Sie sind auf Seite 1von 326

*

Y» f f V d — -

>T3" 1

^ ^ -

GOVERNMENT OF ANDHRA PRADESH


IRRIGATION & C.A.D. DEPARTMENT

N.T.R. TELUGU GANGA PROJECT


TENDERN0T1CENO: 01/09-10. DT.01-09-09

NAME OF WORK:

Package N o . /09 - Providing Lining to SPVBR Left Canal including distributory


system from Km.0.300 to Km.52.425 ( upto Porumamilla
tank)- and providing lining to Irrigation Canal including
distributory system of Subsidiary Reservoir No. II and Lining
to TGP Main canal from Km.132.530 to Km. 133.908 and from
Km. 1341325 to Km.135.332 and distributory system of Blocks
No.40(A), 40(B),. and Block No.42 of Chennamukkapalli
Canal.

VOLUME-I

AGREEMENT NO: I 72010-11, DT, 7 -04-2010

(EPC TURN KEY CONTRACT)

OFFICE OF THE
SUPERINTENDING ENGINEER,
N.T.R.T.G.P. CIRCLE,
T.G.P. COLONY,
KADAPA
ANDHRA PRADESH
in
J v..1
1

GOVERNMENT OF ANDHRA PRADESH


IRRIGATION & C.A.D. DEPARTMENT

N.T.R. TELUGU GANGA PROJECT


TENDER NOTICE NO: 01/09-10, DT.01-09-09

NAME OF WORK!

P a c k a g e N o . /09 - Providing Lining to SPVBR Left Canal including distributory


system from Km.0.300 to Km.52.425 ( upto Porumamilla
tank) and providing lining to Irrigation Canal including
distributory system of Subsidiary Reservoir No. IE and Lining
to TGP Main canal from Km.132.530 to Km. 133.908 and from
Km.134^325 to Km.135.332 and distributory system of Blocks
No.40(A), 40(B),. and Block No.42 of Chennamukkapalli
Canal.

VOLUME - 1

AGREEMENT NO: I /2010-11,DT. 7 -04-2010

(EPC TURNKEY CONTRACT)

OKEICEJOILTJIE
SUPERINTENDING ENGINEER,
N.T.R. T.G.P. CIRCLE,
T.G.P. COLONY,
KADAPA
ANDHRA PRADESH
ifc

K
By Reed.. Post with Ack.Due:

GOVERNMENT OF ANDHRA PRADESH


IRRIGATION & CAD DEPARTMENT

From TO
.4 Sri M.Venkata R a m a n a , B.Tech., M / S SEW Infrastructure Limited
——: —:—SuperintendingEiigmeex, L
6-3^89JtrBNMiA'bA^-— :
—:
NTR Telugu Ganga Project Circle, Green l a n d s Road, Begumpet,
KADAPA-4. H Y D E R A B A D - 500 016
Fax 0 4 0 2 3 4 0 5 0 1 6 , 2 3 4 1 7 5 5 3

Letter No: S E / T G P / K D P / D B / D 4 / / dt. -03-2010.


Gentlemen,

Sub: NTR Telugu Ganga Project, K a d a p a - Providing Lining to


SPVBR Left Canal i n c l u d i n g distributory system from
Km.0.300 t o Km.52.425 ( u p t o P o r u m a m i l l a tank) a n d
providing-lining - t o - I r r i g a t i o n C a n a l including distributory
s y s t e m of Subsidiary Reservoir No. II a n d Lining to TGP Main
canal from Km. 132.530 to Km. 133.908 a n d from Km. 134.325
t o Km. 135.332 a n d distributory s y s t e m of Blocks No.40(A),
40(B), and Block No.42 of C h e n n a m u k k a p a l l i C a n a l - Copy of
Agreement - Communicated - Regarding.

Ref : 1) This office V p r o c u r e m e n t t e n d e r notice N o . 0 1 / 2 0 0 9 - 1 0 ,


dt.01-09-2009.
-, 2) Govt., of A.P. I & CAD (PW-Maj,Irrgn-V) D e p a r t m e n t , m e m o .
No.33225/Major- V / 2 0 0 9 - 1 , d t . 3 0 - 0 3 - 2 0 1 0 communicated
vide Chief Engineer(P), Irrigation, K a d a p a Endt.No.CE(P)/Irr/
TGPW/ KDP/ A E E . 3 / 1 1 6 7 / 0 4 , d t . 3 1 . 0 3 . 2 0 1 0
****
A copy of Original Agreement No : / /2010-11,
dt. 7 -04-10 e n t e r e d into with you for the work m e n t i o n e d u n d e r subject is
h e r e with enclosed for your reference. The receipt of t h e s a m e may please be
acknowledged .

E n c l : Copy of Original fYours faithfully,


AgreementNo://2010-ll UV <
Dt. 7 - 0 4 - 2 0 1 0 . «~JA,_

_.^___ „__ 1 Ufo; vg. __

P.T.O..]
Copy with a copy of Original Agreement No : ( / 2010 - 2011,
dt.7-04-2010

(1) Submitted to the Principal Secretary to Government, I & CAD


Department, Secretariat, Hyderabad for favour of information.
(2) Submitted to the Secretary to Government, I & CAD Department,
- * ■

^RRI^^Seysretariat.JHy.dej^^
(3) Submitted to the Engineer-In-Chief Irrigation , Jalsoudha
Errum manzil, Hyderabad for favour of information.

(4) Submitted to the Chief Engineer (Projects ^Irrigation, Kadapa for


favour of information.
(5) Transmitted to the Resident Audit Officer, T.G.Project,Nandyal for
Information.
(6) Transmitted to the Pay and Accounts Officer,T.G.Project, Kadapa
for information.
(7) Transmitted to the Executive Engineer,Quality Control 85 Inspection
Division/T.G.Project, Kadapa for information.
(8) Copy along with the following documents forwarded to t h e Executive
Engineer, NTR TGP Division, Porumamilla for information and
necessary action.

(i) Original Agreement NO : I / 2 0 1 0 - 1 1 , dt. 7 -04-2010

(ii) Down loaded copies of the lowest


tenderer :: 1 Set.

r
(iii) CopyofL.S.AgreementNo. / / 2 0 1 0 - 1 1 : 5 Nos.

iv) Other valuables :: Original Insurance Bond

v) Bank Guaraantee : B.G.No. 1303910 BG 0000777, dt.03-04-2010


for Rs.2,68,00,000/- valid upto 02-05-2014
issued by State Bank of India, Corporate
Accounts Group Branch, Hyderabad

vi) Bank confirmation letter : 1 No.

The Executive Engineer, NTR TGP Division, Porumamilla


is requested to handed over t h e site immediately a n d allow the
contractor to make preliminary arrangements by him a n d take
acknowledgement from the contractor regarding handing over of the
site. Further t h e Executive Engineer is requested to acknowledge the
- -receiptof t h e abovedocuments-asthe-first-instance. —-

vii) Copy to Designs wing of TGP Circle for information

I
Superintending Engineer,
NTR TG^ Circle :: Kadapa.

nVf
NTR TELUGU GANGA PROJECT CIRCLE
KADAPA 2
FORWARDING SLIP TO ACCOMPANY THE ORIGINAL AGREEMENT
NO: / /2010-11 , Dt. 7 - 0 4 - 2 0 1 0 .
1) Name of work Providing Lining to SPVBR Left Canal
including distributory system from Km.0.300
to Km.52.425 ( upto Porumamilla tank) and
-i- __ pxo^ingJining^oJrxigata
distributory system of Subsidiary Reservoir
No. II and Lining to TGP Main canal from
Km.132.530 to Km.133.908 and from
Km.134.325 to Km.135.332 and distributory
system of Blocks No.40(A), 40(B), and Block
No.42 of Chennamukkapalli Canal.

Estimate No. & Amount CE(P)/Irr/KDP/TGPW/


For Rs.
Value of the work to be Rs. 107,00,37,644/-
done as per the Agreement
rates t
Value of the work to be Rs. 103,25,76,917/-
b) done as p e r t h e estimate
rates {IBM value )
c) Percentage Excess / Less (+) 3.6279% Excess
on t h e IBM Value
4) Name of C o n t r a c t o r M / s SEW Infrastructures Limited,
Hyderabad
5) Original / S u p p l e m e n t a l Original
6) If t h i s is a s u p p l e m e n t a l
Agt. Approximate value of
work u n d e r t h e original
Agreement.
7(i) Is tenders have b e e n called --Yes -Tender Notice No. 1/2009-10,
for Dt.08-09-2009
How m a n y t e n d e r s were - 3 Nos --
(") received
(iii) Names of t e n d e r e r s & the
value of their t e n d e r s and As follows
V the percentage excess /
less
SI.No. Name of Contractor Value of tender % Excess/ Less
„.l) M / s SEW Infrastructures
Ltd., H y d e r a b a d Rs. 107,00,37,644/- (+) 3.6279% Excess

2) M / s PRASAD 8B
C o m p a n y Project w o r k s _ .JRs.108,36,89,47.4-/- (*-)-4,-95% E x c e s s —
Ltd.,Hyd ■
3) M/sIVRCL
Infrastructures & — Technically not qualified —
Projects
Limited, Hyderabad

P.T.O)
(iv) If single tender is only- • ■ . — Does n o t a r i s e -
received w h a t a r e the
possible r e a s o n s
(v) W a s wide publicity given if — Yes — P u b l i s h e d i n t h e T e n d e r Digest,
n o t why? A.P.on 0 7 - 0 9 - 2 0 0 9 a n d also p u b l i s h e d in
two dailies ie., S a k s h i (Telugu ) on 2 5 . 0 9 . 0 9
and I n d i a n E x p r e s s ( English ) on 2 6 . 0 9 . 0 9
(vi) Date of i s s u e of tender 2 3 - 0 9 - 2 0 0 9 to 1 7 - 1 1 - 2 0 0 9 a t 5.00 PM
-.schedules Ar
(ii) Last d a t e for receipt of 2 3 - 0 9 - 2 0 0 9 to 1 7 - 1 1 - 2 0 0 9 u p t o 5 . 3 0 PM
tenders
(iii) D a t e of acceptance of t h e Accepted b y the G o v e r n m e n t of A.P., I &
successful t e n d e r CAD D e p a r t m e n t , vide M e m o . N o . 3 3 2 2 5 /
Major-V/2009-1, dt.30-03-2010.
(8) If a tender o t h e r t h e lowest
is accepted w h e t h e r report - No -
h a s been sent to next
higher authority.
(9) If the work i s awarded by
nomination whether - No -
approval of competent
authority has been
obtained for recorded
r e a s o n s higher a u t h o r i t y
■wherever n e c e s s a r y
(10) Are t h e L.S.Provisions ( if - Yes -
t h e r e a r e any } sufficient or
likely t o be exceeded)
11) If the work i s awarded to „ No __
■ > -

labour Mukkaddame under


B o a r d of CE's Proceedings
No. 1 2 3 5 1 / P . 5 7 ,
(a) Whether the conditions ■ • -Yes
prescribed t h e r e i n have
b e e n fulfilled
(b) If so, are t h e r a t e s 5 % 3.6279% E x c e s s over IBM Value
below t h e e s t i m a t e rates or
1 0 % below l a s t tender
rates
12 H a s t h e c o n t r a c t o r signed
copy of the A.P.D.S.S. a n d - Yes -
its addenda

- L
Superintending Engineer,
NTR\pfeP Circle, Kadapa
>
m\i*
NTR TELUGU GANGA PROEJCT CIRCLE

KADAPA

S C R U T I N Y SLIP.

4- 1) Original Agrppme.nf Nn • 1 / 9 . 0 1 . n = J J _ ^ _ d J L J ^ Q 4 = 2 Q J i l - -

2) The Original Agreement is concluded by the Competent Authority

Superintending Engineer,
NTR TGP Circle : Cuddapah

2. Tenders have not been called for the owing to the following reasons

Tenders have been called for vide this office Tender Notice No. 1/2009-10,
dt.01-09-2009

4) The liability is covered by Estimate No: CE(P)/Irr/KDP/EPC/ fao- Tc>P- -2-y JioIoH!
2em=r)_0, dt. 7-tf-xoto- For R£. Iiz-oo-crov**.

Copy forwarded to the Pay And Accounts Officer in

Except the follow ing.

Item No: Description:: Reasons :

Reasons of the liability being incurred without on Estimate was forwarded to


the Pay And Acecpunts Officer in No.
\

! A ■-.. * ^ = & -
; ^ . ' . ^ ' ^ " V f ^ 1 v"
t
Any other remarks.
Superintending Engineer
/ \ NTR^TaP^ircle :: Kadapa

( SPACE FOR THE PAY AND ACCOUNTS OFFICER )

The above have been verified. All other prescribed checks have been applied.

-CLERK SUPERINTENDENT- -PAY-&-AGGeUNTS -OFFICER " —


-V

>~

i
VERIFICATION CERTIFICATE .- r
0

Name of work : Providing Lining to SPVBR Left Canal including


distributory system from Km.0.300 to Km.52.425 {
upto Porumamilla tank) and providing lining to
Irrigation Canal including distributory system of
- Subsidiary Reservoir No. II a n d Lining to TCP-Main
canal from Km. 132.530 to Km. 133.908 and from
Km.134.325 to Km.135.332 and distributory system
of Blocks No.40(A), 40(B), and Block No.42 of
Chennamukkapalli Canal

The conditions incorporated in t h e Agreement for the above


work have been compared with t h a t of the a c c e p t e d tender a n d found
correct.

Dy. S u p e r i n t e n d i n g Engineer,
wrATGP Creole :: Kadapa.

STAMP DUTY CERTIFICATE

Name o f work : Providing Lining to SPVBR Left Canal including


distributory system from Km.0.300 to Km.52.425 (
upto Porumamilla tank) a n d providing lining to
Irrigation Canal including distributory system of
Subsidiary Reservoir No. II a n d Lining to TGP Main
canal from Km. 132.530 to Km. 133.908 and from
Km.134.325 to Km.135.332 and distributory system
of Blocks No.40(A)} 40(B), and Block No.42 of
Chennamukkapalli Canal

Certified t h a t t h e Original Agreement No. //20010-11,


for t h e above work h a s been entered into with the contractor on Non -
Judicial s t a m p p a p e r worth of R s . 1 0 0 / - a s per the G.O.Ms.No.344,
Irrigation(PW) Department, dt,07-09-1982 u n d e r Indian S t a m p Act,
1899. . This is b o r n by t h e contractor who executed t h e agreement.

D y . S u ^ e r m t e n d i n g Engineer,
wr/VTGPCircfeJ :: Kadapa.
1
- '-*- • 6
INDEX

VOLUME-I.
I. PART-A
1. BID NOTICE „________________

Notice to Bidders
Bid Schedule

2. INSTRUCTIONS T O BIDDERS
A-GENERAL
B - B I D DOCUMENT
C - PREPARATION OF BIDS
D-SUBMISSION OF BIDS
E - BID OPENING AND EVALUATION
F - AWARD OF CONTRACT

3. BID FORMATS

Declaration

4. CONDITION 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-charge's decisions
3. Delegation
4. ' Communication
5. Sub-contracting
6. Other contractors
• 7. Personnel
8. Contractor's risk
9. Insurance
in
1U.
-—1-1. - ""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
ForSEWtafraJSru cfefe&tcS.
ruQiSftC&'eEies
f'U>.-^ 7-:- -
■COrffRAJCim *~ SUP!
SUPERINTENDING 'ENGINEER
factor
J
I
20. Possession of site
21. Access to the site
22. Instructions
23. Settlement of disputes

B. Time for completion ±


24: Programme -
25. Construction programme
26. Speed of work
27. Suspension of works by the Contractor
28. Extension of intended completion date
29. Delays ordered by the Engineer-in-charge
30. Early warning
31. Management meetings

C. Quality Control
32. Identifying defects
33. Tests
34. Correction of defects
35. Uncorrected defects
36. Quality control

D. Cost control
37. Contract price - schedule of payment - Bill of quantities
38. Change in quantities
39. Extra items ^
40. Cash flow forecast
41. Contract price, schedule of payments, payment certificates
42. Payments
43. Interest on money due to contractor
44. Certificate of completion of works
45. Taxes included in the Bid
46. Escalation r
47. Retention
48. Liquidated damages and incentives
49. Mobilisation of advance
50. Securities
51. Cost of repairs

E. Finishing the contract

52v Completion— — -~ —
53. Take over
54. Final account
55. Termination
56. Payment upon termination ^
57. Property
58. Release from performance
\
OrkEFY; - .Qther (General Conditions ;\
v
'- "" ~J? * u o ' n 9--^~v — -■-
u l w
/ SUPERINTENDING
QTTPTJTJTNn ENGINEER
'V
4 0

59. Water supply


60. Electrical power
61. Land
62. Approach roads and roads in work area
-t.
63. Payment for camp construction
64. Explosives and fuel storage tanks
65. Labour
66. Safety measures
67. Fair wage clause
68. Indemnity bond
69. Compliance with Labour regulations
70. Salient features - Labour laws applicable
71. Liabilities of the contractor
72. Contractor's staff, representatives and labour
73. Accommodation and food
74. Relationship ~"
75. Protection of adjoining premises
76. Work during night or on Sundays and holidays
77. Layout of materials stacks .
78. Use of blasting materials
;
79. Plant and equipment
80. Steel forms
81. Inconvenience to the Public
82. Conflict of interest
83. Contract documents and materials to be treated as confidential
84. General obligations of contractor
85. Security measures
86. Fire fighting measures
r
87. Sanitation
88. Training of personnel
89. Ecological balance
90. Preservation of existing vegetation
91. Possession prior to completion
92. Deleted.
93. Access to contractor's books
94. Drawings to be kept at site
95. BIS (ISI) Books and APSS to be kept at site
96. Site order book
97- Variations by way of modification, omissions or additions
98. care and diversion of river/stream
"99; Clearingof thesite "aTrdTe^handmgDver — --
100. Health and sanitary
101. Labour camp and contractor's staff colony
102. Use of site
103. Income Tax
104. Seigniorage charges
105. Sales Tax
106. Establishment - Institute of Constrtiction technology
■107.:... Deleted,
n *-*#=*
SUPERINTENDING ENGINEER
7

108. Setting out


109. Site data
110. Sufficiency of the contractprice
111. Unforeseeable difficulties
112. Rights of way and facilities
113. Avoidance of interference
114. Access route
115. Transport of goods
116. Contractor's equipment
117. Progress reports
118. Designs
119. 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. Contractor's 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.
_ 26rAuditandi:echnicakexaminations——-——————- - —
27. Permission for crossing NH/SH/Roads/Railway lines
28. Land acquisition
29. Use of site
30. Annexure-I

Appendices
Appendix - SI .. Survey & Investigation
Fc^EVfrlBW^iKturoLr.;. Design & Engineering $

CdwmA&UK^ SUPERINTENDING ENGINEER


\s
fSW:
10
Appendix - CW Civil Works
Appendix - HW Hydro mechanical works
Appendix - OM Operation & maintenance
Appendix - OS Other Special Conditions

OTHER SPECIAL CONDITIONS 1-41.

5. BILL OF QUANTITIES
1 - 29 Preamble
30 Entrustment of additional items
Annexure - 1 .. Statement showing milestones
Annexure - II .. Statement showing payment schedules

6. FORMATS OF SECURITIES

7. DRAWINGS

II. PART - B B l to B19 formats '

III. PART--C DATASHEETS


IV. PART--D BASIC PROJECT PARAMETERS
V. PART-- E PROJECT PROFILES
VI. PART--F PRICE BID (SCHEDULE -A)

Wm^w sew c^tuwcti&hii. u< t\ '■*». ?-V^- ^t.— '


SUPERINTENDING ENGINEER
sreetef
11
GOVERNMENT OF ANDHRA PRADESH
IRRIGATION AND CAD DEPARTMENT
*****
E-PROCUREMENT NOTICE INVITING TENDER

1 Department Name Irrigation & CAD Department -v-

2 Circle/Division NTR TGP Circle, Kadapa.

3 Tender Notice No. 01/2009-2010 Dt: 01-09-2009

4 Tender Subject Providing Lining to SPVBR Left Canal including


distributory system from Km.0.300 to Km.52.425 (
upto Porumamilla tank ) and providing lining to
Irrigation Canal including distributory system of
Subsidiary Reservoir No. II and Lining to TGP Main
canal from Km.132.530 to Km.133.908 and from
Km.134.325 to Km.135.332 and distributory system
of Blocks No.40(A), 40(B), and Block No.42 of
Chennamukkapalli Canal.

5 ECV Not applicable

6 Period of contract 24 (Twenty four ) Months.

7 Form of contract EPC contract/Turn Key Basis. v-.

8 Tender Type Open

9 Tender Category Works

10 EMD/BID Security Rs. 150.0'0 Lakhs (Rupees one hundred and fifty
lakhs only)

11 EMD/BID Security DD in favour of PAO/Kadapa, payable at Kadapa


Payable to or B.G in favour of Superintending Engineer, NTR,
TGP Circle, Kadapa (from Nationalized Banks/
Scheduled Banks Only)

12 Process fee Rs.27,575 (INR) including service tax and education


Cess (on line)

13 Process fee payable to M/S C1 India Private Limited, above ICICI Bank,
Khairatabad, Hyderabad.
■■i

14 Schedule sale opening 23-09-2009 u


date 11:00:00 AM on wards (On line only)

15 Schedule sale closing 17-11-2009 |


date . , , @ 5:00 PM
For 5 £ W Infrastructure Lta.
SUPERINTENDING ENGINEER
■*-.. \S
- :* * • 12
16 Pre-bid meeting date 20-10-2009
11:00:00 AM to 5 .00 PM in the office of the Chief
Engineer (P), Irrigation, Kadapa

17 Bid submission closing 17-11-2009 (online only)


■~i-.
date 5:30 PM

18 Hard copy submission As per G.O. Ms. No. 174 Dated 01/09/2008 of I &
CAD Department.

19 Pre-Qualification/ 18-11-2009
Technical bid opening 11:00:00 AM onwards
date (Qualification and Office of the Superintending Engineer,
eligibility stage) NTR TGP Circle, Kadapa

20 Price Bid opening date 25-11-2009


(Financial bid stage) - 11:00:00 AM onwards-

21 Place of Tender Office of the Superintending Engineer,


Opening NTR TGP Circle, Kadapa

22 Officer inviting Superintending Engineer, NTR.TGP Circle Kadapa,


bids/contract person. AP.PinCodeNo:516 004

23 Address/E-mail I.D. Superintending Engineer, NTR, TGP Circle, Kadapa,


AP Pin Code N o : 516004/
venkataramanase@rediff mail./

24 Contact details/ Telephone No. 08562 - 255976


Telephone Fax 08562-258781 & 08562-254333

25 Eligibility Criterion (A) General Requirement.


1. The bids are limited to reputed firms/joint venture
companies/ Consortiums, having experience in
execution of Irrigation Canals/ irrigation Structures.
Contractor /Contracting firm registered with
Government of Andhra Pradesh with valid
Registration in terms of

(i) G.O.Ms.No.521, l&CAD (PW), DT:1012-1984


(ii) G.O.Ms.No.178f l&CAD (PW-COD) Deptt,
DT: 27-9-1997.
(iii) G.O.Ms.No.22, TR & B (B.lll) Deptt, Dt:6-2-98
(iv) G.O.Ms.No.23, l&CAD (PW), Deptt., Dt:5-3-1999
(v) G.O.Ms.No.132 TR & B (R.I.), Deptt,
Dt: 11-8-1998
(vi) G.O.Ms.No.8, TR & B (Rl) Deptt., Dt:8-1-2003

~±X-
SUPERliNTENDING ENGINEER
1/
13 9

(vii) G. O. Ms.No. 94 l&CAD (PW-COD) Deptt.


Dt: 1-7-2003.

2. As far as joint ventures are concerned, at least


one of the partners must be registered as special
—^ass-j^iLcontractor with the Government of
Andhra Pradesh and other partners should have
applied for registration with the Government of
Andhra Pradesh in terms of G.O. mentioned
above as on the date of submission of bids.
Evidence of their making applications with the
Government will be sufficient to make them
eligible for participation.

3. The bids are limited to those individuals, firms ,


companies and joint ventures, herein after
referred to as " Bidder" , that meet the following
qualification and the eligibility requirements.

4. In case of joint venture, the eligibility criteria will be


considered on the basis of combined resources.

5. The bidder/ film/company should have ISO


certification or produce evidence of making
application for ISO certification.

6. The number of partners in the joint venture shall


not be more than three.

(B) Technical Requirement:

Bidder should have been executed C.C.'lining


5,07,000 Sqm out of which at least 3,16,000 Sqm
should have executed with mechanical Paver,

1. The bidder/firm/Company on his/its name should


have satisfactorily completed similar works of nature
of providing lining to the canals of value not less
than Rs.27.00 crores in any one year in the last
—five-years-ending-with-20G8-2Q09^——— —

( C) Financial Requirement:
1. The Bidder should have annual turnover of not
less than Rs.52.00 Crores in any 1 (One) year
over the last 5 (Five) Financial year (2004-2005,
2005-2006, I 2006-2007, 2007-2008, and
cVv iiV'-£$^Tt:.f.''jfo Ltd

—V /ko^^2=S-
SUPERlNTENDING ENGINEER
\S
10
u
2008-2009 ) up dated by giving 10% simple
weightage per year to bring them to 2009-2010
price level.

2. In case of joint venture any member of joint


■J..
venture group should have turnover of not less
than Rs. 17.50 Crores In any j (One) year over
the last;5 (Five) Financial Years up dated by giving
10% simple weightage per year to bring them to
2009-2010 price level.

3. However, in all cases total turnover of joint venture


group should not be less than Rs.52.00 Crores in
any one year over the last 5 Financial years
up dated by giving 10% simple weightage per year
to bring them to 2009-2010 price level.

4 . The Bidder/ Firm /Company on his name should


have satisfactorily completed similar works of
value not less than the value equivalent to
Rs.27.00 Crores

5. The bidder should be profit making after tax for


the last 3 (Three) financial years out of Last 5
years. In case of joint venture each member of
Joint Venture group should be profit making
after tax in any three 3 (Three) financial years in
the last 5 years.

6. Assessed available Bid capacity as per


formula
(2 AN-B) should be greater than IBM value,
where
A=Maximum value of the turnover of the bidder
in any one year during the last 5 years ,
updated by giving 10% simple weightage per
year to bring to 2009-10 price level.
N= Number of years stipulated for completion of
the project.

B= Value of existing commitments of ongoing


works to be completed during the period of
completion of the project by updating to the
current year 2009-10 price level by giving
10% simple weightage per year.

forSgEW infrastructure Ltd i i


llPomsehy SEWGonsUiructians Lt-i m CK,^:"^^
SUPERINTENDING ENGINEER
ftlr&ctor
11
15
7 Liquid asset/credit facilities/Solvency certificate
from any Indian Nationalised/ Scheduled Banks of
value riot less than Rs. 20.00 Crores.

8. Detailed eligibility criteria are stipulated in the bid T-V

documents; The bids, which do not fulfill the


eligibility criteria, will not be considered.
, In case of joint venture the J.V. partners should
have .a legally valid agreement for joint and
several responsibilities. The Joint venture group
must be either a project constructor or a major
civil construction firm with experience of having
completed lining works.

10. In respect of joint venture, One of the partners


should have his share of at least 50% and that
partner shall undertake every responsibility with
regard to perform all contractual obligations with
the department

Procedure for Bid 1. The Bidder would be required to register on the


submission e-procurement market place :www. e
procurement, gov.in . and submit their bids
online". The department will not accept any bid
submitted in the paper form. Bidders are
requested to submit the bids in two; stages i.e
Technical Bid and price bid.

2 Stage -1 : Eligibility and Technical bid stage.

3 State-II : Financial bid stage.

a. Detailed procedure for bid submission is


described in the bid documents.
b. For registration and online bid submission bidders
may contact HELP DESK of M/s C f India Pvt.
Ltd., in www.eprocurement .gov.in . '

https:// tender, e-procurement. govt.in.

c. As per G.O.Ms.No.174 dt.01.09.2008 of I & CAD

Department.
\
>EW Sfifrastriictara L t d .

SUPERINTENDING ENGINEER
rector
i) All the bidders shall invariably upload the
scanned copies of DD/BG towards EMD in the e-
procurement system.

ii) The Department shall carryout the Technical bid


evalution solely based on upload
certificates/documents, DD/BG towards EMD in
e-procurement system and open the price bids of
the respective bidders.

iii) The Department will notify the successful bidder


for submission of original hard copies of all
uploaded documents, DD/BG towards EMD prior
to entering into agreement.

General Terms and To Qualify for consideration of award of contract,


Conditions each tenderer should fulfill the following criteria.

i -

1. The details and all certificates are to be


furnished as per the Proforma available in
the tender schedules.

2. The tenderer should have the key personnel


and critical equipment (owned) as
mentioned in the tender document.

3. The bidder is subjected to be disqualified


and liable for black listing and forfeiture of
E.M.D. if the bidder is found to have mislead
or furnished false information in the forms/
Statements / certificates submitted in proof
of qualification requirements.

Even while execution of the work, if it is


found that the bidder had produced
False/fake certificate of experience, will be
liable for black listing and the contract will be
liable for termination and forfeiture of E.M.D.
and also\the amounts due to the bidder.
K , ■*;
For Stav Mtn$%ruz\\\r$AA&:
SUPERINTENDING ENGINEER-
13
17

5. Bidder shall submit a declaration without any


reservation whatsoever that the submitted
eligibility and qualification details, Techno-
Commercial bid and financial bid are without
any deviations and are strictly in conformity v-
with the documents issued by the Employer.

6. Declaration should be given by the bidder


for the correctness of the credentials
submitted.

7. The Employer reserves the right to relax the


conditions if required for eligibility of the
bidders in the public interest. The bidder(s)
shall not have any right to question the
decision taken by the Employer in this
regard.

8. The bidders shall submit a written power of


attorney authorizing the signatory of the bid
to commit on behalf of the bidder.

9. Pre-bid meeting will be held at the office of


the Chief Engineer (P), Irrigation, Kadapa

10. In case of joint venture, the eligibility criteria


will be considered on the basis of combined
resourcesDetaiied eligibility criteria are
stipulatecl In Ihe'blcl aocuments7~The~&ias"
which do not fulfill the eligibility criteria will
not be considered.

ForSEW3.- t fv&.i£^!cf;.- -3 Ltd.


CF i..v>"*-A

4 SUPERINTENDING ENGINEER
R '
14
18

Scope of work: 1. Providing C.C./R.R lining to the S.P.V.B.R.


left canal from Km. 0.300 to Km. 52.425 ie.,
upto Porumamilla tank.

--L

2. Providing C.C / R.R lining to the distributor/


system under blocks 1 to 9 of S.P.V.B.R. left
canal from Km.O.OOO to Km.52.425 upto
Porumamilla tank having carrying capacity of
0.25 cumecs and more.

3. Providing C.C / R.R lining to Irrigation canal


under Subsidiary Reservoir No.2, from
Km.O.OOO to Km.32.00

Providing C.C / R.R. lining to the distributor/


system under Irrigation Canal of Subsidiary
Reservoir - II from Km.O.000 to Krn.32.000
having carrying capacity of 0.25 cumecs and
mbre.

Providing C.C / R.R. lining to the balance


reaches in TGP Main Canal. ie., from
Km.132.530 to Km.133.908 and from
Km.134.325 to Km.135.332

Providing lining to the distributor/ system of


block No.40(A),40(B), and block Np.42 of
Chennamukkapalli Canal having carrying
capacity of 0.25 cumecs and more.

Special Conditions: 1. The scope of work shown above is only


indicative and detailed scope has been
described in the bid document.
15
19
2. The time for completion of the Project is 24
Months.

3. Issue of bid documents will not automatically


construe the eligibility of the bidder (s) for
participation in the subsequent bidding
process and eligibility will be determined
during evaluation.

4. The Superintending Engineer, NTR TGP


Circle, Kadapa reserves the right to accept or
reject any or all the bids without assigning any
reason what so ever.

5. The dates stipulated in the NIT are firm and


under no circumstances they will be relaxed
unless officially extended.

6. The bidders shall submit their tenders online


only, Any sort of difficulties for the problems in
the Internet, Web site, in submission of
tender, the department is not responsible.

7. Other conditions can be seen in the bidding


document .which can be downloaded from
23-09-2009, 11.00 AM on wards(on line only)

8. Tenders with an excess of more than 5 %


over the internal benchmark value arrived by
the~Departrhent shall be summarily rejected.

SUPERINTENDING ENGINEER
16 20
9. 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 deposit.

10.The e-procurement application is PKI enabled


and supports the 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 thePrice Bid7

11.The bidder intend to know the procedure of


bid submission on e-procurement platform
suitable training will be given by M/s C1 India
Limited, Khairathabad, Hyderabad

12. Government reserves the right to cancel/alter


the bid conditions at anytime

13. In the process, if the works are stalled due to


legal intervention or due to natural calamities,
no compensation will be paid.
14.The bidder should submit a copy of valid
registration with Commercial Tax Department
and clearance certificate issued .by Commercial
Tax Department.

15.The successful bidder has to pay a e-


procurement corpus fund of Rs.25000/- through
Demand Draft drawn in favour of Managing
Director, APTS, Hyderabad at the time of
concluding Agreement and hand over the D.D
to the Superintending Engineer concerned.

-,i CK-S-^^"
Ci! ruictU^Ufl
SUPERINTENDING ENGINEER.
17

16. The retention amount from the bills will be


deducted at the rate of 7.5%.

17. The transaction fee of Rs.25,000/- + 10.30%


Service Tax, (Rs.27,575/-) has to be paid
through electronic gate 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 a used
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 considered for
evaluation.

20 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.

21. Labour welfare cess at 1% to be recovered


from the successful bidder from the running
bills during execution.

$\ Cf^~^^- ——-
SUPERINTENDING ENGINEER
iy
■'18 22

22. Since Irrigation Potential is already created


under the S.P.V.B.R.Left Canal upto
Porumamilla tank, TGP Main Canal, Irrigation
CanaJ-^ndet^ufesidiarY-fteewoir---4I—and
under Chennamukkapalli canal it may be
required to supply water to the ayacut for the
Rabi crops, during the water season for three
months every year ie., during the months of
November, December of 2010 and January &
February of 2011 and November and
December of 2011.

During the above said period, water


will be flowing through the canals causing
interruption to the progress of lining works.
This period may be considered as non
working season and the agency has to take
this loss of time into cognizance while
quoting for the work, and pian the
programme of work'accordingly.

. The agency is not entitled to any


compensation or extension of time on
account of the release of water through the
canals for Rabi Crops.

SUPERINTENDING ENGINEER
19
23

VOLUME-I
PART-A
(BID NOTICE)
NOTE TO BIDDERS i--

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 Gaurantee/Demand Draft towards EMD as
below:-

An amount of Rs 1,50,00,000/- (Rupees One Crore 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, I&CAD Department, N.T.R. T.G.P. Circle, Kadapa to be valid for a period of Six months
from the last date of submission of bids or in the shape of Demand draft in favour of Pay &
Accounts Officer, T.G.P. Kadapa to be valid for a period of Six months from the last 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 27,575/-(Rupees twenty seven thousands five
hundred and seventy five only) has to be paid through Demand draft in favour M/s. Cl India Pvt.
Ltd., Hyderabad by each participating bidder at the time of bid submission. The amount is not
reimbursable.

a). Submission of original Hard Copies of the uploaded scan copies of DD/BG towards EMD
by participating bidders to the tender inviting authority before opening of the price bid be
dispensed forthwith.

b) All the bidders shall invariably upload the scanned copies of D.D/B.G in e-procurement
system and this will be primary requirement to consider the bid as responsive.

c) The Department shall carry out the technical bid evaluation solely based on the uploaded
certificates/documents, D.D/B.G towards EMD in the e-procurement system and open the
price bids of the responsive bidders.

d) The Department will notify the successful bidder for submission of original hard copies of
all uploaded documents, D.D/B.G towards EMD prior to entering into agreement.

e) _ The successful ^bidder sh a] 1 _ inyariaWy_Jurn ish_ th e original D -D/BXJ towards EMD


certificates/documents of the uploaded scanned copies to the fender Inviting Authority
before entering into agreement either personally or through courier or post and the receipt
of the same with in the stipulated. Date shall be the responsibility of the successful bidder.
i.
The Department will not take any responsibility for any delay in receipt / non-receipt of
original D.D./B.G. towards EMD certificates/documents from the successful bidder before
the stipulated time. On receipt of documents, the Department shall ensure the genuinity of
the D.D/B.G towards EMD and all other certificates / documents uploaded by the bidder in
e-procurement system in support of the qualification criteria before concluding the

e6Vi»A9lQRa^^^>' SUPERINTENDING ENGINEER


20 24

0 If any successful bidder fails to submit the original Hard Copies of uploaded
certificates/Documents,.D./B.G towards EMD with in the stipulated time or if any variation
is noticed between the uploaded documents and the hard copies submitted by the bidder, the
successful bidder will be suspended from participating in the tenders on e-procurement
~L
platform for a period of 3 years. The e-procurement system would deactivate the user ID of
^ieli^eJaiilting-sirecessfai-bitideiHjased-oii the liiugui/ieuoiiiiiieiidatioti~by~tiTe~Ten<3er
Inviting Authority in thye system. Besides this, the Department shall invoke all Processes
of law including criminal prosecution of such defaulting bidder as an act of extreme
defferrence to avoid delays in the tender process for execution of the development schemes
taken up by the Government.

Special Conditions

(a) Tenders with an excess of more than 5% over the internal benchmark value arrived by the
Department shall be summarily rejected.

(b) 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 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.

(d) The bidders intend to know the procedure of bid submission on e-procurement platform,
suitable training will be given by M/s Cl India Ltd., Khairatabad, Hyderabad.

(e) Government reserves the right to alter any conditions.

(f) 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.

SUPERINTENDING ENGINEER..--
f&'hetitfiv
i
21
25

GOVERNMENT OF ANDHRA PRADESH


IRRIGATION AND COMMAND AREA
DEVELOPMENT DEPARTMENT
~l

Project: N.T.R. T.G.P. (PACKAGE- /09)

BID SCHEDULE
BID N O T I C E NO: 01/2009-2010, DATED:_01-09-2009.

NAME O F W O R K :

Providing Lining to SPVBR Left Canal including distributor}' system from


Km.0.300 to Km.52.425 ( upto Porumamilla tank ) and providing lining to
Irrigation Canal including distributory system of Subsidiary Reservoir No. II
and Lining to TGP Main canal from Km.132.530 to Km.133.908 and from
Km.134.325 to Km.135.332 and distributory system of Blocks No.40(A),
40(B), and Block No.42 of Chennamukkapalli Canal.

Phone:-08562-255976
e-mail:- venkataramanase(£>,rediff mail

OFFICE OF THE
SUPERINTENDING ENGINEER,
N.T.R. T.G.P. CIRCLE,
T.G.P.COLONY,
KADAPA.
ANDHRA PRADESH
Pin.516 004

ForSoVInfrastructure Uo.
CONm^ei^ir^1^1 " SUPERINTENDING ENGINEER
0!fOCtCf
I
22
26
VOLUME-I
PART-A
INSTRUCTIONS TO BIDDERS
A-GENERAL
l.U IName oiwork : "

Providing Lining to SPVBR Left Canal including distributory system from Km.0.300 to
Km.52.425 ( upto Porumamilla tank ) and:-providing lining to Irrigation Canal'including
distributory system of Subsidiary Reservoir No. II and Lining to TGP Main canal from
Km.132.530 to Km.133.908 and from Km.134.325 to Km.135.332 and distributory system of
Blocks No.40(A), 40(B), and Block No.42 of Chennamukkapalli Canal.

1.1 The dates stipulated in the Bid notice are firm and under any circumstances they will not be
relaxed unless officially extended.

h2 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.

1.3 The successful Bidder is expected to complete the work within the time period specified in
the bid document.

1.4 Bidders shall submit a declaration without any reservation whatsoever that the submitted
Engineering Bid and financial bid are without any deviations and are strictly in conformity
with the documents issued by the Employer. Engineering bid shall comprise of
investigation data, H.Ps., design criteria, specifications, cost analysis of various components
etc. :

1.5 The bidder shall submit a written power of attorney authorizing the signatory of the bid to
commit for the bidder.

1.6 The Bidder shall furnish declarations that:

a) Bidder/ Partners of Joint Venture.(JV) firm have not been blacklisted in any
department in the A.P.

b) 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.

c) 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.

9mSBN Infrastructure Lto


QFteiZmrf? SEW GonsUihicttoerg i.tv \\ ' - - ^ ^ '
V
CGOTRA^fOrr^^ SUPERINTENDING ENGINEER
21
1.7 Project Information:

Information regarding the project features, major components and their location etc., as
available are provided in Vol.1 Part-E Project profile of the Bid documents.

2.0 ACCEPTANCE CONDITIONS OF THE PRICE_BJD_

2.1 The Bidders are liable to be disqualified / debarred / suspended / blacklisted 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 work will be taken over invoking clause 61 of PS to APSS.

2.2 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 Bidder's 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.

2.3 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) Deleted
(ii) Deleted
(iii) Deleted
(iv) 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.

-^ The~chan~ge~o1^0U/^oinr^ 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
people's representation Act of India etc, only with 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 .
For^EW Infrastructure Ltd.
( F o n T I ^ J y ! > CConstructions
f
'V«^- 1/Ltd |u| u^^vv^.. ....
1 /f
— SUPERINTENDING ENGINEER
Director
-■24
28
(vi) Deleted.

(vii) The Bidder shall be nominated, as being incharge and his authorization shall be
evidenced by submitting a power of attorney signed by legal authorities of all the
MOU/Joint venture partners.

_(viii)—IheJ^der-nommated4isindiar£«^ainp^
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.

(ix) 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.

(x) 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.

(xi) Detailed information as required in the prescribed fonnat provided in Vol.1 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.

2.4 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.

3.0 Scope of Work:

3.1 Scope of work as envisaged include:


Surveying, investigation, sub-so.il exploration, fixing alignment, designing and
engineering of Dam and appurtenant works, canal sections of Main canals, Branch
canals, Distributories, Minors, Sub-minors and Field Channels, Drains etc.,
preparation of Ayacut registers, command area plans exploration of foundations,
design of earthdam sections, overflow and non-overflow sections of dams including
foundations, design of grouting requirements etc. as per investigation and design
criteria of Irrigation Department, relevant I.S. Codes, CWC Manuals, Departmental
iFftf S F W Hrt^«~*Codes, Circulars issued by department from time to time etc.

U
*^' SUP] HONTENGING ENGINEER"'
£H rector
25
29

• Preparing item wise cost analysis for the entire work on the basis of approved
alignment and designs, clubbing items for the basis of intermediate payments.

• Surveying, investigation, site surveys foundation soil exploration, fmalization of


location, designing and engineering of structures on canal system as per
m¥est4gatiefr-aftd^esig^er4teriare^
Publications, CWC Manuals and circulars issued by the department from time to
time etc.

• Preparing temporary land acquisition cases for barrow area required if any, land
acquisition cases on the basis of approved alignment (private land, Govt, land,
forest land if any) property cases i f any such as wells, trees, houses, etc., submitting
to the department, pursuing the same with LAO and getting approval / award from
competent authority.

■ Construction and of Dam/Barrage and appurtenant works, whole canal


unlined/lined as per approved design-drawings, specifications of the department,
relevant I.S. Codes, CWC Manuals, Circulars issued from time to time.

• Construction of all structures of whole canal systems as per approved design-


drawings, specifications of the department, relevant I.S. Codes, IRC Publications,
CWC Manuals, Circulars issued by department from time to time.

