works and all calculations performed and the
construction drawings issued shall be submitted to Employer for his approval.

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

The contractor shall adopt modern methodology/State of art Techniques in design


of structures and canal lining

4.0 Preparation of Commissioning and O & M Manuals


5.0 Project Completion Report
Preparation of as-built drawings for sumps, intake structures, sub stations, pump
houses, new/ existing tanks, Pipe line, main canal, distributaries minors and sub
minors including CD & CM works, Gates & EM Parts of structures and a Detailed
Project Completion Report.
6.0 Design liaison with the Employer
6.1

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.

7.0 Supply of Drawings, Reports etc.


SL.
NO.
1

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

Review Report/ Design 2 (Two) sets


Briefs/Design Memo/
Design Reports (Draft)

Review Report/ Design 1 + 10 sets


Briefs/Design Memo/
Design Reports (Final)
Commissioning
and 2 (Two) sets
O&M Manuals (Draft)

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

One hard copy shall be


returned to the Contractor
with
approval
or
comments.
Shall be submitted in
accordance with Clause
118.0
of
General
Conditions of Contract.
One hard copy shall be
returned to the Contractor
with
approval
or
comments.

1 (one) copy
in CD

10 (Ten) sets
6 (Six) sets
6 (six) sets

One hard copy shall be


returned to the Contractor
with
approval
or
comments.

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.

13. To recommend improvements / modifications in the project and implement the


same with the Employer's approval.
14. Represent the Employer in meetings/discussions with RSP and other authorities.
15. Engage sub-Contractors and vendors as may be necessary for the performance
of services with the permission of the Employer.
16. Suggest improvements in the operation and maintenance schedule for better
performance.
17. To prepare Annual Operation Plan and submit to the Employer for approval.
3.0

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

Declaration of Daily Water Availability


The Contractor shall declare daily at agreed times, the availability of water.

6.0

Periodical Operation Reports


The Contractor shall prepare fortnightly operation report and submit to the
Employer within three days of the end of previous fortnight. The report shall
include, the quantum of water released, energy consumed, repairs/ maintenance
carried out, spare parts / equipment/ consumables utilized, labour status report,
equipment operational status, status of fire fighting equipment, performance of
the project compared to the annual operation plan etc.

7.0

Right To Perform upon Contractor's Default


It anytime, the Contractor fails to perform and such failure is likely to cause injury
to any person or damage to the project, the Employer may, but shall have no

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

Payment for the Services


The O&M expenses payable to the Contractor by the Employer shall be in the
agreed currency (INR and/or US$) for every month based on the invoices raised
by the Contractor for the preceding month in accordance with the relevant
clauses of the General Conditions of Contract. Total payment shall be limited to
the price quoted for Operation and Maintenance.
The manpower deployment schedule would be provided to the Employer and it
would be adhered to strictly. Further the facilities eg. Accommodation, transport,
electricity, water etc. to be provided to the deployed manpower by the
contractor/Employer would be clearly specified.
The man-month charges of the deployed manpower, as scheduled and adhere to
would be charged to the monthly invoice along with the consumables/minor
repairs incurred for the month on actual basis.
In case of major expenses for replacements / spares, the contractor would inform
the requirement to the Employer. The Employer would purchase / provide for the
items not covered under defect liability.

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

Training Of Employer's Personnel


The Contractor shall arrange for training of Employer's personnel in operation
and maintenance of the project. The Contractor shall provide a detailed training
plan for all operation and maintenance procedures along with the bid documents
which shall, after approval by the Employer, form the basis of training
programme.

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

Acceptance Tests on Completion of Two (2) Years O&M Period

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

In case of super passages, aqueducts, siphons, the bidder shall provide


bridges/Inspection path on one side and foot path on the other side as per
standard specifications, I.S. Codes etc.,

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

The contractor shall plant shade giving trees at specified @ 10 M intervals


wherever possible in the project area as directed by Engineer-in-Charge. The
contractor shall arrange cattle guard to all these plants, provide necessary
manner, water them daily and sustain them for three years. If any trees are
damaged or lost, he shall replace with new plants and shall maintaining these
plants. The contract price quoted by the contractor shall include all these items.

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

construction, measuring devices, operation and maintenance, monitoring


mechanism using computers.

