Gowlipura Slaughter House
Gowlipura Slaughter House
Gowlipura Slaughter House
13 MODEL FORMS
234 – 246
14 PROFORMA FOR BANK GUARANTEES 247 – 253
Name of the Work: “Survey, Investigation, Design & Construction of Modern Slaughter
House of capacity 400 sheep including Civil, Mechanical and Electrical Items and trial
run etc., along with Effluent Treatment Plant (ETP) complete at Gowlipura, Hyderabad
” under Engineering Procurement & Construction (EPC) System.
6 Aeration Tank
MOC: RCC M30 1
Size:3.60x3.60x3.50+0.3FB
7 Secondary Clarifier
MOC: RCC M30 1
Size:Dia2.30x2.50+0.3FB
8 Supernant Tank
MOC: RCC M30 1
Size:1.30x1.30x2.00+0.3FB
9 Sludge Drying Beds
MOC: CC base & Brick Masonry 1
Size: 4 Nos. of 2.00x2.00x0.90+03FB
10 RCC Foundations for Pumps, Blowers,
1
Dosing Tanks, Pressure Filters etc.,
11 Walkways, Foot paths, Drains, Man hole
1
chambers etc., within the battery limits
12 Construction of Operators room, chemical
storage and MCC room.
1
MOC : RCC 1:2:4
Size: 5.00x4.00x3.00
MECHANICAL, ELECTRICAL,
INSTRUMENTATION AND PIPING
37.20 37.20
WORKS for EFFLUENT TREATMENT
PLANT 41 KLD
1 Bar Screen . 2
MOC: SS 304
Size: 0.60x1.00 in SS round of 8mm dia at
8mm spacing
2 Scum remover 1
MOC: MS EP, V' belt drive with helical gear
box at 12 RPM
Size:0.70x2.50
3 Primary Clarifier 1
MOC: MSEP, Drive rating 1 HP to suit in
1.60 dia 2.5 SWD.
4 Floating aerator to accommodate in 1
Contractor -5- Engineer-In –Chief
Ph. No: GHMC
equalization Tank MOC:FRP, Drive
Capacity, 5HP, Shaft: Fully machined solid
shaft.
5 Chemical dosing Tank, Agitator and Dosing 2
Pump
MOC of Tank : HDPE, Agitator with helical
reduction gear box, dosing pump capacity
12 Ltrs./ hr.
6 Raw effluent feed pumps 2
Type: Self Priming, capacity 2cum/hr., head
10 MLC
7 Primary clarifier sludge Transfer pumps 2
Type: Self Priming, capacity 2cum/hr., head
10 MLC
8 BIO Fills: To fill in anaerobic Filter 1
Size:2.50x2.50x1.00
9 Nutrient dosing tank with agitator and 2
dosing pump.
MOC of Tank : HDPE, Agitator with helical
reduction gear box, dosing pump capacity
12 Ltrs./ hr.
10 Air Diffuser & Purging grid in AT of 1
3.60x3.60x3.50.
11 Air Blowers: 2
Twin lobe air blowers - Roots type
12 Secondary clarifier mechanism, MOC: 1
MSEP, Drive rating 1 HP to suit in 2.3mtr
dia 2.5 SWD.
13 Bio Sludge recycling pumps: 2
Type: Self Priming, capacity 2cum/hr., head
10 MLC
14 Chlorine dosing tank, agitator and pump 1
MOC of Tank : HDPE, Agitator with helical
reduction gear box, dosing pump capacity
12 Ltrs./ hr.
15 Pressure feed pumps , Type: Self Priming, 2
capacity 2cum/hr., head 30 MLC
16 Duel media pressure filter 1
Flow rate - 2.0 Cum /hr.
MOC - MS
17 Activated carbon filter 1
Flow rate - 2.0 Cum /hr.
MOC - MS
18 Providing of Interconnecting pipes between 1
tanks in MS ERW flanged ends with rubber
lining
19 Suction and discharge lines between 1
pumps and tanks in MS,HDPE pipes,
necessary fittings valves etc., within the
battery limits.
20 Providing of Motor control center with 1 1
No. incomer and 22nos. Outgoing feeders,
with star delta /DOL starters, control wiring
The Committee-I has reviewed the above Items and finalized the Internal Bench
Mark (IBM) for the above scope of work and deliverables as Rs.321.64Lakhs.
1) The Contractor has to take Policies and certificates of insurance and they shall be
delivered to the GHMC at the time of concluding Agreement. Failing to comply with the
above, the GHMC shall take insurance policy at the cost of Contractor duly deducting the
premium from the Contractor bills.