• Formation of inspection path / service road and plantation of shade trees along the
banks of earth dams/canals .

■ Commissioning and trial of the constructed Dam/ barrage and appurtenant works,
canal system-maintenance during the defect liability period of 24 months from the
date of completion certificate.
• Beautification of dam sites and canal structure sites.

The scope of the work given above is only indicative and detailed scope has been described
separately.

Bids not covering the entire scope will be treated as incomplete and hence will be rejected.

3.2 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 24 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.

3.3 The start date shall be within 30 days after date of issue of notice to proceed with the work.

3.4 The site possession dates shall be within 15 days of signing the contract.

4.0 One Bid per Bidder:


4.1 Each Bidder shall submit only one Bid for the work.
\
Cost of Bidding
;EW Infrastructure Ltd.
I. -... ecu/Cojmfuructt^s
iv SEW r.nneguructsortfeLLtd
W hMv^'-^'-'i.
''YA,„^
_v _ i _ ^ a « ~ - ,- S U P E R I N T £ N D I N G ENGINEER
; 26 m
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 fpr those costs.

5. Site Visit.
5.1 The Bidder, at the Bidder's own responsibilit)' and risk is advised to visit and examine the
lsite~W"W7>rTrana~lts^
preparing the Bid for entering into a contract, for construction of the work. The costs of
visiting the site shall be at the Bidder's own expense.

BID DOCUMENT

6.0 Contents of Bid document.


6.1 Bid document, comprises of the following:

Preamble

1) Instruction to Bidders
2) Forms of Bid and qualification information
3) Conditions of Contract
4) Specifications.
5) Drawings.
6) Forms of Securities, i.e., EMD, Additional
Security etc.

Price bid Price bid.

6.2 BIDDING DOCUMENTS:

The bidding documents shall comprise the following:

VOLUME-I

PART-A Bid Notice, Bid conditions, General conditions of Contract and Special
Conditions of Contract,Bill of Quantities
Formats of Securities,Drawings.
PART-B Deleted

PART-C FORMATS^FTECHNIC^UBTD"(DATA^HEETST^12r

PART-D BASIC PARAMETERS

PART-E PROJECT PROFILE.

PART-F PRICE BID (SCHEDULE-A)

^ © f ^ : v V Vjfrffstruefufe UQ.
?fe*;t: ■tizi\c/l.i Urf i^V^^-
JTOR SUPERINTENDING ENGINEER
1 /
SHrector
QL It

VOLUME-II

TECHNICAL SPECIFICATION
6.2.1 Addenda if any issued by the Bid inviting officer before the last date for submissioji-oLBids-
shalTTorm part of bid documents. . .

6.3 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.

7.0 Clarification on Bid Documents


7.1 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.

8.0 Amendment to Bid Documents


8.1 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.:

8.2 Any addendum/amendments issued by the Bid Inviting Officer shall be part of the Bid
Document

8.3 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.

C. PREPARATION OF BIDS
9.0 Language of the Bid.
9.1 All documents relating to the Bid shall be in the English Language only.

10.0 Documents comprising of the Bid.


T0.1 "ThlTBld comprise the following.

a. Price bid
b. Engineering Bid

11.0 Financial Bid


11.1 The bidder shall quote his price in the prescribed format given in Volume-I Part-F
Financial Bid in Indian Rupees. i
Infrastructure
For ^ W ^ y ^ ^'ffturucttonsLtd
c t i a n s Ltd ,;. ^ ^ -
<F SUPERINTENDING ENGINEER
rn rhetor
28 <5l

11.2 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.

11.3 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.

11.4 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.

11.5 The bid offer shall be for the whole work and not for individual items / part of the work.

11.6 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.

11.7 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,_'Sche_dule of Payment5. 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.

11.8 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 specification 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 .

11.9 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.

11.10 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.

11.11 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.

12.0 Validity of Bids;


12.1 Bids shall remain valid for a period of not less than three months from the last date of
opening of Bids.

12.2 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 misunderstanding of misconceptions or
mistake or for any reason will be entertained.
U J 2y

12.3 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.

13.0 Earnest Money Deposit & Transaction fee


13.1 The Bidder shall furnish, Earnest Money Deposit of Rs.150.00 Lakhs Rupees One
hundred and fifty lakhs only 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 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] in Section 8, from
a Government owned public sector bank or any scheduled commercial bank..

13.2 Demand Drafts / Bank Guarantees furnished towards EMD along with Bid shall be valid for
a period of six months from the date of Bid notice.

13.3 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.

13.4 - Deleted --

13.5 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.

13.6 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 Rs.150.00 Lakhs (Rupees One hundred and fifty lakhs only) paid by the
successful Bidder at the time of filing of Bid schedules through Demand Draft or Bank
guarantee will be discharged

13.7 The retention amount from the bills will be deducted at the rate of 7.5% (Seven and half
percent only).

13.8 The EMD will be refunded to the qualified but unsuccessful Bidder either after finalisation
of Bids or on the expiry of validity period of Bids (i.e 3 months from the date of opening of
Bids) whichever is earlier. <

13.9 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.

FofjSEW Infrastructure Ltd.


(FOfferiy SEW Coniturucjionf Ltc| !h^--^:;xi- -.
SUPERINTENDING ENGINEER
K 3U :04

13.10 The earnest money deposited by the successful Bidder will not cany 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
—-Ger-r-e-spond-ing-period—Ihe_Rank finarflnteejjjijjo^riifflfca^^ 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.

13.11 The E.M.D. shall be forfeited.

(a) if the Bidder withdraws the Bid during the validity period of Bid.
(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.

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


Commissionerate of Bids / high power committee undertaking to investigate and to take
into account each Bid and in consideration of the work thereby involved, allearnest monies
deposited by the Bidder will be forfeited to the Government in the event of such Bidder
either modify or with-drawing his Bid at Ins instance within the said validity period of three
months.

13.13 Transaction fee: The transaction fee of Rs 27,575/-/- (Rupees twenty eight thousand and
one hundred only)+ Service Tax has to be paid through online banking in favour M/s.
Cl India Pvt. Ltd., Hyderabad by each participating bidder at the time of bid submission.
The amount is not reimbursable. The bidders invariably shall upload the scanned copies of
the Demand Draft towards Transaction fee.

13.14 Any bid not accompanied by both the EMD and Transaction fee will be rejected by the
employer as "non responsive"

13.15 Interest or any other charges whatsoever, will not be payable by the employer on the above
EMD.
<
14.0 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 recognised; and, if any such alterations are made the Bid will be void,

15.0 Pre-Bid Meeting:

A Pre-Bid Meeting, open to all prospective bidders, will be convened at the Office of the
Chief Engineer (Projects), Irrigation, Kadapa at 11.00 A.M to 5.00 PM (IST)on 20-10- 09

The purpose of this meeting will be to discuss and answer to queries on any matter that may
be raised at that stage.

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-
Ff¥&S£v/I?kifcMeeting, shall be made by the Employer, by issuing an addendum to Bid Documents.

" ^^TOIC~*,~~ /;
SUPERINTENDING ENGINEER "
Jl

16.0 PREPARATION OFBIDS:

(a) The Bid must contain the name, and places of business of the person or persons
making the bid and ail 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 pjJntejiheJQAVLthe-signature, v

(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 sha!l 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.

17.0 Construction Programme

17.1 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
total project trial of total canal system. The programme shall be supplemented
with Master Control Network.

17.2 The Employer reserves the right to request for changes in the Master control
- Networlcduringpre^awaTd discUssioirs~,with~lheTesp^
Master Control Network shall form part of the Contract.

18.0 Specific Issues:

(a) 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
£U~.. .matters which may in any way affect the works,- his bid or the cost thereof. Further, failure
For^EV/Tnfrastructure Lies.
3
(FormJfosEWConjtuructio^sUd \\\ ^^o^d-
CO>nKXC?pRC^~~ SUPERINTENDING ENGINEER
Director \s
51

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.

b) 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 Workmen's Compensation Act and third parry
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.

(c) 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 24 months from the
completion certificate.

(d) 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, investigation
engineering, design and execution of the project. Preliminary drawings of some components
of the Project are enclosed in the Volume I (Part -A)-DRAWINGS. The Bidders are
required to review the same and incorporate modifications/improvements, wherever
required, resulting in economising cost and time and optimisation of benefits without any
deviations from the basic parameters 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, .