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

The contractor shall himself procure the required construction materials of


approved quality including the earth for formation of embankment and water from
quarries / sources of his choice. All such quarries / sources of materials required
for the work shall be got approved by the Engineer-in-Charge duly furnishing the
test reports in writing well before their use of the work.

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

Entrustment of Additional Items.


Where ever additional items not contingent on the main work and outside the
scope of original contract are to be entrusted to the original contractor dispensing
with tenders, the Entrustment of all such items shall be on mutually agreed rates
between the contractor and the committee to be constituted by the Government.

CONTRACTOR

306

SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE

ANNEXUREI
MILE STONE PROGRAMME

Pula Subbaiah Veligonda Project: Investigation, Design and Excavati


Western Branch Canal taking off at KM.25.465 of Eastern Main canal including Construction of tu
CM & CD works, distributory system, pump houses, delivery cisterns and pressure mains to create
of 58,500 Acres by lift including formation of reservoirs of Turimella, Racherla & Seetharam Saga
also formation of independent reservoirs of Rallavagu & Gundlabrahmeswaram to create an IP of
Acres in Prakasam, Kadapa and Nellore Districts.

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

Execution of Approach Channel, Reservoirs, including Surge


tanks, Pump houses etc.,
Execution of Reservoirs, including surge tanks, pump
houses
Execution of Reservoirs including CM & CD works
distributory system.
Execution of Reservoirs including CM & CD works
distributory systemand surgetanks, pump houses etc.
Execution of Reservoirs including CM & CD works
distributory system including pressure mains.
Execution of Reservoirs including CM & CD works
distributory system pressure main and hydro mechanical
and electrical works etc.,
Execution of Reservoirs including CM & CD works
distributory system pressure main and hydro mechanical
and electrical works etc.
Execution of Reservoirs including CM & CD works
distributory system pressure main and hydro mechanical
and electrical works etc.
Execution of Reservoirs including CM & CD works
distributory system pressure main and hydro mechanical
and electrical works etc.

CONTRACTOR

307

SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE

Cumula
%

13
14
15
16
17

13th
14

th

Execution of Reservoirs including CM & CD works


distributory system including tunnel execution.
Execution of Reservoirs including CM & CD works
distributory system including Tunnel execution.

15th

Execution of CM & CD works and distribytory system and


Tunnel execution.

16

Execution of CM & CD works, distribytory system.


Operation & Maintenance period of 2 years for civil works
and 15 years for hydro mechanical and hydro electrical,
pressure main works.

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%

Excavation of Western Branch Canal from Km.0.000 to


Km.22.875 including construction of CM & CD works,
distributory system, execution of enroute reservoirs, pressure
79.9292%
mains, pump houses, hydro electrical and hydro mechanical
works, to create an IP as per Basic Parameters..
Formation of two independent reservoirs including distributory
system to create an IP of 5,000 Acres.
Formation of Seetham Sagar reservoir including distributory
system, enroute tunnel execution, to create and IP of 7,500 of
Acres.
O & M period of two years for civil works and 15 years for
hydro mechanical and hydro electrical pressure main works.
TOTAL

2.7447%

13.0316%

3.3889%
100.00%

Note:- This payment schedule is tentative and is liable for modifications on


scrutiny of the detailed Estimates submitted by the agency. The Components and
Sub-Components wise breakup of schedules can be finalised at the same time.

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

This Guarantee will remain in force up to and including the date**


after the dead line for submission of Tenders as such deadline
is stated in the Instructions to Tenders or as it may be extended by the
Department, notice of which extension(s) to the Bank is hereby waived. Any
demand in respect of this Guarantee should reach the Bank not later than the
above date.
Yours truly,
Signature & Seal
(Name of the Bank)
WITNESS..

SEAL..