2) If the contractor fails to employ technical persons, the work will be suspended or
department will engage technical persons and recover the cost thereof from the
contractor along with penalty.
Any quantity / item excess over the scope of work will be paid as an additional
quantity / item and any quantity / item less than the scope of work will be deducted.
(Note : The bidder shall satisfy all the eligibility criteria, Period of Completion : 12
Months
The bidder should have executed the following minimum Physical Quantities / Items
in any One Financial year during the last Five financial years (2003-2004 to 2007-08).
Construction of one mechanized slaughter house project and meat processing plant
with minimum capacity of 200 Sheep or Cattle or Combined.
Contractor -9- Engineer-In –Chief
Ph. No: GHMC
Construction of one number of Effluent Treatment Plant / Waste Water Treatment
Plant of 20.50 KLD Capacity or Combined
The bidder should enclose experience certificates in support of values of similar works
and physical quantities/ Items issued by the Engineer – In - charge of the State / Central
Government departments / Undertakings not below the rank of Executive Engineer or
Equivalent and countersigned by the next higher authority not below the Rank of SE or
Equivalent. If there is any Global Experience, it shall be supported by the good
performance certificate issued by the Employer / Client.
Further, the experience certificates should clearly indicate the date of commencement of
work, date of completion, Financial Year Wise Break up of the values of similar works done
and physical quantities/ Items executed.
All the Experience Certificates Shall be in English.
4. Financial Requirement:
Liquid asset / credit facilities / Solvency certificates:
The bidder should produce liquid asset / credit facilities / Solvency certificates from any
Indian Nationalised / Scheduled Banks of value not less than Rs. 80.41 Lakhs.
The audited balance sheet for the last five financial years shall be submitted and must
demonstrate the soundness of the applicant’s financial position, showing long-term
profitability (including an estimated financial projection for the next two financial years).
Where necessary, the Employer will make inquiries with the Applicant’s bankers.
Bid Capacity:
Assessed available Bid capacity as per formula (2AN-B) should be greater than
Internal Bench Mark (IBM) value assessed by the GHMC.
The current bid capacity should be more than the Internal Bench Mark (IBM) value
of the work.
A= Maximum Value of Similar / Any Engineering works executed in any one financial
year during the last five financial years (updated 2008-09 price level duly giving 10% simple
weight-age per year to bring them to 2008-09 price level) taking into account the completed
as well as works in progress.
N= Number of years prescribed for completion of the works for which tenders are invited.
B=Value of existing commitments and ongoing works to be completed during the period of
completion of the project for which tenders are invited. The value of works for which Tenders
are submitted [awarded / likely to be awarded) will also be considered as existing
commitments (updated 2008-09 price level duly giving 10% simple weight-age per year to
bring them to 2008-09 price level).
In case the financial figures and value of completed works are in foreign currency, current
Contractor - 10 - Engineer-In –Chief
Ph. No: GHMC
market exchange rate will be applied for the purpose of conversion of foreign currency into
Indian rupees (State Bank of India BC selling rate OR RBI Authorised Money Exchanger as
on the date of submission).
In case the financial figures and value of completed works are in foreign currency, the
above-enhanced factors will not be applied. Instead, the foreign currency will be converted
into equivalent Indian rupees (INR) at the (State Bank of India BC selling rate OR RBI
Authorised Money Exchanger as on the date of submission).
Applicant should indicate actual figures of costs and amounts for the works executed by
them in the schedule without accounting for the above-mentioned factors.
6). The Bidder further submit the following Particulars / Certificates and
Statements:
EMD
Cost of Tender Schedule
Sales Tax
Registration
Proof of Experience
The Domestic Bidders should furnish the VAT Registration Certificate and Latest
VAT Clearance certificate.
Note:-The Internal Bench Mark (IBM) is arrived based on the probable quantities/Items
indicated in the deliverables. Any change in quantities/Items will be paid extra /
recovered as the case may be.
NOTE: The Internal Bench mark for the above mentioned deliverables is worked out
Rs.321.64 Lakhs inclusive of all Government Taxes and duties and all other
Government levies and recoverable / reimbursable amounts such as VAT,
CED,
Seigniorage charges, Technical Personnel employed on the work,
Compensation, Site Supervision, contingencies, Service Tax, and Insurance
Policy till defect liability period and Bank Commission charges.
The interested bidders may download the EPC Tender document from the web site
www.ghmc.gov.in.
Name of work: “Survey, Investigation, Design & Construction of Modern Slaughter House
of capacity 400 sheep including Civil, Mechanical & Electrical Items and trial run etc.,
complete at, Gowlipura along with Effluent Treatment Plant (ETP) . The Project shall be
designed as per applicable Indian Standards.