(e) 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/1 & CAD Department specifications7 Circulars
~~~~"is5ued~by IDepartmentfromrtimeto-timeT —— ——

(f) 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.

(g) 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.

rucjj^n/J
SUPERINTENDING ENGINEER
\x
(h) 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.
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

v) All local duties, royalties, octroi etc.

vi) Sales Tax and Commercial Tax or VAT on works contract etc. in the State of
Andhra Pradesh.

Infrastructure Ltd.
ForS >n»turuct.ons Ltd
(Forme
C SUPERINTENDING ENGINEER
,34 6-5

D .SUBMISSION OF BIDS
19.0 Submission of Bids:
19 1 Thp 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 -1 - ELIGIBILITY AND TECHNICAL STAGE

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


> A letter of declaration as in the format provided in Vol. 1
>. 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 - 1 , Part - C
>' Information /Data , pertaining to bidders proposal as Data sheet 1 to Data sheet 12
of Volume -1, Part-C of the Bid Documents.
> Information / Data in formats Bl to B19 may be furnished.

ii) PART-II -FINANCIAL BID STAGE


Quote tender contract price in the template prescribed on line.
Letter of tender
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.

21.0 Last date / time for Submission of the Bids.


21.1 Bids must be submitted not later than 5.30 P.M. on 17-11-2009.

^1:2-—^he-Siroerinten^^^
issue of bid documents and receipt of Bids by issuing an amendment in which case all
rights and obligations of the Superintending Engineer, N.T.R. T.G.P. Circle, Kadapa and
the Bidders will remain same as previously.

22.0 Late Bids.


22.1 Bids will not be received after the last date / time prescribed.

r
^ - - . - • — ■ - * -

SUPERlNfENDING ENGINEER

#Mpfttff«i
JJ
■U 7

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 Deleted.

23.4 No withdrawal of bid is acceptable once the bid is submitted. L -

24.0 Deleted.

25.0 Deleted.

E. BID OPENING AND EVALUATION


26.0Price Bid opening
26.1 The Price bids will be opened by the Superintending Engineer, N.T.R. T.G.P. Circle,
Kadapa at o/o Superintending Engineer, NTR TGP Circle, Kadapa from 11.00 AM
onwards on 25-11-2009. All the statements, documents, certificates, Demand Draft/Bank
Guarantee will be verified for evaluation. The clarification particulars, if any required from
the Bidders will be obtained by addressing the bidders. The bids will be evaluated against
the specified parameter/criteria as in the case of conventional bids and the qualified bidders
will be identified.

The Bidders or their authorised representatives can be present at the time of opening of the
Bids. Either the Bidder himself or one of his representative with proper authorisation only
will be allowed at the time of Bid opening. If any of the Bidder is not present at the time of
opening of Bids, the Bid opening authority will, on opening the Bid of the absentee Bidder,
reads out and record the deficiencies if any, which shall be binding on the Bidder.

26.2 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;


27.1 The Superintending Engineer, N.T.R. T.G.P. Circle, Kadapa will evaluate and[compare the^
pf ice~bids~of alTtfie~qiiaIified ^Bidders.

28.2 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.

28.3 Selection of Bidder among the lowest & equally quoted Bidders will be in the following
orders: . ■

* nAxWjrr^T^U--- '' SUPERINTENDING ENGINEER'


JO 4!J

The Bidder whose bid capacity is higher will be selected. In case the bid capacity is also
same the
Bidder whose annual turnover is more will be preferred.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.
-OSUL- Pjgrrftpanr.y in Contract Price quoted. : ; ; _,
28.1 In case of any discrepancy between the overall Contract price quoted in words and figures,
the price, quoted in words 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, N.T.R. T.G.P. Circle, Kadapa of any"
authority concerned with finalisation 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. T h e 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/Employer's 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 specified time, if necessary. It may be noted that it is not
obligatory on the part of Employer to ho;ld 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.
\
ratombmi s,onofBlds
C v ^MiB?^fi¥fflW^ ? ' fV *
J&iZSy^v^^ SUPERINTENDING ENGINEER ' ■ "*
J
ftH rector ^>.W^w.ai
j /
4L
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.

30.0 Award Criteria:


30.1 The Committee/Engineer-in-Chief (Irrigation)/Chief Engineer (Project), Irrigation, Kadapa
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.


31.1 The Bidder whose Bid has been accepted will be notified of the award of the work by the
Superintending Engineer, N.T.R. T.G.P. Circle, Kadapa, 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, N.T.R. T.G.P.
Circle, Kadapa office on the datefixed,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 thousands 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.

0.25% of value of work done towards NAC will be recovered from the work bills of the
EPC Agency . The amount is not reimbursable.
i
i
For SEfcV infrastructure LicK
CONTS^W^ "" ' , SUPERINTENDING ENGINEER
383
M
31.4 The successful Bidder has to sign an contract within a period of 15 days from the date of
receipt of communication of acceptance1 of his Bid. On failure to do so his 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 require that the bidders / supplieis / cuiiuactors-mtider-
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 lias 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, N.T.R. T.G.P.
Circle, Kadapa's 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, N.T.R. T.G.P. Circle, Kadapa

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 to the
— —__ Indian^tandards^peeifications^hall4)e-used-onihe_w£
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

/r SUPERINTENDING ENGINEER
Ictor
jy
43
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 rfi^pnngfhiJify_fhiLJljjnl:i-igtiftnqJ-n-ma^fPt
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.

35.1 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.

35.2 The contractor is responsible for the quality of works executed. If any defects are
——rroticed^uring^h^efecrh^1>ili^
contractor has to rectify at his own cost

35.3 The contractor shall maintain the system for a period of 24 months covering including
water regulations, maintenance of the system, plantation, beaut ifi cation measures etc.

35.4 The Bidder will quote lumpsum price on the work as a whole..
FoftSEW infrastructure Ltd. !
(Formerly SEW Consttinjctions Ltd A r ^<^J\
COWA^OR^ * SUPERINTENDING ENGINEER
Director t,
4U AI \\ 44

35.5 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.

35.6 A Bidder submitting a quotation which the Bid accepting authority considers excessive
" a n d " o r indication of insufficient knowledge ot current trices or defhTite^ffieiiipr^-
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.

35.7 No escalation on prices and wages 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 the work in all respects.

35.8 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.lOO/- stating. "I do hereby solemnly declare
that I own procured on lease the following equipment".

36.0 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 contractor's 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 sub­
contractor 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.

37.0 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.
38.0 The Superintending Engineer NT.R. T.G.P. Circle, Kadapa or the sanctioning authority
reserves the right to reject any or all the Bids without assigning any reasons there for.

r i x f u r e l. \> ■ ' ^ '

SUPERINTENDING ENGINEER
i; ■-■;"?.■■!■?■?
fi
4J

39.0 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.

40.0 CONTRACATORS ORGANISATIONAL PERSON


— T^e^rantfflefor^aH-employ^rre^rgani^^ 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.

41.1 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,

41.2 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.

41.3 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.

41.4 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.

41.5 Bid quoted shall be for finished work in situ and inclusive of all incidental and
contingent charges except VAT . All other taxes, seigniorage, royalities turnover tax
etc., in respect of materials to be used on the work must be bome by the contractor. The
contractor is advised to analyze the ratesjyprkaMeJoJ^
"~~ parameters and quote over all Bid amount.

41.6 Vernacular signature should be translated into English.


y
41.7 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
p<S^SFV>,' ^ P ^ g ^ V ^ ^ ! - - ^ 0 — ^ ' s t n e c*uty °^ l '? e contractor not only to provide for such
— ^ > fsAvorks^but^alsb/maintain them during the'course of work in serviceable and safe
lMa>--i*^i ■*.
4 SUPERINTENDING ENGINEER
^z 4b

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. .,

41.8 Rehandling of excavated soil due to injudicious selection of the place of dumping shall
-ftot-be-paid^or-; „___„ _^_

41.9 The contractor may use the excavated useful soil and stone obtained from excavation for
construction purpose at free of cost. However the contractor shall pay the seigniorage
charges on the used quantity of materials at specified rates.

41.10 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.

41.11 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.

I f ^ f e V Infrastructure Lid.
.>-,„..£•■ ,—~l
SUPERINTENDING ENGINEER
rector
f
43
.47

VOLUME-1

PART-A

BID FORMATS

(^t^O^infrastrucnm) Ltd
d&gffllfZf*/ SEW C o n s t r u c t i o n s J_u-
SUPERINTENDING ENGINEER
\s
4 4 ■*
43

DECLARATION

I / WE have gone through carefully all the Bid

tttmtHtions-and-^efemftly-deGlare^ 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.

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

3
Ra^ ^^- ^ '-UI.
>> ^ . ^ ^ c u j s a ruction*-- {A*
SUPERINTENDING ENGINEER
:oi i
ri rant tir
m
49
STATEMENT - 1
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,

„'l ^ Details of Number Number


Equipment required Owned Leased To be procured
1 2 3 4 5 6

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.

Any Is it in
Details of each Year of Regn.
SI. is Capacity other working
Equipment purchase Number
data. condition

F O E S E W Infrastructure Ltd.
C^dffiWWy SEW ConeturucHon* Ltd
irr L
ce^j^r^ ^^ -* ' SUPERINTENDING ENGINEER
Director
40
53

VOLUME-1

PART-A

CONDITIONS OF CONTRACT

SUPERINTENDING ENGINEER,
KS
\

\
<*!
Dl

BID
[To be submitted along with the Hard copies of work done certificates.]
Date:
To
The Superintending Engineer,
N.T.R.T.G.P. Circle,
T.G.P. Colony,
KADAPA.
Sir,
I / We do hereby Bid and if this Bid be accepted, under take to execute the following work
viz., Package No, /09 Providing Lining to SPVBR Left Canal including distributory
system from Km.0.300 to Km.52.425 ( upto Porumamilla tank ) and providing lining t o .
Irrigation Canal including distributory system of Subsidiary Reservoir No. II and Lining to
TGP Main canal from Km.132.530 to Km.133.908 and from Km.134.325 to Km.135.332
and distributory system of Blocks No.40(A), 40(B), and Block No.42 o f
Chennamukkapalli Canal, as provided for in the "conditions of the contract" for the sum of
Rs.l07,00,37,644/-(Rupees One hundred and Seven Crores thirty seven thousands six
hundred and forty four only )

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 lumsum 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 Three month(s) mentioned in the Bid
notice and not to modify the whole or any part of jt 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
Uie~intention~"Of 'same "and ^hen^quirements^oven^
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: ." )
forRs as earnest money not to bear interest.

*-"3-;£n;etureLt.o;. K
■ ■'i^aiu-tft^s Ltrf H °^"^~$' "
^7^—— r
SUPERINTENDING ENGINEER
to
b'2
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_5_0^>_o£c.ojitracJ:
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 Engineer's 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 sepurity 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.

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.

—BTDDERSTCONTRAUrO"R'S CERTIFICATE."
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.
FQ£jSEVtf fnfrastrucfure LtcL \

COl^fetcfc^ " ' ' SUfERnNTENDING ENGINEER


49 53
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
"l/WErheTebyiiedareH:haHAV^\4^^ ___
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.

I/WE declare that I/WE will procure the required construction materials including earth and use for
the work after approval of the Engineer-in-Charge. 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.

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.
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.

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.

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.

I/WE declare that I/WE will abide for settlement of disputes as per the Bid conditions.

DECLARATION OF THE BIDDER.

I/WE have not been black listed in any department in Andhra Pradesh due to any reasons.
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.

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 : SEW Infrastructures Limited,

Phone No.: 040 23402153, 23403273,66512157 Fax N o . : 040-2341 7553(A/Cs)


— -— _ _ _ J13405016 (TechI)
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 authorisation.
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
Fv: ^ a ^.frar.lruoture Lid.
:
n -^~-&s^:i\: *
SUPERINTENDING ENGINEER
"9CtOP \ /
>i"

f
g . WH

ORIGINAL AGREEMENT NO: X SE/2010-11, DT. 7 -04-2010

Articles of contract made this / IK* day of ■ H i * ^ ^ ' ^ ' ^ b e t w e e n His excellency the
$ Governor of Andhra Pradesh (herein after called Governor which expression shall. Where the context
so admits include his successors in office and assignees) of the one part and
v!
M/s SEW Infrastructures Limited, Hyderabad (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 " Providing Lining to SPVBR Left Canal including distributory
ti system from Km.0.300 to Km.52.425 ( upto Porumamilla tank ) and providing lining to Irrigation
- —Ganal-including-distributory^ystem
\<fromKm.132.530 to Km.133.908 and from Km.134.325 to Km.135.332 and distributory system of
Blocks No.40(A), 40(BVand Block No.42 of Chennamukkapalli Canal.and and have caused an
j
estimate / proposal contained in schedule A drawings and specifications describing the work to be
done to be prepared.
V
A t>"' £>
!
/>. V< S

/
OD

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 Rs.2,68,00,000/- ( Rupees two crores and sixty eight lakhs only ) paid by him

vide B.G. No. 1303910BG0000777, Date 03-04-2010 issued by State Bank of India,

Corporate Accounts Group Branch, Punjagutta Main Road, Hyderabad - 500 082 valid

upto 02-05-2014 toward EMD (2) Rupees paid by him vide D.D.No.

*~~ dated issued by towards balance E.M.D. (3) and

Rupees ^Z Paid b v h i m v i d e D D No
- - - "~~~ 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, NTR

TGP Division, Porumamilla. 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 Executive Engineer.

$r-muivifjt ■-■■-'& .»'i!5SturucVJCK*s Lift


' i SUPEFiiNTENDINGtENGINEER
director \s
51 j 55

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
-specJfLcaliQn_and_addenda volume there to be maintained in the office of Superintending Engineer,
N.T.R. T.G.P. Circle, Kadapa 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 a sum of Rs. 107,00,37,644/- (Rupees One Hundred and
seven crores thrity seven thousands six hundred and forty four only ) 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.107,00,37,644/- (Rupees One


Hundred and seven crores thrity seven thousands six hundred and forty
four only )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, 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 wprks 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, N.T.R. T.G.P. Circle, Kadapa herein after called
~~SiipOTinten3ing~Eiigine'erin"case^wheresuchsanction orratification-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 :
\

rOKS

CO! )R SUPERINTENDING ENGINEER


tor
Jf 02

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,
G.N.S.S Circle,
"KaSapa

b. Claims above Rs.l 0,000/- and up to Chief Engineer,


Rs.50,000/- in value T.G.P., Srikalahasti
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.

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 24 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 Jp_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

FortEW Infrastructure Ltd.


S l y SEW Cotwturucttoj Ltd
■ ^ ^ . . - - ^ — "

<
C( ~ "~~~ SUPERINTENDING ENGINEER
'[Vector \y
w . . 0j

In witness thereof, the contractor M/s. SEW Infrastructures Limited , Hyderabad has here
unto set his hand and Sri. M.Venkataramana, Superintending Engineer, N.T.R. T.G.P. Circle,
Kadapa 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 _ for M/s |&W fefrasfructargs J ^


* ffSbwies'jy Strf/GiK^tvnciUms- Ltd
Address: 6-3-871, SNEHALATA *""
Green Lands Road, Begumpet,
Hyderabad-500 016 KrtraetOir

Phone No.: 040 23402153, 23403273,66512157 Fax No.; 040-2341 7553(A/Cs)


23405016 (Techl)
In the presence of Witness i) Sri
Signed by on behalf of Government Sri M -^AJAJCOJ^ f<ajmaju&.,
In the presence of witness: \

Superintending Engineer, V"'


N.TlR. X-G.P. CircIeJKadapa
'\S

i ? ; : r | E ^ ^ r e s t r u c t u r e lie;
$H&
• 7r SUPERINTENDING ENGINEER
j t
O 7

GENERAL CONDITIONS OF CONTRACT

A. GENERAL

J_ Interpretation:
1.1 In interpreting these Conditions of Contract, singular also means plural, male also means
female, and vice-versa. Headings have no significance. Works have their normal meaning
under the language of the contract unless-specjfically defined. The Engineers-in-charge will
provide instructions clarifying queries about the conditions of Contract.

1.2 The documents forming the Contract shall be interpreted in the following order of priority:
1) Contract
2) Letter of Acceptance, notice to proceed with the works
3) Contractor's Bid (Technical bid)
4) Conditions of contract
5) Specifications
6) Drawings i
7) Bill of quantities (Price-bid)
8) Any other document listed as forming part of the Contract.

2. Engineer-in-Charge's Decisions:
2.1 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. \

3. Delegation:
3.1 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.

4. 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. Sub-contracting:
5.1 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,
includingTiis pasttrack 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 sub-contractor and to
that extent deducted from that of the main contractor.
>
6. Other Contractors:

;SEW Infrastructure Ltd.


terty SEW Constuructions Ltd
\\0~ ^XY--J —
SUPERINTENDING ENGINEER
Irector 1/
JJ
bj

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. Personnel:
7.1 The Contractor shall employ the required Key Personnel named in the Schedule of Key
PerstmneHxrcarrynD-uMhe-fu^^
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
Contractor's 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. Contractor's 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. Insurance:
9.1 The Contractor shall provide, in the joint names of the Department and the contractor,
insurance cover from the Start Date to thVend of the Defects Liability Period i.e., 48
months or two crop seasons whichever is more after completion certificate for the following
events which are due to the Contractor's risks.
a) loss of or damage to the Works, Plant and Materials;
b) loss of or damage to the Equipment;
c) loss of or damage of property in connection with the Contract; and
d) personal injury or death of persons employed for construction.

i<> >jd-
)R SUPERINTENDING ENGINEER
ttreetor v
J U
ui

9.2 The Contractor shall furnish the Insurance Policy 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.
9.3 Alterations to the terms of insurance shall.not be made without the approval of the
Engineer-in-Charge.

10 Site Inspections:
10.3 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.

10.4 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 contractor's quoted bid
price will be inclusive of land cost.

11 Contractor to Construct the Works:


11.3 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 Diversion of streams / Vagus / Drains.


12.3 The contractor shall at all times 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 necessary. No extra payment shall be made for this work.

12.4 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 are 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.

12.5 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.

12.6 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.

12.7 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.

12.8 Coffer Dam~s.


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.

FOTSEW Jnfr 3 S ft r u c r l i r e Ltd,


mx-mt* $mc^*m^ Ltd'
SUPERINTENDING ENGINEER
13 Power Supply.
13.3 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.

13.4 The contractor shall satisfy all the conditions and rules required as per Indian Electricity
Act 1910 and under Ktfle:$5(I3rof the Indian~Eiei^iTCTty^Ti1ev^5iHs^meitded^omHime
to time and other pertinent rules. ?

13.5 The power shall be used for bonafide Departmental work only.

14 Temporary Diversions (Works on Highways)


14.3 The 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-in-charge 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.

14.4 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.

14.5 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.

14.6 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. j
t

15 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 Monsoon Damages:
^2inages~dueTSTaiiroi*llood "either*in~cuttmg-or-in-banks-shaH-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 The works to be Completed by,the Intended Completion Date:


JO
DJ

17.1 The Contractor may commence execution of the Works on the Start Date and shall cany'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 Safety:
_US.4—The-CentraGter^halTbe^speii^ble^or^he-^^ '■

19 Discoveries:
19.1 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-in-Charge's instructions for dealing
with them.

20 Possession of the Site.


20.1 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 Access to the Site:


21.1 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 Instructions:
22.1 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 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^nd-to-offerevidenceHn^upport^
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
JTL....^Contractor within a period of thirty days from! receipt of such notice the said decision shall
ar*,sv.:^-. ; t -VVL i|A w~**^r,l —--' .
'- ~/f SyPERINTENDING ENGINEER
H? .&4
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:- -

SETTLEMENT OF CLAIMS:
Settlement of claims for Rs.50,0007- and below by Arbitration.
All disputes or difference arising of or relating to the Contract shall be referred to the
adjudication as follows:

Claims upto a value of Rupees 10,000 Superintending Engineer,


G.N.S.S.. Circle, Kadapa.

■ Claims above Rs. 10,000/- and upto Rs 50,000/-. Chief Engineer, T.G.P.,
Srikalahasti.
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.

B. TIME FOR COMPLETION


24 Program:
24.1The total period of completion is 24 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.

24.2The 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 Engineer's 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.

24.3After signing the contract, the contractor shall forthwith begin the work, shall regularly and
continuously proceed with them.

24.4Rate of progress :

Work programme of achieving the milestones (Statement).


1
D'J uu

24.4.A WORK PROGRAMME OF ACHIEVING THE MILESTONES: !


MILESTONE

SI Mile stone Period in Description of work Quantity to be Completed


No. No. Months. Physical Financial

Separate statement (Annexure-I) enclosed. L__

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 contractor's 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 Engineer's written order to commence the works, give to the contractor
possession of so much of the site as 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 possessipn in accordance with the terms of this clause, the Superintending
Engineer shall grant an extension of time for the completion of works and the cpntractor 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 iirthe "statementto therBid as "thatwithih^wliich 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 He, except as hereafter defined. Reasonable extension of time will be
■ allowed by the Executive Engineer or by the Officer competent to sanction the extension,
ft)r unavoidable delays, such as may result from causes, which in the opinion of the
rOlj ot^et^ti^^igfn^W,raT-e!.a.tidkiubtedly beyond tne control of the contractor. The Executive
(To eKySliWC' 1 >i-isi(;i' ( .iciior/sLtd . .
) \ ^ , - . r ^ -
../
CON^Aelfarf^^"" ^ SUPMlNTENblNG ENGINEER
Irector
A iOl bb

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
fr>.fig,,!flnHbinding. 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 oftime 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 oftime 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 Construction Programme:
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 upto 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 Engineer's 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 oftime. „

__26_Speedof^orkL
26 1 The Contractor shall at all times maintain the progress of work to confomi 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
;
"-Vthe Enginee/rln-fi^ge for slowing down the work will however be duly taken into account
" '-••n*r.:/'ijciiaps Lttf . ! 10\ />._JS-X-^ "~~ _ >:..:'■<•
-*" 'i SUPERINTENDING ENGINEER
uz
b7
while granting extension of time if asked by the contractor for which no extra payment will
be entertained.

26.2 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 as defined by the tabular statement, "Rate of
progress" in the Articles of Agreement", 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 Suspension of vrorks by the Contractor:


27.1 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 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.

28.2 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 shali not be considered in assessing the new
Intended Completion Date.

29 Delays Ordered by the Engineer-in-Charge:


29.1 The Engineer-in-Charge may instruct the Contractor to delay the start or progress of any
activity within the Work.

30 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.

C&k£fKK£yffl58~ ' •:' SUPERINTENDING ENGINEER


% $ ■ $ $ * & *
a* ' S3
31 Management Meetings:
31.1 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.

C. QUALITY CONTROL

32 Identifying Defects:
32.1 The Engineer-in-Charge shall check the Contractor's work and notify the Contractor of
any Defects that are found. Such checking shall not affect the Contractor's
responsibilities. The Engineer-in-Charge may instruct the Contractor to verify the Defect
and to uncover and test any work that the Engineer considers may be a Defect.

33 Tests:
33.1 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 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, which begins on Completion. The defects liability period
shall be extended for as long as defects remain to be corrected by the Contractor and the
defect liability period completes 24 Months from the date of last defect covered.

34.2 Every time notice of a Defect is given, the Contractor shall correct the notified defect
within the length of time specified by theEngineer-in-Charge's notice.

35 Uncorreeted Defects:
35.1 If the contractor has not corrected the defect within the time specified in the Engineer-in-
Charge's 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
_superyision staff of department shall promptly be attended to by the contractors and the fact
r
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.

F o r ^ 7 "».Vi :-*■■• ,..*,, -


.■?>:

SUPERINTENDING ENGINEER-
Erector
by " !
36 Quality Control: , ~ ^ Z 7, -1! _ ; ^ _ I ^ 1 1 ^ ^ . / . ^ " ^ y ^ I . ^ - ^ - - . ^ ^ : - , - . - ^ . ^ , - - : . . ^ - . -
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 departmental!}';or by other .: >
. __ _IJ. organization and the^ontractoj-sh^

The contractor shall produce the Quality; records maintained by him to the department for
the quality audit. . J

D. COST CONTROL
37 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 agreement including maintenance of total system for two years or two khariff
■ crop seasons whichever is more.

37.2 The contractor will be paid a firm contract price for completion of all works as specified
under the scope of the work under the contract agreement.
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 assessmentof value of work done. - ; - - ^ - - ----- - . ■-■-■ -
t:
38 Changes in the Quantities: -:'V \'\ *
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 Extra Items:
39.1Extra 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
————^sponsibility-basis—the^ontraetorehall^e^ound-to
directed by the Engineer-in-Charge at no extra cost to the employer. The cost due to
such extra items shall be deemed to have been included in the contract price quoted.

39.2 Deleted. ..-._.;

39.3 Entrustment of additional items:


For^EVyinfrastructure Ltd.." , T

cOMKaafoRrr^' .""... : SUPE|0NTENDING. ENGINEER


oy.
70

39.3-A Wherever additional items not contingent on the main work and outside the scope of
original agreement 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.
v-
39.3.B EriuaistmelrrcTtHe^
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.

40 Cash flow forecasts:


40.1 When the program is updated, the contractor is to provide the Engineer-in-charge with an
updated cash flow forecast,

41 Contract Price, Schedule of Payments, Payment Certificates::


41.1 Contract Price:

The total contract price shall be total value of the work under EPC Turnkey contract as per
contract agreement including maintenance for 2 Years or 2 Kharif crop seasons from date of
completion certificate whichever is more.

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 and pursuing
acquisition proposals with L.A.O., construction of schedule of items to be executed
Annexure-D / Whole canal system including micro net work up to (Field Channels) 1 Ha.
of land or serving last holding on the channel, construction of Structures, with all allied
works preparation of ayacut registers and command plans, providing service road and
beautification and planting shade tress along the canals etc., leading to successful
commissioning & trail of total canal systems and maintenance for 2 years or for 2 crop
seasons from the date of completion certificates whichever is more on EPC turnkey contract
basis.

(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
workJoJacilitate_payments_ convponent wise; JThe costof each of the above components
are specified as percentage of the total Bid price under~Armexure^II "Schedule" of
payments."

The proportion of different components of works as compared to over all cost of project is
as stipulated in Annexure-Il "Schedule of payment."

(Li t.tfi
SUPERINTENDING ENGINEER
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 Annexure-II "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 sub-divided
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 agreement.

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 Contractor's monthly statement within 7 days.

41.4 The value of work executed shall be determined by the Engineer-in-charge.

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 Payments:
42.1 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 specificatiqnsand contLact_conditipns
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.
i

CONTKA|fOR SUPERINTENDING ENGINEER


fiWr®G4©ir
The unit length for eligibility for arranging payment for Lining of canals may be taken as
(1) Canals more than 1000 cusecs capacity-100 m
(2) Canals between 100 and 1000 cusecs capacity 250m and
(3) Canals below 100 cusecs capacity - 500 m
including construction of flow control structures as directed by the Engineer-In- charge.
The above unit lengths are excluding already lining portions if any in the reach.

The cost of earthwork excavation and structures (on % with respect to whole work) is
mentioned in schedule 'A'.

Intermediate payments for each structure (in 3 stages) shall be for canals up to distributories
(up to 10 cusecs discharge) only. For minors and sub-minors (below 10 cusecs discharge),
no separate intermediate payments to the structures shall be considered. For minors and
sub-minors payments shall be released when earthwork excavation of canal and all
structures (CM & CD works) are completed in full in a length of 1 Km.

42.2 Payments and Certificates:


42.2. A 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-in-Charge, and intermediate payment will be the sum equal to 95% of the
value of work done as so certified and balance of 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 virtue of the contract except
earnest money deposit retained as security and a sum equal to 2lA 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.B 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.C 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.D 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.E 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

T)R - SUPERINTENDING.ENGINEER
I o

(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 witlilieldlmtil 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:

The Contractor shall submit a statement/bill in six copies to the Engineer-in-charge after the
end of each month, in a form approved by the Engineer-in-charge, 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 Agreement.

(d) Delay damages in respect of non-achievement of milestone as per Agreement

(e) Any other additions or deductions which may have become due in accordance with
the Contract

(f) Deduction of Income tax @ 2.266%, VAT, 0.25 % towards N.A.C, and 1% towards labour
cess and Service 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 Interest on Money due to the Contractor:


43.1 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.

<nfrastrucnf<fe Ltd ' \


.tiAioci* LtjL,
SUPERINTENDING ENGINEER
'. 74
44 Certificate of Completion of works:
44.1 Certificate of Completion of works:
44.1.A 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
^ttr4Hg4he^er4©d^i^a i n ^ a r ^
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 Engineer-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.B Similarly, the Contractor may request and the Engineer-in-Charge shall issue a Certificate
of Completion in respect of:

Any section of the Permanent works in respect of which a separate time for completion is
provided in the Contract, and
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.C 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 Taxes included in the bid:


45.1 The Bid price quoted by the contractor shall be deemed to be exclusive of the VAT but
inclusive of all other taxes on ali materials that the contractor will have to purchase for
performance of this contract.

46. Price Adiustment:-

46.1 No escalation on prices and wages 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.

However, in respect of cement price adjustment will be made for the actual quantity used in
the work for increase and decrease of prices by more than 5% over current rates (as
approved by the Board of Chief Engineers) of Rs.3,600/- per M.T. for cement,SteeI and
Fuel For the purpose of assessing the increase and decrease, the rates of cement as
approved by the Board of Chief Engineers from time to time will be adopted.

46.2 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 increase and decrease beyond
IrD ^'frCA&ofiy^n^I^base, rat^s will be adjusted in accordance with the following formula.

PWRSOTOR ' SUPERINTENDING ENGINEER


75 ™
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.
—^5E=%-^of-fuels-aridJtibric^ts_ccaiLpoji^il_jiLtlie^yxirk: (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 consumer's pumps of


IOC/IBP/HP/Reliance to the work spot on the last day of filling bids.
FI=Average official retail price of HSD at the existing consumer's 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.

i) Wherever it is said as price escalation it shall be read as "price adjustment" to take care
of increase and decrease of prices.
ii) Price adjustment can only be allowed on steel, cement and fuels.
iii) Component of percentage of fuels and lubricants will be decided by the Committee
constituted.
Escalation shall not be allowed where liquidated damages are levied and extension of time
granted for reasons attributable to contractor.
The Price adjustment is as per Govt.,Memo.No.33225/Major-V/2009-l,dt.30-03-2010. The
Price adjustment clause for variation in prices of Steel,Cement & Fuel in excess of (+) or (-)

47. Retention:
47.1 The department shall retain from each payment due to the contractor @ the rate of 7.50% of
bill amount until completion of the whole of the Works. The retention amount so
accumulated will be released against the bank guarantee. In spells of Rs.50.00 Lakhs. At
any point of time, the retention money with the department at 2.50% shall be in cash only.

47.2 On completion of the whole of the Works out of total amount retained ( ie.,7.5%) 5% will
be re-paid to the Contractor and balance (ie., 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.
The retention of 2.50% with the department shall be in cash only.

48. 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 prescnbed"time or exten^elillnreTThe~contra~cto^
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.

i
Fof^EW Infrastructure Ltd.
(Fom^rty SfcW Coj:ejurucUof&.Ltd h a --^2GL_ '
//' SUPERINTENDING ENGINEER
Director
•7-1 ;76
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
=—cnnfract_valiiR-aQ-Hnmagp^Hnp. from the" contractor from any, ninnies 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.

49. 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) named in the letter of acceptance payable as per above. Advance shall be paid
in 2 installments i.e., at 1% after concluding the Agreement and the 2nd installment of
balance 4% of Mobilisation Advance, shall be released after commencement of the
work i.e., after completion of investigation, survey and designs. Payment ;of the loan
will be done under separate certification by the Executive Engineer after (i) Execution of
the form of agreement 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 12% of a contract amount as indicated in the letter of acceptance valid upto the
Agreement period 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.

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
subject to the following conditions .

49.2.1 Mobilization advance on machinery is payable against production of invoices in proof of


purchase of the machinery by the contractor/ firm/ Joint venture.

49.2.2 The invoices should be on the name of the contractor /firm/Joint venture only and the
• machinery should have been purchased only after the date of conclusion of the agreement
for the work on which the payment of mobilization is proposed.

49.2.3 Mobilization advance is payable against copies of bills in respect of new machinery
purchased @ 100% value as prescribed in the agreement. The same is payable in respect of
old machinery at 50 % of the value (as prescribed in the agreement) as per the registered

rw|.£.vv 'fifrsstructure Ltd.

CON^^OR **" ■-. SUPERWTEl^lNG' ENGINEER


II
77
49.2.4 No mobilization advance is payable on the pre-owned machinery prior to conclusion of the
agreement for the work or leased machinery or purchased by an individual firm in respect
of joint ventures through that individual firm happens to be a partner in the joint venture.

49.2.5 It may be prescribed in the agreement that the contractor /firm/joint venture should submit
an undertaking to the effect that they have not obtained any mobilization advance from the
Government against the machineqLJbr_^yMch_they-^re^^
mobilization advance. This is to ensure that mobilization advance is paid only once against
one purchase. Any wrong declaration, when comes to light, entails recovery of the entire
amount paid in a lump from their immediate next w6rk bill.

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 an interest of 10.50 % per annum. The interest on the
amounts paid as advance is chargeable from the date the amount is paid, (i) Interest on
Mobilisation advance may be levied beyond the Agreeement period also incase extension of
time is granted for completion of work for the reasons attributable to the Agency /
Contractor (ii) If extension of time is given for the reasons like delay in land acquisition or
forest, environment clearances on account Departmental procedures, it may not be
necessary to levy interest on the Mobilisation advance during the extended period of
agreement^ Govt .Memo. No.4607/ Reforms-Al/2009-1, dt.04.O8.09)

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 rate of 10.50 % as specified in the above
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.
'i

50. Securities:
50.1 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. CbstlTfRepairsi " ~~~, ~~ ~~ — —


51.1 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 Contractor's
cost if the loss or damage arises from the Contractor's acts or omissions.

V . , : > ^ : : : - ^ . -■-■■

SUPERINTENDING ENGINEER
TS - m

E. FINISHING THE CONTRACT


52. Completion:
53.52.1 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 Taking Over: ~" ~~~^ '-—* !
53.1 The Department shall take over the Site and the Works within fourteen days of the
Engineer-in-Charge issuing a certificate of Completion.

54. Final Account:


54.1 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
Contractor's 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-in-Charge shall decide on the amount payable to the Contractor and issue a
payment certificate with in 56 days of receiving the Contractor's revised account.
55. Termination:
55.1 The Department may terminate the Contract if the contractor causes a fundamental breach
of the Contract.
i

55.2 Fundamental breaches of Contract include, but shall not be limited to the following.
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.
The Contractor is made bankrupt or goes into liquidation other than for a reconstruction or
amalgamation.
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
The Contractor does not maintain a security which is required and
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.
If the contractor, in the judgement of the Department has engaged in corrupt of 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
~ (pfiof^o~or~^er^id^ubm^
competitive levels and to deprive the Government of the benefits of free and open
competition.

55.3 Notwithstanding 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
&"&? . 1*'ian^^eciir.ed|lgavet^e1Site,as soon as reasonably possible.

/ ;
SUPERINTENDING ENGINEER
/4
79

56. Payment upon Termination:


56.1 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-tfre value of workrnut^ompleTeTlr^Tldi^^ 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. Property:
57.1 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 Contractor's default.
58. Release from Performance:
58.1 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-in-Charge 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.

F. OTHER GENERAL CONDITION


59. 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. 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(1) 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.

60.1 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.

SUPERINTENDING ENGINEER
I-
fib tfO

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 safer}' of staff and
labour of the contractor, at the cost of the Contractor and it will be subject to the
:i—-approval of the Engineer-in-Charge. - '
61. Land:
61.1 Land for Contractor's 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 fapilities for labour staff colonies, site office, work­
shop or stores and for related activities"; The Contractor shall apply to the Pepartment
within a reasonable time after the award 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.
i
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 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,

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
"^oiitracV^ndrstoirerclayiraiia^
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.

v
ri-: op.,-..- ' u r ^ V ' u c t u r e Ifa
Wctim
CDl<PFRftCfOR SUPERINTENDING ENGINEER . .
'rmio?
Ui.

62. 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
: :
jiee_ofxhar-ge, ——— ——■ '■ ■ — '■

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 contractor's 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 contractor's 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. 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 V
been .included in the Bided rate for the various items of work in the schedule of quantities
and bids.

64. Explosive And Fuel Storage Tanks:


No explosive shall be stored within 14 (half) KM of the limit of the camp sites. The storage
of gasoline and other fuel oils or of Butane, Propane and other liquified 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 litres, shall not be
located within the camp area, nor within 200m, of any building.

65. 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 contractor's staff shall -t be to the
contractor's account. His quoted percentage shall include the expenditure towards
- — -importationof-labGUr-amenities-to-labour-and-staffj :

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 Contractor's
Equipment as the Engineer-in-Charge may require.
Infrastructure Ltd. \
(luructions Ltd . j , ^ ^,r^J^4
'** SUPERINTENDING ENGINEER
tMrector ■*/
// >■ ■ yy

65.1 Transportation ofLabour:


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
V. 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 agreement 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
r
(, and1 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.(l)/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. Safety Measures:


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 'pn his own initiative where necessary and shall
r I comply with directions issued by the Executive Engineer or on his behalf from time to time
and at all times.

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.

Providing protective head wear to workers at places like under ground excavations to protect
them against rock falls.

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.

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

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
— ——r blasting-pro v i d i n g - w h i s t l e s - e t c - — — _ _ _ _ _ _ _ _ _

Supply work men with proper belts, ropes etc.s when working in precarious slopes etc.

Avoiding named electrical wire etc., as they would electrocute the works.

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
P^^'.pp^^aroun^^e^qasAvhgre machines hoists and similar units are working.

CO?mC^TOR^^ SUPERI^fENDm^'"ENGmEER
SMreeter \ / ,<-..,
uo, / o

67. 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 agreement 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 ,F
or at the time of agreement.

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.

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. Indemnity Bond:


Name of work: Package No. /09 - Providing Lining to SPVBR Left Canal including
distributory system from Km.O.300 to Km.52.425 ( upto Porumamilla tank ) and providing
lining to Irrigation Canal including distributory system of Subsidiary Reservoir No. II and
Lining-4o4£P-4vlain-Ganal^romTCm^
Km.135.332 and distributory system of Blocks No.40(A), 40(B), and Block No.42 of
Chennamukkapalli Canal. .^^^rtlcjh<^rS£A>^^r'^^^d'ar^s m
' ^h**"*^'
I V . &cu^aJiUa/t IROLO - P*3/ contractor S/o.y,M.^. N^^ioar^&.o .aged
r g yij2&-**>. Resident of ¥hjd&c&&yji • do hereby bind ^
myself to pay all the claims may come (a) under Workmen's Compensation Act. 1933 with
any statutory modification there of and fules there under or otherwise for or in respect of
any damage or compensation payable in connection with any accident or injury sustained
Q (b) under Minimum wages Act 1948 (c) under'.payment of wages Act.1936 (d) under the
FoBSEW Infrastructure Ltd.
(Pora^rty S^G««l»tufuction6iLtdi J\k>— v ^ j z i i —-
CONJR^CTOK,^-^^ '/ SUPERINTENDING ENGINEER
79
84
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. Compliance With Labour Regulations: 'Kit%m&


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 non-observance 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 money due to the
contractor including his amount of performance security. The Departmenf/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. ,