-------------------------------------------------------------------------------------------------------(Signature, Name and Address)

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:_____________________

FORM OF SOLVENCY CERTIFICATES BY MANDAL REVENUE OFFICER


ANNEXURE I (A).
I,

______________________________________

Thahasildar

of

_________________________________________ do hereby certify, on being satisfied


by the Examination of Revenue and other records and local enquiries that
______________ ________________________________ [here the name and address
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

I, ______________________________________________ Managing Director /


Manager

General

Manager

Agent

of

_________________________________________ Bank Limited do hereby certify that


a

__________________________________________

_______________________

[here the Names and addresses of the contractor] to be solvent to the extent of
Rs.__________________

[Rupees

__________________________

________________________________] as disclosed by the information and record


which are available with the aforesaid bank.
For the ___________________________ Bank
Date:
Place:
Signature of Bank Manager
[Authorised to Sign]

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

ORGANISATIONAL & MANAGERIAL CAPABILITY

FORMAT B3

PROJECT ORGANIZATION DATA

FORMAT B4

SUPERVISORY PERSONNEL

FORMAT B5

EQUIPMENT DATA

FORMAT B6

FINANCIAL CAPABILITY

FORMAT B7

FINANCIAL DATA Available Credit

FORMAT B8

TECHNICAL CAPABILITY

FORMAT B9

TECHNICAL CAPABILITY (DETAILS)

FORMAT B10

PROJECT EXECUTION EXPERIENCE


(PROJECTS UNDER EXECUTION`)

FORMAT B11

PROJECT DEVELOPMENT EXPERIENCE


(COMPLETED PROJECTS`)

FORMAT B12

LITIGATION HISTORY

FORMAT-B13

VALUE OF CIVIL ENGINEERING WORKS

FORMAT-B14

DETAILS OF SIMILAR WORKS

FORMAT-B15

QUANTITIES EXECUTED

FORMAT-B16

INFORMATION ON BID CAPACITY

FORMAT-B17

WORKS EXECUTED ON EPC BASIS

FORMAT-B18

SUPORTING/ATTACHED DOCUMENT LIST

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)

Has the bidder identified the lead firm?


Has the bidder identified the role of the firms that comprise the Joint
Venture?
Does your Joint Venture comprise a Public Sector Company?
Are there any existing litigation/arbitration case against any
member of the Joint Venture?

Yes/No
Yes/No
Yes/No
Yes/No

c)Incase of individual Company


i)

Are there any existing litigation/arbitration case against the


Company?

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

B) Capability of Bidder in case the application is submitted by a Joint Venture.


1.

Name of Joint Venture


Head Office address
Telephone No.
Fax No.
E-mail Address

2.

Regional/Local Office address


Telephone No.
Fax No.
E-mail Address

3.

Name of Company leading the


Joint Venture

4.

Agreement of intent to form a


Joint Venture/ (to be
attached)
Date of agreement
Place

5.

Proposed distribution of responsibilities and financial participation of


partners:-

Percentage of
Financial
Participation

Name of Company

6.

Percentage / Field of
Technical
Participation

Details of individual members*:


MEMBER I

a)Name and Address of the Bidder :


Contact Person
Telephone No.
Fax No.
CONTRACTOR

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).

Signature of the Bidder

CONTRACTOR

322

SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE

FORMAT B3
PROJECT ORGANIZATION DATA
1.

Proposed detailed investigation, soil exploration, design and engineering


organization

2.

Proposed site organization

A.

Preliminary site organization chart

B.

Narrative description of site organization chart

C.

Description of relationship between head office and site management*

__________________________
*

Indicate clearly the responsibility and authority which will be delegated to site
management.
(Additional sheet (s) may be attached).

Signature of the Bidder

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

SUPERVISORY PERSONNEL -Site Staff proposed to be deployed in the project


* A resume for each site staff must be attached as supporting document.
For specific positions essential to contract implementation, the bidder should provide
the proposed deployment of key personnel (for Design and Engineering, Civil
construction, Hydro-mechanical works). Bio-Data of each of the personnel proposed
to be deployed for various activities shall be included in separate sheets for each
candidate.

Signature of the Bidder


CONTRACTOR

324

SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE

FORMAT B5
EQUIPMENT

DATA

List

of

Construction

equipment,

vehicles,

survey

instruments, testing equipment etc. available for deployment in the project


scription
(activity wise)
(type, model,
make)

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.

Signature of the Bidder


B. Financial Capability of bidder in case the proposal is submitted by a Joint
Venture.*
YEAR
I
II

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

y3) Interpretation of rating


____________________________________________________________
*

(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)

Signature of the Bidder.

CONTRACTOR

329

SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE

FORMAT B8
TECHNICAL CAPABILITY
Questionnaire
a.

Whether the Bidder has got the Technical Organization


for setting up major water Irrigation Projects ?

b.