.
1. Greater Hyderabad Municipal Corporation,
Department Name
Hyderabad
2. Special Projects Circle, Division __, Greater
Circle / Division Name
Hyderabad Municipal Corporation.
3. Tender Number 147/GHMC/ENC/TA-III/K1/2008,dt: 19/01/2009
4. “Survey, Investigation, Design & Construction of
Modern Slaughter House of capacity 400 sheep
including Civil, Mechanical & Electrical Items and trial
Tender Subject run etc., complete at, Gowlipura along with Effluent
Treatment Plant (ETP) including 24 Months Defect
Liability Period .The Project shall be designed as
per applicable Indian Standards.
(Note : The bidder shall satisfy all the eligibility criteria, Period of Completion : 12 Months
The bidder should have executed the following minimum Physical Quantities / Items in any One
Financial year during the last Five financial years (2003-2004 to 2007-08).
Construction of one mechanized slaughter house project and meat processing plant with
minimum capacity of 200 Sheep or Cattle or Combined.
Construction of one number of Effluent Treatment Plant / Waste Water Treatment Plant of 20.50
KLD Capacity or Combined
The bidder should enclose experience certificates in support of values of similar works and physical
quantities/ Items issued by the Engineer – In - charge of the State / Central Government departments /
Undertakings not below the rank of Executive Engineer or Equivalent and countersigned by the next
higher authority not below the Rank of SE or Equivalent. If there is any Global Experience, it shall be
supported by the good performance certificate issued by the Employer / Client.
Further, the experience certificates should clearly indicate the date of commencement of work, date of
completion, Financial Year Wise Break up of the values of similar works done and physical quantities/
Items executed.
All the Experience Certificates Shall be in English.
4. Financial Requirement:
Liquid asset / credit facilities / Solvency certificates:
The bidder should produce liquid asset / credit facilities / Solvency certificates from any Indian
Nationalised / Scheduled Banks of value not less than Rs. 80.41 Lakhs.
Contractor - 15 - Engineer-In –Chief
Ph. No: GHMC
The audited balance sheet for the last five financial years shall be submitted and must demonstrate the
soundness of the applicant’s financial position, showing long-term profitability (including an estimated
financial projection for the next two financial years). Where necessary, the Employer will make inquiries
with the Applicant’s bankers.
Bid Capacity:
Assessed available Bid capacity as per formula (2AN-B) should be greater than Internal Bench
Mark (IBM) value assessed by the GHMC.
The current bid capacity should be more than the Internal Bench Mark (IBM) value of the work.
A= Maximum Value of Similar / Any Engineering works executed in any one financial year during the
last five financial years (updated 2008-09 price level duly giving 10% simple weight-age per year to bring
them to 2008-09 price level) taking into account the completed as well as works in progress.
N= Number of years prescribed for completion of the works for which tenders are invited.
B=Value of existing commitments and ongoing works to be completed during the period of completion of
the project for which tenders are invited. The value of works for which Tenders are submitted [awarded /
likely to be awarded) will also be considered as existing commitments (updated 2008-09 price level duly
giving 10% simple weight-age per year to bring them to 2008-09 price level).
In case the financial figures and value of completed works are in foreign currency, current market
exchange rate will be applied for the purpose of conversion of foreign currency into Indian rupees (State
Bank of India BC selling rate OR RBI Authorised Money Exchanger as on the date of submission).
In case the financial figures and value of completed works are in foreign currency, the above-enhanced
factors will not be applied. Instead, the foreign currency will be converted into equivalent Indian rupees
(INR) at the (State Bank of India BC selling rate OR RBI Authorised Money Exchanger as on the date of
submission).
Applicant should indicate actual figures of costs and amounts for the works executed by them in the
schedule without accounting for the above-mentioned factors.
Key Personnel, Personnel Capabilities: The contractor must provide suitably qualified
personnel with at least Two Graduate Engineers in Mechanical Engineering or Industrial Engineering
and One Graduate Engineer in Civil Engineering who are having experience in execution of similar
projects. The contractor shall submit details of the qualifications and experience of both the candidates.
Critical Equipment: Further, the contractor shall give a declaration on Rs.100/- Non Judicial
Stamp Paper stating that he has availability either owned or leased/ hired of all the key and critical
equipment needed for execution of the above works.