i

70. 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.

(c) Employees P.F. and Miscellaneous provision Act 1952: The Act provides for monthly
contributions by the Department plus workers @ 10% or 8.33%. The benefits payable
under the Act are:

(i) Pension or family pension on retirement or death, as the case may be.

(ii) Deposit linked insurance on the death in harness of the worker.

(iii) Payment of P.F. accumulation on retirement/death etc.,

_ .(d),,,, , MatemjtygeuefgAoy951: The Act provides for leave and some other benefits to
t"Or <Str- -1 ■
' ' ' women-"employees in ca.se of confinements or miscarriage etc.

ffOl
t SUPERINTENDING
...-V -
.a
ENGINEER
V
su

(e) Contract Labour (Regulation & Abolition) Act 1970: The Act provides for certain
welfare measures to be provided by the contractor to contract labour and in case the
Contractor fails to provide, the same are required to be provided by the Principal
Department by Law. The Principal Department is required to take certificate of
Registration and the contractor is required to take license from the designated Officer. The
Act is applicable to the establishments or Contractor of Principal Department if they
employ 20 or more contract labour. L - ' ' : :—= =—;

(f) Minimum wages Act 1948: The Department is supposed to pay not less than the
Minimum wages fixed by appropriate Government as per provisions of the Act if the
employment is a scheduled employment construction of Buildings, Roads, Runways are
scheduled employments.

(g) Payment of wages Act 1936: It lays down as to by what date the wages are to be paid,
when it will be paid and what deductions can be made form the wages of the workers.

(h) Equal Remuneration Act 1979: The Act provides for payment of equal wages for work of
equal nature to Male or Female workers and for not making discrimination against Female
employee in the matters of transfers, training and promotions etc.

(i) Payment of Bonus Act 1965: The Act Is applicable to all establishments employing 20 or
more employees. The Act provides for payment of annual bonus subject to a minimum of
8.33% of wages and maximum of 20% of wages to employees drawing Rs..3500/- per
month or less. The bonus to be paid to employees getting Rs.2500/- per months or above
and up to Rs.3500/- per month shall be worked out by taking wages as Rs.2500/- per
monthly only. The Act does not apply to certain establishments. The newly set-up
establishments are exempted for five years in certain circumstances. Some of the State
Governments have reduced the employment size from 20 to 10 for the purpose of
applicability of this Act.

(j) Industrial Disputes Act 1947: The Act lays down the machinery and procedure for
resolution of Industrial disputes, in what situations a strike or lock- out becomes illegal and
what are the requirements for laying off or retrenching the employees or closing down the
establishment.

(k) Industrial Employment (Standing Orders) Act 1946: It is applicable to all


establishments employing 100 or more workmen (employment size reduced by some of the
State and Central Government to 50). The Act provides for laying down rules governing
the conditions of employment by the Department on matters provided in the Act and get the
same certified by the designated Authority.

(1) Trade Unions Act 1926: The Act lays down the procedure for registration of trade unions of
workmen and Departments. The Trade Unions registered under the act have been given
certain immunities from civil and criminal liabilities.

_(m)—-Cl3ildiabour-(Prohibition-&-^:egulation)Aet-19S6:-——The-Act-prohibits-empIoyment^of
children below 14 years of age in certain occupations and processes and provides for
regulation of employment of children in. all other occupations and processes, Employment
Child Labour is prohibited in Building and Construction Industry.

(n) Inter-State Migrant workmen's (Regulation of Employment & Conditions of service) Act
1979: The Act applicable to an establishment, which employs 5 or more inter-state migrant
workmen through an intermediary (who has recruited workmen in one state for employment
in the establishment situated in another State). 1 The inter State migrant workmen, in an
;
:"£ L A x ■
•■UoMi.i.-} i.\ /r^sA- v ";ri - "'
: - SUPERINTENDING ENGINEER
rector
establishment to which this Act becomes applicable, are required to be provided certain
facilities such as housing, medical aid, travelling expenses from home upto the
establishment and back, etc.

(o) The Building and Other Construction workers (regulation of Employment and conditions of
service) Act 1996 and the Cess Act of 1996: All the establishments who carryon any
faulgjng^ju&hexj^slaicJ^
Act. All such establishments are required to pay cess at 1 % of the cost of construction as
may be modified by the Government. The Department of the establishment isirequired to
provide safety measures at the Building or'construction work and other welfare measures,
such as Canteens, First-aid facilities, Ambulance, Housing accommodations for workers
near the work place etc. The Department to whom the Act applies has to obtain a
registration certificate from the Registering Officer appointed by the Government.

(p) Factories Act 1948: The Act lays down the procedure for approval of plans before
setting up a factory, health and safety provisions, welfare provisions, working hours, annual
earned leave and rendering information regarding accidents or dangerous occurrences to
designated authorities. It is applicable to .premises employing 10 person or more with aid of
power or 20 or more persons without the aid of power engaged in manufacturing process.

71. 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 workmen's 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 workmen's 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 workmen's 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

72. Contractor's Staff, Representatives and Labour:


(a) 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.

SUPERINTENDING ENGINEER
(ST^-iSi-tr \s
or oz

(b) 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.

(c) 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.

(d) 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 supervisor)' or other staff of the contractor to be present
on any specified inspection and the contractor shall comply with such requisitions.

(e) 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.

(f) The Executive Engineer will have the unquestionable right to ask for change in the
contractor's.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.

(g) The Contractor shall not without written, authorization permit entry on site of work of any
person authorized agents, engaged in connection with work.

(h) All vehicles used by the contractor shall be clearly marked with contractor's name.

73. 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.

74. 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. 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. 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 inview:

»»,**Tliej3rovisions of relevant labour laws being adhered to:


EW rnfraseruclure Ltd.
iuructionJB Ltd . ^., \
SUPERjiWENDlNG "ENGINEER
odor
QX' v
88
Adequate lighting, supervision and safety measures are established to the satisfaction of the
Engineer-in-Charge and .

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. 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. 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. Plant and Equipment:


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_madiinejy_handed_oyer_to the contractor will be recovered at the rate
prevalent at the time of supply. The contractor will have to execute supplemental
agreement 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.

SUPERINTENDING ENGINEER
89
80. 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. 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. 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. Engineer-in-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. Contract documents and materials to be treated as confidential:


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. 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. Security measures:


a) Security requirements for the work shall be in accordance with the Government's 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-contractor's employees shall wear


identifications badges provided by the contractor. Badges shall identify the contractor,
-showing-and-employee-s^iumber-and-shalfbe-worn -at-all-times^while-atthe site.-Individual
labour will not be required to wear identification badges.

c) All vehicles used by the contractor shall be clearly marked with contractor's 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

l^'^ttere/Ltd. U w^£. '


SLm SUPERINTENDING ENGINEER
i
6D :7U

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
-fiat-itfafiirjpwp 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.

86. 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. 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. 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 contractor's 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. Ecological balance:


a) 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.

i) 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 contractor's
expense. The contractor shall adopt precautions when using explosives, which will prevent
——- ~ ^^s^ttt^i-TTXg—T3^f~~no crisis —*zn—otli^i—ci^t>ri^ —oxatsi d^—tH^t—^w<z>r4t—^r^^£i^—i^rl 1-^v^^orfc—^i^^ a--^n tsliji d i ng—1> o ITITOT^''—
a^f^^s shall be smoothened and graded in a manner to conform to the natural appearances of
the landscape as directed by the Engineer-in-Charge.

ii) 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 contractor's construction operation and equipment. The removal of trees
and shrubs will be permitted only after prior approval by the Engineer-in-Charge. Special
xare. shall be exercised where trees or shrubs \are exposed to injuries by construction

SUPER^TENDTNG ENGINEER
*f©ex£ig-
VI
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 contractor's expense:

(iii) The contractor's 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.

(iv) In conduct of construction activities and operation of equipments the contractor shall utilise
such practicable methods and devices as are reasonably available to control, prevent and
otherwise minimise 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 operation. The contractor's 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.
i

b) 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
befinaland binding on the contractor.
90. Preservation of existing vegetation:
a) 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 trecking of grass areas by equipment. Care shall be taken by the
Contractor in felling tress authorized for removal to avoid any unnecessary damages to
vegetation and tress that are to remain in place and to structures under construction or in
existence and to workmen.

b) All the produce from such cutting of trees by the contractor shall remain the property of
GovemnrentianTi~shaIIlre^rdperI^ Engineer-in-Charge. No
payment whatsoever, 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.

c) 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.

Util SUPERSEDING ENGINEER


O^raar^i?
s/ .■
, >- yj

91. 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 wnere expressly otherwise specified^bytlieiZiigiiieei^ln^ciiarge:
92. Deleted
93. Access to the contractor's 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. 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-Charge's representative and by any other persons authorized by the
Engineer-in-Charge in writing.

95. 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.

96. 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. AH 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. 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.

XJieJixemtJYe_i^Ineex^^
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-Charge's 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.-.. . , .,

SUPERINTENDING ENGINEER

SKVftftw I
00
/ u

98. 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 contractor's cost.

99. 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 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.
100. 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:
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 thp 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.1
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 ^roximity^f^atrmerdra
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 dust and water proof.
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
ujjenarately for men and women such places shall be kept in clean and drained conditions,
^^ttiligfeijlSfffthirt3Jf))p1(i{Hotb e a H 0 w e d n i orViear any drinking water well.
jsiuructiiinsLtd
SufeR^fE^DING ENGINEER
rector
94
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.

Seats
IT—^%ere-&e-numfeer-ef-per5ons—■— : ' -—-.
employed does not exceed 50 2
2. Where the numbers of persons
employed does not exceed 50 but not 100 3
3. For every additional 100 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 a lower standards than the following.
1. Thatched roof.
2. Mud floors and walls.
3. 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^andJbr-ho.usmgi)f .this.staff at his, expenses.

101. LABOUR CAMP AND CONTRACTOR'S STAFF COLONY


I. 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
fFfyt S E W Ifff PSfSttoftf A o n ¥lSjp r ^ or s t o r a 8 e sheds, offices^residences etc., For non commercial use,

RACTOR *"* SUPERINTENDING ENGINEER


95 -fU

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.

II. 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~!abouT
amenities to labour and staff;
102. 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. INCOME TAX:
a) During the currency of the contract deduction of income tax at 2.266% 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 2.266% 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 contractor's'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. SEIGNIORAGE CHARGES:


104.1 Seigniorage fee shall be recovered from 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 the Government of Andhra Pradesh as per AP
Minor Mineral Concession rules subject-to amendments issued from time to time by the
Government.

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.

Ref.. G.O.Ms.No.331, Dated 21-06-2000 and G.O.Ms.No.217,Dated 29-09-2004

SI. Name of the Minor Mineral Unit Rate of Seigniorage Fee


No. (INRUPPES)
1 2 3 4
„_1_. BUILDING stone M3/M Rs.45/30 (rupees forty Five/thirty)
T
2. Rough Stone/Boulders M3/M Rs.45/30 (rupees forty Five/thirty)
T
3. Road Metal &b... M3/M Rs.45/30 (rupees forty five/thirty)
T
3(a) Dimensional Stone used for kerbs MT Rs, 80 (Rupees eighty)
& Cubes
1
r
ucrure L

SUPERINTENDING ENGINEER
V
' ' Ji
96
4. Limokankar/Limestone MT 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 and
minerals (D&R) Act, 1957
\ 5. Limeshel MT Rs, (80 (Rupees Eighty

6. Marble M3/Mt Rs. 150/60 (Rupees One hundred


and fifty/sixty)
7. Mosaic chip MT Rs. 40 (Ruees forty)

8. Muram/Gravel & Ordinary earth M3/M Rs.20/12 (Rupees Twenty/Twelve)


T
9. Ordinary sand/sand manufactured M3 Rs. 36 (Rupees Thirty six)
from boulders useful for civil
construction
10. Shingle M3 Rs. 15 (rupees Fifteen)

11. Chalcedony Pebbles MT Rs. 30(Rupeestirty)

12. Fullers Earth/Beritonite MT Rs. 100 (Rupees Hundred) white


Rs. 40 (Rupees forty) - off white
13. Shale/Slate MT Rs. 100 (Rupees Hundred)

14. Rehmall M3 Rs. 15 (Rupees fifteen)

15. Limestone slabs


>
A(i) Colour Rs. 6 (Rupees six) per Sq. Mt. Of
Rs.80 (Rupees eighty) per MT.
Whichever is higher.
A(ii) White Rs. 4 (Rupees four) per Sq. Mt. Or
Rs. 50 (Rupees fifty) per MT.
Whichever is higher.
B Black Rs. 3 (Rupees three) per Sq.Mt. or
Rs. 40 (Rupees forty) per MT
whichever is higher
16. Ordinary clay, silt and brick earth Rs. 3500 (Rupees Three thousand
used in the manufacture of Bricks and five hundred) per kiln per annum
including Mangolore tiles For Bricks & Tiles

17 Granite useful for More than Below 27cm x 150 Below 75 cm size
cutting & Polishing 270cm x 150 cm size
cm size
(a) Black granite galaxy Rs. 3000 Rs. 2250 (Rupees "RsTTOaO (RupeesOhe ~
variety (Rupees three Two thousand two thousand)
thousand) hundred and fifty)
(b) Black Granite other Rs. 2250 Rs. 1750 (Rupees Rs. 750 (Rupees
than Galaxy variety (Rupees Two One thousand seven Seven hundred and
thousand two hundred and fifty) fifty)
hundred and
fifty)
rSFV \
t»w
1*» -A
SUPERINTENDING ENGINEER
Vf

(0 Colour granite Rs.2250 Rs. 1750 (Rupees Rs. 750 (Rupees


srikakulam Blue, (Rupees Two one thousand seven Seven hundred and
Indian Aurors of thousand two hundred and fifty) fifty)
Nizamabad Dist.... hundred and
of Black pearl of fifty)
prakasham & Gunter
dists:
(d) Colour granite of Rs. 1750 Rs. 1500 (Rupees Rs. 750 (Rupees
other varieties (Rupees One One thousand and seven hundred and
thousand five hundred) fifty)
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.

SCHEDULE II
RATES OF DEAD RENT

SI. Rate of Dead Rent per hectare per


Name of the Minor Mineral
No. annum
1. Black Granite Rs. 50,000 (Rupees fifty thousand)
2. Colur Granite Rs. 40,000 (rupees forty thousand)
3. Limostone other than classified as Major Rs. 25,000 (Rupees twenty five
minerals used for lime burning for building thousand)
construction puposes .... Building stone
including stone used dor road metal, ballast
concrete and ... purposes, shale, slate and
phyill... masalc chips, fuller's earth/bentonite
& Dimensional stones used for cubes & kerbs
4. 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 Seigniorage Charges will be recovered as provided in the Agreement. Any
escalation in these charges beyond the provisions of the Agreement will be borne by the
Department.

105. VAT & SALES TAX:

105.1 Every contractor executing work for the Government, have to register with Commercial
Tax Department and obtain identification number known as Tax Payer identification
number (TIN) if registered as VAT dealer or General registration Number ( GRN) if
registered as TOT Dealer.

105.2 The identification number is to be noted on the agreement


yj
98
105.3 The BID PRICE quoted by the Contractor is exclusive of value Added Tax (VAT), but
inclusive of other taxes on all materials that the contractor will have to purchase for
performance of this contract.

105.4 VAT, will be recovered at the rate prevailing from every running bill and it will be
reimbursed as per actuals against the proof of having paid the above taxes. However,
the amount of taxes eligible for reimbursement is limited to the Provision made in the
Tender Schedule under Schedule - A, Part-II.
105.5 SERVICE TAX : Service Tax is not applicable in therms of Circular No. 116/10/2009
ST, dt. 15.09.2009 issued by Ministry of Finance Department, Government of India.

105.6 CONSTRUCTION LABOUR CESS : The BID PRICE quoted by the contractor is
inclusive of construction labour cess which is loaded in Part - 1 of Schedule 'A' of
agreement and shall be recovered at the rate not exceeding 1% or as modified by the
government from time to time on cost of construction in each bill of the contractor and
will be recovered.
107 Recoveiy @ 0.25% will be affected on the gross value of the bills towards
construction ofNAC.
107. 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 licences 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. ,
i

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 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 SITE DATA:
The data and information given in the Project Profile (Vol. I Part \D) of the Bid
goeument_^e^aSgd._on„the^nvest^
alternations in the said data / information in respect of Geology, topography
subsoils 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
,f mr accuracy / adequacy of the said data / information and interpretation thereof by the
ft'; ^: s Co ; htra§t5ifr-^^i'e Lvo
m wi s
I
;
r!!!l!^^L^ i^ ^'' I^CK^-U-3-' ■■-'
^^^rr^^Q^-^- *l SUPERINTENDING ENGINEER
yq
99

110 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
:
—Gmtractor^-^iigatron^ provisional"
suras, 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 Unforeseeable Difficulties:


Except as otherwise stated in the Contract:

a) the Contractor shall be deemed to have obtained all necessary informatipn 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 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 Avoidance of Interference:

. The Contractor shall not interfere unnecessarily or improperly with: \

a) the convenience of the public, or ■

b) 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.
:
_U4 —4ccess-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 Contractor's traffic or by
the Contractor's Personnel. These efforts shall include the proper use of appropriate
vehicles and routes.

Ft-V Lid, in these Conditions:


Except as otherwise"stated
y^jC&fllii'jIIicttCirtfirLtd
4 =s
SUPERINTENDING ENGINEER
V
° :'] ■ 100

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 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; theEmployer
~ i ~~ ~"— "shaHTl61^5eTB^pt5nsibte~for any ~clHmT5"which may arise frum (lie use oi
otherwise of any access route, the Employer does not guarantee the
suitability or availability of particular access routes, and Costs due to non-
suitability or non-availability, for the use required by the Contractor, of
access routes shall be borne by the Contractor.

115 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.

Contractor's Equipment:
The Contractor shall be responsible for all Contractors' Equipment.
When brought on to the Site, Contractor's 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.

SUPERINTENDING ENGINEER-^''
wectOf
7VJ

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 submitted monthly thereafter, each within 5 days after the
last-day-of-the-period-^o-vi'hieh-itTelates; -^—^ •.

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:
(i) commencement of manufacture,
(ii) Contractor's inspections,
(iii) tests, and T
(iv) 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.
Design:

-General Design-Obligations: — — _— —

The Contractor shall be deemed to have scrutinised, 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.
&&&:>';•■ ■ :;>.jre L t d .
■"■' • 102
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 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
— — ^ "1iis~7e3poT!sllJilny^^
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
Contractor's 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 Sub-Clause, (i) "review period"
means the period required by the Employer for review, and (ii)
"Contractor's 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 hr accordance with tins 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 Contractor's
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_3ontractorJhallirr_nediately_giy-e_otice
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

SUPERINTENDING' ENGINEER-
103
Any such agreement (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

- Xhe-GGnt^acter-shaH-^reparerand-iceep 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, they and the Works shall
be corrected at the Contractor's cost, notwithstanding any consent or
;
approval under this Clause.

119.1 Programme
The Contractor shall submit a time programme to the employer within 15
(fifteen) days after the conclusion of agreement / commencement date whichever
is earlier and the programme shall be based on the basic time period for
completion and milestone as indicated in the Contract Document. Contractor's
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 omerwise_statejJJnJbe^ontract^ach43rogramme-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) ^.supporting leport which includes:
Ltd

SUPERINTENDING ENGINEER
yy
104
(i) a general description of the methods which the Contractor intends to
adopt for the execution of each major stage of the Works, and
(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—GiT-GuinstanGeSj-^which—may—adv^r^elv—affect-J3r_d£lay_4he-
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
Sub-Clause 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.

120.0 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 execution of the works.
121.0 If at any time before or after the commencement of the work the employer
shall for any reason whatsoever.
a
_ )_ _„_ Cause alterations, omissions or variation in the drawings and specification
involving any curtailment of the works as originally contemplated or
b) 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 reason of alterations, omissions or variations or in consequence of the
^VY* ■ ^$v4&La m punt of the work not having been earned out.
^J^Jlq^Wnj^miw !|v. , . . . . . . - 4 _-. ■■- \
^ T ® ~ SUP;E^rNTfeNDTN'G ENGINEER
Bimvtor V-'
t

\
1UU
1D5

\1

VOLUME - i
PART "A"
Special Conditions of Contract

SUPERINTENDING ENGINEER
\.S
/

I
101
106
Special Conditions of Contract
CONTENTS
Clause No Description
\
1.0 GENERAL
2.0 SUFFICIENCY OF BID
3.0 MAJOR STRUCTURES AND BASIC PARAMETERS
3.1 MAJOR STRUCTURE
3.2 BASIC PROJECT PARAMETERS
4.0 SCOPE OF WORK

4.1 GENERAL
4.2 SECTION (I) - SURVEYS AND INVESTIGATION
4.3 SECTION (II) - DESIGN AND ENGINEERING
4.4 SECTION (III) -CIVIL WORKS
4.5 SECTION (IV) - HYDRO-MECHANICAL WORKS
4.6 SECTION (V) - MAINTENANCE
5. TESTS AND QUALITY CONTROL
c
—■■ \ 6 MEASUREMENTS AND PAYMENTS ■
7 CONTRACTOR'S WORK PROGRAMME
8 PROGRAMME - SCHEDULING / RE-SCHEDULING
9 MONTHLY PROGRESS REPORT
10 ADDITIONAL SPECIAL CONDITIONS OF CONTRACT
. APPENDIX -
APPENDIX-SI SCOPE OF WORK, SECTION(I) - SURVEYS AND DETAILED
i? -

- INVESTIGATION.
Appendix - PI SCOPE OF WORK, SECTION (II) - DESIGN AND ENGINEERING

Appendix - CW SCOPE OF WORK, SECTION (III) - MAIN CIVIL WORKS


Appendix - HW SCOPE OF WORK, SECTION (IV) - HYDRO-MECHANICALWORKS

Appendix - OM SCOPE OF WORK, SEiGTION (V) - OPERATION & MAINTENANCE


Appendix-OS OTHER SPECIAL CONDITIONS

- PeftSEWinfrpptructureLtd.
^«^riyS£!WCoftsiuruciidhsLW fo ,-.. iA. ..--}; --■ '
C O W R S ^ ! ^ ' SUPERINTENDING ENGINEER
8wr®e$©fp ''S
./
1U2
107
SPECIAL CONDITIONS OF CONTRACT: *

1.0 GENERAL

The data and information given in the Project Profile (Vol. I) of the Bid Document are
\ based on the preliminary investigations, planning and preliminary designs carried out so
Jar-^Ehe^data r.nnsiHfirfid fnr the project.planning have heeminpluried-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.

3.0 MAJOR PROJECT COMPONENTS AND PROJECT BASIC PARAMETERS

The major components as proposed by the Employer along with the basic project design
paralneters~fix^d~byfh^^
below and given in Project Profile (Vol - 1 , Part D):

3.1 MAJOR COMPONENTS:


DAM / BARRAGE, IF ANY
► Dam and appurtenant works Proposed as per preliminary investigation and
designs.
► Main Canal Proppsed as per preliminary investigation and
;. designs.

SUPERINTENI5ING ENGINEER
1VJ

103
► CM & CD Structures after Based on cost curves of typical structures.
structure on main canal and
branch canals
► Distributaries (Majors, Based on Hectare rate of typical block arrived
Minors, Sub-Minors) from preliminary investigation design of
distributaries.
-Structures on Distributaries . ;
-do-
Field channels (Micro Based on Hectare rate of typical block from
► network) (upto 1 Ha. preliminary investigation and design of Field
Holding) including Channels.
structures

3.2 BASIC PROJECT PARAMETERS

For Basic project parameters pertaining to the project refer Vol.I Part D

4.0 SCOPE OF WORK

4.1 GENERAL"

4.1.1. 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.
e

4.1.2. 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:

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 fixing alignment of Dam and appurtenant works , total canal
system, finalizing location of structures on 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, land
plan schedules and land acquisition proposals etc; for design engineering of the total canal
system including structures; for execution and commissioning of the project. The contract
shall carryout-surveys and-detailed^nvestigation-requitedfor-the-whoIe-Ganal-systemsas-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. . J

4.3 SECTION (II) - DESIGN AND ENGINEERING


104 '■: - i(jy

4.3.1 During detailed Engineering the Contractor shall submit design of the canals its structures
and distributory system its structures and connected Hydro-Mechanical works of the
Project keeping in view the safety, cost and time effectiveness provided always that the
design of the Project 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
_; Contract™- *" aHHitinna! r.nst .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.1, PartC
t
Data and information related to the Project 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 rriaterials for
and execution of all civil works, complete in all respect, as described in the Appendix -CW
read in conjunction with the Project Profile (Vol -I, Part E)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:
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 (Voi -I, Part E) and Technical Specifications of Bid
Documents including incidentals and all necessary works not shown or specified but
reasonably implied ormecessary 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. , ; , j

5.0 TESTS AND QUALITY CONTROL

The Contractor shall be required to carry out all tests in accordance with relevant Clauses
_ ^ _ „ of the General Conditions of contracts andThTTechmcal^pcificafionT Employer's
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.

Employer's 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
NaFtSEW^$$ m a n^p;Pjf|tl2e [project works during execkion. The contract shall provide necessary

G Q k m A ^ ^ ^ ^ SUPERINTENDING"'ENGINEER
IUJ
11U
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/ Employer's 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.

6.0 MEASUREMENTS AND PAYMENTS '

6.1 The Contractor is entitled for interim payment under various sections of the work in
accordance with Clause 40 of the General Conditions of Contract. Measurement /
verification for interim payment certificate of various items, under various sections of the
works, shall be made jointly by the Employer and the Contractor for verifying the claims of
the Contractor's interim payment/running bills.

6.2 AH 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.

6.3 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 CONTRACTOR'S 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
-^f-^rarious^etivities^nd^ighlighHh
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.

The contractor shall also submit to the Employer the information on detailed methodology
of carrying out investigation surveys, design engineering detailed construction
&j?A/-;" , *'' r ^^9^logy- a ^P n fi> w ^ s c n e dule for deployment of plant & machineries, which shall

CO^RAQtw' " SUP^mNTENDING ENGINEER.


:lUb
111
successively be adjusted in order to meet the actual requirement to complete the works
within the TIME FOR COMPLETION along with the work programme.

Excavation of Main Canal, distributions, Field Channels etc. shall be taken up afatleast five
separate locations / section simultaneously; so that mile stone as indicated in the Bid is
accomplished.

8.0 PROGRAMME - SCHEDULING / RE-SCHEDULING

The Works shall be executed and performed in accordance with the Master Control
Network (Work Programme) which shall clearly indicate the interlinking /
interdependencies of all the works of the Contract including relative activities of Civil
Works and Hydro-Mechanical 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.

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.

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.
i
9.0 MONTHLY PROGRESS REPORT
9.1 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. 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 givenTTisted "and indexed in voiuffienTV areindicative^ut^will-fomrpart-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
in Qyz w de^rliTi e n tfly^ij^ ^[oietQjtime for various components of the works.
$%*r>«*ij% &JFv'' G^n^iuruction* LW .' L_...»

" SUpIkfefTENlMG ENGINEER


1U /
11^

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.

The contractor will have to submit detailed drawings of each component with appropriate
scales, measurements, RL's 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 pemiission from the department.

In all difference of opinion on technical matters between the contractor and the Engineer-
in-Charge, the decision given by the t Chief Engineer, Central Designs Organisation,
Hyderabad and Superintending Engineer, N.T.R. T.G.P. Circle, Kadapa 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 rin-aeeordanee^vith^elevantHslause^e^ntitled^o^ak^^etion-under-Glause-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.

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
, The Engineer-in-<£harge shall have the right to reject defective
F£fc SEl^Piwtf uejioji are fcaKttedJ&a;
ffopterly SEW C&nsiui-uctfons uc * . ■ .

J
h ^ ^ -
rector SUPERINTENDING ENGINEER
108
11;3
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
A 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, ;Iabour 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-in-Charge. 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 sjicli loss or
damage at his own cost.

10.7. Examination and tests on Completion:- On the completion of the work the Engineer-ih-
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-in-Charge, in making examination and tests.

11.1 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.

11.2 Layout of construction of road

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
___ com^^f¥n3^1aluTe^layo1at^f w"ol1rsiterth
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. 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
i-M- Pli I:'. I-violation of any such Ja>ys, ordinance,, regulations, orders, decrees, etc.,

OTNfKSSw^" SUPEMTENl5iNG ENGINEER


114 IUV

13 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. I

14. 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-in-Charge 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 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. 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, N.T.R. T.G.P. Circle, Kadapa in
respect of the matters pertaining to the quality control shall be final and binding on the
Contractor.

16. 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
'.-.,: rthe-Engineer-im-Ghaige. I. ■'.-*-■ -
U
- ■ lu^^W^.., —
R" " SUPERINTENDING ENGINEER
HO • .110

17. 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. The contractor shall not be entitled to claim any compensation from department for the loss
suffered by him on account of delay by department in approval of design drawing, approval
to foundation approved of canal alignment etc.

19. 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 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. 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.
i
Being a Lump sum contract on EPC - "Turn-Key" extra items / financial claims on the
department shall not be considered.

21. 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. Action and compensation payable incase 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,
irhpeiTe^rorlJnsi^
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
^OOt{£Wcltlief|ifope^arfdiei2ittLh^materials or articles at his own proper charge and cost and in the

OTNf£5^ " * ' SUPERINTENDING ENGINEER


111
110

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 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
4_
accept the same after imposing penalty as decided by him.

23. Works to be open 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 contractor's agent shall be considered to have the same force as if they had been
given to the contractor himself.

24. Notice to be. given before work is covered up:- The contractor shall give not less than five
days notice in writing to the Engineer-in-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 contractor's expense or in default thereof, no payment or
allowance shall be made for such work or materials with which the same was executed.
i

25. Contractor to 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-Charge's 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 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
eontraetor-and-theexpenses-may-be-deducted-from-any-money-due^to-thecoiitractor-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
SEVVrfiafif^i^andAtp_Day any damages and costa which may be awarded in any such suit,

""'"^'''"jn^c^nsLw | , , ^ , . , ~-,t - -—*


SUPERINTENDING ENGINEER
112
117
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. AUDIT AND TECHNICAL EXAMINATIONS: i

—— Goyerament^haJlJiav-eJheLrighUo^
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. PERMISSION FOR CROSSING NH/SH/ROADS/RAILWAY LINES: j

Tiie 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. h. _

28. LAND ACQUISITIONS

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. 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^and'^n^ineeFin^clTarge will process the'~pf^o~sa1~amI~a11^Qrtlrernfollownip~fbr"
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
-^ £L handed over to him for the purpose of this work. ; :
: > : r
f '' ' x ' ' ' - ' - - " " - - - - - ^ - h i f e i . t d . \\ .. '-""■
■QOPmtMTOR^ SUPERINTENDING ENGINEER
110 11J

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-in-Charge vacate and returned the land which the Engineer- in-Charge may
?
certify as no longer required by the Contractor, for thepurpose 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 Engineer-in-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.

30.0 A N N E X U R E - I

30.1. Administrative Approval:

i) Incase of EPC agreements where tenders are called for without the
Administrative Approval, Government will ratify the same duly ; according
administrative approval for the proposals received. ■

ii) In case where the ECV is more than the Administratively approved amounts,
Government will ratify the same duly according revised administrative approval *^
for the proposals received. f

30.2. Technical Sanction:

Where tenders were called without technical sanction, Government ratify the
action in calling tenders before according technical sanction for the proposals
received.

Government will ratify the procedure followed by the competent authority in


preparing the estimates for the works under EPC contract based on the available
data and in according technical sanction to the estimate so prepared for the
proposals received.

30.3. Agreements:

i) Any deviations and in-consistencies from the format prepared by the Committee
of Chief Engineers that are noticed will be examined and action will be initiated
against the erring officers.
i

ii) Orders will be issued separately illustrating key words and post facto approval ' %
of the uniform standard format for EPC contracts as prepared by the Committee
of Chief Engineers headed by ENC after examining the clauses separately.
.SEW infrastructure Ltd. *.
Uerlv SEW C o n s t r u c t i o n s Ltd i

LJTIiu_ h ■ h^-^ ~~ ■
dSTOAflTOR. SUPERINTENDING ENGINEER
1.14, .XIV

iii) After post-facto approval to the unifonn standard format of agreement for EPC
contracts is accorded by the Government, any inconsistencies in the already
, concluded agreements may be regularised by the competent authorities by
concluding necessary supplemental agreements.

EMD and Bank Guarantee:

The Bank guarantee should be un-conditional

Government direct that the bid security, bank guarantees taken at the time of bid
should not be utilised towards EMD. Such Bank guarantees should
immediately be replaced with unconditional bank guarantees.

Government also direct that the agreement concluding authority shall verify the
genuineness of the B.G and after accepting the B.G have to communicate the
same to PAO duly endorsing the acceptance. The PAO should immediately
communicate any lapses in the BG within a week and also must indicate when
they will lapse. The PAO and the Executive Engineer shall be personally
responsible for the correctness and validity of the B.G.

As per the rule, EMD is collected at 2.5% for the contract value. However it is
noticed that EMD is being collected at Rs.50 lakhs only. In such cases Govt.
direct the shortfall of 2.5% of contract value should be immediately made good.

30.5. Retention Amount:

In the agreements already concluded with 5% as retention amount in the


*; running account bill it has to be retained.

As per normal rules 7.5% is to be withheld as retention amount in the running


account bill. But in all the agreements under EPC the retention amount is taken
as 5%. Government direct that for future tenders on EPC the retention amount
should be at 7.5% of the running account bill.

In the present agreement where at*one place the retention amount is specified as
7.5% and at another place as 5%, 7.5% is to be adopted.
i

30.6. Release of retention amount against Bank Guarantee:

Government permits the following procedures for the release of retention amounts:

Lakhs. *■

The retention amount in multiples of Rs. 1000/- against interest bearing


securities subject to condition that the rate of progress is maintained.

The 2.5% EMD that needs recovery in final bill shall be in cash only.

&.£&{<

SUPERINTENDING ENGI&EE'R
l^U no

30.7. Insurance:

Government hereby order that Insurance Policy shall be obtained for the total
period at the time of concluding agreements which shall form part of agreement and
the policy should be obtained by paying the premium at one time only.

^G^r^ntT^)TetTriKm^fA^-^m'ent^ffnTiitions: _____ ■—— — —


Any corrections or amendment to agreement involving financial commitment shall
be by Government.

30.9. Measurement and Check-measurement:


For EPC contracts the measurements are to be recorded by the Contractor. The
guidelines issued by Engineer-in-Chief in Circular Memo. . No. DCE-
I/OT.MP/AEE/29348/2005-1, Dt: 26-12-2005 as detailed in Annexure-II have to be
strictly followed.

30.10. Quality Control:

Guidelines issued by the Engineer-in-Chief on quality control in circular Memo.


No. DCE-I/OT.MP/AEE/29384/2005-1, Dt: 26-12-2005 shall be followed.

30.11. Payments:

In EPC system payments shall be made as per Annexure to Schedule-A of


agreement which specifies the percentage of payments component wis
The work should be carried out as per mile stones.
f
After receipt of the construction programme from Contractor the Superintending
Engineer should prepare the revised milestone in consultation with Chief
Engineer who will approve the revised milestones.

Where any financial implication is involved in this revision it should be referred


to Government for approval.
30.12. Earth Work Excavation:

Unit length for eligibility for arranging payment of earth work excavation is given
in agreement and payment shall be as per agreement conditions only.

30.13. Price Adjustment:

Wherever it is said as price escalation it shall be read as "price adjustment" to


take-care-of-increase-and decrease-of-prices^ — — —
Price Adjustment can only be allowed on steel, cement and fuels

Component of percentage of fuels and lubricants will be decided by the /


Committee to be constituted.

Escalation shall not be allowed where liquidated damages are levied and
£, extension of time granted for reasons attributable to contractor.
For \Sp*'* J^fr„ijj^,.ic^,;ra/Ltd.
SUPERINTgNDING ENGINEER
f&3fc_A*fea
n.o in
30.14. Ayacut registers:

i) The Contractor makes available the ayacutdars particulars pipe-wise village-


wise and supplied to MROs, MDOs, GPs for public awareness.

~ ii) The specitied ayacut as notedlnlhe agreement srTaH"be~developedriin case~of


short-fall, the ayacut has to be made good in higher reaches through;sprinklers
or drip at the cost of agency. Any deletion of ayacut shall reach the agreement
concluding authority before 50% of the payment of contract value.: Payment
;
shall be restricted for the actual ayacut proportionately.

Extention of time:

Government order that the expert committee constituted is only competent to grant
extension of time up to six months. Beyond six months the recommendations of
Committee shall be sent to Government for consideration.

30.16. Incentive to the Contractor:

Government directs to delete incentive clause for future contract.

30.17. Recovery of Mobilisation Advance: >


i

Deduction of the advance towards repayment of moblisation advance and interest


on that starts only from the next running bills after 10% of the contract value is
touched. Any recovery on the interim bills towards Mobilisation advance should be
limited to the 20% on each such interim payment bill till mobilisation advance with
interest is completely recovered. The 20% recovery should be appropriated towards
Prinicpal amount of mobilisation advance and interest out standing on the above
amount on the date should ■ be recovered additionally. ( ! as per
Govt.Memo.No.22500/Reforms/2008-f dt. 20-08-2008)

30.18. Seignorage Charges:

Seignorage charges shall be recovered from the bills on the quantities used and
measured at the rates mentioned in the agreement and as per the conditions of the
agreement. All material including ordinary earth used on the work will attract
seignorage charges even if they are supplied free of cost as per agreement
conditions.

30.19r-Liquidated -Damages: — -

Liquidated charges shall be recovered as per the conditions of the agreement and
Executive Engineer is responsible for effecting recovery. For fixing revised
milestones the competency is vested with Chief Engineer.

^ O v ^ - d -■■■/ -"'
SUPERINTENDING ENGINEER
I
11 /
lii
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

1.2 Review of technical and design parameters for canal systems including structures.

1.3 Preparation and submission of Reports on the above for the information to the Employer.

2.0 Additional/fresh Investigations and Observations and Studies ■

2.1 Carrying out additional /fresh surveys, geotechnical investigations including collection of
other relevant data as necessary.

3.0 DETAIED INVESTIGATION:

3.1 No separate payment shall be made for conducting any of the surveys, detailed
investigation and geotechnical exploration etc., indicated above and needed for the
completion of the project and shall deemed to be included in the quoted price. f

fnsiiirwciifins Lu
SUPERINTENDING-ENGTNEER
IIS
i^a
Appendix-PI
SECTION-II
DESIGN AND ENGINEERING

SCOPE OF SERVICES

The Contractor's Scope of Ser^jges-shalLinclude the following activities:

Preparation of drawings for lining of Main Canal and distributories

Additional designs and modifications, as needed, during construction. f

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


structures and canal lining like using HDPE film/Geo-membrane/Geo-textile etc.

Project Completion Report

Preparation of Monthly Reports on the progress of the project work as a whole for
information of the Employer, in respect of:

■ Civil Construction.
■ Technical status (Present status and future programme)
■ Financial status (Present status and future projection)
■ Deployment of Manpower, Labour, Expatriates staff and Construction Equipment

Further more the Report shall include necessary photographs and sketches showing the
previous month's progress.

6 Supply of Drawings, Reports etc.

6.1 The Contractor shall furnish to the Employer's office the following number of copies of
drawings, reports and other technical documents:

SL. PARTICULARS HARD COPIES SOFT REMARKS


NO. COPIES
1 Drawings for 4 (four) sets 1 (One)
information
2 Drawings for 3 (Three) sets 1 (One) One hard copy shall
approval be returned to the
Contractor with
approval or ■
comments.
3 Approved 1+ 10 sets 1 (One)
drawings copy in CD
±_ As-built document Shall be submitted in
accordance with
•. Clause 40.6 ' of
General Conditions
of Contract.
5 Review Report/ 2 (Two) sets One hard copy
Design shall be returned !
Briefs/Design to the Contractor
Memo/Design with approval or
}lepqrtsi£r£ft).!ro Lt •J. comments.
ructionslttf JI
h a ,_*'
SUPERINTENDING ENGINEER
f&Ct^i)'
11?

Review Report/ 1 + 10 sets 1 (One)


Design copy in CD
Briefs/Design
Memo/Design
Reports (Final)

Commissioning and 2 (Two) sets 1 (one) copy One hard copy.


O&M Manuals in CD shall be returned
(Draft) to the Contractor
with approval or
comments.
Commissioning and 10 (Ten) sets 1 (One) copy
O&M Manuals CD
(Approved)
Progress Reports 6 (Six) sets
10 Final design 6 (six) sets 1 (One) copy
computations CD
11 Detailed Project 10 (Ten) sets 1 (One) copy
Completion Report CD

6.2 All Software used shall also be loaded in Employer's computers for design verification and
Employer's subsequent use at no additional cost.

7 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.
12U J-CO

; Appendix - CW
SECTION - III
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

(-1) Providing C.C./R.R lining to the S.P.V.B.R. left canal from Km. 0.300 to Km.
52.425 ie., upto Porumamilla tank.

2. Providing C.C / R.R lining to the distributory system under blocks 1 to 9 of