Yes / No

Will the key Technical Personnel available with the Bidder


be deployed on the Project ?

Yes / No

Will the Bidder engage services of some reputable


engineering firm to acquire required technical capability?

d.

Yes/ No

Has the Bidder enclosed a letters of understanding /


agreement with Consultant Organizations to take up the
design assignment and other assignments by the Bidder? Yes/ No

Signature of the Bidder.

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

Brief details of the project

If the applicant has done the following activities in


Water Resources Development Projects, Irrigation
Projects,
Hydro-Electric
Projects
meeting
qualification and eligibility requirement

Investigation and soil exploration

PROJECTS
ON-GOING

Design and Engineering of *


i) Con i) construction of Hydro-power station/ Tunnel/Canals
ii) Construction of Pump house.
iii) Fabrication and erection of gates.
iv) Fabrication and erection of

Gantry crane.

V) Formation of Approach road and inspection path


vi) Excavation of canals.
vii) Construction of Structures
viii) Instrumentation.
B

Procurement of steel, cement and construction


equipment.

Civil Construction of **
Head works.
Gates.

Overall Project Coordination / Project Management


(furnish details)
*

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

LOCATION (City and Country)

TYPE

CONTRACT VALUE (INR)

Sl.N
o.
1

Particulars

Name of the
Company

Remarks

WHICH FIRMS PLAYED THESE ROLES ON


THE PROJECT INLUDING APPLICANTS
OWN:
Lead Developer
Contractor ( Mention Component)
O & M Contractor
Equipment Supplier
Consultant
FINANCIAL EXPERIENCE:
Bid Security provided
Performance Security Provided
Value of work executed till date
Balance value of work to be completed
Anticipated monthly financial target for next 2
(two) years
PERFORMANCE
a) Date of Commencement of work
b) Original scheduled date of commissioning
of the projects
c) Expected date of commissioning of the
projects as of now
d) Scheduled Construction Period (months)
Already completed (actual)
Reasons of delay ( if any)

ENVIRONEMENT PROBLEMS
ENCOUNTERED AND TACKLED,
(if any)

NAME, ADDRESS AND CONTRACT


NUMBERS OF OWNER (for reference)

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

NUMBERS OF OWNER( for reference)


Please enclose copy of Letter of Award/Letter of Intent, completion certificate and
certificate of satisfactory performance and indicate their reference herein
Signature of the Bidder.

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

Name of client, cause of litigation,


And matter in dispute

Disputed amount
(current value, Rupees

Signature of the Bidder.

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

Value in Rs. Up date to the Price level 2008-09


@ 10% per the year.

Attach certificate from the Executive Engineer counter signed by Superintending


Engineer or from Charted Accountant Along with Annual Balance Sheet.

Signature of the Bidder

CONTRACTOR

336

SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE

20052006

4.

20062007

5.

20072008

10

11

for delay.reasonsRemarks for explainingRemarks

3.

completion.date ofActual

20042005

Balance work to be done

2.

Value of Work Done so far.

20032004

Stipulated Period of completion

Value of Contract.

Contract No. Agrt. No

Name of Project.

Description Work

Year

Name & Designation of Agrt. Concluding Authority.

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

Attach certificates issued by the E.E. concerned duly countersigned by the


S.E., for the above works.
The financial year wise breakup both physical and Financial to be furnished along with
the date of completion of the work. (2003- 2004 to 2007-2008)
CONTRACTOR

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.

Signature of the Bidder

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)

Existing Commitments and Ongoing Works

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)

Works for which lenders already submitted

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

I, Sri / M/s.______________________________ do hereby solemnly declare that the


information furnished is correct and also declare that I/We will abide by any action such
as desqualification or blacklisting of determination of Contract or any action deemed fit, if
the department detects at any stage that the information furnished is wrong.

Signature of the Bidder

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.

Signature of the Bidder:

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.

Bidders appreciation of the project

Data Sheet 1

2.

Bidders proposed organisational setup for the project for

Overall Project Management

Survey and detailed Investigation, soil


exploration (Pressure main with allied works, Main canal,
Distributaries minors and sub- minors and structures)

Design and engineering services (Civil,


works, - Commissioning

Data Sheet 2

3.

Data Sheet 3

4.
5.

Bidders Proposal for the project components along with


drawings
Management of design and engineering services
Construction methodology of different components proposed

6.