6). The Bidder further submit the following Particulars / Certificates and Statements:
EMD
Cost of Tender Schedule
Sales Tax
Registration
Proof of Experience
Data Sheet-1 – Bidder’s Appreciation of the Project
Data Sheet-2- Bidder’s Organizational setup for the Project
Data Sheet-3 – Project Components along with Drawings
Data Sheet-4- Management of Design and Engineering Services
Data Sheet-5 – Construction Methodology of different components proposed
Data Sheet-6 – Proposed Deployment of Key Personnel
Data Sheet-7 - Proposed Deployment of Construction Equipment
Data Sheet-8- Proposed Sub-Contractors
Data Sheet-9- Proposed Source of Key Materials
Data Sheet-10- Proposed Construction Schedule of the Project
Data Sheet-11 – Quality Control and Assurance System
Any other documents required as per tender conditions shall also be submitted.
The Domestic Bidders should furnish the Income Tax, Pan and submission of Income Tax return
along with proof of receipt.
The Domestic Bidders should furnish the VAT Registration Certificate and Latest VAT Clearance
certificate.
Note:-The Internal Bench Mark (IBM) is arrived based on the probable quantities/Items indicated in the
deliverables. Any change in quantities/Items will be paid extra / recovered as the case may be.
NOTE: The Internal Bench mark for the above mentioned deliverables is worked out
Rs.321.64 Lakhs inclusive of all Government Taxes and duties and all other
Government levies and recoverable / reimbursable amounts such as VAT, CED,
Seigniorage charges, Technical Personnel employed on the work,
Compensation, Site Supervision, contingencies, Service Tax, and Insurance
Policy till defect liability period and Bank Commission charges.
The interested bidders may download the EPC Tender document from the web site www.ghmc.gov.in.
Financial Bid for the work “Survey, Investigation, Design & Construction of Modern Slaughter
House of capacity 400 sheep including Civil, Mechanical & Electrical Items and trial run etc.,
complete at, Gowlipura along with Effluent Treatment Plant (ETP) ”
In addition to the identification required, the inner envelope shall indicate the name and address of the
bidder to enable the bid to be returned unopened in case it is declared "late"
If the outer envelope is not sealed and marked as above, the Employer will assume no responsibility for
the misplacement or premature opening of the bid.
The Employer may, at his discretion, extend the deadline for submission of bids by issuing an
amendment, in which case all rights and obligations of the Employer and the bidders previously subject
to the original deadline will thereafter be subject to the deadline as extended.
Late Bids
Any bid received by the Employer after the deadline for submission of bids will be returned
Contractor - 19 - Engineer-In –Chief
Ph. No: GHMC
unopened to the bidder.
Modification, Substitution and Withdrawal
The bidder may modify, substitute or withdraw his bid after bid submission, provided that written
notice of the modification substitution or withdrawal is received by the Employer prior to the
deadline for submission of bids. “Any ‘MODIFICATION SUBSTITUTION’ in respect of
‘TECHNICAL BID’ and ‘FINANCIAL BID’ shall be submitted in separate sealed envelope duly
marked so”. Incase of modification to financial bid, the envelope containing the same should
clearly exhibit such contents.
The bidder's modification, substitution or withdrawal notice shall be prepared, sealed, marked and
delivered, with the outer and inner envelopes additionally marked "MODIFICATIONS",
“SUBSTITUTION” or "WITHDRAWAL" as appropriate.
No bid shall be modified by the bidder after the deadline for submission of bids.
Withdrawal of a bid during the interval between the deadline for submission of bids and the expiration of
the period of bid validity specified in the Form of Bid shall result in the forfeiture of the bid security and
criminal action will be initiated.
The bidders shall submit their eligibility and qualification documents, Technical bid, Financial bid etc., in
the standard formats prescribed in the Tender documents. The bidder shall submit copies of all the
relevant certificates, documents etc., in support of their eligibility / criteria / technical bids. The bidder
shall sign on the statements, documents, certificates, submitted by him owing responsibility for their
correctness / authenticity.
The bidders are requested to submit the originals of DD/BG towards EMD, Cost of Tender Schedule and
sales Tax to the Tender Inviting Authority at the time of submission of the bid. The bidder shall
invariably furnish DD/BG towards EMD, Cost of Tender Schedule and sales Tax to the tender inviting
authority. The department shall not take any responsibility for any delay or non-receipt. If any of the
documents furnished by the bidder is found to be false/fabricated/bogus, the bidder is liable for black
listing, forfeiture of the EMD, cancellation of work and criminal prosecution.
The bidders found defaulting in submission of DD/BG towards EMD, Cost of Tender Schedule and sales
Tax to the Tender Inviting Authority and other documents will be disqualified.
The successful (L1) tenderer shall furnish the original hard copies of all the documents / certificates /
statements submitted by him before concluding agreement.