S.P.V.B.R. left canal from Km.0.000 to Km.52.425 upto Porumamilla tank having
carrying capacity of 0.25 cumecs and more.

3. Providing C.C / R.R lining to Irrigation canal under Subsidiary Reservoir No.2,
from Km.0.000 to Km.32.00

4 Providing C.C / R.R. lining to the distributory system under Irrigation Canal of
Subsidiary Reservoir - II from Km.0.000 to Km.32.000 having carrying capacity
of 0.25 cumecs and more.

5. Providing C.C / R.R. lining to the balance reaches in TGP Main Canal ie., from
Km.132.530 to Km.133.908 and from/Km. 134.3.25 to Km.135.332

6 Providing lining to the distributory system of block No.40(A),40(B), iahd block


No.42 of Chennamukkapalli Canal having carrying capacity of 0.25 cumecs and
more. I
i

(7) ' Monitoring of programme and progress (Computer aided )

(8) Operation & Maintenance of system.

C( SUPERINTENDING ENGINEER
1Z1

Appendix - HW

SECTION-IV

GATES & EM PARTS

SCOPE OF SERVICES

-- NIL -

FQJLSEW infract-jeiurs Ltd.


fFomierty StWConsturtictions Ltd

SUPERINTENDING ENGINEER
tector
1ZZ
IV (
APPENDIX - O M
SECTION - V
MAINTENANCE DURING DEFECT LIABILITY PERIOD
TERMS AND CONDITIONS
1. GENERAL

* . - After completion of the project, the Contractor shall take care of the maintenance, for a
period of two years or two Rabi (I.D) crop seasons from the date of completion certificate
of total work, whichever is more. The Contractor shall be responsible for the maintenance
of all components of the project including associated works in accordance with prudent
utility practice.

2. SCOPE OF SERVICES

The scope of services would include the following.

(i) To maintain whole canal system r

(ii) To provide all services necessary to maintain the project efficiently, maximize the
availability of the project, optimize the useful life of the project etc.

(iii) To provide requisite numbers of qualified (and if required licensed) personnel to


perform the services.

(iv) To carryout maintenance of the total canal system and carry out repair and; preventive
maintenance in accordance with the recommendations of the employer.

(v). .. To carryout 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 the
maintenance for a period of two years or two Rabi (I.D) crop seasons from the
date of completion certificate of total work, whichever is more as directed by the
employer/ Engineer-in-Chief.

(vi) To provide technical and other assistance to the Employer, in solving operational and
maintenance problems.

(vii) Maintain all roads, yards, walkways, the colony, house keeping and security of the
project

(viii)- Suggest improvements in the operation and maintenance schedule for better
performance.

(ix) To prepare Annual Operation Plan and submit to the Employer for approval.

3. GOVERNMENT RULES
Tiie'Gcmtractorshall^erfoniHhe-work-in-accordance-withTndian'and-other-applicable-Iaws —
(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
s from the performance and payment made to him in this connection.

4. MAINTENANCE PERSONNEL
\
FoYti:srii?\i--u';:.\ .,_:;■ ure Lid, " ~
^ © f t J f c r t y SEW C',>r,st;iruclrGiis.UiJ ' h/ ,- 4 ->' ''

) R ~ M - ^ - // SUPERINTENDING ENGINEER
f&0.or ".,-■ '"' '' '""''' ■
Ida
The Contractor shall deploy experienced personnel for 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 Bid.

5. RIGHT TO PERFORM UPON CONTRACTOR'S DEFAULT

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

6. No separate payment shall be made for indicated above and needed any of the maintenance
services during the maintenance period of two years and shall be demand to be included in
the quoted contract price.

7. 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 and on account of any other
reason what so ever.

8. INSURANCE

The Contractor shall obtain and maintain in force throughout during period of 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.

9. TRAINING OF EMPLOYER'S PERSONNEL 7

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
maintenance procedures along with the bid documents which shall, after approval by the
Employer, form the basis of training programme.

10. ACCEPTANCE TESTS ON COMPLETION OF MAINTENANCE PERIOD:

Upon completion of prescribed Maintenance 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.

The Contractor shall also make available the proof that maintenance / of total canal system
was carried out during manufacture period in accordance with the maintenance schedule
prescribed.
11. SETTLEMENT OF DISPUTES

The settlement of disputes if any shall be handled in accordance with the General Conditions
of Contract.

" \ I * - - - ; - . - ■

SUPERINTENDING ENGINEER
1/.H
129
Appendix-OS
OTHER SPECIAL CONDITIONS:

SPECIAL CONDITIONS OF CONTRACT


1-.-0 TtexbntracttnThail^^
and assess the additional surveys, investigation etc., that are to be earned 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 should use the excavated useful soils and stone for construction
purpose. The cost of stone used for construction will be recoveredfromthe
contractors' bills at the rate finalized by the employer.

4.0 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.

5.0 The contractor 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.

6.0 The contractor shall furnish ten (10) copies of Land plan schedules and Land
acquisition proposals for obtaining approval of competent authorities.

7.0 Wherever the canal system is passing through or by the side of Villages, Towns and
other habitations ( i n 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
I^lgipeerdn-Cii^
contract price quoted.

8 The contractor has to make his own arrangement for dewatering of foundation etc.,
wherever necessary with in the quoted contract price.

9 The concrete mixes to be adopted for all the structures shall be design mixes only
^ ^ and these design mixes shall be conducted in the reputed laboratories and got
^^ASBV^^vbVe^n5^dte.jE0gii^eer-.in-Charge before adoption.
r
A2^^c^8U'; ha^fixA- "
eGl^TKAQTOR ' SUPERINTENl5lNG ENGINEER
motor
I ^ J
-I U J

10.0 MODERN TECHNOLOGY

The bidders should adopt the latest/modern methodologies and State of Art
Techniques in the investigation, design of canals, structures lining, etc. and also
construction, measuring devices, operation and maintenance, monitoring ._ j. _
mechamsm-using-eomputers^ — ' ~

11.0 S P E C I A L N O T E T O BIDDERS:

The department prepared "Internal Bench Mark Values" for each package based on
certain basic parameters, with available data as per existing norms of execution of
various components of civil works.

The EPC contractor shall carry out detailed investigations, prepare designs, as per
the guidelines issued by CE/CDO and after obtaining approval from competent
authority prepare detailed estimates.

These detailed estimates will be compared with the provisions made in IBM values
and any savings resulting, due to adoption of different, but acceptable norms by the
EPC contractor and also any decrease in the scope of work as mentioned in basic
parameters will accrue to the department.

.iySKVwCoJV.'1.:;.-i-:ciionsLtr! _ ^

SUPERINTENDING ENGINEER
:1 3 I

VOLUME-1
PART-A
BILL OF QUANTITIES

1
i < .-•

4 SUPERINTENDING ENGINEER
rreetof
V

V
IZ.I
161

BILL OF QUANTITIES
PREAMBLE

X The Bill of Quantities-shall be read-in conjunction with the instructions to Tenderers,


General and Special conditions of Contract Technical Specifications andT)rawings.

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.

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.

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 tenderer shall hold
good for execution of work even with altered plans,

The method of measurements of completed work for payment shall be in accordance


with the relevant B.I.S. Codes & A. P. S. Specifications.

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.

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.

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;"- ~ — — — _

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.

f*£L5£W fnfrastnioiure Ltd.


^c-»(nferly3EWt;or'.s\t!ructt'jp,pLid U* „.-< ' '
' SUPERINTENDING ENGINEER
1 oo

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.

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
JbJjmingJ^ariLy_embankments, —:—'• =——— :

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.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.

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.

a) The special attention of the tenderer 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 arid shall be
complimentary to another.

by The tenderer shall examine, closely the A.P.S.S. / MOST and also the
standard preliminary specifications contained therein and sign the
Superintending Engineer's 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 tenderer.
v :
' The APSS / MOST and other documents connected with contract such as
'C , »«.iu.i.<.>:c; l \l, LMf. c -,. . ^ ^ . - ^ .- ' '
SUPERINTENDING ENGINEER
izy: Jd4

estimate plans, specifications, can be seen on all working days in the office
of the Superintending Engineer.

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
iQsed oh the workr" : ! =
~"

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. •

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.

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.

Inspection of site and quarries by the tenderer: Every tenderer 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 relevarft 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 Engineer's approval
before the supply to site of work is begun.

The Bidder's particular attention is drawn to the sections and clauses in the A.P.
standard specification dealing with

a) Test, inspection and rejection of defective materials and work.


■ b) Carriage
c) Construction plant
d) Water and lighting
e) Cleaning up during the progress and for delivery.
—f) Accidents — _._ 1—
!
g) Delays
h) Particulars of payments.

The contractor should closely peruse all the specification clauses, which govern the
overall tender percentage he is tendering.

The defect liability period of contract is twentyifour months.


E W I n f r a s t r u c t u r e Ltd. ■,
!
rfv SEW Ccmctoructioj/js Ltd \'->\ ^ . - ^ " C C r i
SUPERINTENDING ENGINEER^
tor
101)

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
tender document. The tenderer 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.

- —Jfihere^s^ny-CQntradiGfion^&to^
and detailed technical specifications, the latter shall prevail.

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-in-charge.

The contractor would be permitted to use the excavated useful soils and stone for
construction purpose. Soils used for construction either for homogeneous section in
hearting or in casing zone based on the suitability will be at free of cost and the cost
of stone used for construction purpose will be recovered from the contractors' bill.
l
The contractor should quote his Bid price keeping in view of the above aspects.

Additions and alternations by the Tenderer in the Schedule- A will disqualify the
tender.

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.

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. !

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.

ENTRUSTMENT OF ADDITIONAL ITEMS. I

a) 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.

:
'■\\ -*. ^ v ^ ^ C r " ! --
SUPERINTENDING ENGINEER
131

ANNEXURE - I ( REVISED ) STATEMENT SHOWING THE MILE STONE

Name o f w o r k : Providing Lining to SPVBR Left Canal including distributory system from Km,0.300 to Km.52.425 ( upto Porumamilla
tank) and providing lining to Irrigation Canal including distributory system of Subsidiary Reservoir No. II and Lining to TGP Main canal
from Km.132.5^0 to Km.133.908 and from Km.134.325 to Km.135.332 and distributory system of Blocks No.40(K), 40(B), and Block
No.42 of Chenhamukkapalli Canal. Providing Lining to SPVBR Left Canal including distributory system from Km.0.300 to Km.52.425 (
upto Porumamilla tank) and providing lining to Irrigation Canal including distributory system of Subsidiary Reservoir No. II and Lining to
TGP Main canal from Km.132.530 to Km.133.908 and from Km.134.325 to Km.135.332 and distributory system of Blocks No.40(A),
40(B), and Block No.42 of Chennamukkapalli Canal.
1 s t Mile 2 nd Mile 3 rd Mile 4 rd Mile 5th Mile 6th Mile 7th M le 8th Mile
SI. Total Stone Stone Stone Stone Stone Stone Stone Stone
Description work 11/2010 4/2011 11/2011
No.
load 4/2010 & 7/10 to 10/10 to 3//2011 to 7/11 to 10/1 to
%age 6/10 9/10 only 02/2011 only 6/2011 9/11 onlyj 2/2012 3/2012
13 10 11 13 12
1) S.P.V.B.R.LeftCand 65.28 9% 12% 3% 3% 13% 13% 6% 6.28%
0.250 to Km.52.425 c c
Distributories under
o
« o
2)
S.P.V.B.R.Left Canal 2% 4%
to 5% 5% 1% to 0.53%
19.53% 1% o 1%
0) 0)
Blocks 1 to 9 tf)
3) Irrigation Canal und^r
Subsidiary Reservoi/-- II 7.89% 1% 3% 1% 1% 1.89%
4) Distributories under!
c
Irrigation Canal of j 0.85% 0.85%
Subsidiary Reservoir-ll O o
51 TGP Main Canal 3.99% 1% 0.5 % 5 0.5% 1% 0.5% 0.49% 5
6) Distributories in blocks
40(A),40(B) and 42 2.46% 0.5% 1% 0.5% 0.46%
c C
under CMP Canal o o
z Z
Total = 100% 12% . 20% 5.5% 5.5% 21.39% 20.35% 7.99% 7.27%

%.^-fk CO
SUPERINTENDING ENGINEER en
$HY #■#$©§• \s~'
132
'137

VOLUME - 1
PART - A

PAYMENT SCHEDULE

ANNEXURE- II

ffi*mij?."y St'.VConsWijclions Lift


P
C( 'TOR SUPERINTENDING ENGINEER
Rector
133
133
Annexure - II
Name Providing Lining for S.P.V.B.R. Left Canal including distributory system
Work: from Km.0.300 to Km.52.425 ( upto Porumamilla tank ) and providing
lining to Irrigation Canal including distributory system of Subsidiary
Reservoir No. II and Lining to TGP Main canal from Km.132.530 to

of Block No.40(A), 40(B), and Block No.42 of Chennamukkapalli Canal.

%of
SI. No. Description
T o t a l cost

1)
Providing C.C./R.R lining to the S.P.V.B.R. left canal from Km. 65.28%
0.250 to Km. 52.425 ie., upto Porumamilla tank.

Providing C.C / R.R lining to the distributory system under blocks


1 to 9 of S.P.V.B.R. left canal from Km.0.000 to Km.52.425 upto 19.53%
2) Porumamilla tank having carrying capacity of 0.25 cumecs and
more including construction of Flow Control structures

Providing C.C / R.R lining to Irrigation canal under Subsidiary 7.89%


3) Reservoir No.2, from Km.0.000 to Km.32.00

Providing C.C / R.R. lining to the distributory system under


Irrigation Canal of Subsidiary Reservoir - II from Km.0.000 to
4) Km.32.000 having carrying capacity of 0.25 cumecs and more 0.85%
including construction of Flow Control structures

Providing C.C / R.R. lining to the balance reaches in TGP Main


Canal ie., from Km.132.530 to Km.133.908 and from Km.134.325 3.99%
5) toKm.135.332

Providing lining to the distributory system of block


6) No.40(A),40(B), and block No.42 of Chennamukkapalli Canal 2.46%
having carrying capacity of 0.25 cumecs and more

Total: 100.00

C<
rr SUPERINTENDING ENGINEER
'scfar
•~e
136
', • 139!
PROFORMA

BANK GUARANTEE FOR "E.M.D." TO BE SUBMITTED AT THE TIME OF


CONCLUDING AGREEMENT.

Superintending Engineer. Circle (Name


address-efDenartment-) ~—~~ — — — — - - \_

WHEREAS
(name and' address of Contractor") (hereinafter called
"the Contractor"') has undertaken, in pursuance of Contract No. dated:
to execute the work of fname of work!

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 EMD 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
[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.
. . . i e.. I

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 i.e., until 28 days from the date of
expiry of the Defects Liability period.

Signature & seal of the Guarantor.


Name of Bank
Address
Date
* as specified under relevant clauses of Bid Document for EMD to be submitted at the time
of agreement. ,

~T(|foR~ SUPERINTENBIHG ENGINEER


ftjector
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 Tenderer 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
Bid Document.

6 months from the deadline date for submission of Tender [As specified in Bid
Document
137
141
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 worksl
(hereinafter called "the Contractor3*):

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.
i

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

:iy StJW Gaii^tuructio^s Ltd


OR SUPERINTENDING ENGINEER
Eftractor
142 .
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,


Mobilisation 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)
(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 o r of any of
the Contractor documents which may be made between
J [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.
:
Yours truly,
Signature and seal: '
Name of Bank/Financial Institution:.
Address:
Date:

£; '-A*1 amount, shall .be in.sected_.by the bank representing the ainount of the Advance Payment, and denominated in
;
" Pfiid&iTi Rupees'/
Kupees. ■—■■■■ --! ■■■ ■
l&SW*
c ^^f£e c e i t e ^ — - ^ fl SUPMINTENTJING ENGINEER
139 •143
FORM OF SOLVENCY CERTIFICATES BY MANDAL REVENUE
OFFICER

ANNEXURE—1(A).

t" Itfandaiitevenne"
Officer, of do hereby
certify, on being satisfied by the Examination of Revenue and other
records and local enquiries that I
[here the name and address of
the contractor should be mentioned] is solvent to the extent of
Rs. [Rupees

Date: MANDAL REVENUE OFFICER


Place SEAL OF THE OFFICE

F^SEv¥n-;fr.;>st^K.{tire Ltd.
|'icK.,^^:;>:l ■-- ■■•■*
n SUPERINTENDING ENGINEER
f&rotto
140 ;;.A
i44
- ANNEXURE-I(B).

FORM OF SOLVENCY CERTIFICATE BY BANKS

"Managiiig^Dii'ectorV-

Manager General Manager / Agent of

Bank Limited do hereby certify that

[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]

rc&3F"h' !nfrastn;?:U?re Lie


il i i W ^ - :

CO^RAOrOR
fT SUPERINTENDING ENGINEER
director
141
145

TECHNICAL SPECIFICATIONS

[TO BE INCORPORATED AS PER REQUIREMENT OF THE WORK PUT TO

TENDER DULY QUOTING THE RELEVANT SPECIFICATION NUMBER OF

APSS. BSI Code No., MOST, etc. STANDARD SPECIFICATION NO.]

SUPERINTENDING ENGINEER
sf^ftfceir
142
146

VOLUME-l

PART-A

DRAWINGS

f<!$, SUV^ mV'?r.*5tP.icUire- Ltd.


ff-ojjysriv SEWGoiisiwi'WtlionS Ll(i
A
co^gfoR- ' SUPERINTENDING' ENGINEER
i rector
143
147

DRAWINGS:
The drawings furnished by the contractor, even if approved by the employer
may be altered subsequently during execution of work during execution of work.
gS p e r n e c e s s i t y of site conditions. The premium quoted by the contractor for
various items shall hold good for execution of work even with altered plans.
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.

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.
u) 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.

SECRECY CLAUSE:
TJie-drawingS-and^pecifications-m^
be used on the work and they are retained from passing on each plan to any
unauthorised 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.

■jftfC;

DR^—— 7 SUPERINTENDING ENGINEER


144
143
Part-B
( F O R M A T S B l to B 1 9 )

FORMAT - B1
General
Questionnaire

Whether the bidder is submitting the bid as an individual,


Individuai/JV/Company/ consortium or as a Joint Venture (JV)?

Incase of Joint Venture


i) Has the bidder identified the lead firm? Yes/No
ii) Has the bidder identified the role of the firms that Yes/No
comprise the Joint Venture?
iii) Does your Joint Venture comprise a Public Sector
Company? Yes/No
iv) Are there any existing litigation/arbitration case against any Yes/ No
member of the Joint Venture?

Incase of individual Company


i) Are there any existing litigation/arbitration case against the Yes/ No
Company?

Is the bidder willing to implement the Project on


EPC TURN KEY SYSTEM. Yes/No

^WinjU'y SfclWGonsturuciipns w<i


SUPERINTENDING ENGINEER
Btfrectop
149 545

FORMAT B2

ORGANISATIONAL & MANAGERIAL CAPABILITY


\
A —Capabjlity-of Bidder-in-ease-the

a. Name and Address of the Bidder:


Contact Person
Telephone No.
Fax No.
E-mail Address
b. Type of Organisation

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


Organisation 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■orsub-contract.pleaselndicate" " "'"
which one(s), when and why and give
detailed explanation on all aspects related
with non completion (fines, work problems,
compensation etc.)

C0NmA^OR~^ SUPERINTENDING ENGINEER-


146 JOJ

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


Venture.
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

Proposed distribution of responsibilities and financial participation of


partners:-

Percentage / Field of
Percentage of Financial
Name of Company Technical Participation
Participation

SUPERINTENDING ENGINEER
tnJVtCiOIT
lt)L 147

6. Details of individual members*:


MEMBER -I
a. Name and Address of the Bidder:
Contact-Person————___________________
Telephone No.
Fax No.
E-mail Address
b. Type of Organisation
c. Corporate deed reference & date of incorporation
d. Shareholding Pattern

e. Field of Work & licensed capacities


f.
g. Existing Man Power along with brief Resume of Key
Personnel
Technical (Key Personnel)
Financial (Key Personnel)
Operational & Maintenance (Key Personnel)
. - Others (Key Personnel)

h. Name and Address of Sister Engineering Organisation


with similar nature of jobs

i. Details of accreditation of quality standards


(if available, please specify)

j. General Organizational Chart of Company

k. 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
averacie of Bidder and Composite average would be used for evaluation
purpose).

SUPERINTENDING ENGINEER
148
15?

FORMAT B3
PROJECT ORGANIZATION DATA

1. Proposed . detailed investigation, soil exploration, design and engineering


organisation

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).

i&&wfypr\y Scr»V C o n s t r u e ; ; ™ j j , :

SUPERINTENDING ENGINEER
racton
149
153

. FORMATB4

SUPERVISORY PERSONNEL -Site Staff p r o p o s e d to be d e p l o y e d in t h e


project

Relevant *
Years Proposed experience
Sector Name (s) Age Education • (Years &
of exp. designation
Project
Name)

Project
Management

Administration i -

Technical
management

Site Supervision

Others

*A resume for each site staff must be attached as supporting document.

SUPERINTENDING ENGINEER

mrmtm
150
154

FORMAT B5
EQUIPMENT DATA - List of Construction equipment, vehicles, survey
instruuiejits,JestLng^equipment etc. available for deployment in the project

Description Capacity / Source of


Year of
(type, model, performance / No. of each major items
manufacture
make) size @

A Construction
Equipment

-•
V
B Vehicles

-
C. Survey
instruments

D. Testing
Equipment -

__. —_ __ ■ —

@ indicate separately availability; e.g.; owned, leased or to be purchased new.

Fov S£W fnfraivtujeturfi Ltc\.

fOl I SUPERINTENDING" "ENGINEER


151
155
F0RMAT-B6
FINANCIAL CAPABILITY
A. Financial Capability of bidder in case the proposal is submitted
individually.
.. -YEAR
. AVG 1 11 III—IV—^/——
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. Net worth (Contributed Capital + Retained Earnings /
Reserves & Surplus)
!
f. Annual Turnover
g. Debt-Equity Ratio
h. Profit
h i ) 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
I. 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/woVk executed
r. Fund Flow Status
v. Past Experience exhibiting bidder ability to
secure & maintain Financial Guarantees viz.
Bank Guarantees, Insurance Guarantees,
LC / Lenders Bond etc.
x. Whether balance sheets, Profit & Loss account
and Fund flow statement for the last 3 years enclosed
. y, Financial-credit-rating-byCRlSIL-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

Note: Audited Annual Reports of the company for the last five years shall be
i F o r S & ^ ^ k r c & e d ^ u M : Ltd. I
«F<HWflfUs*W C o n ^ * ^ - . ^ Uf' ■ J^.-^--—i ..._.,
CONWCTSR^"*" SUPERINTENDING ENGINEER
152
;-/ • iss ■
- -
B. Financial Capability of bidder in case the proposal is submitted by a
Joint Venture.*
YEAR AVG
I II III IV V
a. YEAR (Please mention last five years whose Balance
SHieet^nd^rollt^-boss^^counts^iave-been^-inalised
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. Net worth (Contributed Capital + Retained Earnings /
Reserves & Surplus)
f. Annual Turnover
g. Debt-Equity Ratio
h. Profit
h i ) Profit before Interest and Taxes (PBIT)
h'2) 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
I. 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.
t. Whether balance sheets, Profit & Loss account and
Fund flow statement for the last 3 years enclosed
u. Financial credit rating by CRISIL or any other
Financial Credit Rating Institution of repute
y1) Name and address of Financial Credit Rating Institution
y2)-RinanciaI-lnstitution-Rating — ——
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. ,

^f^i!yS^WGo5pltinii;tj*ns Lt»f \U\ ^-^i^L - - ■


COW^STO^ SUPERINTENDING ENGINEER
fnfoctor *-
153
57
FORMAT - B7
FINANCIAL DATA- Available credit

AVAILABLE CREDIT

fJame^>f^Bank -Arnount-of-crediHlNR)

^Supporting documents / Certificate to be attached)

h*-^rl -■-■- -
Ef3l SUPERINTENDING ENGINEER
Erector
154
vr - 153:
FORMAT B8

TECHNICAL CAPABILITY
Questionnaire

~a7
major water Irrigation Projects ? Yes / No

b. Will the key Technical Personnel available with the Bidder be deployed
on the Project ? Yes / No

c. Will the Bidder engage services of some reputable engineering firm to


acquire required technical capability?
Yes/ No

d. Has the Bidder enclosed a letters of understanding / agreement with


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

ForctvHVV mfre-r-V^n.'rc Lto.

SUPERINTENDING ENGINEER
Ph'GCSftr */
FORMAT B9

TECHNICAL CAPABILITY (DETAILS)

Bidder should indicate maximum 2 (two) 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. INDIVIDUAL PARAMETERS PROJECTS PROJECTS


NO COMPLETED ON-GOING
1 Brief details of the project
2 If the applicant has done the following
activities in Water Resources
Development Projects, Irrigation
Projects, meeting . qualification and
eligibility requirement
A Investigation soil exploration
Design And Engineering of *
construction of earth cum rock fill Dam

ii) Excavation of spill channel etc.,


iij) Instrumentation.
iv) Construction of Spillway & Hydraulic i
Gates with Hoist Equipment.
v) Construction of Hydro-Electrical
Station.
B Procurement of steel, cement and
construction equipment.
C Construction of above components
D Over all 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 quantityofsteelrvoiume of concreting/fill material involvedrsize,~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).

„,:.f

SUPERINTENDING ENGINEER
156 ; ;
;
■'-■' ' 160
FORMATB10
PROJECT EXECUTION EXPERIENCE
(PROJECTS UNDER EXECUTION')

PROJECT DATA SHEET (Separate sheete shall be given for each of the projects)

PTK33ECTTOWIE : — ■
LOCATION (City and Country):
TYPE:
CONTRACT VALUE (INR) :
SI.No. Particulars Name of the Remarks
Company
1 WHICH FIRMS PLAYED THESE ROLES
ON THE PROJECT INLUDING
APPLICANT'S OWN:
a. Lead Developer
b. Contractor (Mention Component)
c. 0 & M Contractor
d. Equipment Supplier •iii

Consultant
2 FINANCIAL EXPERIENCE:
a.. Bid Security provided
b. Performance Security Provided
c. Value of work executed till date
d. Balance value of work to be
"". completed
e. Anticipated monthly financial target
for next 2 (two) years
3 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)
(i) Already completed (actual)
(ii1) Reasons of delav f if any^
4 ENVIRONEMENT PROBLEMS
- -ENeOUNT-EREB-A-NB-TWGKLED;
(if any)
5
NAME, ADDRESS AND CONTRACT
NUMBERS OF OWNER (for reference)

Please enclose copy of Letter of Award / Letter of Intent and indicate their
reference herein \

7
.qONTOOTTOR ■ SUPERINTENDING ENGINEER

tftractor
161 157

FORMAT B l l

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) :

SI.No. Characteristic Description Equity


Provided
(INR)
1 WHICH FIRMS PLAYED THESE
ROLES ON THE PROJECT INLUDING
APPLICANT'S 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. Applicant's Equity
c. Total Debt
d. Applicant's Equity
e. Bid Security provided
f. Performance Security Provided
g. Construction Security Provided
JTime-taken-for-financial .closure - _
(Months)

r- .i -.*»- --** •• l .i

SUPERINTENDING ENGINEER
158 Ibv
PERFORMANCE

a) Date of Commencement of work


b) Commercial Operation Date (COD)
c) Construction Period (months)
. (iii) Original as per Contract
tiv)—Completed-(actual)
(v) Reasons of delay ( i f any)
d) Operating History (Years)
Reasons for delay (if any)

ENVIRONMENT PROBLEMS
ENCOUNTERED AND TACKLED,
( i f any)

NAME ,ADDRESS AND CONTRACT


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

^OQSE-Wjnfrsatmcrurettri
-.^-—i;^
^—^
SUPERINTENDING ENGINEER
Rector
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.

Disputed amount
Award FOR Name of client, cause of
(current value,
Year or AGAINST litigation,
Rupees
Bidder And matter in dispute
/ ■

:
)• i

------ - --- — —

SUPERINTENDING ENGINEER
160
164
FORMAT-B13

Maximum value of Civil Engineering works executed in any one year during
the last five financial years by the Tenderer. (2004-2005 to 2008-2009 )

"SENoT "FinanciaTYear "Va1"u^n~RsrUp~da1e^o"th^~Pi*i-c"e1evei^2009=10


@ 10% per the year.

1) 2004-2005

2) 2005-2006

3) 2006-2007

4) 2007-2008

5) 2008-2009

Attach certificate from the Executive Engineer counter signed by


Superintending Engineer or from Charted Accountant Along with Annual
Balance Sheet.

Signature of the Tenderer.

I
P O f g E W I r t f r ^ f r u . r m r e l *.-
^«fl^yS€WCor^(;^ctjyrt5Lf0 -A

C<3 01 SUPERINTENDING ENGINEER


doctor v
165
161

FORMAT-B14

Details of satisfactory completion of Similar works in the Name of the Tenderer as Prime Contractor in any one year during the last
five (5) financial YearsJ The similar works should have been completed by 3/2009. The financial year wise breakup both physical
and Financial to be furriished along with the date of completion of the work. (2004-2005 to 2008-2009) I
i
Name &
Value of Actual Remarks
Name Designation Descr­ Contract Stipulated Balance
Value of work date of explainin
SI.No Year of of Agrt. iption of No. period of work to
Contract done so comp­ g reason*
Project concluding work Agrt. No. completion be done for delay
far letion
i Authority
1 2 |3 J 4 5 6 7 8 9 10 11 12
i

1 2004-2005 i

2 2005-2006

3 2006-2007

4 2007-2008

5 2008-2009

Attach certificates issued by the Executive Engineer concerned duly countersigned

by the SuperintendinglEngineer., for the above works.

:For SfcW Mu;^,^mk Ltd.


■•:Fo£»n£jv SEA' ;;^i£i^ u citcjns Ltd ;\T\O^_^£^2S-- """

SUPERINTENDING ENGINEER
V
162

j
i

FORMAT B15
Quantities executed by the Tenderer in the last 5 financial years (2004-2005 to 2008-2009)

i Quantities executed
Agrt.No.
SI.No. Year of work E.W.E. both Excavation & C.C/ Remarks
and Date Embankment R.C.C / Gates
P.S.C,
1 2 3 4 5 6 7
1 2004-2005
".
2 2005-2006

3 2006-2007
ii

4 2007-2008

5 2008-200^

Attach Certificates in s'upport of the above quantities issued by the Executive Engineer concerned and Countersigned by the
Superintending Engineer or Equivalent officers of the State / Central Government Depts. Undertaking

■ SpW i n f r s s ^ . t ^ r s j L t d . -. Signature of Tenderer: ,


iri}i-n±&f S:*v > Cc-ftsvuiuclicr:* Ltd - ■ ■y^-'iN
v
c
SUPERINTENDING ENGINEER
N

<
163

FORMAT-B16

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)

Existing Commitments £nd ongoing works.


SI.No. Description Name & Agrt. Value of Stipulated Value of Value of Anticipated Remarks
of work Address of No. Contractor period of works works date of
Agrt. & completion completed remaining completion
concluding Date Extension to be
authority of time completed
granted
8 10

Each certificates from ihe Executive Engineer and countersigned by S.E. Concerned

Signature of the Tenderer


- Iggyy tof'3sto.*cfure L t d .
jsefiy SHW ConfiiU.-'iicU^n^ Ltd
*9
LK^ :i^-. CD

SUPERINTENDING ENGINEER
164

Works for which Tenders already submitted.

SI.No. Description of Name & Address of Estimated Stipulated Date on which Date when Remarks
work Agrt. concluding value of period of tender decision is
authority works completion submitted expected
8

I, Sri / M/s. do hereby solemnly declare the information furnished is correct and
also declare that I/We will abide by any action such as disqualification or back listing of determination of Contract or any action
. -deemed fit, if the department detects at any stages that the information furnished is. wrong.

Signature of the Tenderer.

P o r g c W 'nfrssrructuni Ltd
ffwi&'^V Constwuctlolis Ltd CD
1^.
pR y,r SUPERINTENDING ENGINEER
\ ■
165

FORMAT- B17

Works executed under EPC Contract System in the last 5 financial


(2004-2005 to 2008-2009 )

Date/
Total
SI. Work done Likely
Name of work value of Balance
No. so far date of
work
completion.

Signature of the Tenderer:

■ 4^'ta
\ \ » ^ ^ ~ - -
SUPERINTENDING ENGINEER
\

t
166
171

FORMAT-B18

SUPPORTING/ATTACHED DOCUMENT LIST


I
FORMAT . . . . - - . . - ......... ... — -.-. - ... - — --
NO. SUPPORTING DOCUMENT / ADDITIONAL SHEET DOCUMENT NO.

6 -

7
i

10

11

12

13

14

15-

-16 ■ ■ ■ - ■ - • - — - — — — -
- — ■ " - - — ■■

17

18
-

frCHaUrtv £#-7 Con.-iinr'siWf}? UP

SUPERINTENDING ENGINEER
I-
167

IV)

FORMAT-B19

Availability of Critical Equipment & Key personal.

(A) Availability of Equipment:


i

The tenderer should furnish all the information required below, regarding the availability Proposals of the equipmerit

SI.No. Name of equipment. Owned Leased To be produced Availability proposals Remarks


1

XLpav^fe- ^LmJr GAJUM>S*J

ForJ&v* infrastructure i ^ ,
Ifonmtfb s e w Consmrtfi:£km^ t t d

col 4/ SUPERINTENDING ENGINEER


O* rector
■^ A
168

(B) Availability of Key Personal:

Qualification and experience of Key Personnel for administration


ana execmiorI OT m e ^onxracT.

Position Name Qualification Years of Experience.


SI. No.
1 2 3 4 5

- i J<
-

— ^e-jSflw JZ. Jkk&Lt (UASJCSQ . *—

ForSBWInfrr^trjctureUd.
^OfmsrtoSEViKro^tuructfensUd
CO
-coi SUPERINTENDING ENGINEER
V
V

i
i6y
174

VOLUME-1
Part-C
DATA SHEETS 1 to 12'
TECHNICAL BID FOR IMPLEMENTATION.QF.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 Nos. 1 to 12.

1. I Bidder's appreciation of the project Data Sheet - 1

| 2. Bidder's proposed organisational setup for-the project. DataSheetT

J3. Bidder's Proposal for the project components along with Data Sheet -3
drawings _. _ _
Management of survey, detailed investigation, design and Data Sheet- 4
engineering services

Construction methodology of different components Data Sheet- £


proposed

6. Proposed instrumentation in earth cum rock fill dam, Data sheet- 6


Spillway and Hydro-Electrical Power House.
7. Proposed deployment of Key personnel Data Sheet-7
8. Proposed deployment of construction equipment Data Sheet-8

9.' Proposed sourcing of key materials Data Sheet-9

| 10. Proposed construction schedule of the project Data Sheet-10

An out line of Quality Control and Quality DataSheet-11


Assurance system proposedfor the project
Hydro-Mechanical & Electrical equipment proposed. Data Sheet-12

£cgSEW inf'rsstruchjre Ltd,


(Forjfiarfy SEWGonsturucjjjOiis LU!

SUPERINTENDING ENGINEER
fr&ctor
175

Bidder's appreciation of the project DataSheet-1

JMs^iio.uld^lsQxonsistof^iXBp^^
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.

. -. * *.~
*;~J

.->>/?? LTfi I' ■>.!'... - \i---:::\

SUPERINTENDING ENGINEER
Etfrftctoi
171
176

Bidder's proposed organizational setup for the project Data Sheet-2

. . -/ The bidder should provide the following information.

A. Preliminary organisation chart for


• Overall Project Management
• Execution of Civil works, providing Radial. Gates & Hoisting
arrangements.
• Hydro-Mechanical & Electrical Works.
• Quality Assurance System.

B. Narrative description of organisation chart

C. Description of relationship between Head Office and Site Management

A
v\ -*
SUPERINTENDING ENGINEER'
177

Project components proposed along with drawings Data S h e e t - 3 -

\
I he bidder shall submit, descriptions of proposed project components,
adhering to the basic parameters and drawings indicated in the bid document.
The information should be submitted in sufficient details to allow an
assessment of the general adequacy of the Bidder's proposal.

;
^-;A
.1'.-. (', '1

SUPERINTENDING ENGINEER
factor
VI5

173

./
Management of Balancedurveys, Detailed
Data S h e e t - 4
Investigation, Design and Engineering services

The bidder shall submit descriptions of proposed management of balance


Surveys / Investigation, balance Design and Engineering services and
sequences to be used for the same. Key surveys, Detailed Investigation and
Soil Exploration Activities, Key Design and Engineering activities, Key experts
for the same and their deployment schedule should be identified and
described.

omKKQjTOR SUPERINTENDING ENGINEER


179
Construction methodology of different components
Data S h e e t - 5
proposed

J^e43idder^hall^ubmit4n^rief^eseriptio^
facilities and layouts to be used for execution. This should cover the following:
Diversion Arrangements
Working facilities
Infrastructure works
Civil Works
Gates & Hoist arrangements
Hydro-Mechanical & Hydro-Electrical Works.

The information submitted should be such as to allow an assessment of the


general adequacy of the Bidder's proposal. The information shall include
number and classification of manpower, equipment and materials proposed to
be deployed for each of the main activities.

SUPERINTENDING ENGINEER
1 /D

■ -180
Proposed instrumentation in earth cum rock fill
Data S h e e t - 6
dam, Spillway, Hydro-Electrical Power Station.

ThlTBOTeTsTial I T O l ^ f f l
cum rock fill dam such as piezometers, stress meters, inclinometers, vertical
movement devices, horizontal movement devisers etc, as may be required
as per the design of the bidder adhering to the basic parameters indicating in
the bid document along with design and drawings. He should also include in
his submission for these instruments the description, of their manufacture,
operation, installation at site and testing.

- J) ihYA—
SUPERINTENDING ENGINEER
wecAcy
181
' ■ '

Proposed deployment of Key personnel Data Sheet-7

For specific positions essential to contract implementation, the bidder should


provide the proposed deployment of key personnel (for Surveys, Detailed <

Investigation, Soil Exploration, Design and Engineering, Civil construction.


Bio-Data of each of the personnel proposed to be deployed-for various
activities shall be included in separate sheets for each candidate.

5
J

<

SUPERINTENDING ENGINEER
©Hector
177

182

Proposed deployment of construction equipment Data Sheet-8

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
is 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 Source


equipment performance equipment manufacture deployment
(type, model, . factor
make)

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

SUPERINTENDING ENGINEER
mrer.UY''
183
Proposed sourcing of key materials Data S h e e t - 9

The bidder shall submit, in outline, descriptions of proposed sourcing of key


materials covering at least following:
Cement Structural steel
Reinforcing Steel for pipeline Aggregates
Explosives
steel Admixtures

wriySSWConsiuructioni Lid

4 SUPERINTENDING ENGINEER
179
184
Proposed construction schedule of the project Data S h e e t - 1 0

j^e4Didder^ha!teubmit^~G^n5tn^
with corresponding critical path network, whictfstarts at the date of
commencement and shows in details all the key activities.

F o t f - ^ v infrastructure Ltd.
J*or3}eriv S£¥tf C o n j u r a t i o n s LXO
Jt
SUPERINTENDING ENGINEER
10U
185

An outline of quality control and quality assurance Data Sheet-11


system proposed for the project

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.
IVl

Hydro-Mechanical & Electrical equipment proposed. Data Sheet-12

The bidder shall submit the description of proposed Hydro-Mechanical &


-Hyd ro^lectrJcal^Jji pmentJor^
80MW.

FgrShVv tnfri5G-.1ru-:tiirr- . ,ci.

SUPERINTENDING ENGINEER '


ItmiUtr
187
CHECK SLIP TO ACCOMPANY THE TENDER
(TO BE FILLED IN AND SUBMITTED BY THE BIDDER)

Submitted in
Cover 'A1 strike Proof there of
SI. No. Description
out which ever _(See_NoteJ3elow)
'• is not applicable
1 2 3 4
1. Enclose of Contractors Registration under Yes/No
appropriate class with Govt. of A.P.

2. Enclosed copy of Latest Income tax Yes/No


clearance

3. Enclosed copies of Sales Tax, Registration . Yes/No


and Commercial Tax Clearance certificate

4. Enclosed the required E.M.D. in the shape of Yes/No


D.D. or B.G. in the stipulated format for the
required period.

5. Furnish the total value of Civil Engineering Yes/No


Construction works performed in the last 5
financial Years in the Bidder's name along , . -
with required Certificate statement-l.

6. Furnished the details of work performed as Yes/No ■4

Prime Controller (in the same name) with


supporting certificates in Statement-Ii.

7. Furnished the information on quantities Yes/No


executed in Statement-Ill.

8. Furnished the information on bid capacity in Yes/No -


Statement-IV with Supporting Certificates.

9. Furnished the availability of critical equipment Yes/No •


& key personnel in Statement-V

10. Furnished the information on litigation history Yes/No


in Statement-VI.

11. Enclosed Proof of liquid assets in the shape Yes/No


of Solvency certificates etc., for the required — ■ ■ ■

-amount.

12. Annual Turnover Certificate by Charted Yes/No


Accountant .

13. Break up for the amount coated in template


in respect of Part-A & B.

— T \
..A

SUPERINTENDING ENGINEER
&&&&&*
188
DECLARATION

l/WE have gone through :carefully


all the above and enclosed the necessary Documents as indicated in Column(4).

l/WE also solemnly declare that


l/WE will abide by the conditions contained in the tender schedules for having not produced or
produced incorrect/false certificates and shall not claim for any relief/relaxation thereafter.

Name and Signature.

Note :
i
in proof of the Statement made under Column(3), Copies of the certificates duly attested
by a Gazetted Officer, and enclosed to the Technical bid shall contain serial numbers on the
right corner of each certificate, which will be indicated in coiumn(4) against each item. It may
also be noted that the certificate shall be in formats mentioned in the relevant statements and
they shall be issued by the authority mentioned therein.

?=OfirSE*-Vinirr*:i-rt:-.;.-:L>rf; L t d .
^Fartwrtv blcW CwsioiJi'ucdons Lie; J':v

-W
\

- 1 . - — — — . _ J._.
SUPERINTENDING ENGINEER
V
189
TECHNICAL BID

QUALIFICATION INFORMATION

The information shall be filled in by the Bidder in the check slip and statements I to VI and
enclosed to the Technical bid/Tender schedules which will be used for_tbe_purp:ojsfiS-of-
"verifrcatioTrofAdequacy otlnformation as well as evaluating the bidder's Compliance to the
qualification criteria as provided in the Tender in the Tender Schedule. All the Statement and
check-slip shall be submitted by the bidder in scaled cover 'A'.

STATUS OF BIDDER

1. Individual/Partnership Firm :

2. Place of Registration :

3. Principal Place of Business :

4. Registration particulars with


Government of A.P. :

5 Authorised signatory to sign the


Tender document in case the firm is :
the Bidder (enclose copy of such !
authorization)

6. Check-slip duly filled in : Enclosed / Not enclosed

Signature of the Bidder.

ForSEteft^
^c.---^-" i a n Y l °
id
fFormer ,___ ^.„.A
SUPERINTENDING ENGINEER
185
190

STATEMENT-I.

Maximum value of Civil Engineering works executed in any one year during the last (5)
/ Financial years by the Bidder.

SI.No. Financial Year Value in Rs. Up date to the Price level 2009-10

2) 2004-2005

3) 2005-2006

4) 2006-2007 -

2007-2008
5)

6) 2008-2009
I

Attach certificate from the Executive Engineer counter signed by Project Administrator and
Superintending Engineer or from Charted Accountant Along with Annual Balance Sheet.

Signature of the Bidder.


4
-\ 5' a
SI. No zr
CD
™ (D
03 rt-
—«i
ZJ QJ
*-< —
w
Zl'
IO Year 0) «
ZJ
O <» co§*
0)' "S EO
Name of ^~ CD cr.
CO
Project. *< m en

ear
4* Name & Designation of
Agrt. Concluding Authority.
CO
CD P
2-o
CT 3 o

Description of work.
0)
7T
-1
CD
It
Ol C
T3 o
sa
o
£T w
O o
i—t-
Cfl ""•»
co­ zr 5" CO
rn Contract No: , Q.-0

rn
o>
Agreement No;
0) z r la
CD W

ical a nd Fin
o z r ~i

of ccimpleti
o < «
Z3
O
CD Value of contract r r 7^"
"^
Z3
CD
CD » 5
m
Q. « ;
Q.
00
O QJ o zr 3
m
Z3 3 O CD
z-i
Date of issue of work order o Q.
—h Q) T3 1a m2
o
o
c Stipulated period of
^ ^-
CD o CD CD s —

3- CD
completion £ cr
CD O CD i—»

^ ^ 00
<2 CA
CQ -1 CO^
13 3. ro S
CD
Q. ° Date of issue of work order CO O
zr O Q.
Q.
CD CD CD
Q.
0) G)
CD Value of work done so far O to
ZJ "0
CO CQ -1
in i. 3'
<-#- CD
to zr O
Balance work to be done
zr
CD
o
13
ZT
CD

w Actual date of completion o

Remarks explaining reasons


for delay

161
\

-*
187

STATEMENT -

Quantities executed by the Tenderer in the last 5 Financial years.

Quantities executed by the Bidder in last 5


Year of years
work Agrt.
SI
No No. E.W.E./E u.C. Hydraulic Hydro- Remarks.
and mbankm R.C.C. Gates and Power
Date. ent/Rock P.S.C., its House
Fill elements

1 2 ! 3 4 5 6 7 8

1) 2004-20 l 05

2) 2005-2006

3) 2006-20b7

2007-2008
4)
2008-2009
5)
:

\
For3*p/ fftfra^r^culre Ltd.
7 ^-^\
SUPERINTENDING ENGINEER
i
188

STATEMENT - IV.
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:

SI. Descri­ Agrt. Value of Stipulat Rem­


No: ption of NO & Date. Contract ed Value of Value of Anticipated arks.
work Period
of Works works date of
Name& comple
Address tion completed remaining comple­
of Extensi
Agrt. co in­ on to be tion.
cluding of time completed.
authority. granted ■~

1 2 3 4 5 6 7 8 9 10

Signature of the Bidder.

CO
£
'°n*te<j
SUPERINTENDING ENGINEER
i/"
1
1

'<
•^
189

B)

Works for which Tenders already submitted.

NaYne and Rem


SI. Descrip­ Address Estimated value Stipulated Date on Date when arks.
of Agreement
No: tion of eonclu- of works. period of which decision
i completio
work. ding authority. n. tender is expected
submitted
7 8-

1, Sri / M/s. j do hereby solemn y declare hat


the information furnished is correct and also declare that I/We will abide by any
action such as disqualification 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 Tenderer


Availability of Critical Equipment & Key personal.

r \
? W infrastructure LU
;*°* i>,—"'^Y^'
)
m SUPERINTENDING ENGINEER
u
X.
190

Availability of |
A} Equipment: l
The bidder shduld furnish all the information required below, regarding the
availability Proposals of the equipment.

i
Name of Remarks
SI. equipment. Availability proposals Agrt./
No
O'wned. Leased. Tobe procured. Condition.
1 2 | 3 4 5 6 7

Signature of the
Bidder

^-A
SUPERINTENDING ENGINEER

v
y

it '
191

B) Availability of i Key
Personal: I

Qualification and experience of Key Personnel for administration and execution of


the Contract.

Years of
SI. Position Name Qualification Experience.
No

^3:;K—,„„
FVir-

%fe—.*££&■—- "
SUPMlNTENDING ENGINEER

v
y
192

! STATEMENT-VI

Information on litigation history in which Bidder is involved.


1) Whether black listed / Debarred / Suspended from execution of work.
2) Other litigations: if any including Court litigations, Arbitrations, etc.,

Other
Department and Party(ies) Case of dispute Amount, Remarks
Concerned Officer involved. showing Present
i status.
i ■ ■
1 ! 2 3 4 5

Signature of the Bidder:


"-4
^ ^ l ^ , . . . ■■"

SUPERINTENDING ENGINEER
lyj

193
N.T.R. TELUGU GANGA PROJECT

NTR TGP PACKAGE - / 09

Volume-1 Part-D (REVISED)

BASIC PROJECT PARAMETERS


Name of work .•Providing Lining to SPVBR Left Canal including distributory
system from Km.0.300 to Km.52.425 ( upto Porumamilla tank )
and providing lining to Irrigation Canal under Subsidiary
Reservoir No.II and its distributory system and Lining to TGP
Main canal from Km.132.530 to Km.133.908 and from
Km.134.325 to Km.135.332 and distributory system of Blocks
No.40(A)s 40(B), and Block No.42 of Chennamukkapalli Canal.

OBJECTIVE:

The objective of the work under the package is to provide CC/RR lining in the bed and
sides in the following canals and their distributoiy system in order to achieve their designed
discharge and to minimize the transmission losses.

1) S.P.V.B.R Left Canal up to Porumamilla tank and its distributory system.


2) Irrigation canal under SR-II and its distributoiy system.
3) The balance reaches of TGP Main Canal from Km.132.530 to Km.133.908, and from
Km.134.325toKm.135.332.
4) Distributoiy system under Blocks No.40(A), 40(B) and Block-42 of
Chennamukkapalli Canal

(1) PREAMBLE: -
TGP MAIN CANAL:

Telugu Ganga Project Main Canal taking off from Velugodu Balancing
"Res^oiriTinteMeUloT^^ also to provide irrigation facilities
in the drought prone areas of Rayalaseema Region. The canal from Velugodu Balancing
Reservoir to S.P.V.B. Reservoir is designed to carry a discharge of 141.580 cum/ sec

The alignment of TGP Main Canal from Km.98.260 up to S.P.V.B.


Reservoir runs along the hill ranges of Nallamala hills .The lining of TGP main canal from

SUPERINTENDING ENGINEER
ESIPOCJ©* V
19.9
Km.98.260 to S.P.V.B. Reservoir is completed except in the reaches from Km. 132.530 to
Km.133.908andiromKm.134.325toKm.135.332.
SPVBR LEFT CANAL AND ITS DISTRIBUTORY SYSTEM :

The SPVBR left canal takes off from SPVB Reservoir and runs for a length
of 52.425 KM and falls into Porumamilla tank. The contemplated ayacut under-S.P.V.B.R ^
■j e ^- c ^ n aiis^5^8i- a cres. TKe~excavation of canalTronTKrn.O.OO to Km.52.425 including