Hydro-Mechanical Equipment Proposed

Data Sheet 6

7.

Surge Protection Device and Hydraulic Equipment Proposed


along with Details
Electrical and Mechanical Equipment and Control System
Proposed

Data Sheet 7

Proposed deployment of Key personnel

Data Sheet 9

8.
9.

CONTRACTOR

344

Data Sheet 4
Data Sheet 5

Data Sheet 8

SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE

10.

Proposed deployment of construction equipment

Data Sheet 10

11.

Proposed subcontractors

Data Sheet 11

12.

Proposed sourcing of key materials

Data Sheet 12

13.
14.

Proposed construction schedule of the project


Quality Control and Quality Assurance system proposed for the
project

Data Sheet 13
Data Sheet 14

Bidders Appreciation of the Project

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

Bidders Proposed Organizational Setup For The Project

Data Sheet 2

The bidder should provide the following information.


A.

Preliminary organization chart for


Overall Project Management
Survey and detailed Investigation, soil exploration (Pressure main with allied
works, Main canal, Distributaries minors and sub- minors and structures)
Design and engineering services (Civil, - works)
Execution of Civil works,
Quality Assurance System
Testing and Commissioning

B.

Narrative description of organization chart

C.

Description of relationship between Head Office and Site Management

CONTRACTOR

346

SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE

Project Components Proposed along with Drawings

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

Management of Design and Engineering Services

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

Construction Methodology of Different Components


Proposed

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

Hydro-Mechanical Equipment Proposed

Data Sheet 6

The bidder should submit the details of Hydro-Mechanical Equipment Proposed

CONTRACTOR

350

SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE

Surge Protection Device and Hydraulic Equipment


Proposed along with Details

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

Electrical and Mechanical Equipment and Control


System Proposed

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

Proposed deployment of Key Personnel

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

Proposed Deployment of Construction Equipment

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)

* Indicate availability e.g. owned, leased or to be purchased new.

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

Name(s) & address(es) of

Description & Location of

Subcontractors

similar works Previously


executed*

* Relevant experience certificates from competent authority should be enclosed.

CONTRACTOR

355

SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE

Proposed Sourcing of Key Materials

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

Proposed Construction Schedule of the Project

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

An Outline of Quality Control and Quality Assurance


System Proposed for the Project

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

NW: 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
IP of 5000 acres in Prakasam, Kadapa and Nellore districts.

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

Location of Pressure main connecting the pump house: From Lift-1 to


Turimella
Reservoir
b) Lift 2: From tail end of canal taking off from Turimella Reservoir
to Racherla Tank.
Location of Pump House:
@ tail end of canal taking off
from Turimella Reservoir.
Water to be lifted:
2.07 TMC
Ayacut:
19,600 Ac
Total Number of Pumps:
3 Nos.
Capacity of Each Pump:
1100 HP (0.82 MW).
Type of Pump:
Vertical Turbine Pump.
Combined Efficiency of the Motors and Pumps : 89%.
Static Head:
21.80M.
Discharge to be delivered through Pressure Mains: 7.54 Cumecs.
Location of Pressure main connecting the pump house: From Lift2 to
Racherla
tank
Dia of Pressure Main:
2.20 M (Mild steel)
Length of Pressure Main:
2800 M
c) Lift 3: From tail end of canal taking off from Racherla tank to
canal with Full Supply Level of +265.00M.
Location of Pump House:

@ tail end of canal taking off


from Racherla tank.
Water to be lifted:
1.910 TMC.
Ayacut:
17,600 Ac.
Total Number of Pumps:
3 Nos.
Capacity of Each Pump:
1200 HP (0.90 MW).
Type of Pump:
Vertical Turbine Pump.
Combined Efficiency of the Motors and Pumps : 89%.
Static Head:
31.00 M.
Location of Delivery Cistern:
@ Km.14.80(Tentative).
Discharge to be delivered through Pressure Mains: 6.96 Cumecs
Location of Pressure main connecting the pump house: From Lift3 to
delivery
cistern
@
Km.14.80
(tentative)
Dia of Pressure Main:
2.10 M (Mild steel)
Length of Pressure Main:
600 M
CONTRACTOR