construction of CM Sc CD works is almost completed.

The excavation of distributor)' network in all the blocks including


construction of CM & CD works is almost completed except in Block-9

IRRIGATION CANAL UNDER SR-II AND ITS DISTRIBUTORY SYSTEM:

The Irrigation canal, takes off from subsidiary Reservoir- II and runs for a
length of 32 Kms for providing Irrigation facility to 10,000 Acres of ayacut under its
distributory system. ' The excavation of Irrigation canal under SR-II and its distributory
network including construction of CM & CD structures is nearing completion.

Blocks 40(A),40(B) and 42 under Chennamukkapalli Canal:

Chennamukkapalli Canal takes off from Head Regulator in Bund - A of


Subsidiary Reservoir -I to transmit 15 TMC of water into Pennar river for onward
transmission to Chennai city through Somasila, Kandaleru and Poondi Reservoir for
drinking water purpose,

The distributories under blocks 40(A), 40(B), and 42 takes off from
Chennamukkapalli canal. The excavation of distributories including construction of CM &
CD works was completed long back.

THE WORKS UNDER THIS PACKAGE INVOLVES THE FOLLOWING:

1) Sub soil exploration in reaches of canals wherever necessary to arrive at the swell factor
of sub soil and other investigations for the sub grade treatment and thickness of lining

2) Necessary excavation shall be done for housing the lining as per approved drawings.

3) Providing C.C./R.R lining to the S.P.V.B.R. left canal from Km. 0.250 to Km. 52.425 ie.,
upto Porumamilla tank.

4) Providing C.C / R.R lining to the Majors and Minors under distributory system in blocks
-... l-to-9~of-SJ).AkB;Ri-left eanal-uptGTorumaniilla-tankrThe lining "shall "be"providedin """"
the entire distributory system up to the point where the designed discharge in the
existing canals are 0.250 cumecs..

5) Providing C.C/R.R. lining to In'igation canal under Subsidiary Reservoir No.II, from
Km.0.000 to Km.32.00

SUPERINTENDING ENGINEER
1VD

•j;: 200
6) Providing C.C / R.R. lining as per the approved drawings to the distributory system
under Imgation Canal of Subsidiary Reservoir - II from Km.0.000 to Km.32.000. The
lining shall be provided in the entire distributory system up to the point where the
designed discharges in the existing canals are 0.250 cumecs..
7). Easening of side slope above the berm level to avoid slipping of rock boulders and muck
fi-om Km.132.530 to Km.133.908 and from Km.134.325 to Km.135.332 of TGP Main Canal
(and providing C.C / R.R. lining as per approved drawings.

8) Providing C.C / R.R lining to the existing distributory system of block No.40(A);40(B)5
and block No.42 of Chennamukkapalli Canal. The lining shall be provided in the entire
distributory system up to the point where the designed discharges in the existing canals
are 0.250 cumecs.

SYSTEM REQUIREMENTS:

A) Investigation:

Sub soil exploration to be carried out in reaches of canals (wherever necessary) td arrive
at the swell factor of sub soil and other investigations necessary shall be carried out as per
relevant standard specifications which shall form basis for the sub grade treatment and
thickness of lining will be as detailed in B(iv) below or as directed by the Engineer-in-
Charge. / as per approved drawings

B) DESIGN:

1. The Design & Drawing for the lining of Main Canal & distributories shall be
submitted and got approved by the competent authority.
2. The Design and drawings submitted by the agency shall be as per the relevant codes.
of BIS, CWC manuals, CDO guide lines circulated from time to time.
3. In all the matters of designs the decision of the competent authority shall be final.

(iv) Hydraulic Design Parameters :

• The thickness of concrete lining shall be


(a) 100mm for main canal and
(b) 60 mm for distributory.

• Profile of lining shall be FSD + Free board - ( minus) 150mm

• The lining to S.P.V.B.R. Left Canal & the balance reaches of TGP Main Canal
shall be'provided with Cement Concrete / R.R. Masonry as per the terrain and
side slopes of canal.


To maintain the FSL of the canals of Distributory system, necessary flow
control structures at CRUs shall be constructed as per approved drawings or as
directed by the Engineer-in-charge.
• The canals should convey the maximum Irrigation requirements contemplated
during crop period. \
r'OO^EVV infrastructure Ltd.

C6r^RAC3IOR SUPERINTENDING EKfCjINEER


!frfactor
201

(C) EXECUTION OF WORKS


L
~Y) ~rte^hg~Cana1s proposedToTTimng are already excavated and water was let: out in
some reaches, the slush, silt and vegetation if any in the canals shall be removed.
2) The over excavation if any shall be filled up with suitable sub grade materials to the
required section of the canal as directed by the Engineer-in-Charge.
3) Necessary excavation shall be done in bed and side slopes for housing the lining as
:
per the approved drawings.
4) Preparation of sub grade as per specifications with necessary treatment in case of
expansive soils as per relevant codes of BIS.
5) Under drainage arrangements shall be provided as per the approved drawings or as
directed by the Engineer-in-Charge.

6) The lining work shall be carried out after obtaining approval from the competent
authority.
.1
7) Necessary construction, contraction and expansion joints shall be provided as per \
approved drawings or as directed by the Engineer-in-Charge
8) (i) Cement Concrete lining shall be provided using vibrating cylinder type
mechanical paver to the main canal.
(ii) Random Rubble Masonry lining shall be provided wherever necessary :
(iii) C.C. lining shall be provided using manual paver with necessary formwork
for distributaries as per technical specifications.
9) The works shall be carried out as per the technical specifications of the contract,
APSS, BIS codes, CWC manuals and circulars of Irrigation Department
communicated from time to time.
10) Suitable flow control structures shall be provided at CRUs in the distributaries to
maintain the FSLs, duly obtaining the approval of the design & drawings for the
same.
11) The mix design and soil tests for sub grade soils shall be earned out in established
laboratories - ^
12) For the distributaries lining shall be done up to the point where the discharge in the
existing canal is 0.25. cumecs.

SUPERINTENDING ENGINEER
"S • 202.
13) The canal should convey the maximum irrigation requirements contemplated during
crop period after lining.
14) Lining is already provided for a length of 30m/ 10m/5m depending upon the canal
discharges on either side of the structures of the Main Canals / Branch Canals /
Distributaries. These lengths of lining are not covered in the present scope of work.
However, the existing lining at the structure is to be connected to the canal lining as
per the approved drawings, IS codes / CWC Manuals duly providing expansion joints
as per the requirements.
15) The grade of cement concrete for entire lining shall be M 15 using 20 mm machine
crushed MSA. The quantity of cement shall be as per design mix or 240 Kgs of
.cement per cubic meter of concrete whichever is more.(Clauses regarding the
specification of Cement and Coarse aggregate for Lining mentioned elsewhere in the
document stands superseded by this clause)
16)Easening of side slope above the berm level to avoid slipping of rock boulders and
muck from Km.132.530 to Km.133.908 and from Km.134.325 to Km.135.332 of TGP
Main Canal and providing C.C / R.R. lining as per approved drawings.

(D) Miscellaneous.

1) Borrow areas and quarries for construction materials shall be identified and
the materials samples shall be got tested and approval obtained from the
competent authority before use.

2) Diversion roads shall be formed wherever necessary. -

3) Formation of ramps along the canal one for each Km length

4) Steps shall be provided in to the canal on either side alternatively at 500m


intervals

5) Side slope on hillock side above the berm in between Km. 132.530 to
Km.133.908 and from Km. 134.325 to Km, 135.332 of T.G.P. Main Canal is
to be widened by 1.00m.

6) Slipped rock muck or debris if any in the canal bed shall be removed

7) The dowel banks and inspection paths disturbed for laying lining shall be
made good to the standards

8) Monitoring of programme and progress (Computer aided )

F o f ^ H W i n f r a s t r u c t u r e i.frd
^Di«K.!lyS£iVCv;lcU i r » c t i y f n s u[_tf'
-Luructiiyns td <fv,:',i
<i *-^'"
J
—" SUPERINTENDING ENGINEER
203

SPECIAL CONDITIONS

1) The Main Canals and their distributor)' system proposed for lining are under various
stages of completion and are being executed underTEFC system uiicieTTGP"
Package-IL The executing agency is M/s. IVRCL, SEW & Prasad(JV), Hyderabad.
The lining works in the entire distributary system shall be carried out in consultation
and co-ordination with the executing agency i.e., M/s. IVRCL, SEW & Prasad(JV),
Hyderabad.

2) There shall not be any obstruction for the release of water to the ayacut during Rabi
season during the contract period.

3) Water has to be let out to Canals for irrigation purpose as and when required as per
the Government orders. The agency has to plan the execution accordingly.

4) The agency shall take all the above in to account and plan their execution
accordingly to achieve the targets.

5) Maintenance of system is not included in the scope of work. However this does not
relieve the agency frorri the responsibility for the work done during the defect
liability period of two years from the date of completion of entire work as per
relevant clauses of APSS for the defect liability. Clauses for maintenance of
completed system wherever appears in the document deemed to have been modified
to this extent.

6) Any issues arising with the department / already executing agency the decision of
the employer is final and is binding on the agency to abide by it.

For^ ; VVIn^7^;■■<:n^w/ :>;;

a .." 7 SUPERINTENDING ENGINEER


199

DETAILS OF LINING PROPOSED FOR DISTRIBUTORIES UNDER SPVBR LEFT CANAL, IRRIGATION CHANNEL UNDER SUBSIDIARY
I RESERVOIR - 2 AND CHENNAWIUKKAPALLI CANAL

Total Lining proposed (Km.) Discharge(cumecs) Bed width F.S.D.


SI.No Block No. Major Minor Length
Km. Length End
From To Start End Start S'art End
Km.
8 10 11 12 -3 14
Block No.1 Major 1R 2.375 0.000 0.0862 0.0276
Major 2R 2.200 0.000 0.157 0.062
Minor 0.409 0.000 0.0226 0.0226
Major 3R 1.203 0.000 0.0726 0.331
Major 4R 2.450 0.000 0.1412
f*w%mm
wm mm
■#?$** V£ IPMSfO SSSSSSI $0.3671: 1:80? *1W TO ■o"m
Minor 1L 0.575 0.000 0.0629 0.0253
Minor 2L 07960 0.000 0.0438 0.0326
Minor 3L 1.083 0.000 0.1003 0.0471
Minor 4L 2.882 0.000 0.1715 0.0269
Minor 5R 0.634 0.000 0.0391 0.0391
gffilffWB l i f f o o l w;m
m4
®mm 0.276: JM, •m<®w$% QM:

Block No.2 Major 2A 2.892 0.000 0.0923 0.0601


Minor 1L 1.900 0.000 0.0812 0.0601
;aw»ro»
Minor 1L 1.575
mmm ■m17.100
0.000
mm
0.0601
£0:0671-
0.0601
3.00 mmm\'& VM:
Minor 2R 1.130 0.000 0.0848 0.0671
Minor 3R 0.475 0.000 0.0671 0.0671
iii^diSKPIB M^l?.5 ■mix ^iM& Wo5 fc:40;;
Mihof5L"
mM
1.465
m^M^m
0.000 0.1682 0.1002
"-.m :_...T
mm HSBS
f&?!-!>M4H-fe
mw
■^.Q^S*
I0BOR3* M)?2675:
Mm ?0i851i ■W4.5J" :o:45i
SUPERI^TENI)'ING ENGINEER
.i>&&8??P
V

* v
200

Sub minor 1.975 0.000 0.0942 0.065


wm mm wmm m •m.1Q;304Z :
1;b5& mm. WM
Minor 8L 2.800 0.000 0.2435 0.0671
Sub minor 1.145 0.000 0.0671 0.0671
aW inn MMM
0.1607
wsmzm
0.065
^mm U S HSi -JP140:-
Minor 10R 1.400 0.000
Minor 11L 1.075 0.000 0.0789 0.067
m wmmm HWQ'llg BiPPI
&mw£\ t^tmfK^is
W$o6$2i£ :lv30¥ mmtm>^ ;-0;40ii
Major 2C 2.405 0.000 0.2643 0.042
Minor 1R 1.150 0.000 0.1181 0.065
Minor 2L 0.650 0.000 0.0632 0.0632

Block No.3 iMjajoigj £2857; 4Q:45;^


mm immwmsiszm #&m& ;1::25x.mm m
■mm mm
mm lan H i t ffM2B W2$m £012538 « ■QM:^

Block No.4
r
*l&262^ tfw
omoo ?£ 5^50* ^'5.450 "* '*&j?W$)?it&
1 60s 1
0W 0165 0r45
Total Lining proposed (Km ) Discharge(cumecs) Bed width FSD
Si.No Block No. Major Minor Length Length
Km.
From To
Km.
Start End Start End start End

8 10 11 12 14
!
11 §&9J1.5J 3.975„ •0:9879^ v 0 3042 1955 ffijlgok &M\
RMS &&J25* e 0 5274 0 2503 135 OW. :ti&s: :Gm

Block No.6 ^xi^M


£JM5rjg%ja
:o ooo1 4SJS\ 2.275
Awm 0 2935 2 00 ' 1 ,00. .75 0 45
ffi&ZJ frO'OOO 5;925 0 6909, 0 3482 1 50 150' d60 0 50

Block No.8 mmm IPF^? 11 230 "0 000 8 375 5 8.375 j , ^107.78': 0 2503 150 0 80 > 0„80 - 0 45
Major 8B 1.230 0.000 0.0881 0.0650

Block No.9 ^ ^ M l t i foWm W$3$$M ■;$t?5%6$%&3:2Sfc tlTJ^Ufc A Q& TOIF


wwm
Minor 1 0.740 0.000
Wmmm
0.0651 0.0651
:•■--' . - J i ^ j M Minor 2 3.140 0.000 0.775 0.775 0.3287 0.2733 1.30 1.15 0.44 0.42
{Former AiiuciioiwLttS
SUPERINTENDING ENGINEER

- /
201

Major 1
Crjintalapalli tank 2.950 0.000 2.420 2.420 0.7620 0.3834 1.95 1.42 0.60 0.46
Sluice 1

?KTOS32*ogoj 132:000 4 50** %0#G" .'0 85


T1B27* r',01044^ 10 30
r
TOO <Q.375?T 0<267j ^0*2674 0^80 239? "osor lo 0 39
STOOD* fS^350j £5 3 5 0 ^ * 0*7285* f,0 4343W 1 50 5Jo. ^0 50
r r SMi
^ooo; <Q?300\ V.0.300 * 0 2753J, 0 2753 0 85 0 85 0^5 0 45

Block 40 A giJi( ! ^J.\!fcU^


9 0.000 lit mmm ®tib%fflll mm *0 #2V {

Katikapalli ^stributory 1.212


wmm f0^372'2^; ^0^51
m® mm ! ' 0 W -
0.620 0.000 0.000 0.0969 0.0629
Gaddamayapalli distributory
£&=■■*

pwi Kfra
it® 2.490 013/041 " M 5 2 7 D .0:70!: foTp? p p l *o:^::
S V
11 Block 40 B ^oror 36*1201 fWl20 1 8827^ 0 3566 ' 1 35 0*70 M91 0 47
12- Block No.42
1^150; ^0*3266^ ''OgOt
M£ 347 0 45.
,2*165* ."2-340,. i' 0.175 0 2522: ' 0 2254 0 62 '0*60 041 0 39

^=sdh- VW^A'
SUPERINTENDING ENGINEER
-wm$£
A
202

207

VOLUME-1

PART-E
{PROJECT PROFILE)

!
V

A "

v
: :
. ? ' : 203

N.T.R. TELUGU GANGA PROJECT


NTR TGP PACKAGE - /09

Name of Work: Providing Lining to SPVBR Left Canal including


distributory system from Km.0.300 to Km.52.425 (
upto Porumamilla tank ) and providing lining to
Irrigation Canal under Subsidiary Reservoir No.ll and
its distributory system and Lining to TGP Main canal
from Km.132.530 to Km.133.908 and from
Km.134.325 to Km.135.332 and distributory system
of Blocks No.40(A), 40(B), and Block No.42 of
Chennamukkapalli Canal.

(1) PREAMBLE: -
TGP MAIN CANAL:

Telugu Ganga Project Main Canal taking off from Velugodu Balancing
Reservoir is intended to supply water to Chennai city and also to provide irrigation
facilities in the drought prone areas of Rayalaseema Region. The canal from Velugodu
Balancing Reservoir to S.P.V.B. Reservoir is designed to carry a discharge of 141.580
cum / sec

The alignment of TGP Main Canal from Km.98.260 up to S.P.V.B.


Reservoir runs along the hill ranges of Nallamala hills .The lining of TGP main canal
from Km.98.260 to S.P.V.B. Reservoir is completed except in the reaches from
Km.132.530 to Km.133.908 and from Km.134.325 to Km.135.332.

SPVBR LEFT CANAL AND ITS DISTRIBUTORY SYSTEM:

t h e SPVBR left canal takes off from SPVB Reservoir and runs for a
length of 52.425 KM and falls into Porumamilla tank. The contemplated ayacut under
"S^VrBTRlel^ canal~is ~55;28 l~acres7~The^excavation -of-canal-fronr-KiifcOiOO-to
Km.52.425 including construction of CM & CD works is almost completed.

The excavation of distributory network in all the blocks including


construction of CM & CD works is almost completed except in Block-9
209-
IRRIGATION CANAL UNDER SR-II AND ITS DISTRIBUTORY SYSTEM:

The Irrigation canal takes off from subsidiary Reservoir- II and runs for
a length of 32 Knis for providing Irrigation facility to 10,000 Acres of ayacut under its
. dretributoryTysternr^^
network including construction of CM & CD structures is nearing completion. ;
Blocks 40(A),40(B) and 42 under Chennamukkapalli Canal: ■

Chennamukkapalli Canal takes off from Head Regulator in Bund — A of


Subsidiary Reservoir -I to transmit 15 TMC of water into Pennar river for onward
transmission to Chennai city through Somasila, Kandaleru and Poondi Reservoirs for
drinking water purpose.
The distributories under blocks 40(A), 40(B), and 42 takes off from
Chennamukkapalli canal. The excavation of distributories including construction of
CM & CD works was completed long back.

(2) AREA O F WORK :

■ The SPVBR left canal takes of from SPVBR left canal head sluice near
B.Mattam and runs in B.Mattam, Kasinayana, Kalasapadu & Porumamilla mandals.
The Distributory net work also lies in the same mandals.
The Irrigation channel under Subsidiary Reservoir - II and its
distributory system runs in mydukur mandal."
The balance reaches of TGP Main canal from Km. 132.53 0 to
Km.133.908 and Km.134.325 to Km.135.332 runs in the hill ranges of Mydukur and
B.Mattam Mandals. (

(3) RAIN FALL:

; ; The normal rainfall of the district is 620mm the Summer season is from
March to June . This is followed by South - West Mansoon season which continues
upto-SeptemberrOGtober-and November- - ——

f-orSs^VV Jnf>;:.: '■Vt'.trvUci.

SUPERINTENDING ENGINEER
2U5
:
2i£f'
■ i

(4) HYDRAULIC PARTICULARS.

t
SI. Description SPVBR Left S.R-II TGP Main
canal IrricRtion ("anal
No. Channel
1) Discharge 47.150 3.1627 141.580
required Cumecs cumecs cumecs
2) Discharge 49.620 3.2908 143.440
designed cumecs cumecs cumecs
3) Bed width of 10.50m to 4.50m to 10.50 to
canal 7.20m 1.05 m 16.80
4) . FSD 4.00m to 0.85m to ' 5.00 mt.
3.50m 0.30m
1
5) Side slopes / 2 :1,1:1 & V/zi'A HRV2.-1
1V2:1
- i
Soils 1V2:1
6) Velocity of flow 0.77 to 1,35 to
0.962- 1.473 m/sec
m/sec
7) Surface fall 1 in 10,000 — 1 in 6,000
to 11,500
/• 8) Free board 2.00m 0.60m to 2.00 mt.
0.50m

Hydraulic particulars of the Distributories in the blocks shall be obtained from the
T
Engineer-in-charge. .

ccm^OTrojir SUPERINTENDING ENGINEER


20&

DETAILS OF LINING PROPOSED FOR DISTRIBUTORIES UNDER SPVBR LEFT CANAL, IRRIGATION CHANNEL UNDER SUBISIDIARY
i RESERVOIR - 2 AND CHENNAMUKKAPALLI CANAL

Total Lining proposed (Km.) Discharge(cumecs) Bed width -.S.D.


SI.No Block No. Major Minor Length
Km. Length
From To Start End Start End Stcirt End
Km.
10 11 12 13 14
Block No.1 Major 1R 2.375 0.000 0.0862 0.0276
Major 2R 2.200 0.000 0.157 0.062
Minor 0.409 0.000 0.0226 0.0226
Major 3R 1.203 0.000 0.0726 0.331
Major 4R 2.450 0.000 0.1412
KMSlIgEHn
Minor 1L 0.575.
Wm wmmWMMm
0.000 0.0629
■-t)?3B^<- ■M80P
0.0253
iHI ■$w- ^O&Ci'j

Minor 2L 0.960 0.000 0.0438 0.0326


Minor 3L 1.083 0.000 0.1003 0.0471
Minor 4L 2.882 0.000 0.1715 0.0269
Minor 5R 0.634 0.000 0.0391 0.0391
mmm wmm ^wm$ mmm ^0*276:^ w.os% mmkQn& W;40"
Block No.2 Mbjor 2A 2.892 0.000 0.0923 0.0601
Minor 1L 1.900 0.000 0.0812 0.0601
mm IWIS M$$7ffi. ^m mm W:ftS-x■o:30
Minor 1L 1.575 0.000 0.0601 0.0601
Minor 2R 1.130 0.000 0.0848 0.0671
Minor 3R 0.475 0.000 0.0671 0.0671
Wmm monism mm SMIiffi m "Q'm'
Minor 5L 1.465 0.000 0.1682 0.1002

Sub'minor' 1:975 - '


MM SIEQSi
0.000 ' 0.0942
i0'?!26^1
0.065
WiM Iwpm.m m 'm$>
m lM$25ff P08Q42* mm mm
r?f * 14.. Minor 8L \ 2.800 0.000 0.2435 0.0671

SUPIRJ^TE^^JG ENGINEER
i: -ri.:^--..-;..>S
268 &jtf

Sub minor 1.145 0.000 0.0671 0.0671

mm 131
0.000
iiipjl mwm •;:165^ m$$.¥®m.!mw
Minor 10R 1.400 0.1607 0.065
Minor 11L 1.075 0.000 0.0789 0.067

■II SOJl-diwI^ l0';<J632^ ^ ■ 3 0 ^ | M K $ ■/0i40*


Major 2C 2.405 0.000 0.2643 0.042
Minor 1R 1.150 0.000 0.1181 0.065
Minor 2I_ 0.650 0.000 0.0632 0.0632

iS'8251:
A OOOi ?JT500
I&.8254
-0.500
Swoo
*0n272"1
*«0 2857,
0 2538
2-201 IWXh £0 70
125 ,1 15 0 40
0'45
0 40

18.262- OOCKflJ-5*450, **5 450 1 60'- 0 85. 0 65 0 45


Block No.4
mmmST^^ Total Lining proposed (Km.) Discharge(cumecs) Bed width F.S.D.
Sl.No Block No. Major Minor Length Length
Km.
From To Start End Start End StJirt End
Km.
10 11 12 1 14
mm tern 10^987^9,5; W 3 0 4 2 ' 1.951 W 0 5 ? «?0*0> 30.45'
0^0003 '-3.725 M.725 i ^ v
0 5274 0 2503 f 135 0 r 80 0.55 • 0 45

IGfWOj ?&f5£ 5S2.275ri$ ^1*3172^ ^ 0 2935 2.00" >075 ' 0 4 5


#'00(8 ■^5 925? >^ 5:925" 0,6909* 0 3482
mo'
1 5 0 ^ <1'50 0 6 0 ' 0 50

r
Block No.8 <mm
llliSI is &375^
ffissm ¥0:2503*: i-1.50? ^0;80 $W: \0:45-
Mbjor 8B 1.230 0.000 0.0881 0.0650

S'S'SI^SEWSS
Block No.9 9 355' ;< 9.355 "20377 0 2766, 3.25/ M O v .&«3*f; -0";41i
Minor 1 0.740
mm 0.000 0.0651 0.0651
Minor 2 3.140 0.000 0.775 0.775 0.3287 0.2733 1.30 1.15 0.44 0.42
j&g^w M i l pjjgsi BPBJSIIP idiefM vstmrng &&&% HP! s f e jfoag-
\
ForS®Epjf Infrastructure Ltd.

SUPERINTENDING ENGINEER
2oa

Major 1
Chintalapalli tank 2.950 0.000 2.420 2.420 0.7620 0.3834 1.95 1.42 0.60 0.46
Sluice 1
Mjj>*
&32.00Q: W627*r^01044,~ 4,50? ;o;80'
SRI! &wm lOlOOp] XP% ?
2674 p 0'80£ S83&;
50 30,
.0 39 J
!
matjsm s v
^ 3 5 0 S ^5Qglf S50# ?5#50^ , 0™4343 1 5 0 ' ,D-2O; 0 6 0 ' 0 50
62&S0! KEOOO? 10*300 :<h300 ? 02756$ 0 2753 0 851 A 8 5 0 46 =0 45

10 Block 4 0 A
Katikapalli distributory
W670!
1 212
^0 000? ^ 0 470" .0.470.
0.000
;0"3200 0 2631 ■0-701 PK £#451
■av,»; 0.42/

*Ef19? WBff P281< , A.1.281 ^4528-- "0 3722 0J75:7 '$®W z&m tomi
0.620 0.000 0.000 0.0969 0.0629
Gaddamayapalli distributory
l2Mblf$ i c B R i 0.48 '0.41?
liwi Hi maszTfi'xmmmm
:
11. Block 40 B ^Mffi FiKJ!ȣfe'y.^ iisb^up^
i>y^*:? ggggli ^;0:3566 ■1.35^ S888 ^ 9 P # # &
12 Block No.42
3
0lt)QtS HB56' i.150 <%0^348$-S £ 0 3266 0 901 W O l . 0 45i
12^0*53- r2 340 0.175 t 0 2522 0 2254 0 62 0 60 Oftl 0 39

,^ra-
SUPERINTENDING ENGINEER
214

PART-F
PRICE BID

forSBN infrastructure Ltd.


tfostrj&rty SEW GonsUiructions. Ltd

ft SUPERINTENDING ENGINEER
rectef
210

Schedule - A
Section -1
NTR TELUGU GANGA PROJECT
NTRTGP Package- /09
Name of W o r k : Providing Lining to SPVBR Left Canal including distributory system from Km.0.300 to Km.52.425 ( upto Porumamilla t a n k )
and providing lining to Irrigation Canal including distributory system of Subsidiary Reservoir No. II and Lining to TGP Main
canal frorjn Km.132.530 to Km.133.908 and from Km.134.325 to Km.135.332 and distributory system of Blocks No.40(A),
40(B), anil Block No.42 of Chennamukkapalli Canal.

SI. Probable Rate


Descriptions of items Specifications Unit Amount
No. Quantities in figures
Providing CC lining 100mm thick with M15 grade concrete using not less than 240 kgs
of cement per 1 cum of concrte / RR lining with cement mortor 1:5 to the bed and IS Codes,IRC
sides of SPVBR left canal from Km.0.250 to Km.52.425 ie., upto Porumamilla tank. pblications,
> Sub soil exploration CWC Manuals
> Preparation of drawings for lining and Circulars
> Preparation of detailed estimate issued by the
> Preparation of sub grade Department
> Providing under drainage arrangements from time to
> Providing uncoursed rubble masonry / CC lining using vibrating cylinder type time.
mechanical paver
2) Providing] CC lining 60mm thick with M15 grade concrete using not less than 240
kgs of cement per 1 cum of concrete manually with necessary form work to the IS Codes,IRC
distributoWes in blocks 1 to 9 under SPVBR left canal having carrying capacity of pblications,
CWC Manuals
Sub soil exploration and Circulars
Preparation of drawings for lining issued by the
Preparation of detailed estimate Department
Preparation of sub grade from time to
Providing under drainage arrangements time.
Construction of flow control structures at CRUs
Providing CC.Iining to the distributories using manual paver with necessary form
work] \

: K-\ ,!>*_--■<#•'';
A
SUPEKINTENSNG ENGINEER

£&@&i&fi? v /
211

Providing] C.C lining 60mm thick with M15 grade concrete using not less than 240 IS Codes,IRC
3) kgs of cement per 1 cum of concrete to Irrigation Channel of Subsidiary Reservoir - pblications,
I I from Km.0.00 to Km. 32.00 CWC Manuals
and Circulars
> Sub soil exploration issued by the
> Preparation of drawings for lining Department
> Preparation of detailed estimate from time to
> Preparation of sub grade time.
> Providing under drainage arrangements
> Construction of flow control structures at CRUs
> Providing C.C.lining to the distributory using manual paver with necessary form
workj
i IS Codes,IRC
4) Providing C.C. lining 60mm thick with M 15 grade concrete using not less than 240 pblications,
Kgs of cement of 1 Cum of concrete to the distributory system under Irrigation CWC Manuals
Canal of subsidiary Reservoir - I I from Km.0.000 to Km.32.00 having carrying and Circulars
capacity ;6f 0.25 cumecs and more issued by the
Department
> Sub soil exploration from time to
> Preparation of drawings for lining time.
> Preparation of detailed estimate
> Preparation of sub grade
> Providing under drainage arrangements
> Construction of flow control structures at CRUs
> Providing C.C.lining to the distributory using manual paver with necessary form
work
5)
Providing j CC lining 100mm thick with M15 grade concrete using not less than 240 kgs
of cement! per 1 cum of concrte / uncoursed rubble masonry lining with cement mortor
(1:5) to the balance reaches of TGP Main canalie., from Km 132.530 to Km.133.908
and from JKm.134.325 to Km.135.332

> Subjsoil exploration


> Preparation of drawings for lining \ c
-wjetuge Ltd.
MrnsLtrf SUPERINTENDING ENGINEER
■ /

>?W—»J
212

> Preparation of detailed estimate


> Preparation of sub grade
> Providing under drainage arrangements
> Providing uncoursed rubble masonry / CC lining with vibrating cylinder type
mechanical paver
6)
Providing! CC lining 60mm thick with M15 grade concrete using not less than 240
kgs of cement, per 1 cum of concrete manually with necessary form work to the
distributories in Block Nos.40(A),40(B) and 42 of Chennamukkapalli Canal having
carrying capacity of 0.25 cumecs and more
Sub soil exploration
> Preparation of drawings for lining
> Preparation of detailed estimate !Z, oj O0,Z7,fyfyl<
> Preparation of sub grade
> Providing under drainage arrangements
> Construction of flow control structures at CRUs
> Providing C.C.Iining to the distributory using manual paver with necessary form

work i

Miscellaneous works
> Formation of diversion and approach roads
> Restoration of dowel banks and inspection paths
> Video graphy & Photography during execution

Total Contract Value fitKpJL&S {zdfriTj/L&Vjlu.


tuuWle G**t. bu'ndt'ncf &**ct Aextect G&rrt*> fco*4a*A£fa /tfyo facndlrs-c( CUtd
$-Gffcu &flU>S Qryd*<

Note : The tender premiunl quoted by the contractor will be applicable only for the IBM value under part - 1 of Schedule v A' which includes provision of
labour cess @ 1 % i . .

PQP O tr
I—*•
^*fe:!-%° L LM.
™*»tfbn*W SUPERINTENDING ENGINEER
i '
i /
Z.1J

218
Schedule - A
PART- I I

v- Name of work Providing Lining to SPVBR Left Canal including distributory


-systenrHramT-Km^SOG^o^^
tank) and providing lining to Irrigation Canal including
distributory system of Subsidiary Reservoir No. II and Lining
to TGP Main canal from Km. 132.530 to Km. 133.908 and from
Km.134.325 to Km.135.332 and distributory system of Blocks
No.40(A), 40(B), and Block No.42 of Chennamukkapalli
Canal.

Description Amount
Sl.No.

1) Provision towords VAT @ 4% Rs.413 03077

Total = Rs.41303077

! (Rupees Four crores thirteen lakhs three thousands and seventy seven only )

Note : VAT will be recovered at the rate prevailing , from every running bill and it will
be reimbursed as per actuals against the proof of having paid the above taxes,
However, the amount of taxes eligible for reimbursement is limited to the
provision made in the Agreement under Schedule - A, Part - II

--A
,4 ; v ^ A - . X . - b U a [^U

SUPERINTENDING ENGINEER
1 ■ i:l£;i .■ :■;•
615
GOVERNMENT OF ANDHRAPRADESH
IRRIGATION & CAD (PW- Maj. Irrgn.-V) DEPARTMENT

Memo No.33225/Malor-V/2009 -1 Dated: 30 -03.-3010

Sub:- Major k l g ^ g f i o j i ^ S ^ F e l e ^ ^
UhlrigioSPVBR left Canaf including distributory system from
■ Km i 0.30D to Km 52.425 (upfo Porumqrnilia tank] and
'! providing lining to Irrigation canal including dlsirfbufpry
;'■ system of Subsidiary Reservlor Np.ii and Lining to TGP Moin
j- Canal from Km. 132.530 to Km. 133,908 and from Km. 134.323
i' to Km; 135.332 and distributory system of Blocks No.40 (A),
j 40(B) and t Block No.42 of .Chennamukkapalli Canal -
• ■' Recommendation of the High Power Committee in the
i meeting held on 09-03^2010 - Communicated - Reg.

Ref:- From the ENC &CE(PJ Irrigation Kadapa Lr.No.CEfPJ/TGPW/


'.. AEE2/1167/2004, dated ]7-12-2009.

The recommendations of the; High Power Committee held on


09.03.2010 f|p; awatty the J work : " Providing! lining to SPVBR Left Canal
including ' distributory system . from .JKrrt 0.300 , to Km 52.425 fuplo
Porumamlllajj ;tanfc)I and providing lining to Irrigation conql including
'distributory system -of Subsidiary. Reseryfor No./I and Lining to TGP Main
Canal1 from ;(Cm. 13Z53Q to Km:. 133.008 and'from Km. 134.323 lo Km.
'135.332 and dis'tribyjcry system of Blocks No,40 fA), 40(8) and Block No.42
of Chennarh.ukkqpjafli Canal . to M/s SEW infrastructures Umitod,
Hyderabad for' their -quoted'price of Rs?107,OO,37,644A which is (•'•)
3,6279%■ oveii/SM value of Rs.103,25,76,917/- are communicated to Chief
Engineer (P) irrigation Kadapa for taking further necessary action.

2. The Chief Engineer.(P) Irrigation Kadapa is directed to incorporate


the price adjustment clause for variations in prices of steel, cement and
fuel in excess of (+) or H in place of existing price escalation clause.

RAJIV RANJAM MISHRA


SECRETARY TO GOVERNMENT

To
The Chief inojneer (Projects)
Irrigation,.. Kqojapa (w,0)

/ / FORWAREDEDJXQAWM-//- p"
G*«
SECTION OFFICER

<^«^ ^L
l

MINUTES OF HIGH POWER COMMITTEE MEETING HELD ON 09.03.2010


FOR FINAiflSATION OF TENDERS INRESP0CT OF
LINING OF SPVBRLEFKAWAL —

The following members are. present:'

1. Sri S.V.Prasad, IA5, Chief Secretary. •


2. Sri CSudhrfr, IA&, Principal Finance Secretary, ■
3. Sri Rajiv Rartjan l^jishra, IAS, Secretary, I&CAD Dept.,
■ j . ,
Tenders werje invited for 5PVBR Left Canal package works in
EPC open category, vide tender notice number 1/2009-10 dt
08.09.2009 by ^Superintending Engineer, TGP Circle; Kadapa.
1. Description of Package:
■'|; I ■

Providing lining to .SPVBR Left Canal including distrlbutory


system from Km Cf.300 to Km 52.425 (Up to Porumamllla tank) and
providing lining 'to! Irrigation canal Includfrjg distrlbutory system of
subsidiary Reservoir H and lining to TGP main canal from Km 132.530
to Km 13-3.908 ancj^from Km 134,325;to Km 135,332 and distrlbutory
system of blocks No; 40(A), ■ 40(B) and Block No 42 of
chennamukkapalli banal, ; .

- The -Government nave accorded administrative. approval for


Rs 86.52 Crores vlcfe G.OJMs No 63, (PW-Maj V) Dept, Dt 17,04.2008
and subsequently Issued Revised administrative approval vide G.O, Ms
No. 33, I&CAD (PW-Maj VI) dept,, .Dt.20.02.2009,' for an amount of Rs
105.325 .Crores.
The proposal for revised administrative approval- of Rs 122.57
Crores submitted by the department Is under consideration of the
Government. The revision is on account of Increase In5SR from 2007-
08 to 2009-10 and Inclusion of blocks 38 & 39 under TGP main canal.

-.-;--.ri-^i^
flNANCE DEPARTMENT.
,, v.'v •<•-;*, v. i:-.#z. pi. :
. 10 MAR 2010
AP, Secnrisrjatj Hpfeffib&WW QZ2V
' ' 6L7
■ ' Ml

■ -,;■, \. : I'M-;: :.■'. • . "

3. lnternal_Be'nch .rflarfe •
The Government vide Memo No 129Q7/Reforms/2006-1, dt 0870757201)^^"
has constituted ■ a Committee for undertaking the exercise of fixing up the* .
Internal Bench Mark values of different EPC packages.
The IBM Committee meeting was held on 06.11.2DO9, and
finalised the ]|BM value as Rs. 103,25,76,917/-. (Say Rs 103.26 Crores)
The Committee suggested to obtain Revised administrative approval as
lining works, in blocks 40(A) and 40 (B) are included.
4. ThejPrlce bids Were opened on 30.11.2009.
5. Numbar_of bids received: ; Three bidders have participated.
a) M/s SEW infrastructures Limited, Hyderabad/"quoted"' ■
Rs 107,25!)37,6'44/- (+3-87%.excess theiri IBM).exclusive VAT.
b) M/s-Pr!a53ci'&Company (Project'works) Limited, Hyderabad,-quoted
.Rs 106,36/89,474/- (4.95% Excess than IBM) exclusive VAT.
■i ' ;
c) M/s IVRCDInfrastructures & Projects Limited, Hyderabad,
In the! technical bid evaluation, It was observed that the firm
M/s IVRCL^Infrastructures & Projects Limited, Hyderabad has not
fulfilled thejclausejl.e., experience submitted by the firm In respect of
similar works completed in any one year during.the preceding five
years Is not sufficient and hence the firm Is disqualified foropenlng the
price b:ld.
6. The State Level Standing Committee,meeting'was held on
14.12-2009 and recommended to accept the lowest tender of M/s SEW
Infrastructures Limited, Hyderabad, for the subject work, at their
quoted price of Rs 107,25,37,644/- which Is (+) 3.87% excess thgn
IBM value. ,
Further, the firm M/s SEW Infrastructures Limited., Hyderabad
has offered a rebate of Rs 25,00,000/- on their quoted amount as a
gesture of good will vide their letter dt 04.02.2010 addressed to the
——Superintending-Engineer,-TGP -Circle,. .Kadapji..Thus_.the_final__quoted_
value by the firm works out to Rs 107,00,37,644, which is (-h)
3.6279% over IBM value Of Rs 103,25,76,917/-.
3

7^eGommer.dations^fthe^ghrPDV^i^o "—J~
After careful* consideration of the tenders received, the High Power
Committee recommends to award the SPVBR Left Canal lining work as
detailed in Para 1 , ,to the: lowest bidder (LI) M/s SEW Infrastructures
Limited, Hyderabad for their final- quoted price of Rs 107,00,37,644,
which is (+) 3.6279% over IBM value of Rs 103,25,76,917/-, subject to
the following condition, .'
a) "The recommendations made in the workshop conducted by Finance
and Irrigation Department in Dr.MCRHRD- Institute of A.P on
22.01.2007 and other directions of the Government Issued in this
regard shall be Incorporated, wherever necessary. In the agreement to
be concluded".
b) The latest guidelines of the rdoveVnrhentM^lnah'ce Dept) on the
recovery towards'VAT should be- Incorporated In the agreement.
■c) The work din be awarded to the lowest bidder (LI) M/S SEW
Infrastructure Ltd,, Hyderabad only after the approval of the revised
administrative sanction by the Government.

(4#^
Secretary, I&CAD Principal Finance Secretary

Chief Secreferjrtb fcftvetfmjeflt^!"


GOVERNMENT OF ANDHRA PRADESH
ABSTRACT

Major Irrigation - TGP Circle - Providing lining to SPVBR Left Canal including
distributory system from Km. 0.300 to Km. 52.425 (upto Porumamilla tank] and
providing lining to .Irrigation canal including distributory system of Subsidiary
Reservoir No.ll and lining to TGP Main canal from Km. 132.530 to Km. 133.908
and from Km, 134.325 to Km. 135.332 and distributory system of Blocks No.38, 39,
40(A), 40(B) and Block No.42 & 47 of Chennamukkopalli Canal - Revised
Administrative Approval for Rs. 122.57 crores - Accorded - Orders - Issued^

IRRIGATION & CAD [PW-MAJOR IRRIGATION-V) DEPARTMENT

G.O.Ms.No.28 Dated: 30-03-2010


Read the following:-
i
1. G.O.Ms.Np.631 & CAD (PW-Majar-V) Depi., dated: 17.4.2008
2. G.O.Ms.Mb.33, l&CAD(PW-Major~V) Depii., dated 20-02-2009.
3. From the Engineer- in - Chief & Chief Engineer (P), Irrigation,
Kadapa lr.No.CE(P)/TGPW/AEE2/l 177/04 ,dt :30-l 1-2009.

ORDER:

In the G.O. Is! read cibove orders were issued according administrative
approval for an amount of Rs.86.52 crores for the work of Irrigation canal under
SR.II and Irrigation Blocks under S.P.V.B.R. Left canal. Irrigation Canal under S.R, II
CMP Canal 18 blocks'for a length of 137.527 Kms. Subject to condition that the
IBM value shall be got vetted by the IBM Committee before inviting tenders.
i
2. in the G.O. :2nd read above, orders werp issued according revised
administrative for Rs;) 05.325 crores for the work of providing lining for SPVBR left
canal upto Porumamilla tanMromikm 0.250 to km 52.425 and distributaries
under it and providing lining to'SR II conal and its distributaries and lining of TGP
main canal from Km J132.530Jiq km 133.908 and from km 134.325 to km. 135.332
and lining.of distributories in blocks 38, 39, 42 & 47 under Chennamukkopalli
canal.

3. In the letter 3rd read above, the Engineer-In-Chief & Chief Engineer (P),
Irrigation, Kadapa has reported that the value of the estimate has increased
due to the following r'easons:-

(a) Revision of Standard data and SSR - Proposal for administrative


approval has been prepared adopting the SSR of 2009-10 where
as the earlier proposal was with SSR 2007-08.

[bj Inclusion of Blocks 40A and 40B under CMP canal. This gives
benefits to 11,437 Acres of ayacuf costs Rs.2.25 crores.

4. He has also informed that the Estimates were placed before the IBM
committee and that the IBM committee finalized the IBM value and advised
the Chief Engineer (P) to obtain revised administrative approval from the
Government.

5. The ENC &CE (P) Irrigation Kadapa has therefore requested the
Government to accord revised administrative approval for Rs.122.57 crores for
the work of Providing :- __

(P.T.O.,)
- 112 II
(a) lining to SPVBR Left Canal including distribufory system from Km. 0.300
to Km. 52.425 (upto Porumamilla tank]

(b) lining to Irrigation canal including distributary system of Subsidiary


Reservoir-No.II

(c) Lining to TGP Main canal from Km. 132.530 to Km. 133.908

fd)—^ining-from4CrinH-3^25^o-Km7:-i-35^32--——

(ej and distributary system of Blocks No.38, 39, 40(A), 40(B) and Block
No.42 of Chennamukkapalli Canal.

After careful examination of the proposal, Government hereby accord


revised administrative idpproval for an estimated cost of Rs. 122.57 crores
(Rupees One hundred twenty two crores and fifty seven lakhs only) as per the
details shown in the annexure to this order mentioned in para (5) (a) to (e)
above.

The expenditure sanctioned above shall be debited to Head of Account


"Major Head 4701 Capital outlay on Major and Medium irrigation (01) Major
irrigation (commercial) Scheme including in plan. Minor Head 123 TGP, Sub­
head 27 canal, branches ond distributaries, service head 530 major works and
531 other expencfflure oT'Unii II (d)7(e)/(f) and Unit ll(m)(ii)[a)".

The Engineer-In-Chief & Chief Engineer (PJ, Irrigation, Kadapa shall take
necessary action accordingly.

This order issues iwifh the concurrence of Finance (W&P) Department


vide their U.Q,No.4926/FV(A2)/2ulp-l, dated 16-02-2010.

(BY ORDER AND IN THE NAME OF THE GOVERNOR OF ANDHRA PRADESH)

• RAJIV RANJANMISHRA
! SECRETARY TO GOVERNMENT

To ;;' :
The Engineer-In-Chief & Chief Engineer (P),
Irrigation, Kadapa.

Copy t o : -
The Accountant General, A.P., Hyderabad
The Direcot, Works & Accounts, Hyderabad.
The Finance (W&P) Department
The P.S. to the Secretary (RRM
The O.S.D., to Minister (M&MI)
SF/SC-

// FORWARDED BY ORDER //

SECTION OFFICER
Annexure to the G.O-Ms.No. 23, 1 & CAD fPW-Mai-V) DeDtt.. dated:30-03-2010.
Amount
SI.No. Description (Rupees)

A SPVBR Lett Canal


1 Providing lining From Km. 0.250 to 9.234 140589461
2 Providing lining From Km..090324to20.325 120877502
3 Providing lining From Km. 20.325 to 29.000 106028027
4 Providing lining From Km. 29.000 to 39.000 141855044
158060245
6 Providing lining From Km. 132.530 to 133.908 and Km. 134.325 to 135.332 of
TGP mail Canpl 40767269

c Blocks 1 to 9 under SPVBR Left canal


7 Providing lining to the Distributaries of Block-1 8909928
8 Provldinq lining to the Distributaries of Block-2 55299707
9 Providinq lining to the Distributaries of Block-3 10960951
10 Providing lining to the Distributaries of Block-4 7322104
■ 11 Providing lining to the Distributes of Block-5 14950901
12 Providing liniriq to the Distributaries of Biock-6 12414950
13
Providinq liniriq to the Distributaries of Biock-8 16407132
14
Providinq liniriq to the Disfribularies of Block-9 51230623
D Irriqailon Channel under SR-II and Its distributaries
15 Irrigation Channel under SR-II 71573733
16 Distributaries under SR-il Irriqalion channel 7719222

E Blocks under CMP Canal,


17 Providing lining:fo the Distributaries of BlocMOA 14162982
18 Providinq linina, to the Disjribuldries of Block-40B' 8309318
"19 Providinq lining to the Disiributaries ol Bbck-42 : 2663984
■ i

20 Provision towards flow control structures to maintain the 10500000


FSD In the distributaries!with discharge between 50 to lOOcuses
@ Rs.2.50 lakh's /each structures for 42 Nos.
21 Provision towards flow control sirucf ures to maintain the 21750000
FSD in the disiributaries!with discharge between 10 to 50 cuses
@ Rs.2.50 lakh's /each structures for 145 Nos.

22
Provision towards Labo'ur Cess af 1 % on the works to be entrusted 10223534
I
23 Blocks 38 & 39-under TGP-Main canal 43475275
'24 Provision towards Labour Cess af 1% on the works to be entrusted . 434753
25 Provision towards VAT at 4% on working items 43059478
26 Provision towards Quality control operation charqes @ 0.50% on work value 5382435
27 Provision towards Service Tax at 4.12% 44351262
28 Provision towards Escalation ot prices af 5% on work value 53824347
L.S. for Department printing of Tender schedules and advertisement
29 charges, 2595534
photographic, xerox charges, preparation of estimate booklets. Brochures
and miscellaneous at 0.25% on work value
GRAND TOTAL 1225700000

RAJIV RANJAN MISHRA


SECRETARY TO GOVERNMENT
State Bank of India
CAG Branch
'OZONE" , 2 n d Floor
6-3-669, Punjagutta Main Road
Hyderabad- 500 082
Tel 040-23421427,23421421
Fax 040-23421408

"^rXMTVenKata Romano, BTfech,


Superintending Engineer,
NTft TGP. Circh,
Kadapa 4 :

CAG/Hy6/CS/201O-ll/19
Date: 07.04.2010
bear Sir.

^f^mTLSiBQn}i$^^e^

y0Ur ,C+ No
S S ^ . ' ! , t -: S E / T ^^6/t)3/196M A 197M dated
the 06-04-2010, we conf,rm|havln 9 i^ued the following bank guarantees.

B5 No.. fiat< of ittuc]^ /mouhtjin fts.


Explry cfotw Claim by dot<
1303910BgOOQOrrT 03/Q4/201Q ;! 2,6J3,i0d,OO0/-
1303910060000776 02/05/2014 02/05/20J4
03/04/2010 3., 0*100^000/- O2/05/2Q1 ■< 02/05/2DH

Tine relative guarantee has been issued at the request of M/s Sew
infrastructure Lid. Hyderabad, r t i s s i g f i ed b y duly JJL2JS£j%

yours faithfully,

(k/ssistant.General Manager & COO


623 (SP5EW
Stf Infrastructure Limited -
(formetly SEW ConstructiorM limited) -

TO _ ;:
The Superintending Engineer,
TGP Circle, _ .' fo
Kadapa.
5RW
..M^Ill^^^jV^

„Sub: - Name jof wqrk: - Providing Lining "to" SPVBR Left canal
including, Disiributory system from km 0.300 to km 52.425
dupto Ppfumafnilla tank) ar)d providing lining to irrigation canal
including distributor/ system of Subsidiary Reservoir No. If
and Lining to TGP Main Canal from km 132.530 to km
i 33.90$ and from km 134.325 to km-135.332 and distributory
system I of Blocks No. 40; (A), 40 (B), and Block No. 42 of
fehennamukkapalli canal- - Submission of EMD B.G,
[Hsuranpe Policy- Regarding.
V
Ref:-

111-
*1i
We submit herewith the: EMD'B.G No. 13b3910BG0000777 dt. 3.4.2010 for
Rs. 2.680 crores of JJ3.B.I. ..Corporate. Accounts Group Branch, Panjagutta,
Hyderabad (original) enclosed land Insurance Policy , and D.D. bearing N6. .538264
dt. 6.4.2010 for Rs. 25,000/- (original enclosed).

I: t
Ends: 1)' EMD B.GiOrigjjlal
2) Insurance Policy Original
3) D.D.No 538204 original

Yours faithfully,
For SEW Infrastructure Ltd.
(Formerly SEW Con*turyctkMi3 Ltd

i
45 Years of Excellence

I '*«SStib*!
V
CntKoiClrtlUIIS
An ISO 9001 :2000 Certified
ISO 14001 : 2004 Certified
OHSAS 18001 :1999 Certified
Work Unit: Telug^tGanga Project Package II, Malfepalli -516 002, Mandal: Bmataur, Dist; Kadapa
A.P, INDIA. Tel:91-8569-210533.
.HeadOffice:6-3-871,'SNEHALATA', GreenlandsRoad,Begumpet,Hyderabad-500016,A.P,INDIA.
Te! 91-40-23402153, 23403273, 66512157,Fax:91-40-234175S3(A/C's),23405016(Tech)/23411126(R&B)
■email: mail@sewinfrastructure.com www.sewinfrastructure.com
®°l<£l*>Sf 3TRI'5^?I ANDHRA PRADESH F 067685

V rv^ SI No:. .103.83. .Date23-03|-2010 Rsl 00 P.SRINIVAS


Sold To:VenkateshwraluiS/o Pujlaiah R/oHyd S.VX.NO.74/93R.L.No.6/2008
For Whom:,State Bank djf Ind i ^ i p ^ g ^ ^ i ^ j g^n^ 7-l-400/10,AMEERPET
BALKAMPETROAD, -
Corporate Accounts Group Branch, Punjagutta Main Road, Hyder -16 (SOUTH)
6
The Superintending Engineer,
$ NTRTGP Circle, - 3 APR 2010
Kadapa, Andhra Pradesh. L^JJ^

fej Dear Slr/s, - s: ■


Guard nteei;No. j |303^IOBQOOOQ777
Amount of Guarantee Rs.2,68,00,000/- *
6
Guarantee:;cover fjo'm 03.04.2010 to 02.05.2014
Last d a t e for lodgement of claim 02.05.2014

This d e e d of g u a r a n t e e executed by the State Bank of India, constituted under the State
Bank of India Act, 1955 having the Central Office at Narirnan Point, AAumbai a n d
amongst other places a Branch at Corporate Accounts Group Branch, Punjagutta Main
Road, Hyderabad (India) - 500 082, (hereinafter referred t o as 'The Bank') infavour of The
Superintending Engineer, NTR TGP^ Circle, Kadapa, Andhra Pradesh (hereinafter called
"the Department") for an amount not exceeding Rs.2,68,00,000/- (Rupees Two Crores
and Sixty eight lacs only) a t the request of M/s.SEW Infrastructure Limited, Regd. Off:6-3-
871, 'Snehalata' l s l Floor, Greenlands Road, Begumpet, Hyderabad - 500 016, Andhra
Pradesh, India (hereinafter called "TheContractor").

This Guarantee is issued subject to the condition that the liability of the bank under the
guarantee is limited t o a maximum of Rs.2,68,00,000/- (Rupees Two Crores/ino' Sixty eight
lacs only) "and the~gudrohfee~slidir"remdih in'Tull force uptcf02:052014 arid cann~o1~be"
invoked otherwise t h a n by a writfen d e m a n d or claim under this guarantee served o n
the bank on or before 02,05.2014.
Contd..2..
gift 31R&* ^ * * , t,,_n
:cv;y-!IT3EAWKOF" ■!DIA
For STATE BANK OF INDIA

iqm RSCB 'ft C3 V Assl. Manager (CS)


vtfkz mm iu)£ ?TTM, i^ererarc
CAGBr. Hyderabad (13039)
USHA SRiUr,.
SSNo.U-524 Ho. FJ-D137
|3o^lo6Qoooo777
-3 hnm
-2-

BANK GUARANTEE FOR EM.D.

The Superintending Engineer,


NTR TGP Circle,
Kadapa,
~A7rdhTcfPradesh: ~~ ~ ~ — — —

WHEREAS M/s.SEW Infrastructure; Limited, Regd. Office: 6-3-871, 'Snehalata' 1?<


Floor, Greenlands Road, Jegumpef, Hyderabad - 500 016, Andhra Pradesh,
(hereinafter called "the Contractor") has undertaken, in pursuance of Contract
No.SE/TGP/KDP/DB/D4/l 8?M dated:3T .03.2010 to execute the work of NTR Teiugu
Ganga Project, Kadapa - Providing Lining to SPVBR Left Canal including
distributory system from Km.0.300 to Km. 52.425 (upio Porumamilla tank) and
providing lining to Irrigation Canal including distributory system of Subsidiary
Reservoir No.ll and Lining to TGP Main Canal from Km. 132.530 to Km. 133.908
and Km. 134.325 to Km. 135.332 and distributory system of Blocks No.40 (A), 40
(B), and Block No.42 of Chennamukkapalli Canal.

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 EMD for compliance with his obligations in accordance
with the Contract;

AND WHEREAS w e State Bank of India, Corporate Accounts Group Branch,


Punjagutta Main Road, Hyderabad - 082, have agreed to give the Contractor
such a Bank Guarantee;

NOW THEREFORE we State Bank of India, Corporate Accounts Group Branch,


Punjagutta Main Road, Hyderabad - 082, hereby affirm thai w e . are the
Guarantor and responsible to you, on behalf of the Contractor, up to a total of
Rs.2,68,00,000/- (Rupees Two Crores and Sixty eight lacs only) such sum being
payable and w e undertake t o pay you, upon your first written d e m a n d and
without cavil or argument, any sum or sums within the limits of Rs.2,68,00,000/-
{Rupees Two Crores Sixty eight lacs only) as aforesaid without your needing to
prove or to show grounds or reasons for your demand for the sum specified
therein.

We State Bank of India, Corporate Accounts Group Branch, Punjagutta Main


Road, Hyderabad - 082, hereby waive the necessity of your demanding the said
debt from the contractor before presenting us with the demand.

We State Bank of India, Corporate Accounts Group Branch, Punjagutta Main


Road, Hyderabad - 082, further agree that no change or addition to or other
modification of the terms of the Contract or of the Works to b e performed there
under or of any of the contract documents which may be made between you
and the Contractor shall in any w a y release us from any liability under this
guarantee, a n d we hereby waive notice of any such change, addition or
modification.

-This guarantee shall b e valid u p t o 02.05.2TJ14.


Contd..3.
For STATE BANK OF INDIA

^nra sews (ft ru! VAsst. Manager]CS) -^' -.vi MPIWHO 1 l 0 3 -


tfiliTii BW !"]£ JTT5TT, ^TTnJTTC -V^?., ■..■'■"'•
C A G Br. H y d e r a b a d (13039) ■■i-.f.i'-1"-:'
USHASRIDHARAN . <•■■-'■ -r,t
SSNo. U-524 ...-.iJ" "■
1^03^(0(2^0000777
-3-
-3 APR 2010
626
Notwithstanding anything contained herein:

i) Our liability under this guarantee shall not exceed Rs.2,68,00,000/-


(Jtup.e e s J.V/.D jtwTes -an d_Sixty jeightJ.ac.s_on ly.). -

This Guarantee shall b e valid from 03.04.2010 to 02.05.2014 and

Unless a demand or claim under the guarantee is made on our bank in


writing on or before 02.05.2014 all your rights under the said guarantee
be forfeited a n d we shall be relieved and discharged from ail liabilities
thereunder.

Dafe:03 ,d day of April, 2010.

For STATE BANK OF INDIA

t *--:i. IH'
Signature & Seal of the Guarantor:

CAG Br. Hyderabad (13039)' Name of Bank: State Bank of India


USHA SRIDHARAN Address: Corporate Accounts Group Br.,
SS No. U-524
Punjdgutta Main Road,
Hyderabad-082.

Daie:03.04.2010
11 Hi |
628

Regd^Of^Oriental %Q^J?.BM$-feffifc35!27, Asaf Ali Road, New Delhi -110 002.


Te3TtK »*,"«* ^JAr:!.,.,,U» .->n iTO

ISSUING W.Wfn-.., '■■■t,':;.A,. 1 .-.Mriina]


OFFICE:

CONTRACTOR'S ALL RISKS INSURANCE POLICY

WHEREAS the insured named In the Schedule hereto had made to The Oriental insurance Co. Ltd., (hereinafter
called "the Company") a writteniproposal by completing a proposal form which together with any other
statements made in writing by the Insured for the purpose of this Policy, Is deemed to be Incorporated hereto.

NO WTHIS POLICY OF INSURANCE W1TNESSETH that subject to and in consideration of the Insured having
paid to the Company, the premium mentioned in the Schedule and subject to the terms, exclusions, provisions
and conditions contained herein or endorsed hereon t h e Company will idemnify the Insured in the manner
and to the extent hereinafter provided.

GENERAL EXCLUSIONS:

The Company will not indemnify the Insured in respect of loss, damage or liability directly or Indirectly
caused by or arising out of or aggravated by :-
a) War, Invasion, Act of foreign enemy, Hostilities or War like operations (whether war be declared or not)
Civil War; Rebellion, Revolution, Insurrection, Mutiny, Civil commotion, Military or usurped power, Martial
law, Conspiracy;Confiscation, commandeering a group of malicious persons or persons acting on behalf
of or in connection with any political organisation, requisition or destruction or damage by order of any
Government de jure or de facto or by any Public, Municipal or Local Authority;
b) Nuclear reaction, Nuclear radiation or Radioactive contamination;

c) Willful act or willful negligence of the Insured or of his responsible representative;


Cessation of work whether total or partial.

e) Terrorism Damage Exclusion Warranty : "Notwithstanding any provision t o the contrary within this
insurance it is agreed that this insurance excludes loss, damage cost or expense of whatsoever nature
directly or Indirectly caused by, resulting from or in connection with any act o f terrorism regardless of
any other cause or event contributing concurrently or In any other sequence to the loss.
For the purpose of this warranty an act of terrorism means an act, including but not limited to the use of
force or violence and / or the threat thereof, of any person or group(s) of persons whether acting or on
behalf of or in connection with any organisation(s) or government(s) committed for political, religious,
ideological or similar purpose including the intention to influence any government ajijJ/or t p j x i t j h e .
~pub1icrof¥ny~secti6ndf the puBlicTri fear. ~~
The warranty also excludes loss, damage, cost or expenses of whatsoever nature directly or indirectly
caused by, resulting from or In connection with any action taken in controlling, preventing, suppressing
or to in anyway relating to action taken in respect of an act of terrorism.
If the Company alleges that by reason of this exclusion, any loss, damage, cost or expenses is not
covered by this insurance the burden of proving the contrary shall be upon t h e Assured."
■fife* In the event any portion of this endorsement is found to be invalid or unenforceable, the remainder shall
remain in full force and effecl.

\
-2-
In any action, suit or other proceedings where the Company, allege that by reason of the provisions of < 6-^7
Exclusion (a) above any loss, destruction, damage or liability is not covered by this insurance, the burden of
proving that such loss, destruction, damage or liability is covered shall be upon the Insured.

PERIOD OF COVER:
Construction Period : The liability of the Company shall commence, (notwithstanding any date to the contrary
specified in the Schedule) only from the lime of commencement of work or after the unloading of the property
specified in the Schedule from any conveyance at the site specified in the Schedule whichever is earlier and
-c shall expire on the date specified in the Schedule. However, the Company's liability expires also for parts of
-the -i nsurcd -co n tMcUvorks4a ke n-over-oriput .into-sexvJce-by-the-ErJn c ipaLprJ d cloib e £xpiry_daleJspecifled in " "
the policy whichever shall be earlier. [

'If the actual construction period is shorter than the period indicated in the Schedule, no refund of premium
shall be allowed.

This policy excludes any testing cover for machinery included in contract works.

At the latest, the insurance shall expire on the date specified in the Schedule but if the work of construction
included in the insurance is not completed within the time specified hereunder, the Company may extend the
period of insurance but the Insured shall pay to the Company additional premium at rates to be prescribed by
the Company.

GENERAL CONDITIONS

1. The due observance and fulfillment of the terms of tiiis Policy in so far as they relate to anything to be
done or complied with by the Insured ana* the truth of the statement and answers in the questionnaire
and proposal made by the Insured shall be a ! condition precedent to any liability of the Company.

2. The Schedule and the Section(s) shall be .deemed to be incorporated In and form part of this Policy and
the expression "this Policy" wherever usedjin this contract shali be read as including the Scheduled and
the Section(s). Any word or expression to Which a specific meaning has been attached in any part of this
Policy or of the Schedule or of the Sectioh(s) shall bear such meaning wherever it may appear.

3. The Insured shall at his own experibe takejall reasonable precautions and comply with all reasonable
recommendations of the Company to prevent loss, damage or liability and comply with statutory
V requirements and manufacturers recommehdations.

4. a) Representatives of the Company shall at any reasonable time have the right to inspect and examine
the risk and the Insured shall provide the representatives of the Company with all details and information
necessary for t h e assessment of the risk.
b) The Insured shali immediately notify the Company by Telegram and in writing of any material change
in the risk and cause at his own expense such additional precautions to be taken as circumstances
may require and the scope of cover and / or premium shall, if necessary, be adjusted accordingly,

No material alteration shall be made or admitted by the Insured whereby the risks is increased unless the
continuance of the Insurance be confirmed In writing by the Company.

5. In the event of any occurrence, which might give risk to a claim under this Policy, the Insured shall-
a) immediately notify the Company by Telephone or Telegram as well as in writing giving an indication
as to the nature and extent of loss or damage;
b) take all steps within his power to minimise the extent of the loss o r damage;
c) preserve the parts affected and make them available for Inspection by a representative or Surveyor
deputed by the Company.
d) furnish all such information and documentary evidence as the Company may require; .
e) inform the police authorities in case of loss or damage due to theft or burglary.

The Company shall not in any case be liable for loss, damage or liability of which no notice has been received
by the Company within 14 days of its occurrence.

Upon notification being given to the Company under this condition the Insured may carry out the repair or
■; • ..^.^replacement of any minor damage not exceeding Rs. 2,500/-. In all other cases a representative of the Company
■ :../^P^Jiall have the opportunity of inspecting the loss or damage before any repairs or alterations are effected. If a
'■''..- ; ; t ^ ^ ^ ^ ^ s c n t a l i v e of the Company does not carry out the inspection within s period of time which could be*
"'f'.-^,', considered as adequate under the circumstances the Insured is entitled to proceed with ths repairs or
replace man!.
!^E ^S,'™^ : / ' i ^ ^ \ Hecjd. & Head Office :
■ J--25/27, a n w arcil *T?, M fecft-110 002 M f M f J : ) A-25/27. Asaf Ali Road, New Delhi-110 002
t&mp wmuorientalinsurance.nic.in * g \jm$8$%f/ Visit us at www.orienlalinsurance.nlc.lri ■
ym a m i wmvc mmt ^m zm\ ^rai?Ri *» qrt i Ss^S**" Address all communications to Policy Issuing Oltice
C O N T R A C T O R S A L L RISK P O L I C Y S C H E D U L E

Policy No 431600/4472011/4
Cover Note No Cover Note Dt :
Insurers Co'de 35922488 Issuing Office Code : 431600
Insui ed's Name S.E.Gov!.orAndhra Pradesh Issuing Office Name: DO 5 HYDERABAD
Irrijjation&CAD Dept.NTR TGP Circle,
Address ;■ 1-2-25/16, HI FLOOR, Dr.ATMARAM
Kadapa
-ES-TATE(TMC-BLiiL-DIHGy,—
' Address Conlracfor - M/s Sew Infraslructure Ltd. HYDERNAGAR. KUKATPALLY
"Srmhalatlia". Grfiflnlands Road,
Hyderabad

ANDHRA PRADESH 500072

Tel/Fax/Email // Tel/Fax/Email {040)23892724, 23892723/FAX:


(040)23892721/
431600@orieritsIinsurance .co.in
Dev.Officer NC0D0O000031 Y V SUBBA RAO ■ ; Agenl BA0000023467 S NARASIMHA RAO
Period of Insurance From 00:00 on 07/04/2010'To'Midnight Of 06/04/2012
Collection No & Dl CD A/c AA00UOU49420 ' '■

Gross Premium 12,10,747 'SeiVic^-Tax.:;H,25,53,1,■ . v ; '.;. Stamp .Duly : .5 L Total : 13,44.278


Coinsurance Details OlCL 5O.'007o .New fpdta[Asisur#o|J^!LirflrMcJ.';3OJ0O% , FUTURE GENERAL- INDIA INS CO LTD
20.00%
.-i J
' (" A jpilllfeKDEtAlLS-; ' :'Vj ",/..'',

Description of Hie
Project

Escalation %
L^^MiiMmr}^ _J_. S^ciio^l-Maiferiat barnage .
Insured Items Sum Insured

Place : .....■-. ? ^ For and on behalf of


V": .'^.J"^j.ie*OS)iiental Insurance Company Limited
Dais : Q6/04/2010

All the Amounts menlroned in this policy are in Indian Rupees t'^J Auf^jo^euNSQnatury

Page 1 of 3

Now you can buy and renew selected policies onitnS^BfcwwaV^orienlalins urange.org. in

DUE TO NOH-JW.giLiTY OF POLICY STAMPS


C0EfSOUOf-.TE.Li ^!^? fDHS FAD TO
THE TnEASUiWSUB-TnCftSUflY 'OfFIGE.
Govr.or A.P.
Re
Attached ^ j j o r i J t o n U f f l f l U P ^ © ® & ? f M ^ W ^ i i l S u 9d" & H e a d 0ffice :

■ tf-ffi/B?, W W ^ C T r i 0 ttB 0 | g M H _ A - 2 5 g 7 l Asaf All Road. New Delhi-110 002


lm& wwworienialinsurancB.nic.iti TO w g P ^ / Visit us'at www.orientalinsurance.nic.in"'
1. c f f i c S s W * ™ 3 * ^ ^ ^ to ife'rfreKbaftHlfllfflffilfiJtfons to Policy Issuing Office
1.1 Contract price 107,55,37,044
1.2 Materials or items supplied by the Principal
2 Any oiher works. & installations not included in 1.1 and 1.2 above {eg camp, colony, stores etc as per list enclosed)
3. Construction Plant & Machinery {Memo. 6) (as per lint enclosed) 2fJ.O0.O0D
4. Extensions (on First loss Indemnity basis) -
" V l Express Freight. Overtime (Memo 5) 0
~3:2~ Pfihcipa!*s~5uroundrng Property (Memo 7) 0
4.3 Debris Removal (or insured properly) 2,00.00,000
4.4 Extended Maintaince Cover . 107.55,37.644
4.5 Earthquake Cover 107.55,37.644
4.6 Third Party Liability Cover with or Without Cross [Liability 1,00,00.000
4.7 Owners Surrounding Properly With Flexa 20,00.000

Section II - Third Party Liability

1. Limit of indemnity in respect of any one accident of-[series dl" accidents arising out of one event.
2. Total limit of Section II during policy period. 1,00,00,000

Section \\\-, ExcessforSectionl & II


" :fiiEl- ■■
Normal: 5% of Claim amount subject'to minimum' at fts1
Clearance ' ' *~
IWr
Kflcable lo Mad)irierjes:insurerj !
Third Party S"- }.!■ ■ ■ ' ■ ■ ■ ' ■ ■ ■ ' ■ " > ^ ! ! & : i . \ *
AOG/Major Perils /Collapse;
Voluntary Excess ;

Totel Sum Insured In Words:


WWemtffitofrPWo?fl6V

Tha Insurance under this [,„-<•.. .».»...«..UUUk.» W , U , „ U , > , V M U ^ U B I i v M i n i . v M U U , ™ , , , , , , - , ,

EarlhQuake Cover, \ !. ^ . ' ' U ^ ' f e ^ s . ^ / ■* ii ;\ &'$$ ' • . & & -'
ciearence andRemoval.of Debris. '.' '$4.MJ3nlhs;';J'.V'"-^■!':;'■ / i"
Thffd Party Liability Cover with or Without Cross Liability"! !a4 Months ..'/.'''
Construction Plant and Machinery, . 2 4 Months .
Owners Surrounding Properly With Flexa. 24 Months
Extended Maintaince Cover, 24 Months

The Insurance under this policy is subject to warranties & Clauses (as per forms attached):
7/f Clearance and Removal Of Debris
11/8 Owners Suirountling Property
13/i Cover for Cross Liability
PROJECT SI MENTIONED IN POLICY INCLUDES TEMPORARY SHEDS RS. 50LACS, SCAFFOLDING AND OTHER
MTRLS-5LACS

Place :
Date : 06/04/2010

All the Amounts mentioned in this policy are in Indian Rupees \ S ?$ZT?X&Xy Paqe 2 of 3

Now y o u can buy and renew selected policies online at www.orientalinsurance.orq.in


Mvfl^iei ^ *RS) qaqieR : Regci. & Head Office :
V-25/27, sxrm wefl Hi. Mfitetft-HO002 A-25/27, Asaf Afi Road, New DeIhi-110 002
^IT52 www.orlentalinsurance.nic.in ^CI Visit us at www.orientaIinsurance.nic.in
Address all communications \o Policy Issuing Office 63?

Attached to and forming part of policy number 431600/44/2011/4

COVERAGE - TPL WITH CROSS LIABILITY - 1CRORE. REMOVAL OF DEBRIS -2CRORES, INSURED SURROUNDING
PROPERTY - 20LACS, CONTRACTORS PLANJ & MACHINERY - 20LAGS, DEFECT LIABILITY 24 MONTHS
: :
AtC—H-Heura-GlBHse———^ ___________ ___—. "
8/b 50:50 Clause
EXCESS - NORMAL CLAIMS 5% CLM AMT SUB TO MIN OF 1 LAKH. AOG CLAIMS - 5% OF CLM AMT SUB TO MIN OF
RS 4 LAKHS

Bank Names are as per the list attached:


SI No Bank Name/Financier • Bank Branch and Address

SOMAJIGUDA, HYDERABAD

The insurance under this policy is subject to cdqdilions*, 'clauses; Warranties; endorsements as per fomis attached.

Warranted tha t in case of dishonour'pf premium! ciieque'( j} the Company Jsfiali hoi be liable under the policy and the policy
shall be void abinitio (from inceplionj. j''■■;.■ ! ; ;■ i'[ * ' . ' '■■'•:='.' .'j

In witness whereof the undersignetf being aullicfiserj 'by-and oii behalf of the corripariy has/have herein:io set his/lheir hands
at DO 5 HYDERABAD on 061b pay of April 20,ll|i j | ; ; ; ; : S ] , ■'•:<'..-
■'. i !-■■! i :fi:-i. -~'A-•','•'.-' '■'■: For-and on behalf of
Entered By : T.VEENA KbMARr ' '; ; W The Oriental Insurance Company Limited
ExamfnedBy : N.TATA RAO .

/:
^^■:'^te'^i^ '?'.'■' •m:-:i^u
w, 'V

'I i

Place : on behalf of
Company Limited
Date : 06/04/2010

v---
All the Amounts mentioned in ihis policy are in Indian Rupees V.-'.-X. Page 3 of 3
'■■-;i';;<Viiy __
Now you can buy and renew selected policies online at www.ofieiTt3llnsurance.orq.in
/-

The Oriental insurance Company Ltd.


DIVISIONAL OFFICE - V, 1-2-25/16, III FLOOR, Dr.ATMARAM ESTATE(TMC BUILDING), HYDERNAGAR,
KUKATPALLY, , , HYD , 500072
RECEIPT

; Ogjce Code & Name 431BO0 - DO 5 HYDERABAD Bank Code : 9100(CM31600-01)


i £
' Collection No. 51-64/51590000*5 PosJed Doc No. : 5159000045
t-2
jCgJlectfon Date 05/04/201016:49 Posted Doc Df.. : 06/04/2010

gfiiceived with thanks From 'Sh-JSmtJ M/s. M/S SEW INFRASTRUCTURE LTD
gnp Sum of Indian Rupees Thirteen Lakhs Forty-Four Thousand Two Hundred Eighty-Three Only

- ==TiBward£ the following BG/CD DEPOSIT PREMIUM::"--"—- -


.gSl'i Dept. Policy No. Policy End/Ren/Dcc/Dev. Off. Code Source Amount C/D, GL . SLCode Pay Bank Bank Instrument Instr. CHJCC
<H(£ Code Status Claim N o . Code Collected -7 Code Mode Name Branch No. Exp. Dt.

§ " 99. 6" AA0000049420 CHQ SBI PANJAGU 209095 06/04/2010


TTA
5§3S . Total. *;_ immm$$£z^i: ^li_
offish
(0 ■=
>SrfrviceTax Registration Ho. : AAACT0S27RST30'S;--i;iV-"':-v' = FOR THE ORIENTAL INSURANCE COMPANY LTD

Re. 1/-
Rev. Star

Cashier/Authorised Signatory \
■ Nolfi : For Payment by cheque . receipt will be valid subjedtorealieefiorRSSheque--

. : , ^ S S ^ g

&,

CO
CO
CO
5
fe! !he amourls menlionad in this report are in Indian Rupees
-3-
Tiie liability of the Company under this Policy in respect of any item sustaining damage shall cease if said
item is not repaired properly without delay.

6. The Insured shall at the expense of the Company do and concur in doing and permit to be done all such ' U 0 4
acts and things as may be necessary or required by the Company in the interest of any rights or remedies,
or of obtaining relief or idemnity from parties (other than those Insured under this Policy) to which the
Company shall be or would become entitled or subrogated upon their paying for or making good any
loss or damage under this Polidy, whether such acts and things shall be or become necessary or required
before or after the Insured's indemnification by the Company.

-7-—If-any-dispute-or-tJifference-sf all^rr^e^sno^Ire~qiianlrjrn~to-lJeTiaiti undenfie~policy^ITab11ity delng


otherwise admitted) such differ snce sliall independently of all other questions be referred to the decision
of a sole arbitrator to be appointed in writing by fhe parties fo the difference or if they cannot agree upon
a single arbitrator within 30 da 's of any party invoking arbitration, the same shall be referred to a-panel
of three arbitrators, comprising of twjo arbitrators, one to be appointed by each of the parties to the
dispute/difference and the thirqj arbitrator to bfe appointed by such two arbitrators and arbitration shall be
conducted under and in accordance with the provisions of the Arbitration and Conciliation Act, 1996.

It is cleariy agreed and understood that no difference or dispute or dispute shall be referable to arbitration
as herein before provided, if the Company has disputed or not accepted liability under or in respect of
this Policy.
I'" I | ! ■ :
It is hereby expressly stipulated and declared that it shall be a condition precedent to any right of action
or suit upon this policy that award by-such arbitrator/arbitrators of the amount of the loss or damage
shall be first obtained. i: ; I : •
]■■ H ! ■ - ■ i
it is also hereby further expressjy agreed and^eclared that .if the Company, shall disclaim liability to the
insured for any claim hereunder and such claim shall not, within 3 calender months from the date of
such disclaimer have been made the subject matter of a suit in a court of law, then the claim shall for all
purposes be deemed to have been abandoned and shall not thereafter be recoverable hereunder.

8. If a claim is in any respect fraudulent, ;or if any false declaration is made or used in support thereof, or
if any fraudulent means or devices aroused by the Insured or any one acting on his behalf to obtain any
benefit under this Policy, or if a claim is made and rejected and no action or suit is commenced within
three months after such rejection or, in case of arbitration taking place as provided therein, within three
V
months after the Arbitrator or Arbitrators or Umpire have made their award, all benefits under this Policy
shall be forfeited. • ''

9. If at the time any claim arises under this Policy there be any other Insurance covering the same loss,
damage or liability the Company shall not be liable to pay or contribute more than their rateable proportion
of any claim for such loss, damage or liability.

10. This Insurance may be terminated at the request of the Insured in which case the Company will refund
the premium amount as decided by the TAC subject to following condition.

i) Claims experience under the Policy as on date of cancellation should be less than 60% of reworked
premium.

ii) The expired period under the Policy should not have exceeded 75% of the Policy period.

iii) Testing period should not have commenced (applicable only for EAR covers).

This Insurance may also at any time be terminated at the option of the Company by 15 days notice to that
effect being given fo the Insured in which case the Company shall be liable to repay on demand a rateable
proportion of the premium for t h e unexpired term from the date of cancellation.

- - - - -SECTION - ! - M A T E R I A L - D A M A G E

The Company hereby agrees with the Insured (subject to the exclusions and conditions contained herein or
endorsed hereon) that if, at any time tiuring the period of insurance stated in the said Schedule or during any
further period of extension thereof the property (except packing materials of any kind) or any part thereof
described in the said Schedule be lost, damaged or destroyed by any cause, other than those specifically
: j:-i!^gte&. excluded hereunder, in a manner necessitating replacement or repair the Company will pay or make good all
. -. :itW- ^g^sfoph l o s s or damage upto an amount not exceeding in respect of each of the items specified in the Schedule
~'~ia& the sum set opposite thereto and not exceeding in the whole the total sum insured hereby.
The Company will aisoreirrmurseineinsureu iur me uu:siuiuit:c»cui^eaMuicii 1 . J vait J1 uc.ji !;>■«■.«.....a«K«..
any event giving rise to an admissible claim under this Policy but not exceeding in all the sum (if any) set
opposite thereto in the Schedule. The term 'debris' means debris only of the insured property and the cost o<
clearance and removal of debris pertaining to property not insured by the policy will not be payable.
635
EXCLUSIONS TO SECTION - I

The Company, shall not, however, be liable for :-

a) the first amount of the loss arlsihg out of teach and every occurrence shown as Excess in the Schedule;
i
"> b) loss discovered only at the time of taking an inventory;

c) normal wear and tear, gradual deterioration due to atmospheric conditions or lack of use or obsolescence
or otherwise, rust, scratching o painted or polished surfaces or breakage of glass;

d) loss or damage due to faulty design; ,

e) the cost of replacement, repair or rectification of defective material and/or workmanship, but this exclusion
shall be limited to the items immediately affected and shall riot be deemed to exclude loss of or damage
to correctly executed items resulting from an accident due to such defective material and/or workmanship;

f) the cost necessary for rectification or'correction of any error during construction unless resulting in
physicalloss ordamage;

g) loss of ordamage to files, drawings, accounts, bills, currency, stamps, deeds, evidence of debt, notes,
securities, cheques, packing mkteriais : such as cases, boxes, crates;
■ ] ■ • ! ■ :

h) any damage or penalties on accdunt of the insured's non-fulfillment of the terms of delivery or completion
under this Contract of construction or of any obligations assumed there under or lack of performance
including consequential loss of any kind or'description or for any aesthetic defects or operational
deficiencies;

i) loss of or damage t o vehicles' licensed for general road use or water borne vessels or Machinery/
Equipment mounted or operated or fixed on floating vessels/craft/barges or aircraft.

PROVISIONS APPLYING TO SECTION - 1

V Memo 1 - SUM INSURED :


i ■ ■ .

It is a requirement of this Insurance that the Sum of insurance stated in the Schedule shall not be less than
the completely erected value of the property inclusive of freights, customs duty, erection cost and the Insured
undertakes to increase or decrease the amount of insurance in the event, of any material fluctuation in the
level of wages or prices.

Provided always that such increase or decrease shall take effect only after the same has been recorded on the
Policy by the Company.

If, in the event of the occurrence of a loss or damage, It is found that the Sum Insured representing the
completely erected value of the property and / or of the particular items Involved is less than the amount
required to be Insured the amount recoverable by the Insured under the Policy shall be reduced in such
proportion as the Sum Insured bears to the amount required to be insured.

Memo 2 - PREMIUM ADJUSTMENT:


The Sum Insured under the Policy representing the complete value of the contract works shall be adjustable
at completion of the construction on the basis of actual values to be declared by the Insured in respect of
freight and handling charges, customs dues and construction cost and difference In premium shall be met
with by payment at the rate agreed to or by the insured as the case may be. A n y Increase or decrease [n the
Prime cost of materials shall not be the subject matter of premium adjustment,

Memo 3 - REINSTATEMENT OF SUM INSURED :


In the event of loss or damage the Insurance shall notwithstanding be maintained In force during the period
of Insurance for the Sum Insured the Insured undertaking to pay a pro-rata additional premium on the full
r, amount of each claim for the loss or damage from the date of such loss to the expiry of the period of
a^h; Insurance.
Memo 4 - BASIS OF LOSS SETTLEMENT:
In the event of any loss or damage the basis of any settlement under this Policy shall be
a) in the case of damage which can be repaired the cost of repairs necessary to restore the property to their
condition immediately before the occurrence of the damage less salvage, or
b) in the case of a total loss - the actual value of the property immediately before the occurrence of the loss
less salvage.
-*. however only the extent the cost clalrhed has to be borned by the Insured and to the extent they are included
■ in-tiie^um4nsurad^nd-pK^eda!wjays4b

all damages, which can be repaired; shall be repaired, but if the cost of repairing any damage equals or
exceeds the value of the property immediately before the occurrence of the damage, the settlement shall be
made on the basis provided for in (b) above.

the cost of any provisional repairs will be borne by the Company if such repairs constitute part of the final
repairs and do not Increase the total repair expenses.

the cost of any alterations, additions and/or improvements shall not be recoverable under t h i s Policy.

Memo 5-EXTENSION OF COVER:


Any extra charges incurred for overtime, work on holidays, express freight (excluding air freight) are not
covered by this insurance unless agreed upon at an additional premium to be prescribed by the Company.

Memo 6 -CONSTRUCTION PLANT A'ND MACHINERY,:


Loss of or damage to Construction Plant and Machinery excludes loss or damage directly caused by its own
explosion or its own mechanical or electrical breakdown or derangement.

Memo 7-SURROUNDING PROPERTY:


Loss of or damage to property located on or adjacent to the site and belonging to or held in care custody or
control of the Principal(s) or the Contractor(s) shall only be covered if occurring directly due to the construction
of the items insured under Section I and happening during the period of cover, and provided that a separate
Sum therefore has been entered in the Schedule under Section i, item 5 for Principal's surrounding property.
This cover does not apply to construction/erection machinery, plants and equipment.

Memo 8-MAJOR PERILS/AOG PERILS:

"The major perils/Acts of God claims" shall mean claims arising out of:

a) Earthquake - Fire & Shock


b) Landslide/Rockslide/Subsidence
c) Flood / Inundation
d) Storm /Tempest/ Hurricane/Typhoon/Cyclone/Lightning or other atmosphere disturbances.
e) Collapse
f) Water damage for 'wet' risks I.e. contract involving works in rivers, canals, lakes or sea.

Memo 9 - REINSTATEMENT OF THE INDEMNITY LIMIT;


Reinstatement of the indemnity limit on payment of additional premium after occurrence ofclaim can be
allowed for extension like express freight, over time, surrounding properly, airfreight.

SECTION II - THIRD PARTY LIABILITY

The Company will idemnify the insured against:

a) legal liability for accidental loss or damage caused to property of other persons including property held
in trust by or under cuslody of the insured for which ho is responsible excluding any such property used
in connection with construction thereon.

T;> ----- k) 'r3-!'"1' lability (liability under contract excepted) for fatal or non-fatal Injury to any persons other than the
-. J l w l j t L Insured's own employees or workmen or employees of the owner of the works or premises or other
■ >-U$sfj^sk firms connected with any other construction work thereon, or members of the Insured's family or of any
-\j£« '' of the aforesaid: directly consequent upon or solely due to the construction of any property described in
the Schedule.
•6-

Provided that the total liability of the Company during the period of Insurance under this clause shall not
exceed the limits-of Indemnity, set opposite thereto In the Schedule.

In respect of a claim for compensation to which the indemnity provided herein applies, the Company will, in
addition, idemnify the Insured against -
i
aj all costs and expenses of litigation recovered by any claimant from the Insured.

b) all costs and expenses incurred with the written consent of the Company.

The exclusion contained in paragraphs (d), (f) & (g) in Section I of this Policy shall apply also to this Section.
i
1
EXCLUSIONS. TO SECTION - II

The Company will not indemnify the Insured In respect o f :

1. The excess stated in the Scheduled to be borne by the insured In any one occurance related to property
damage.

2. Expenditure incurred in doing or redoing or making good or repairing or replacing anything covered or
coverable under Section I of this Policy.

3. Liability consequent upon :-

a) bodily injury to or illness of employees or workmen! of the Contractors) or the Prtncipal(s) or any
other firm connected with the project which or part of which is insured under Section I or members
of their families; :

b) loss of or damage to property belonging to or held in care custody or control of the Contractor(s), the
Principal(s) or any other firm connected with the project which or part of which is insured under
Section - 1 , or an employee or workman of one of the aforesaid;

c) any accident caused by Vehicle? licensed forgeneral road use or by waterborne vessels or aircraft;

d) any agreement by the Insured to pay any sum by way of idemnity or otherwise unless such liability
would have attached also in the absence of such agreement.

CONDITIONS APPLYING TO SECTION - II

1. No admission, offer, promise, payment or Indemnity shall be made or given by or on behalf of the
Insured without the written consent of the Company who shall be entitled, if they so desire, t o take over
and conduct in the name of the Insured the defence or settlement of any claim orto prosecute for their
own benefit in the name of the Insured any claim for indemnity or damage 6('.otherwise and shall have
fuii discretion in the conduct of any proceeding or In the settlement of any claim and the insured shall
give all such information and assistance as the Company may require.

2. The company may, so far as any accident is concerned, pay to the Insured the limit of Indemnity for
anyone accident/anyone period, but deducting therefrom In such case any sum/s already paid as
compensation In respect thereof or any lesser sum for which the claim or claims arising from such
accident can be settled and the company shall thereafter be under no further liability in respect of such
accident under this section.

Special conditions concerning removal of debris from landslide in excess of the costs of excavating the
original materials from the area effected by such landslides.

SAMATA/20T/01-09
V iA

SEW INFRASTRUCTURE LIMITE rio


(ISO 9001 : 2008, ISO 14001 : 2o'o4 OHSAS 18001 : 2007 Certified Company)

FORMAT - B 19
AVAILABILITY OF CRITICAL EQUIPMENT & KEY PERSONNEL
(B) AVAILABILITY OF KEY PERSONNEL
Qualification and experience of Key personnel for administration and execution of the C o n t r a c t :
Sector Name(s) *wn* SuYears'ofc.J'
experience
^Qualification *"- - Position Years of Experience

Project Management Sri Y. Gangadhara Rao 55 Years 22 Years M. Tech Project Director After a brief stint with HMT, Hyderabad, he
Administration started with SEW Constructions Limited in
& 1983 and gained vast experienc e in
Administration maintenance and operation of Earth moving
machinery and construction eqi ipment of all
types. He was associated with instruction
of Hasdeo Bango Dam, Civil wcrks of 2000
Tons Coal Bunker, Talcher, Ceitral
Excavation workshop at Gevra ' br South
Eastern Coal Fields Limited in Bilaspur Dist.
Madhya Pradesh.

He was incharge of K.C.Canal Modernisation


Project in Andhra Pradesh, Civ f works of
Maheshwar Hydro Electric Project in Madhya
Pradesh

He is presently incharge of Myn du Dam


in Shillong, Meghalaya State

Technical 1) SriCh. Krishna Rao 55 Years 21 Years 3.E. Associate Vice President ■ He has experience in Construction of Dams,
Management Civil works of Power Houses an i Buildings.

He was associated with construction of Power


House No.I, Power House N0.III1& Power
House IV, Head Regulator C h . 1 5 of Tons Hydel
Project for Madhya Pradesh Ele ;tricity Board,
Bansagar Dam for M.P. Water Resources Dept.
at Bansagar, Madhya Pradesh.

As Dy. General Manager with SEW Constructions


Limited, he is associating with construction of Kutni
Masonry Dam in Madhya Prades h
^ / im­

SEW INFRASTRUCTURE LIMITED


(ISO 9001 : 2008, ISO 14O01 : 20()4 OHSAS 18001 : 2007 Certified Company)

^Ye3r^of£fc
Sector " v ' : Qualification position Years of Experience
experience,
2) Sri A.Ajay Kumar Reddy 55 Years 25 Years LCE Dy General He has experience in Construction of
Manager Dams, Civil works of Power Hoises.

He worked for construction of ci /il works


of River bed power house (2x45 MW) down
stream of Bargi Masonry dam, construction
of civil works of Power House-I 3x105 MW)
of Tons Hydel Project, Construction of
Bansagar dam, Construction of civil works
of Power Houses-Ill & IV of Tons'Hydel
Project and Construction of Head Regulator
at CH.45 of Tons Hydel Project ri M.P.

As Dy.General Manager with SEIW


Infrastructure Limited, he is presently associating in
the work of Kutni Feeder Reservoir Masonry Dam at
Khajwa, Dist.Chhatarpur, Madhya Pradesh.

3) Sri R.Panduranga Rao 55 Years 22 Years' LCE. Dy. General As Site Engineer with SEW Cors'tructions
Manager Limited, he worked for construe ion of Spillway
blocks 1 to 12 of Priyadarshini Jurala Dam in
Andhra Pradesh

As Site Engineer with SEW Cor structions


Limited, he worked for construe! ion of civil
works of River bed Power Hous 3,(2 x 45 MW)
of Bargi Masonry Dam in Madtya Pradesh
As Site Engineer with SEW Cor structions
Limited, he worked for construe ion of Central
Excavation workshop Gevra in Madhya Pradesh

As Sr. Civil Engineer with SEW Constructions


Limited, he worked for CWC Canals from 31 to
34, Head & Cross Regulator at l W 28.154, Km. CO
12.51 to 15.61 and Km. 28 to 31 of Tons Hydel CO
Project in Madhya Pradesh "-O

As Works Manager with SEW Constructions


Limited, he was associated with the work of
construction of Head Regulator at Ch. 45 of
SEW INFRASTRUCTURE LIMITED
(ISO 9001 : 2008, ISO 14001 : 2004' OHSAS 18001 : 2007 Certified Company)

A
Sector Namefsr*"^ - *"* ^VS$T. : >>';$*?. Years^bf-'Experlertca;
expsfieirces-
CWC Canal of Tons Hydel Project (Group A & B)
valued at Rs183.29 Millions in Madhya Pradesh

As Asst. General Manager with SEW


Constructions Limited, he is associatsd with
construction of Madikheda Masonry Dam of
Sindh Project - Phase-ll valued at Rs.1228.10
Millions in Madhya Pradesh

As General Manager he is associatirg in the


execution of Myntdu Hydro Electric Project,
Meghalaya

4) Sri B.Ravinder Reddy 42 Years 16 Years B.E. (Mech.) Dy. General He has experience in Operation and
■ Manager Maintenance of Heavy Earth Moving
Cranes, Other Equipment such as Batching Plants,
Equipment & Transit Mixers, Pavers and other
Electrical works Machinery.

He worked for Construction of World Bank


Aided Package Mos. C6-10 & H2-06 or Sri
Rama Sagar Project - Kakatiya Canal
works costing over Rs.60.00 Crores in
Andhra Pradesh.

He worked for Construction of Temthu


Barrage costing over Rs.100 Crores in
Maharashtra.

He also worked for OECF Aided Package


No.lCB-12 of K.C-.Canal Modernisation
Project in Andhra Pradesh.
CO
He also worked for Construction of
Civil works of Malana Hydro Electric Project CD
(2x43 MW) in Himachal Pradesh.

3 of 11
V

SEW INFRASTRUCTURE LIMITED


(ISO 9001 : 2008, ISO 14001 : 2004 OHSAS 18001 : 2007 Certified Company)

kYears,oft
\Sector Name(s)I iQual if i cation > -. Position Years of Experience
A experience^
As Dy. General Manager (Mech.) with SEW
Infrastructure Limited is inchargo. of construction
equipment of Telugu Ganga Project, Package - 2,
Dist. Kadapa, A.P.

5) B. Vdnu Madhav 42 Years 14 Years B.E. Dy.General Manager As Site Engineer with SEW Constructions
Limited, he worked for Construction of World
Bank aided Package No. W6-09 of Sri Rama
Sagar Project in Andhra Pradesh valued at Rs.
285.00 Millions

As Site Engineer with SEW Constructions


Limited, he worked for Construction of World
Bank aided Package No. H2-06 of Sri Rama
Sagar Project in Andhra Pradesh valued at Rs.
171.00 Millions

As Senior Civil Engineer with SEW Constructions


Limited, he was associated with Construction
of Barrage across river Krishna, House 1
(A) and Approach Channel of Tembhu Lift ■
Irrigation Scheme in Dist. Satara of
Maharashtra State for Maharashtra Krishna
Valley Development Corporation, va|'!ued at
Rs.1016.59 Millions

As Manager (Civil) with SEW Const-uctlons


Limited, he worked for Construction of Package
No. 1CB-12 of K.C.Canal Modernisation Project
valued at Rs.275.24 Millions in Andhra Pradesh

As Manager (Civil) with SEW Const'uctions


Limited he is associated for construction of
Package No.lCB-14 of K.C. Canal Modernization CO
Project valued at Rs.258.69 Millions in Andhra
Pradesh

As Dy. General Manager he is associating with


Telugu Ganga Project - Package - 2, Dist. Kadapa,
A.P.
A

SEW INFRASTRUCTURE LIMITEb


(ISO 9001 : 2008, ISO 14001 : 2004 OHSAS 18001 : 2007 Certified Company)

H.x4,S\
Sector Name(s)\ ps* gQuaitfication Position Years ofrExpeffehce
experience.

Site Supervision 1) Sri Mahendra Kumar 40 Years 12 Years LC.E. Senior Engineer He has experience in Construction 6f
Dams, Power Houses, Canals, Head
Regulators., etc.

As Senior Civil Engineer he is asso jiated with Telugu


Ganga Project, Package - 2, Dist. Kadapa, A.P.

2)SriT.hambabu 42 Years 6 Years B.E. Senior Engineer He has experience in Construction of


Dams, Power Houses, Canals & Bridges

As Senior Civil Engineer with SEW


Infrastructure Limited, he is associa ing with
Telugu Ganga Project- Package - 2, Dist.
Kadapa, A.P.

3) Sri GJRama Narsaiah. 41 Years 14. Years D.C.E Senior Engineer As Site Engineer with Sew Construe lions
Limited, he worked for World Bank aided
Package No. C6-10 for Sri Rama Sagar Project
in Andhra Pradesh, valued at Rs.38 5;00 Millions

As Site Engineer with SEW Constructions


Limited, he was in-charge of World Bank aided
Package No. H2-06 of Sri Rama Sagar Project in
Andhra Pradesh, valued at Rs.171.dp Millions

As Site Engineer with SEW Constructions


Limited, he worked for construction of Barrage
across river,Krishna, Pump House 1 (A) and .
Approach Channel of Tembhu Lift Ir igation
Scheme in Dist. Satara of Maharashtra State
for Maharashtra Krishna Valley Development CD
Corporation, valued at Rs.1016.59 Millions

As Manager with SEW Constructions'Ltd., he


worked for construction of Tarali Masonry Dam
(Prasad & SEW - J.V. - 60: 40) valued at
Rs.927.3 Millions in Satara (Dist.) Maharashtra.
\ V A
SEW INFRASTRUCTURE LIMITEb
(ISO 9001 : 2008, ISO 14001 : 2od4 OHSAS 18001 : 2007 Certified Company)

Sector Namefs). Qualification Positron Years of Experience.,


experience1

As Manager with SEW Constructions Limited, he


is associated with the work of const'uction of
Madikheda Masonry Dam of Sindh Project
Phase-ll valued at Rs.1228.10 Millions in
Madhya Pradesh

As-Sr.Manager he is associating with Telugu


Ganga Project - Package - 2, Dist. Kadapa, A.P.

4) Sri R.L. Pandey 37 Years 7 Years Senior Engineer He worked with other Civil Engineering
(Markout Construction Companies and gained experience
Preparation of in construction of Darns, Bridges, Roads etc.
Bills)
As site Engineer with SEW Constructions
Limited, he worked for construction oi Sulwade
Barrage valued at Rs.870.00 Millions in
Maharahstra.

As Senior Civil Engineer with SEW Constructions


Limited he is associated with the wcrk of
Widening ■to 4/6 lanes and upgrading :of the
existing 2-lane carriage way of NH-!a of
Package NO. AP-5 (Prasad & SEW - J.V. - 51
49) valued at Rs.630.08 Millions in Andhra
Pradesh.

As Senior Civil Engineer he is associating with


Telugu Ganga Project - Package ■ 2, Dist. Kadapa,
A.P.

5) Sri PJSrinivasa Rao 40 Years 13 Years Senior Engineer As Site Engineer with SEW Constructions
(Reinforcement & Limited, he worked for the work of canstruction
. Shuttering) of World Bank aided package No. C 6-10 of Sri CD
Rama Sagar Project - Kakatiya Car al works in
Andhra Pradesh valued at Rs.385.00 Millions. CO

6 of 11
■h

SEW INFRASTRUCTURE LIMITED


(ISO 9001 : 2008, ISO 14001 : 20d4 OHSAS 18001 : 2007 Certified Company)

*_1 V ' <-v


Sector Namefs)^ .Qualification Position Years of Experience
i« experience ' ^ If r
As Site Engineer with SEW Constructions
Limited, he worked for the work of construction
of World Bank aided Package No. h 2-06 of Sri
Rama Sagar Project in Andhra Praqesh valued
at Rs.171.00 Millions

As Site Engineer with SEW Constructions


Limited, he worked for the work of construction
of Barrage across river Krishna, Pump House 1
(A) and Approach Channel of Tembhu Lift
Irrigation Scheme in Dist. Satara of
Maharashtra State for Maharashtra <rishna
Valley Development Corporation valued at
Rs.1016.59 Millions

As Senior Civil Engineer with SEW Constructions


Limited, he is associated with the work of
construction of Madikheda Masonry Dam of
Sindh P r o j e c t - Phase-ll valued at Ffs.1228.10
Millions in Madhya Pradesh.

As Senior Civil Engineer he is associated with


construction of Kutni Masonry [pam in Madhya
Pradesh.

6) Sri S.Nav Kumar 39 Years 14 Years D.C.E. Site Engineer As Site Engineer with SEW Constructions
(Quantity Servey Limited, he worked for Construction of World
& Markout) Bank aided Package No. W6-09 of V,r\ Rama
Sagar Project valued at Rs. 285.00 Millions in
Andhra Pradesh.

As Site Engineer with SEW Constructions


Limited, he worked for Construction bf World
Bank aided Package No. C5-03 of Sri Rama
Sagar Project valued at Rs.351.70 Millions in
Andhra Pradesh.
SEW INFRASTRUCTURE LIMITED
(ISO 9001 : 2008, ISO 14001 : 2004 OHSAS 18001 : 2007 Certified Company)

Sector Namefs) tmA< "CYCars Qtt


"•experience
Qualification Position Years of Expenen ;e
As Site Engineer with SEW Constructions
Limited, he worked for construction!of Barrage
across river Krishna, Pump House 1 (A) and
Approach Channel of Tembhu Lift Irrigation
Scheme in Dist. Satara of Maharashtra State
for Maharashtra Krishna Valley Development
Corporation, valued at Rs.1016.59 Millions

As Senior Civil Engineer with SEW Constructions


Limited, he worked for Construction of Civil .
Works of Intake, water pump house and
Auxiliaries for Samalkot Combined Cycle Power
Plant in East Godavari (Dist.), Andhjra Pradesh
valued at Rs.400.00 Millions.

As Senior Civil Engineer he is asso ;iated with Telugu


Ganga Project - Package - 2, Dist. Kadapa, A.P.

7) Sri Srinivasa Reddy 43 Years 8 Years. B.E. Senior Engineer As Site Engineer with SEW Construction s
- -(Quality- ■ Limited he worked for construction of Tembhu
Assurance & Barrage across river Krishna, Pump House 1 A
Laboratory) and Approach Channel of Tembhu I .ift Irrigation
Project valued at Rs.1016.59 Millions in
Maharashtra.

As Senior Engineer (Civil) with SEV\


Constructions Limited he is associated with the
work of Construction of Madikheda Masorny
Dam of Sindh P r o j e c t - Phase-ll val jed at
Rs.1228.10 Millions in Madhya Pradesh. CD

As Senior Civil Engineer he is associated with Telugu


Ganga Project - Package - 2, Dist. |<adapa, A.P.
^

SEW INFRASTRUCTURE LIMITED


{ISO 9001 : 2008, ISO 14001 : 2004 OHSAS 18001 : 2007 Certified Company)

Sector • Name(s)£<^ j£ Qualification Position Years of Experience


experience

8) Sri I_A!. Jadhav 53 Years 26 Years L.C.E. Senior Engineer He worked in.different capacities wilh different
{Construction of civil engineering construction compc.nies and
Approach roads, gained vast experience in construction of
i New roads & Darns, Bridges, Roads, Buildings etc.
Maintenance)
! As Asst. General Manager with SEW
Constructions Limited, he is associated with the
i work of Widening to 4/6 lanes and upgrading of
the existing 2-lane carriage way of NH-5 -
Package No.AP-5 {Prasad & SEW i J.V. -
51:49) valued at Rs.630.08 Millions n Andhra
Pradesh.

As Asst. General Manager he is associating with


Kalwakurthy Lift Irrigation Scheme --.Package No.28,
Mahaboobnagar District, A.P.

9) Sri P. /. Ramana ■ 50 Years- - 22 Years - LC.E ■ Senior Engineer He worked in different capacities with different
(Construction & civil engineering construction companies and
Maintenance of gained vast experience in construct an of
'Camptuildings; Dams, Barrages & Buildings etc.
Stores, Sheds,
Workshops etc.) As Senior Engineer (Civil) with SEW
Constructions Limited, he worked f c
construction of Sulwade Barrage across river
Tapi valued at Rs.870.00 Millions in
Maharashtra.
*.
I
As Senior Engineer (Civil) with SEW.
Constructions Limited, he is associated with
the work of Widening to 4/6 lanes arid
I upgrading of the existing 2-lane carr age way
of NH-5 - Package No.AP-5 (Prasad & SEW - co
J.V. - 5 1 : 4 9 ) valued at Rs.630.08 M llions in
Andhra Pradesh.

i As Asst. General Manager he is associating with


i
! Kalwakurthy Lift Irrigation Scheme - Package No.28,
Mahaboobnagar District, A.P.
A

SEW INFRASTRUCTURE LIMITED^


(ISO 9001 : 2008, ISO 14001 : 20D4 OHSAS 18001 : 2007 Certified Company)

-■i.^vV Sector; - ^NameCs)|pf§|^^ WSBMgQuaiification ^ Position Years'lof: Experieric *[$'•■ : 'v:,


Accounts 1}) Sri C.JJay Kumar 50 Years ^experience;;
19 Years Accounts officer He worked in different capacities in Accounts
department for construction of Bans agar
Dam, Power Houses-Ill & IV, CWC Canals
of Tons Hydel Project in Madhya Pradesh.

He also worked for the work of construction


of Head Regulator of BansagarTon:>.Hydel
Project in Rewa Dist. Madhya Pradesh.

At present he is working for construction of


Kutni Masonry Dam in Madhya Pradesh

As Sr.Manager (Accounts) - presently


associating in Head Office, Hyderabad.

2) Sri M.Venkat Ratnam 46 Years 17 Years Accountant He worked in different capacities in


Accounts Department for construction of
Bus Terminal Complexes at Guntur and
Hyderabad, Construction World Ban* aided
Package Nos. C6-10 & H2-06 of Sri p'ama
Sagar Project in Andhra Pradesh,
construction of Central Excavation work
shop at Gevra, Madhya Pradesh.

He also worked for construction of


Tembhu Barrage in Maharashtra.

At present he is working for construction of


Kutni Masonry Dam in Madhya Pradesh

As Accounts Officer he is associating with


Telugu Ganga Project - Package - £, District
Kadapa, A.P.

3) Sri Naga Mohan 47 Years 18 Years Accountant As Accounts Assistant on casua! bas'is in M/s.
Bharat Dynamics Ltd.

As Accounts Assistant with M/s. K.L. Hitech


Secure Prints Ltd., Hyderabad
-(>

SEW INFRASTRUCTURE LIMITED


(ISO 9001 : 2008, ISO 14001 : 200J4 OHSAS 18001 : 2007 Certified Company)

^Years"ofM
Sector' ,' Name(s) %« J -Age£^ QUalFfi cation Position Years of Experience
experience
He worked in different capacities with M/s
Nagarjuna Construction Company Lid. for
various constructions sites in India and was
associated with Accounts and internal auditing.

As Accounts Officer with SEW Constructions


Limited he is associated with the wo k of EPC -
Civil work of 220 MW BAPL Combined Cycle
Power Plant in Andhra Pradesh

As Accounts Officer with SEW Constructions


Limited he is associated with the w c k of
Widening to 4/6 lanes and upgrading of the
existing 2-lane carriage way of NH-5 of
Package AP-5 (Prasad & SEW - J.V.) (51:49)
valued at Rs.630.08 Millions in Andhra Pradesh

Others - As Senior Accounts Officer he is associating with


execution of Polavarm Project, Dist, West Godavari,
Supervisory Technical Staff with 2 to 4 Years experience - 40 Nos. A.P.

SIGNATURE OF THE TENDERER


SEW INFRASTRUCTURE LIMITED
(ISO 9 0 0 1 : 2008, ISO 1 4 0 0 1 : 20'04 O H S A S 1 8 0 0 1 : 2007 Certified C o m p a n y )

FORMAT-B 19
j AVAILABILITY OF CRITICAL EQUIPMENT & KEY PERSONNEL
(A) AVAILABILITY OF EQUIPMENT :

SI. No. ■
; Activity * * NameolEquipmerit^ ^ No-of each n * Owned Leased 4 to be Availability /Herna'riks;
^equipment* Procured Proposals./

I. EARTHWORK
EQUIPMENT:,
1 Hydraulic Excavators of different . 3 Nos Nil Nil 3 Nil
i capacities

2 Dozers 4 Nos. Owned Nil Nil Owned

I Tractor Dozers 3"Nos. Owned Nil Nil Owned

3 Vibratory Compactors 3 Nos. Owned Nil Nii Owned


i

4 Sheepfoot Rollers 2 Nos. . Owned Nil Nil Owned


i
5 Diesel Road Rollers 2 Nos. Owned Nil Nil Owned

II. ' QUARRYING;


EQUIPMENT:
1 Air Compressors ^...9:Nos; - Owned Nil Nil ' Owned

2 Wagon Drills 9 Nos. Owned Nil Nil Owned

3 ; Jack Hammers 30 Nos. Owned Nil Nil Owned

4 Stone Crushing Plants 2 Nos. 1 Nil 1 1


\ ■V |A

SEW INFRASTRUCTURE LIMITED


(ISO 9001: 2008, ISO 14001: 2004 OHSAS 18001: 2007 Certified Company) '
v
Sh.No.; Activity -> f fv Nalpe^of ^ g r R S f ^ S * (Njo pf(e'ach ~s Owned Leased <■ to be Availability; '-'•Rem'e rks.;
eqtiipmeht Procured Proposals' ■■i ■

III. EQUIPMENT FOR


CONCRETE WORK
1 i Batching & Mixing Plants 2Nos. 1 Nil 1 1
i
(30Cum/hr)

1
Concrete Mixers with weigh 10Nos. Owned Nil Nil Owned
batches

I Transit Mixers 10Nos. 7 Nil 3 7

Concrete Paver finisher 4 Nos. Owned Nil Nil Owned

3 i Concrete Vibrators 10 Nos. Owned Nil Nil Owned

4 i P & H Cranes 1 No. Owned Nil Nil Owned

IV. HAULAGE: |
i .
Dumpers/ Tippers" ? \ "30:Nos ". 20 Nil 10 20

VI. - DEWATERING AND-


WATER SUPP LY
EQUIPMENT:
1 Pump Sets 100 HP Owned Nil ' Nil Owned

2 Water Tankers mounted on trucks 5 Nos. Owned Nil Nil Owned

i
en
-■/-

SEW INFRASTRUCTURE LIMITiED


(ISO 9001: 2008, ISO 14001: 2004 OHSAS 18001: 2007 Certified Company)
SI.No; Activity v -.Name-of Equipmenfyi^.&& No*Jof»each 3r Owned Leased to be Availability ■:'Rem^,rks^
-equipment Procured Proposals

VII. MISCELLANEOUS
EQUIPMENT:!,
1 Generator Sets(62.5 KVA) 4 Nos. Owned Nil Owned

Welding Sets 10Nos. Owned Owned


^^•*V;;,>i%iir

(fnrmijtiy SEW Constructions limited)

■■!o.<.EW/TW/F. 136/2010-018-S February 4, 2010


-<

/
The Superintending Engineer
N.T.R., T.G.P. Circle
Li . . I 1 . ( ulnuy
KADAPA, AndhraPiadcsh

Dear Sir,

Sub: Tender for the work.of "Providing Lining to SPVBR Left Canal including
dislributory system from Km, 0.300 to Km, 52.4?_5 (upto Porurnamtlla tank)
and providing lining to Irrigation Canal including distributory system of