360

SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE

3. Lift System to Kadapa and Nellore Districts to command an Ayacut


of 32,900 Acres.
Lift 4: From tail end of Approach Channel to a suitable location
near Giddalur after crossing SCR with ground level of +265.00 M
Part-1: a) Towards Kalasapadu Major in Kadapa district.
Location of Pump House:
@ tail end of Approach channel
Water to be lifted:
1.780 TMC.
Ayacut:
15,800 Ac.
Total Number of Pumps:
3 Nos.
Capacity of Each Pump:
5500 HP (4.10 MW).
Type of Pump:
Vertical Turbine Pump.
Combined Efficiency of the Motors and Pumps : 89%.
Static Head:
60.00 M.
Location of Delivery Cistern:
@ Km.21.60(Tentative).
Discharge to be delivered through Pressure Mains: 10.82 Cumecs.
Location of Pressure main connecting the pump house: From Lift4 to
delivery
cistern
@
Km21.60
(Tentative)
Dia of Pressure Main:
2.60 M (Mild steel)
Length of Pressure Main:
21600 M
b) Kalasapadu Major (Distributory net work): 15,800 Ac
Part-2: a) For Porumamilla Major in Kadapa district and
Seetharam sagar Reservoir in Nellore district.
Location of Pump House:
@ tail end of Approach channel
Water to be lifted:
2.08 TMC.
Ayacut:
17100 Ac.
Total Number of Pumps:
3 Nos.
Capacity of Each Pump:
5500 HP (4.10 MW).
Type of Pump:
Vertical Turbine Pump.
Combined Efficiency of the Motors and Pumps : 89%.
Static Head:
60.00 M.
Location of Delivery Cistern:
@Km21.60(Tentative)
Discharge to be delivered through Pressure Mains: 10.80 Cumecs
Location of Pressure main connecting the pump house: From Lift4 to
delivery
cistern
@
Km21.60
(Tentative)
CONTRACTOR

361

SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE

Dia of Pressure Main:


2.60 M (Mild steel)
Length of Pressure Main:
21600 M.
b) Porumamilla Major (Distributory net work): 9,600 Ac
B. RESERVOIRS AND CANALS.
1. Turimella Reservoir:
a. Water storage capacity at FRL:
b. Maximum flood discharge:
c. No. of Head Sluices:
d. Discharge capacity of Head Sluice:

2.453 TMC.
6500 Cusecs.
1 No.
13.00 Cumecs.

2. Gravity Canal including lining from Turimella Reservoir.


Location:
Taking off from Turimella Reservoir.
Discharging Capacity: 13.00 Cumecs.
Ayacut:
6000 Acres.
3. Racherla Tank:
a. Water storage capacity at FTL:
b. Maximum flood discharge:
c. No. of Head Sluice:
d. Discharge capacity of Head Sluices:

0.05 TMC.
1 No.
10.00 Cumecs.

4. Gravity Canal including lining from Racherla Tank.


Location:
Taking off from Racherla Tank.
Discharging Capacity: 10.00 Cumecs.
Ayacut:
2000 Acres.
5. Gravity Canal including lining after Lift - 3.
Location:
Taking off after Lift 3.
Discharging Capacity: 8.98 Cumecs.
Ayacut:
17,600 Acres.
6. Seetaramasagar Reservoir:
a. Water storage capacity at FRL:
b. Maximum flood discharge:
c. No. of Head Sluices:
d. Discharge capacity of Head Sluices:
e. Ayacut:

1.00 TMC.
2 Nos.
3.50 Cumecs.
7500 Acres.

CONTRACTOR

362

SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE

a. Approach Channel from Porumamilla Major to inlet of Tunnel to


feed Seetharamsagar Reservoir.
Location:
From Porumamilla Major.
Discharging Capacity: 3.50 Cumecs.
b. Tunnel (with VRCC lining) from tail end of Approach Channel for
Seetharamsagar Reservoir.
Location:
Inlet at tail end of Approach channel.
Discharging Capacity: 3.50 Cumecs.
Length:
9.00 KM. (Tentative)
c. Feeder Channel from exit of Tunnel to feed Seetharamsagar
Reservoir.
Location:
Exit of Tunnel.
Discharging Capacity: 3.50 Cumecs.
Independent Reservoirs
1. Gundla Brahmeswaram Reservoir
A. Head works:
a. Water storage capacity at FRL:
0.415 TMC.
b. Maximum flood discharge:
19,000 Cusecs.
c. No. of Head Sluices:
2 Nos.
d. Discharge capacity of Head Sluices: 2.00 Cumecs.
e. Ayacut:
3500 Ac
2. Rallavagu Reservoir
A. Head works:
a. Water storage capacity at FRL:
b. Maximum flood discharge:
c. No. of Head Sluices:
d. Discharge capacity of Head Sluice:
e. Ayacut:

0.138 TMC.
9,960 Cusecs.
1 No.
1.00 Cumecs.
1500 Ac

3. Supplementation of water from Porumamilla Major to Racheruvu tank of


Rajupalem of Kalasapadu Mandal to stabilize the existing ayacut of 1800
Acres.
CONTRACTOR

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

Sunkesula Gap FRL

+ 244.00M

+229.00M

TBL

+248.00M

+230.00M

Gottipadia Gap FRL

+ 244.00M

+229.00M

TBL

+248.00M

+230.00M

FRL

+ 244.00M

+219.00M

TBL

+248.00M

+220.00M

Kakarla Gap

(VIII) Gottipadia Canal :

H.Ps from 0.0 to7.5

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

Canal Bed Level Start :

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 :

Other components under stage-II are as follows:


a. Tunnel II :-

Length : 18.80 Km
Diameter

: 9.20M

b. Feeder Canal & Link Canal for ultimate discharge.


c. Execution of Eastern Main Canal up to 44.624 Km for ultimate.
d. Execution of Eastern Main Canal up to beyond 44.625 Km. up to tail end of
Udayagiri Branch Canal.
e. Execution of Western Branch canal including enroute and new reservoir.

f. Formation of Peddireddypalli Reservoir.


g. Formation of Seetharam Sagar.
h. Rain fall:-

Maximum: 884.70 MM
Minimum: 389.80 MM

i. Proposed Cropping Pattern :


Ground Nut 50%:

59,500 Ac.

Sunflower 20% :

23,800 Ac.

Pulses 30%

35,700 Ac.

CONTRACTOR

368

SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE, ONGOLE

j. Systems Requirement :

Required number of Rain Gauge Stations in the Command Area

Operation Module

Flood operation Module

Ayacut Register, S.No. wise, block wise

Power system with standby generators

Measuring devices

Computer Systems

Communication System

Lighting arrangements

Flood fore cast system

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,

We, the undersigned, examined the Conditions of Contract, Specifications, Special


Conditions of contract, Basic Parameters of the proposed Scheme and Addendum
Nos.________ for the above-mentioned works. We have examined, understood and
checked these documents and have ascertained that there are no ambiguity in the
Employers Requirements .We accordingly offer detailed investigation, soil exploration,
design, execution and complete the works and remedy any defects therein, operation and
maintenance for 2(two) years for civil works and 15 years for Hydro-Mechanical and
Electro-Mechanical works after successful commissioning of the project in conformity
with such documents and our enclosed Tender (including this letter) for the lump-sum
price as given here under.
We agree to complete the work of___________________________________
___________________ as per Employers requirements at a lump-sum price of Rs.
________________________________ ( in words and in figures)
We agree to abide by this Tender until_________________ and it shall remain binding
upon us and may be accepted at any time before that date.
If this offer is accepted, we will provide the specified Performance Security, Commence
the Works within 15 (fifteen) days from the date of issue of Letter of Acceptance, and
complete the works in accordance with the above named documents within the time
stipulated for completion. We guarantee that the Works will then conform with the
performance security included in this Tender.
We understand that you are not bound to accept the lowest or any tender you may
receive.
Signature ________________ in the capacity of _________________________
Duly authorized to sign tenders for and on behalf of _______________________
Address:_________________________________________________________
Date: ___________________
** In case of any discrepancy between the price quoted online and in supporting
documents uploaded, then the Price quoted in the template provided online only would
be considered for evaluation.

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

As per the APSS in Codes/C.W.C./Manuals, Government


Circulars

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.

Pump house at intake


II. Lift systems.

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.

As per the APSS in Codes/C.W.C./Manuals Government Circulars

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.

Kadapa district and Nellore district::

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

As per the APSS in Codes/C.W.C./Manuals


Government Circulars

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

Das könnte Ihnen auch gefallen