Subsidiary Reservoir No. II and lining to TGP Main canal from Km. 132.530 t o
Km. 133.908 and from Km. 134.325 to Km. 135.332 and d i s t r i b u t o r system
of Blocks No. 40 (A), 40 (B), and Block No. 42 of Chennamukkapalli Canal" -
Offer of Discount - Reg.

Kef: I) Out Tender Offer submitted under Lr.No.SEW/TW/K136/2009/263-M,


dl.14.11.2009
2.) Tender Notice No.01/2009-1-0, dt.01.09,2009

In refeience t o our tender offer 1 st cited above, we hereby offer a discount of


Rs.25,00,000/- (Rupees Twenty fivp'lnkhs only) on our quoted amount as a gesture

of good will.

Thanking you ft. w i t h regards,

Foi 0. on behalf of:


sriW INFRASTRUCTURE LIMITED

c
(P.V.RAGHAVENDRARAO)
-P6VVFR-eF-^TT0RNEY-N0LD£R

.4.5Jfea_rsj»_f Excellence

'VSi ■m& ?
j'V,'"""!,"'
U

■!■'■■, I

:-.-ii;i " f f . V . - : .', i . * l . * | . ■'-.Uni.'.lftiA . l,*,r..ri In'.,/-. P-rtf. fi»riiiii.,n>l. I li ,Ji-r ttlnid- 300 Oil'.. A 1\ /fJDIfl
f,: v i tn -J.t.W.'l'.H. 7.1'i(Ti ?:-';i. <T./,5 m * / Fox; ■?i--(P ?.i.| 1 7$V1( *■'-'<> j . ' U O y i 1C. (7c<*h. 173-1 \\ I ?<SfR^n)
'nl'iih tiic!l'-i>'.r"i rii'i ':-.'i !n f,-i >■ '*<IN> >v-?|iu'li" ^•■W/iffrjih i<r t"Jc i.:ifli
e 9 0 $ i j 5 3 f 3TRI 31^91 ANDHRA PRADESH AW418481 > £ ^
Si No:.l.^.k^i...Date 08-01-2010 Rs.100.
Sold To:M.Rakesh Kumar S/ojSai Kumar R/o Hyd P. SR1NIVAS
I-br Whome: Sew Infrastructure Ltd; Hyd S,V.UNo.74/93 R.L.No.6/2008
7-MOO/I0, AMEERPET,
BALKAMPET ROAD,
HYDERABAD-16. (SOUTH!

Lr.No.SEW/TW/F.136/2010/19-B
February 3, 2010

The. Superintending Engineer, ;:


NTR Telugu Ganga Project Circle,
KADAPA-4

Dear Sir,

Sub: Tender for the work, of "Providing Lining to SPVBR Left Canal including distributory
system from Km. 0.300 to Km. 52.425 (upto Porumamilla tank) and providing lining
to Irrigation Canal including distributory system of Subsidiary Reservoir No. I! and
Lining to TGP Main canal from Km. 132.530 to Km. 133.908 and from Km. 134.325 to
Km. 135.332 and distributory system of Blocks No. 40 (A), 40 (B), and Block No. 42 of
Chennamukkapalli Canal" - Extension of validity of our offer - Reg.

Ref: 1) Letter No.SE/TGP/KDP/DB/ATO/lining/45 M dated: 02.02.2010 of the


Superintending Engineer, NTR Telugu Ganga Project Circle, Kadapa-4.
2) Our tender submitted under Lr.No.SEW/TW/F. 136/2009/263-Mdated: 14.11.2009
n -J)Jender^otice^o.-0-t/^009-1-0-dated:-0J-.0-9.2009-aXorr4gendumsjssued-there-on. -

contd....2.

D:\SRivji) OiSravin KUIIMIVYEAF. 201CT,Fet>iuaiy lOIO.toc


I*'

:: 2 ::.

-5s As desired in the tetter Incited ^ o v e ^ ^ ^ ^ ^ ^ ^ ^ ^ ^ ^ ^ ^


above by three months (i.e.) upto 16.05.2010.

The receipt of this letter may please be acknowledged.

Thanking you & with regards,

For & on behalf of:


SEW INFRASTRUCTURE LIMltED

(P. v. RAGHA^EN5RA*^AO) I v
POWER OF ATTORNEY HOLDER ^

0:\5Biv«i piSta'/an KuiitiiWEJfi JOICAFebiuary 2QJO


:iuary 2D10.doc
MINUTES OF IBM COIVIIVilTTEE MEETING HELD ONfcOG-11-2009IN THE CHAMISE \S
OF THE CHIEF'ENGINEER, CENTRAL DESIGNS ORGANISATION, HYDERAB,f\D(

MEMBERS PRESENT:
li
SRI T.S.PRAKASA RAO,
ADVISOR TO GOVERNMENT,
RAYALASEEMA REGION,
HYDERABAD. '

SRIB.V.S.PRAljCASARAO
ENGlNEER-IN-CHIEF & CHIEF ENGINEER(PROJECTS),j-■
IRRIGATION, KXDAPA.
■1 ■' i.

SRI ilS.N* RAJL)


CHIEF ENGINEER, :.
CENTRAL DESIGNS ORGANISATION,
HYDERABAD. '

The Englneer-lrirChieF & Chief Engineer (Projects), Irrigation, Kadapa has pla ;e(i!an.j
esl mate for the work of "providing lining for SPVBR j'Left canal up.lo Porumamilia tar k'rprri'
KIT ,0.250 to Km 52.425 and dlstrlboloties under It and providing lining to SR II canal Jits:
dls ribulorles and llnlng'jof TGP main panal from Km.i132.530'TO Km 133.D08 and Ir Km
134 325 TO Km 135.332 and lining of .disrtibutoriesiln blocks 40 (A), 40 (B) and 42 under
i ; . . r ■ ■

Che inamukka palli cariial" for finalizing the IBM. .=


Ui- '. ■ i

The Telugu Gah'ga main canal takes off from the left" flank of Velugodu.Ba an ling
Re;
srvoir, skirling the Nallamala hillranges and enjers into Kadapa District at Km. 38. fQO'
and
terminates into Srl-Polliulurf Veera' BrahmendrajSwamy/(SPVBR) Reservoir.. T ier2-'is-
|!\i!Rii;
17,0,00 acres ayacut under different blocks under CMP Canal, arid 10;o6pi;acres;'gn4 $ f ■■■ - ; i '
canal, Further under Sf?VBR, Irrigation potential to'an extent of .H',50;Q00'a'cr6S is':prop§
In w itch 55,600 acres are under SPVBR left canal uplo'PorumamMa lank I.e. in a le igi & ' .
52.450 KM.' ; . i 'I
u- :-.■
The. balance works,of TGP Main canal and SR II canal and blocks under SRI f'clhal
and excavation of!SP.VBR left banal up to Porumamllla along' wltlj construction of CM'&
wo I s without lining, Including dislrlbulory system for;an Ayacjtitof 55,600 Acers Is en lulled,
to 3HW, IVRCL &'Prasad' (J.V), Hyderabad under TGP package -2. The works art Ul derl
prcgress. • ' ■ . ■ . ' , J :
;!
The left main canal Is designed as a lined banal.'bul executed tounlihed otdjiiei!
He ice it Is Inevitable to complete the lining to pass the design discharge. '' >' '

The proposals for providing, lining to the canals of- SpVBft;.. LelV O.hhai
A
Porumamilia tank- from Km 0.250 to Km 52.425" and dislribularieS-up'def.-if (Blocks 1 to 9) iTid
pre ding lining to TGP Main Cdnal from Km 132.530 to Km 133-9'rJB. arid "from Km 1 34.1126'
to n 135.332* and S.R.II Canal and distributaries under it .and'providing lining lo ihe
■&■;

blocks,~387 39 under TGP'MalfTCanal and "42,47'und ml


m i
ft;1

m
VlKSlt
WVJIJ
! I xs
Government vide this office Lr.No.CE(P)/lrrg./KDP/TGP.11/1177/04 dated 31-3-2008 for;
-obtaining administrative approval for Rs.8G.52 Crores with SSR 2007-08.

The Government have accorded administrative approval for Rs.86.52 Crores ide
G.O;Ms.No.63, dated 17-4-08 and permitted to take up the work by inviting tenders sub set
to the condition that the estimate shall be got vetted by IBM committee before invi
tenderk.
-\
As per.trje instructions of the'Government an estimate prepared with SSR 2007 08
for providing lining to SPVBff Left Canal up lo Porumamilla tank from Km O.250:to <m
52.425! and distributaries under it (Blocks 1 to 9) and providing lining to .TGP Main Ce lal
from Kin 132.530 to Km 133,OpO and from Km 134,325 to Km 135.332 and SR.II canal; nd!
I
the d stributaries under it without blocks under CMP Canal was placed before (he IBM!
Com'm ttee vide this office Lr.Kfo.CE{P)/lrrg./KDP/TGP.II/1167 dated 3-6-08.

The IBM committee in'Its meeting held on 02-09-2000 have agreed to keep the I
value as Rs.94.60 Crores, with SSR 2007-08 for the above work placed before )M-
Com'm ttee.

(Further, the value of estimate has increased to Rs. 105.48 Crores due to inclusioi
;
provisions for other Blocks.
I : f ■! : ■' ;

:
j As t h e ' value : of estimate -exceeded t h e administrative ■ approval amount,
proposals of Revisecf.'Admin'islrative Approval were submitted to Government vide this off
Lr.No. 1167/04 dated 12-9-09 for obtaining Revised Administrative Approval for an amoun
Rs. 1j0£ .40 Crores as against the earlier.Adminislrative approval amount of Rs. 06.52 Cio
for providing lining for SPVBR Left Canal up to Porumamilla tank; from'Km 0.250 to
52,425 and distributaries under it (Bldcks 1 to 9) and providing lining to TGP Main Ca
from Ki 1132.530 to Km 133.908 and from Km 134.325 to Kin 135.332 and S.R.II Canal
distripu aries under it and providing lining to the blocks, 38, 39 under TGP Main Canal q
42, 47 under CMP canal. '
' ; !
The Government have accorded administrative approval for Rs. 105.325 Crores
the above work vide G.O.Ms.hta.33 dated 20-2-09. By the lime the Government'orders Jhe
receive i the election code came in to force and procurement action could not be taking
Immediately, ';
The Chief Engineer has stated that the Superintending Engineer, TGP circle, Kada )a
has reported that the Secretary, Projects has instructed on 21-8-09 during review meeting lo.
call for tenders for the above work. Accordingly tenders for the work were called for vi iej
-^E"/NTFnT3P/KDp;TehderNofice"No.1/2009-l0 dated 1-9-2009 and an estimate prepar >d
with |SSR 2009-10. and adopting A.P. revised'Standard Data, for Rs.103.25 Crores, a id
placed before the IBM committee for realization of the IBM value. The IBM of Rs 103. '5
Crores |s recommended by the Chief Engineen, Kadapa.lThe Provision of 4% VAT is kejpt
outside jthe IBM to be reimbursed as per AP standard data Book In Item 16 of Page (x).
(H)-
657
The IBM commillee earlier considered the works of providing lining for SPVqF Left
Canal up lo Porumamilla lank and its distributaries and TGP Main Canal and S.R.II ana!
anJ ils distributaries. No blocks under CMP Canal were covered in llie'estimate ace.cl
be'ore IBM Committee. The Government have accorded Revised administrative appn|»v3l fqi.
<. Rsj. 105.325 Crores for the works covered in (BM estimate and also for, the blocks o
i ■

under TGP Main Canai and .42] 47 under CMP Canal, as requested by. the Chief Eng 5er,

It is proposed tolprovide lining to the entire system of T-G-P- '-e. under SPVHI1 Let
i
cajial, SR I Irrigation cfjannel and blocks 38,39,40 A,40B, 42 under C.td.P. canal.

The present IBM; for providing lining covers SPVBR Left Canal and its distribdlarlea
arid TGP Main Canal ari'd 40A and 40B blocks under It and block 42 under CMP Canal SR |
igation channel and its distributories is placed before the IBM Committee as no blqcfc
under TGP;main canal'and CMP Canal were" covered in the estimate placed beforp;l$[yl
committee earlier.

The Chief; Engineer, Kadapa .stated that since the distrlbulory canals are eye; va|,cjiJ
w i l l canal sections required for Un-lined canals, It Is now proposed to provide llov control
strjetures to maintain th;e FSL of the lined section for supplying water to the ayacu
loosing commondabilily. Lining is how provided for all the minors and sub minors with ca
it.-

ca uacity of more than 0,25 cumecs.


, The Blocks 40(A) and 40(B) are not covered in the administrative sanctio o lake
i :' ''!
p lining and the sanWare nbvv included lo take up lining and. the Chief Engineer E
eerj jo
pproach the Government for lining of these blocks also and obtain Revised admi
itrajiye
pprovol before flnallza.libn of procurement.
■ : ' i

Considering the recommendation'of the Chief Engineer for the IBM pro o:;al,; the
ifeM commillee have agreed, to keep IBM value of the estimate as Rs 103,25,76
Rupees. One Hundred Three Crores-Twenty Flye Lakhs Seventy Six Thousa
in:
lqs J^jhe
luudred and Seventeen Only). The Chief Engineer Is advised to approach the Govt
rnaifitnt
as the-IBM has Increased over and above the administrative approval accorded 10
i ' ■ '
b -ii l'fl
t " '

3overnment for obtaining the revised administrative approval before finalizing prcci^ef-n^nl
and orders of Government for including new blocks 40(A) and 40(B) to take up lining.

T-S^^
T.S. PRAKASHRAO, jB:VVSLP^AT<AS^R'AO\ v- l.s.NTRkjp, ■
" ADVISOR TO GOVT, 'ENGlNEER-lN-OHfEPX XT-11EFTN(
RAYALASEEMA REGION, CHIEF ENGINEER(P).(FAC). CENTRAL DESIGNS ^GA^jjSATION,
HYDERABAD. IRRIGATION', KADAPA. HYDER ACf ■

ki

ffil 'i ■„
199 ■ uf ■ r i ' £"■**"
;:
^ • 653
(Corrigendum No-2 d t . 19-10-2009;
Tender No. 1/2009-10 dt.01-09-2009)
N.T.R. TELUGU GANGA PROJECT

NTR TGP PACKAGE - /09

V o l u m e - 1 P a r t - D (REVISED)

BASIC PROJECT PARAMETERS


Name of work Providing Lining to SPVBR Left Canal including distributor)'
system from Km.0.300 to Km.52.425 ( upto Porumamilla tank)
and providing lining to Irrigation Canal under Subsidiary
Reservoir No.II and its distributory system and Lining to TGP
Main canal from Km.132.530 to Km.133.908 and from
Km.134.325 to Km.135.332 and distributory system of Blocks
No.40(A)s 40(B), and BlockNo.42 of Chennamukkapalli Canal.

OBJECTIVE :

The objective of the work under the package is to provide CC/RR lining in the bed
and sides in the following canals and their distributory system in order to achieve their
designed discharge and to minimize the transmission losses.

1) S.P.V.B.R Left Canal up to Porumamilla tank and its distributory system.


2) Irrigation canal under SR-II and its distributory system.
3) The balance reaches of TGP Main Canal from Km.132.530 to Km.133.908, and from
Km.134.325 to Km.135.332.
4) Distributory system tinder Blocks No.40(A), 40(B) and Block-42 of
Chennamukkapalli Canal

(1) PREAMBLE: -
TGP MAIN CANAL :

— - — - Telugu Ganga Project -Main-Canal 4aking-off from ^VelugoduBalancing- ...


Reservoir is intended to supply water to Chennai city and also to provide irrigation
facilities in the drought prone areas of Rayalaseema Region. The canal from Velugodu
Balancing Reservoir to S.P.V.B. Reservoir is designed to carry a discharge of 141.580
cum / sec
200

TUe alignment of TOP Ma, ^ J ^ * ^ ^ ^


R « ^ ™ ^ f p ^ X ^ t S & ^ i fn the reaches fron,

The SPVBR left cana, takes off ^ X ^ ^ ^ Z ^


length of 52.425 KM.««. « f * * ^ ^ ^ " ^ ^ . 0 . 0 0 to
£ S & l l d t c o n s S n ofCM * CD works is aimost completed.
The excavation of distributor network in _ all the.blocks inciud.ng
construction of'cM Z S > works is almost c o n n e d except rn Block-9

The irrigation canal ^ ^ p ^ S S S S Z ^ ' S ^ ^


a iength of 32 Kms % % ^ ^ X ^ ^ ^ "** *«««"

ChennamukkapahiCa^t^ff^H^

drinking water purpose. ^

CM & CD works was completed long bacic.

lining
2 ) Necessary excavation shah be done for housing the lining as per approved

drawings.

,«c C ^^
upto Porumamilla tank.
ZUi
663
the entire distributory system up to the point where the designed discharge in the
existing canals are 0.250 cumecs..

5) Providing C.C/R.R. lining to Irrigation canal under Subsidiary Reservoir No.II, from
Km.0.000toKm.32.00

6) Providing C.C / R.R. lining as per the approved drawings to the distributory system
under Irrigation Canal of Subsidiary Reservoir - II from Km.0.000 to Km.32.000.
The lining shall be provided in the entire distributory system up to the point where
the designed discharges in the existing canals are 0.250 cumecs..

7). Easening of side slope above the benn level to avoid slipping of rock boulders and muck
from Km.132.530 to Km.133.908 and from Km.134.325 to Km.135.332 of TGP Main
Canal and providing C.C / R.R. lining as per approved drawings.

8) Providing C.C / R.R lining to the existing distributory system of block


No.40(A),40(B), and block No.42 of Chennamukkapalli Canal. The lining shall be
provided in the entire distributory system up to the point where the designed
discharges in the existing canals are 0.250 cumecs.

SYSTEM REQUIREMENTS:

A) Investigation:

Sub soil exploration to be carried out in reaches of canals (wherever necessary) to


arrive at the swell factor of sub soil and other investigations necessary shall be carried
out as per relevant standard specifications which shall form basis for the sub grade
treatment and thickness of lining will be as detailed in B(iv) below or as directed by
the Engineer-in-Charge. / as per approved.drawings

B) DESIGN:

i) The Design & Drawing for the lining of Main Canal & distributories shall be
submitted and got approved by the competent authority.
ii) The Design and drawings submitted by the agency shall be as per the relevant
codes of BIS, CWC manuals, CDO guide lines circulated from time to time.
iii) In all the matters of designs the decision of the competent authority shall be
final.

(iv) Hydraulic Design Parameters :

• The thickness of lining shall be as per the relevant codes of BIS, CWC manuals,
CDO guide lines etc., based on the swell factor and discharge of the canal or the
thickness specified below which ever is more.
! '
(a) 100mm for main canal and
202
661
(b) 75mm for distributor)'-

•' Profile of lining shall be FSD + Free board - (minus) 150mm


• The lining to S.P.V.B.R. Left Canal & the balance reaches of TGP Main
Canal shall be provided with Cement Concrete / R.R. Masonry as per the
~ " terrain and side slopes of canal. ~

• To maintain the FSL of the canals of Distributory system, necessary flow


control structures at CRUs shall be constructed as per approved drawings or
as directed by the Engineer-in-charge.

• The canals should convey the maximum Irrigation requirements


contemplated during crop period.

(C) EXECUTION OF WORKS

1) As the Canals proposed for lining are already excavated and water was let out in
some reaches, the slush, silt and vegetation if any in the canals shall be removed.

2) The over excavation if any shall be filled up with suitable sub grade materials to
the required section of the canal as directed by the Engineer-in-Charge.

3) Necessary excavation shall be done in bed and side slopes for housing the lining
as per the approved drawings.

4) Preparation of sub grade'as per specifications with necessary treatment in case


of expansive soils as per relevant codes of BIS.

5) Under drainage arrangements shall be provided as per the approved drawings or


as directed by the Engineer-in-Charge.

6) The lining work shall be carried out after obtaining approval from the competent
authority; ~
7) Necessary construction, contraction and expansion joints shall be provided as
per approved drawings or as directed by the Engineer-in-Charge
„203 • 662
0'.
8) (i) Cement Concrete lining shall be provided using vibrating cylinder type
mechanical paver to the main canal.
(ii) Random Rubble Masonry lining shall be provided wherever necessary
(iii) C.C. lining shall be provided using manual paver with necessary
foniiwx)rJc^rjJ4StrJbutaries^^er4echm^l^peci£catiQr^, -" "

9) The works shall be carried out as per the technical specifications of the contract,
APSS, BIS codes, CWC manuals and circulars of Irrigation Department
communicated from time to time.

10) Suitable flow control structures shall be provided at CRUs in the distributaries
to maintain the FSLs, duly, obtaining the approval of the design & drawings for
the same.

11) The mix design and soil tests for sub grade soils shall be carried out in
established laboratories

12) For the distributaries lining shall be done up to the point where the discharge in
the existing canal is 0.25 cumecs.

13) The canal should convey the maximum irrigation requirements contemplated
during crop period after lining.

14) Lining is already provided for a length of 30m/ 10m/5m depending upon the canal
discharges on either side of the structures of the Main Canals / Branch Canals /
Distributaries. These lengths of lining are not covered in the present scope of
work. However, the existing lining at the structure is to be connected to the canal
lining as per the approved drawings, IS codes / CWC Manuals duly providing
expansion joints as per the requirements.

15) The grade of cement concrete for entire lining shall be M 15 using 20 mm
machine crushed MSA. The quantity of cement shall be as per design mix or €\§)ZtyO
Kgs of cement per cubic meter of concrete whichever is more.(Clauses regarding
m 204

the specification of Cement and Coarse aggregate for Lining mentioned elsewhere
in the document stands superseded by this clause)

l£)J5asemng of side slope jibove the berm level to avoid slipping of rock boulders and
muck from KrnT32^53<rt^^
TGP Main Canal and providing C.C./ R.R. lining as per approved drawings.

(D) Miscellaneous.

1) Borrow areas and quarries for construction materials shall be identified


and the materials samples shall be got'.tested and approval obtained from
the competent authority before use.

2) Diversion roads shall be formed wherever necessary.

3) Formation of ramps along the canal one for each Km length

4) Steps .shall be provided in to the canal on either side alternatively at 500m


intervals

5) Side slope on hillock side above the berm in between Km.132.530


to Km.133.908 and from Km. 134.325 to Km, 135.332 of T.G.P. Main
Canal is to be widened by 1.00m.

6) Slipped rock muck or debris-ifanyinthe canal bed shall be removed

7) The dowel banks and inspection paths disturbed for laying lining shall be
made good to the standards

8) Monitoring of programme and progress ( Computer aided )

SPECIAL CONDITIONS

1) The Main Canals and their distributory system proposed for lining are under
various stages of completion and are being executed under EPC system under
TGP Package-II. The executing agency is M/s. IVRCL, SEW & PrasadQV),
- -—-Hyderabad. _TheHning works in the entire distributary system shall be carried
out in consultation and co-6rdihation~with-the-executing-agency i.e., M/s.
IVRCL, SEW & Prasad(JV), Hyderabad.

2) There shall not be any obstruction for the release of water to the ayacut during
Rabi season during the contract period.
3) Water has to be let out to Canals for irrigation purpose as and when required as
per the Government orders. The agency has to plan the execution accordingly.

4) The agency shall take all the above in to account and plan their execution
accordingly to achieve the targets.

5) Maintenance of system is not included in the scope of work. However this does
not relieve the agency from the responsibility for the work done during the
defect liability period of two years from the date of completion of entire work as
per relevant clauses of APSS for the defect liability. Clauses for maintenance of
completed system wherever appears in the document deemed to have been
modified to this extent.

6) Any issues arising with the Department / already executing agency the decision
of the employer is final and is binding on the agency to abide by it.
206
665

<

VOLUME-1

P A R T - E (REVISED)

(PROJECT PROFILE)

-**

-
i
/
J
!

/
J
i
207
666

N.T.R. TELUGU GANGA PROJECT


NTR TGP PACKAGE - / 09
- Volume-1 Part - E {PROJECT PROFILE)

Name of Work: Providing Lining to SPVBR Left Canal including


distributory system from Km.0.300 to Km.52.425 (
upto Porumamilla tank ) and providing lining to
Irrigation Canal under Subsidiary Reservoir No.II and
its distributory system and Lining to TGP Main canal
from Km.132.530 to Km.133.908 and from
Km.134.325 to Km.135.332 and distributory system
of Blocks No.40(A), 40(B), and Block No.42 of
Chennamukkapalli Canal.

(1) PREAMBLE: -
TGP MAIN CANAL :

Telugu Ganga Project Main Canal taking off from Velugodu


Balancing Reservoir is intended to supply water to Chennai city and also to provide
irrigation facilities in the drought prone areas of Rayalaseema Region. The canal
from Velugodu Balancing Reservoir to S.P.V.B. Reservoir is designed to carry a
discharge of 141.580 cum / sec

The alignment of TGP Main Canal from Km.-98.260 up to S.P.V.B.


Reservoir runs along the hill' ranges of Nallamala hills .The lining of TGP main
canal from Km.98.260 to S.P.V.B. Reservoir is completed except in the reaches
from Km.132.530 to Km.133.908 and from Km.134.325 to Km.135.332.

SPVBR LEFT CANAL AND ITS DISTRIBUTORY SYSTEM :

The SPVBR left canal takes off from SPVB Reservoir and runs for a
length of 52.425 KM and falls into Porumamilla tank. The contemplated ayacut
under S.PV.B.R left canal is 55,281 acres. The excavation of canal from Km.0.00
ToTCm. 52:425 mciudingxonstmction^f-GM-&-GD-works-is-almost-cornpleted

The excavation of distributory network in all the blocks including


construction of CM & CD works is almost completed except in Block-9
208
' '667

IRRIGATION CANAL UNDER SR-II AND ITS DISTRIBUTORY SYSTEM:

________JTheJrrigation canal takes off from subsidiary Reservoir - II and runs


for a length of 32 Kms for providing Irrigation facUityloni)700T)"7^
under its distributory system. The excavation of Irrigation canal under SR-II and its
distributory network including construction of CM & CD structures is nearing
completion.
Blocks 40(A),40(B) and 42 under ChennamukkapalU Canal:

ChennamukkapalU Canal takes off from Head Regulator in Bund -


A of Subsidiary Reservoir -I to transmit 15 TMC of water into Pennar river for
onward transmission to Chennai city through Somasila, Kandaleru and Poondi
Reservoirs for drinking water purpose.
The distributories under blocks 40(A), 40(B), and 42 takes off from
Chermamukkapalli canal. The excavation of distributories including construction of
CM & CD works was completed long back.

(21 AREA OF WORK :

The SPVBR left canal takes of from SPVBR left canal head sluice
near B.Mattam and runs in B.Mattam, Kasinayana, Kalasapadu & Porumamilla
mandals. The Distributory net work also lies in the same mandals.
The Irrigation channel under Subsidiary Reservoir - II and its
distributory system runs in mydukur mandal.
The balance reaches of TGP Main canal from Km.132.530 to
Km.133.908 and Km.134.325 to Km.135.332 runs in the hill ranges of Mydukur
and B.Mattam Mandals.

(3) RAIN FALL:

The norrharfairifall "of the~ district is -620mm- the Summer .season i s


from March to June , This is followed by South - West Mansoon season which
continues upto September, October and November
209
663

(4) HYDRAULIC PARTICULARS.

SI. Description SPVBR Left S.R-II TGP Main


No. canal Irrigation Canal
Channel
1) Discharge .47.150 3.1627 141.580
required Cumecs cumecs cumecs
2) Discharge 49.620 3.2908 143.440
designed cumecs cumecs cumecs
3) Bed width of 10.50m to 4.50m to 10.50 to
canal 7.20m 1.05 m 16.80
4) FSD 4.00m to 0.85m to 5.00 mt.
3.50m 0.30m
5) Side slopes !4:1,1:1 & VA::l HRJ4:1
. 114:1 Soils 114:1
6) Velocity of flow 0.77 to 0.962 — 1.35 to 1.473
m/sec m/sec
7) Surface fall 1 in 103000 to ~ 1 in 6,000
11,500
8) Free board 2.00m 0.60m to 2.00 mt.
0.50m

Hydraulic particulars of the Distributories in the blocks shall be obtained from the
Engineer-in-charge.
I IRRIGATION & C.A.D. DEPARTMENT
j CORRIGENDUM NO.3, DTD: 5-11-2009
! TO NIT NO: 1 SE/2009-2010, DTD: 01-09-2009
i
i
Name of work :Providing Lining to SPVBR Left Canal including distributory system from Km.0.300 to
Km.52 425 ( upto Porumamilla tank ) and providing lining to Irrigation Canal under Subsidiary Reservoir No.II
and its distributory system and Lining to TGP Main canal from Km. 132.530 to Km. 133.908 and from
Km.l3k-325 to Km. 135.332 and distributory system of Blocks No.40{A), 40(B), and Block No.42 of
Chennamukkapalli Canal.

S.No. Description For Read

1) Bid Submission closing date 07-11-2009 16-11-2009


(ffi 11.00 AM fil 5.00 PM
2) Pre-Qualification / Technical bid
opening date ( Qualification &
eligibility stage) 09-11-2009 18-11-2009

3) Price Bid opening date


( Financial Bid stage ) 16-11-2009 :: 25-11-2009 :
11.00 AM onwards 11.00 AM onwards

Sd/- M.Venkata Rsrriana


Superintending Engineer,
NTR TGP Circle, Kaciapa
CD
CO
-k

. IRRIGATION 8B C.A.D. DEPARTMENT


CORRIGENDUM NO. 4 , DTD: 10-11-2009
TO NIT NO: 1 SE/2009-2010. DTD: 01-09-2009
DVidir Lining to SPVBR Left Canal including distributory system from Km.Q.300 to Km.52.425 (upto Porumamilla tank) and providing lining to Irrigation Canal including
Name of work Providing
distributory system or. Subsidiary Reservoir No. H and Lining to TGP Main canal from Km.132.530to Km.133.908 and from Km.134.325 to Km.135.332 and distributorysystem of Blocks No.40(A),
40(B), and Block N0.42 of Chennamukkapalli Canal.

ISSUES RAISED BY THE BIDDERS DURING PRE-BID CONFERENCE HELD ON 20-10-2009 ON LINING WORKS
SI.No Description Quarries Remarks
D Movement of the Provision for the movement of the transit mixers on both sides the Rejected
transit mixdrs canals (Distributory requires minimum 4m width on either side .
Hence provision to be made accordingly)

2) Technical personal In practice the provision for technical personnel is very nominal, Rejected. The agency has to quote the bid ke sping their requirements in
we request the provisions to be made realistically according to view
working period and magnitude of work

3) Working period Working period is mentioned 24 Months, but for releasing of The contract period is fixed.
water no extra working period is considered and provision to be
made for mobilization and demobilization during the water
releasing period and idle charges are also to be considered. We
also request to treat the working period as 24 working months

4) Maintenance As per Coorigendum No.2, Special conditions item No.5, it is Rejected. No modification is necessary to the bid document.
mentioned that maintenance of system is not included in the
scope of the work, and also it is mentioned that the defect liability
period is two years after completion of entire work. We request
to consider the defect liability period may start from the
completion of the independent components
5) Payments i Refer Page No.64, CI.No.42,10 para No.4 As per this clause the The unit length for the payment for lining will be as follows:
Schedule! unit length for eligibility for arranging payment for Lining of canals 1) Canals more than 1000 Cusecs capacity -100m
was given different for different canals based on their discharge 2) canals between 100 and 1000 Cusecs capacity - 250m and
capacity of water, which pertains to the canal earth work. As the 3) canals below 100 Cusecs capacity - 500m J
work put to tender is not for the canal excavation, but only for
lining of the existing canals, we request to consider the payament
to the unit length of 100m completed at the time of certifying the
RA Bills

CD
—J
CD
6) Duties & j Any increase in Tax Structure, Dutiies and Seigniorage Charges if The seigniorage charges will be recovered at t le rates prescribecHh the
Seigniorage increased during the course of execution, they will be Agreement. The escalation if any beyond the f rovision in the .
compensated or not agreement,will be borne by the Department. The VAT will be recovered
from the bills of the agency as per the provisions of A.P.V.A.T.
Act,2005.and it will be reimbursed on producing proper evidance from
Part-llofSchedule-A

7) Price Adjustment Refer page No.67, CI.No.46. Please specify the star rate for Rejected.
reinforcement steel

8) Retention Amount Refer page No.67, CI.No.47.1 Furnishing of B.G. towards EMD & Rejected.
Retention Money is as good as cash deposit for the contractor.
Hence we request to consider the B.G. as equvalent to cash
deposit and release the amounts in lieu of B.G's furnished.

9) Mobilization Refer Page No.69, CI.No.49.1 (iii) Contractor has to furnish the Rejected.
Advance i B.G. for a value of 12% to claim the Mobilization Advance.
Please consider 10% value of B.G. to be furnished for claiming
the 10% of advance on Pro-rata basis.
Recovery of Mobilization Advance: Please consider the recovery
rate of 10% against 20% of RA Bill from the date of reaching 10%
of the contract amount.

10) VAT & Sales TaX Refer Page No.91 „ CL.No.105.1, It is mentioned that the Sales Deduction of VAT will be as per the proceedure specified under Clause
Tax will be recoverable @ 4% on 70% (ie., 2.8%) of gross value 105 of "General conditions of Contract"
of work done. Please specify the rate of recovery towards VAT
as 2.8% only on contract value.

Sd/- M.Venkataramana, 10/11/09


SUPERINTENDING ENGINEER
NTR TGP CIRCLE, KADAPA

CD
-1 -

IRRIGATION & C.A.D. DEPARTMENT


CORRIGENDUM NO. 5 . DTD: 10-11-2009
TO NIT NO: 1SE/2009-2010, DTD: 01-09-2009
Name of work Providing Lining to SPVBR Left Canal including distributory system from Km.0.300 to Km.52.425 ( upto Pdrumamilla tank ) and
providing Iining| to Irrigation Canal including distributory system of Subsidiary Reservoir No. II and Lining to TGP Main canal f o m Km.132.530 to
Km.133.908 arid from Km.134.325 to Km.135.332 and distributory system of Blocks No.40(A), 40(B), and Block No.42 of Chennamukkapalli Canal.

S'.N ^Description For Read


i)
As per Corrigendum No.3, dt.5.11.2009
16) Schedule sale closing date 16-11-2009® 5.00 PM 17-11-2009 @ 5 00 PM

19) Bid submission closing 16-11-2009 (& 5.30 PM 17-11-2009 @ 5 30 PM


date I

2) S1.28. Eligility Criterion C.C.lining with paver - 3,10,000 Sqm Bidder should have been, executed C.C.lining 5,07,000
(b) Technical Requirements C.C.Lining with Manul - 15,000 Cum Sqm out of which at least 3,16 ,000 Sqm should have
been executed with mechanical paver
3) c) Financial requirements 1. The Bidder should have annual turnover of not 1. The Bidder should have anriual turnover of not less
less than Rs.75.00 Crores in any 1 (One) year over than Rs.52.00 Crores in any 1 (One) year over the last 5
the last 5 (Five) Financial year (2004-2005, 2005-2006 (Five) Financial year (2004-2005, 2J005-2006 and 2006-
and 2006-2007, 2007-2008,2008-2009 ) up dated by 2007, 2007-2008,2008-2009 ) u p dated by giving 10%
giving 10% simple weightage per year to bring them to simple weightage per year to bring them to 2009-2010
2009-2010 price level. price level.
2. In case of joint venture any member of joint 2. In case of joint venture any member, of joint venture
venture group should have turnover of not less than group should have turnover of not less than Rs. 17.50
Rs. 25.00 Crores in any 1 (One) year over the last 5 Crores in any 1 (One) year over th!e last 5 (Five) Financial
(Five) Financial Years up dated by giving 10% simple Years up dated by giving 10% simple weightage per year to
weightage per year to bring them to 2009-2010 price bring them to 2009-2010 price levil.
level.

CD
V
-2 -

3. However, in all cases total turnover of joint 3. However, in all cases total turnover of joint venture
venture group should not be less than Rs.75.00 group should not be less than Rs.52.00 Crores in any one
Crores in any one year over the last 5 Financial years year over the last 5 Financial years up dated by giving 10%
up dated by giving 10% simple weightage per year to simple weightage per year to bring them to 2009-2010
bring them to 2009-2010 price level. price level.

4. The Bidder/ Firm /Company on his name should 4. The Bidder/ Firm /Company on his name should
have satisfactorily completed similar works of value have satisfactorily completed similar works of value not
not less than the value equivalent to Rs.37.50 Crores less than the value equivalent to Rs.27.00 Crores

5) Liquid asset/credit facilities/Solvency certificate 5) Liquid asset/credit facilities/Solvency certificate from


from any Indian Nationalised/ Scheduled Banks of any Indian Nationalised/ Scheduled Banks of value not
value not less than Rs. 27.00 Crores. less than Rs. 2 0 . 0 0 Crores.
4) Clause 4 6 u n d e r General Rs.4,300 per M.T. Rs.3,600 per M.T.
conditions Price Adjustment
Rate of c e m e n t

5) Schedule - A : Sl.No.l Providing CC lining 100mm thick with M15 Providing CC lining lOOrnm thick 'vith M15 grade concrete
grade concrete using 310 kgs of cement per 1 using not less than 2 4 0 kgs of cement per 1 cum of
cum of concrte / RR lining with cement mortor concrte / RR lining with cement mortor 1:5 to the bed
1:5 to the bed and sides of SPVBR left canal and sides of SPVBR left canal from Km.0.300 to
from Km.0.300 to Km.52.425 ie., upto Km.52.425 ie., upto Porumamilla tank.
Porumamilla tank.

6) Schedule - A : Sl.No.2 Providing CC lining 75mm thick with M15 Providing CC lining 6 0 m m thick with M15 grade
grade concrete using 310 kgs of cement per 1 concrete using not less than 2 4 0 kgs of cement per 1
cum of concrete manually with necessary form cum of concrete manually with necessary form work to the
work to the distributories in blocks 1 to 9 under distributories in blocks 1 to 9 under SPVBR left canal
SPVBR left canal having carrying capacity of 0.25 having carrying capacity of 0.25 cumecs and more
cumecs and more

CD

CO
\
j -3 -

!
i

j
7) Schedule - A : Sl.No.3 Providing C.C lining 75mm thick with M15 Providing C.C lining 6 0 m m thick with M15 grade
| grade concrete using 310 kgs of cement per 1 concrete using n o t less than 2 4 0 kgs of cement per 1 cum
cum of concrete to Irrigation Channel of of concrete to Irrigation Channel of Subsidiary Reservoir -
Subsidiary Reservoir - II from Km.0.00 to Km. II from Km.0.00 to Km. 32.00
i 32.00
3) Schedule - A : Sl.No.4 Providing C.C. lining 75mm thick with M 15 Providing C.C. lining 60mm thick With M 15 grade
grade concrete using 310 Kgs of cement of 1 concrete using not less than 2 4 0 Kgs of cement of 1 Cum
i Cum of concrete to the distributory system of concrete to the distributory syst ;m under Irrigation
under Irrigation Canal of subsidiary Reservoir - Canal of subsidiary Reservoir - II from Km.0.000 to
II from Km.0.000 to Km.32.00 having carrying Km.32.00 having carrying capacity of 0.25 cumecs and
!
capacity of 0.25 cumecs and more more \

9) S c h e d u lb - A : Sl.No.5
l Providing CC lining 100mm thick with M15 Providing CC lining 100mm thick with M l 5 grade
i grade concrete using 310 kgs of cement per 1 concrete using not less than 240 cgs of cement per 1
cum of concrte / uncoursed rubble masonry cum of concrte / uncoursed rubble masonry lining with
lining with cement mortor (1:5) to the balance cement mortor (1:5) to the balanc( reaches of TGP Main
reaches of TGP Main canalie., from Km 132.530 canal ie., from Km 132.530 to Km 133.908 and from
t o K m . i 3 3 . 9 0 8 a n d f r o m Km.l34.325to Km. 134.325 to Km. 135.332
Km. 135.332 i

10) Schedule - A : Sl.No.6 Providing CC lining 75mm thick with M15 grade Providing CC lining 60 mm thick with M l 5 grade
concrete using 310 kgs of cement per 1 cum of concrete using not less than 2 4 0 kgs of cement per 1
i concrete manually with necessary form work to cum of concrete manually with nee essary form work to the
the distributories in Block Nos.40{A),40(B) and distributories in Block Nos.40(A),40(B) and 42 of
42 of Chennamukkapalli Canal having carrying Chennamukkapalli Canal having carrying capacity of 0.25
capacity of 0.25 cumecs and more cumecs and more i

U) Schedule - A : Sl.No.6 Maintenance of system for 2 years


i
! Entire lined canals for two years ~ Deleted
i

12) Schedule - A Part --NIL -- i


-II Provision t o w a r d s VAT (Sj 4 % 41303077
! Total = 4 1 3 0 3 0 7 7
( R u p e e s Four c r o r e s t h i r t e e n l a k h s t h r e e
t h o u s a n d s a n d s e v e n t y s e v e n only)

CO

I
£>-

-4 -

Note : VAT, will be recovered at the fate prevailing, from


every running bill and it will be reirr bursed as per actuals
against the proof of having paid the above taxes. However,
the amount of taxes eligible for reimbursement is limited to
the provision made in the Tender Schedule under Schedule
- A, Part - II.

13) Clause 4 5 u n d e r General 45.1 The Bid price quoted by the 45.1 The Bid price quoted by the contractor shall be
conditions contractor shall be deemed to be inclusive of the deemed to be exclusive of the VAT b u t inclusive of all
sales Tax, VAT and other taxes on all materials other taxes on all materials, that the contractor will have to
that the contractor will have to purchase for purchase for performance of this contract.
performance of this contract.

14) Clause 105 u n d e r General 105.1. Every contractor executing work for the Govt, have
conditions 105.1 Sales Tax ( VAT ) during the currency to register with Commercial Tax Department and obtain
of the contract deduction towards Andhra identification number known as Tax Payer identification
Pradesh Sales Tax under section 5H of APGST number (TIN) if registered as'VAT dealer or General
Act 57 according to which tax @ 4% on 70% of registration Number ( GRN) if registered as TOT dealer
gross value of work done shall be deducted at
source, while making payments to the
contractor.

105.2 The contractor should produce a 105.2. The identification number is to be noted on the
valid Sales Tax Clearance Certificate before the agreement
payment of the final bill, otherwise the payment
to the contractor will be with held.
105.3 The BID PRICE quoted by tfc e Contractor is
105.3 The tax structure under clause 105
exclusive of value Added Tax (VAT) , but inclusive of other
is liable for revision as per the orders of the taxes on all materials that the
contractor will have to
Government issued from time to time and in purchase for performance of this
contract
such case, the sales tax will be deducted at
source at the revised rates only while making
payment to the contractor.

CD
-5 -

105.4 : VAT. will be recovered at tli e rate prevailing,


from every running bill and it will b c reimbursed as per
actuals against the proof of having baid the above taxes,
However, the amount of taxes eligib e for reimbursement is
limited to the provision made in the Tender Schedule

under Schedule - A, Part - II. i .
i

j 1 0 5 . 5 SERVICE TAX | \
1 Service Tax is not applicable in terr is of Circular No.
116/10/2009 ST, dt. 15.09.2009 is sued by Ministry of
i
1 Finance Department, Government c if India.
1
11
1 105.6 CONSTRUCTION LABOUR CESS :
1
The BID PRICE quoted by the contractor is
inclusive of Construction labour ce is which is loaded in
Part - I of Schedule 'A' of agreemel and shall be recovered
at the rate not exceeding 1% or a s modified by the
government from time to time on cost of construction in
each bill of the contractor and will be recovered.

1
i
I

i CD
—J
CO
i
1
V
-6 -

15) V o l u m e -j 1 C ) Execution of w o r k s C) Execution of w o r k s :


P a r t - D (Revised ) B A S I C 15) T h e g r a d e of c e m e n t concrete for entire 15) T h e g r a d e of c e m e n t concrete f or entire lining s h a l l
P R O J E C T PARAMETERS lining shall b e M 15 u s i n g 2 0 m m m a c h i n e b e M 15 u s i n g 2 0 m m m a c h i n e crus b e d MSA. T h e q u a n t i t y
c r u s h e d MSA. T h e q u a n t i t y of c e m e n t shall b e a s of c e m e n t shall b e a s p e r d e s i g n mix or 2 4 0 Kgs of c e m e n t
u n d e r d o r r i g e n d u m 2)
p e r design mix or 3 1 0 Kgs of c e m e n t p e r cubic p e r c u b i c m e t e r of concrete whichever is m o r e . (Clauses
m e t e r of concrete whichever is more.(Clauses regarding t h e s p e c i f i c a t i o n o f C e m e n t a n d Coarse
r e g a r d i n g t h e specification of C e m e n t a n d C o a r s e a g g r e g a t e for Lining m e n t i o n e d e l s e w h e r e i n t h e
aggregate for Lining m e n t i o n e d elsewhere in t h e d o c u m e n t stands superseded b y t h i s clause)
d o c u m e n t s t a n d s s u p e r s e d e d b y t h i s clause)

16) Volume - 1 Hydraulic D e s i g n P a r a m e t e r s : Hydraulic D e s i g n P a r a m e t e r s :


P a r t - D (Revised ) B A S I C T h e t h i c k n e s s of Concrete lining shall b e a s p e r T h e t h i c k n e s s of Concrete lining shall b e
P R O J E C T PARAMETERS t h e relevant c o d e s of BIS, CWC m a n u a l s , CDO (a) 1 0 0 m m for m a i n c a n a l a n d
( u n d e r c o r r i g e n d u m 2) guide lines etc., b a s e d o n t h e swell factor a n d (b) 6 0 m m t h i c k for Distributory ca: lal
d i s c h a r g e of t h e c a n a l o r t h e t h i c k n e s s specified In case of i n variation i n t h i c k n e s s m e n t i o n e d
below w h i c h ever is m o r e . elsewhere in the document, the m i n i m u m thickness
(a) 1 0 0 m m for m a i n c a n a l a n d m e n t i o n e d in the Schedule - A stands valid.
(b) 7 5 m m for d i s t r i b u t o r y

17) Clause. 41.5 Bid q u o t e d shall b e for finished w o r k in situ a n d B i d q u o t e d s h a l l b e for f i n i s h e d v o r k i n s i t u a n d


under inclusive of all incidental a n d c o n t i n g e n t i n c l u s i v e of all i n c i d e n t a l a n d c o n t i n g e n t c h a r g e s
F.AWARb O F CONTRACT c h a r g e s . All t a x e s s u c h a s sales tax, seigniorage, e x c e p t V A T , All o t h e r t a x e s , s e i g n i o r a g e , r o y a l t i e s
royalties t u r n o v e r t a x etc., in r e s p e c t of m a t e r i a l s t u r n o v e r t a x e t c . , i n r e s p e c t of n . a t e r i a l s t o b e u s e d o n
to b e u s e d o n t h e w o r k m u s t b e b o r n e b y t h e the work m u s t be borne by the contractor. The
contractor. T h e c o n t r a c t o r is advised to analyze
contractor is advised to analyze the rates workable to
t h e r a t e s w o r k a b l e t o hirii r e c k o n i n g all t h e
h i m r e c k o n i n g all t h e p e r t i n e n t p a r a m e t e r s a n d q u o t e
p e r t i n e n t p a r a m e t e r s a n d q u o t e overall Bid
amount. overall Bid a m o u n t .

CO
"V

-r - 7 -

18) Schedule - A (Note t o b e a d d e d u n d e r S c h e d u l e A Part -1) The


Tender p r e m i u m q u o t e d b y t h e c o n t r a c t o r will be
applicable o n l y for t h e IBM Value under part - I o f
-- NIL --
S c h e d u l e - A , w h i c h i n c l u d e s provision of labour
c e s s (a), 1%.

19) Volume \ II Technical 8.5 CONCRETE MIX DESIGN 8.5 CONCRETE MIX DESIGN :
Specifications
Class of Max.size Minimur Class of Concrete Max.size Minimum
Concret of agree. Cement conte for lining of agree. Cement content
(mm) (kg) (mm) (kg)
C.C. M.20 40 260 C.C. M 15 20 240
80 260

R.C.C. M.20 40 270


20 300

C.C.M.10 80 250
20) V o l u m e - II Technical 5.5 Laying of C.C. Lining 5.5 Laying of C.C. Lining
Specifications Scope :- Laying cement concrete lining of Scope :- Laying cement concrete lining of specified
specified thickness in M10 grade using a thickness in MIS grade using a minimum cement of
minimum cement of 250kg/cum. of concrete and 240kg/cum. of concrete and 2 0 m m MSA machine
40mm. MSA machine crushed graded metal of crushed graded metal of specified ■ariety
specified variety

A n n e x u r e - II Payment Annexure - II, Payment schedule Annexure - II ( Revised ) Payment schedule enclosed
schedule
21)

CD
CO
aT

Annexurle - I, S t a t e m e n t Annexure - I, S t a t e m e n t showing the Mile Annexure - 1 {Revised ) statement showing the Mile
22) showing] the Mile s t o n e s stones stone enclosed
23) Vol.2 : Earth work Excavation 3.1.17 For excavation in rock, tolerance of 75mm 3.1.17 For excavation in rock, tolerance of 75mm beyond
for canalland Structures and beyond the designed canal profile will, however, the designed canal profile will, how ;ver, be permitted. No
other works be permitted. No extra payment will be made for extra payment will be made for the excavation beyond the
the excavation beyond the designed canal profile. designed canal profile.

a) Should any excavation occur beyond the a) Should any excavation occur beyond the.tolerance limit,
tolerance limit, the same shall also be refilled at the same shall also be refilled at contractor's own
contractor's own expenses, with expenses, with
b) Sand and metal in (1:2) ratio using 40mm and i) Sand and metal in (1:2) ratio usimg 40mm and 20mm
20mm size metal in (4:1) ratio in bed size metal in (4:1) ratio in bed
ii) The over breakage with in the tq erance of 75mm shall
be refilled with ; (a) Sand and met :il in (1:2) ratio using
40mm & 20mm size metal of apprcved quality in (4:1)
ratio in bed. (b) M.10 Mix using 20mm MSA HB Metal
graded of approved quality for side lining, (c) In soils any
excess depth below the specified levels and any excess
excavation in slopes and widths shall be made good at the
cost of the contractor with suitable soils of similar
characteristics and compacted to s density not less than
95% of P.D.

Sd/- M.Venkataramana
SUPERINTENDING ENGINEER,
N T R T G P CIRCLE KADAPA

CD
A N N E X U R E - I (REVISED ) S T A T E M E N T S H O W I N G T H E M I L E STONE ,
Name of w o r c : Providing Lining for S.P.V.B.R. Left Canal including distributory system from Km.0.300 to Km.52 ^•25 (upto Porumamilla
t a n k ) and providing lining to Irrigation Canal including distributory system of Subsidiary Reservoir No. 11 and Liningto TGP Main canal from
Km.132.530tolKm.133.908E and from Km.134.325 to Km.135.332 and distributory system of Block No.40(A), 40(B), ihd Block No.42 of
Chennamukkapaili CanaK
1 s t Mile 2 nd Mile 3rd Mile 4 rd Mile 5th Mile 6th Mile 7th Mile 8th Mile
Stone Stone Stone Stone Stone Stone Stone Stone 11/

! 8| a
SI.
Description 11/2010 11
No.
1/2010 to 4/10 to 7/10 to 10/2010 to 3/2011 4/11 to 7/11 to 10/2011 12/
3/10 6/10 9/10 only 2/2011 only 6/11 9/11 only 1
1 12 3 4 5 6 7 8 . 9 10 . 11 12 1
1) S.P.V.B.RLLeft Canal 65.28 9% 11% 12% 3% 3% 12% 12% 3.28%
0.300 to km.52.425
2) Distributaries under E i
(
S.P.V.B.R.Left Canal 19.53% ■ 2% 4% 4% 1% o 1% 4% 3.53% (
CO i
Blocks 1 t!o 9 i

3) Irrigation tana! under


Subsidiary Reservoir - w
II | 7.89% 1% 3% 2% 1% 0.89% - -
i
4) Distributolries under
Irrigation banal of 0.85% - - - - D) - 0.85% - :
Subsidiary Reservoir-ll c
5) TGP Math Canal 3.99% _» 1% 1% 0.5% La
0.5% 0.5% 0.49%
o
6) DistributoYies in blocks c
o ;
40(A),40^B) and 42 2.46% — - - _ z 0.5% 0.5% . 1% 0.46%
under CIvlP Canal
i
j Total = 100% 12% 19% 19% 5.5% 5.89% 17.85% 17.02% . 3.74%
Sd/- M.Venkatar,amana, 10/11
SUPERINTENDS G ENGINEER,
NTR TGP CIRCLE : KADAPA
CD
Co
CD
V

ANNEXURE - II (REVISED)

SI. %of
Description
No. Total cost
1)
Providing C.C./R.R lining to the S.P.V.B.R. left canal from Km. 0.300 to Km. 52.425 ie., upto Porumamilla tank. 65.28%

Providing C.C / R.R lining to the distributory system under blocks 1 to 9 of S.P.V.B.R. left canal from Km.O.OOG to
km.52.425 upto Porumamilla tank having carrying capacity of 0.25 cumecs and more including constructior) of 19.53%
2) Flow Control structures.

Providing C.C/R.R lining to Irrigation canal under Subsidiary Reservoir No.2, from Km.0.000 to Km.32.00 7.89%
3)
Providing C.C / R.R. lining to the distributory system under Irrigation Canal of Subsidiary Reservoir - II from
Km.0.000 to Km.32.000 having carrying capacity of 0.25 cumecs and more including construction of Flow Control
4) 0.85%
structures.

[Providing C.C / R.R. lining to the balance reaches in TGP Main Canal ie., from Km.132.530 to Km.133.908 and
5) from Km.134.325 to Km.135.332 3.99%

providing lining to the distributory system of block No.40(A),40(B), and block No.42 of Chennamukkapalli CaYial
6) having carrying capacity of 0.25 cumecs and more. 2.46%

Totdl: 100.00%

Sd7- M.Venkatarbmana, 10/11


SUPERINTENDING ENGINEER,
NTRTGP CIRCLE :KADAPA

cc

Das könnte Ihnen auch gefallen