The tenderers shall be required to furnish a declaration stating that the documents submitted by them
are genuine. Any incorrectness / deviation noticed will be viewed seriously and apart from canceling the
work duly forfeiting the EMD, criminal action will be initiated including suspension of business.
To qualify for consideration of award of contract each tenderer should fulfill the following criteria.
1. The details and certificates are to be furnished as per the proforma available in the tender schedules.
2. The tenderer should have the key and critical equipment (either owned or leased) as mentioned in the
tender document.
4. Even while execution of the work, if found that the contractor had produced False/fake certificates of
experience he will be liable for black listing and the contract will be liable for termination and liable for
forfeiture of EMD and all the amounts due to him.
Special Conditions:
1. Tenders with an excess of more than 5 % over the internal benchmark value arrived by the
department shall be summarily rejected.
2. 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 he time of agreement as additional security deposits.
3. Cost of Tender Schedule: The Cost of Tender Schedule of Rs.10000/- has to be paid by each
participating bidder at the time of Bid submission.
4. Sales Tax: The Sales Tax of Rs.1250/- has to be paid by each participating bidder at the time of
Bid submission.`
5. 0.15 % CM Relief Fund and 0.10 % N.A.C and 1% Worker Welfare Cess have to be paid by the
successful bidder to be recovered from the bills during execution.
6) Government reserves the right to cancel/alter the bid conditions at any time.
7) The bidder should submit a copy of valid VAT registration certificate issued by the VAT registration
authority.
8) In case of discrepancy between the price quoted in figures and words, then the price quoted in words
will prevail.
SCOPE OF WORK:
“Survey, Investigation, Design & Construction of Modern Slaughter House of capacity 400 sheep
including Civil, Mechanical and Electrical Items and trial run etc., along with Effluent Treatment
Plant (ETP) etc., -1)Site Preparation, Construction of Sheep Processing Building, Toilets, Over
Head Tank (0.48 Lakhs Liters Capacity), Under Ground Water Sumps( 0.48 Lakhs Liters
Capacity), Electrical and Plumbing Works including water distribution lines, & sanitary works,
internal and external borewells, electrical items with street lights, Power Distribution Transformer,
LT&HT Cables, DG sets and all other accessories with Fabrication and Erection Expenses 2)
Slaughtering Machinery including all accessories (Hydraulic hooves and Leg Cutter& Steriliser,
Hydraulic neck Cutter& Steriliser, including Transportation and erection charges 3) Effluent
Treatment Plant (ETP) 41 KLD capacity with all accessories and associated works, Mechanical,
Electrical, Instrumentation and Piping works with all accessories and associated works etc.,
complete under Engineering Procurement & Construction (EPC) System. The Project shall
3. Issue of bid document will not automatically construe the eligibility of the bidders for participation in
the subsequent bidding process and will be determined during evaluation.
4. Department reserves the right to accept or reject any or all the bids without assigning any reasons
whatsoever.
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 in time. The department is not responsible for any sort of
difficulties for the problems in submission of tenders.
8. Issue of bid document will not automatically construe the eligibility of the bidder(s) for participation in
the subsequent bidding process and eligibility will be determined during evaluation.
9. The Engineer-In-Chief, Greater Hyderabad Municipal Corporation (GHMC), Hyderabad. reserves the
right to accept or reject any or all the bids without assigning any reason what so ever.
10. Government reserves the right to cancel/alter the bid conditions at any time.
11. In the process, if the works are stalled due to legal intervention or due to natural calamities, no
compensation will be paid.
12. All necessary permissions / clearance / approvals are to be processed and obtained by the firm only.
As a user agency this Department will initiate the proposals in respect of above.
13 All land cost required for the disposal of muck is rest with firm only i.e., no land will be supplied by
the department.
Note: - The Internal Bench Mark (IBM) is arrived based on the probable quantities indicated in the
deliverables. Any change in quantities will be paid extra / recovered as the case may be.
The defect liability period for the entire project is Two years.
The bidders shall maintain plant and machinery for a period of 2 years. This tender,
rate quoted shall be exclusive of maintenance costs.
Sealed Bids along with bid security, cost of tender schedule and sales tax mentioned above
should reach GHMC at the address of communication given as specified in NIT
a) Technical Bid
b) Financial Bid
The “Technical Bids” will be opened as spicified in NIT i.e. last date of
submission of bids in the presence of bidders’ or their authorized representatives
who choose to attend. In the event of the specified date of bid submission/ opening
being declared a holiday for the Employer, the bids shall be received/ opened on the
next working day at the same time and place. Bidders are also required to furnish the
softcopy (MS Office) of the duly filled and completed Vol. 5 of the bidding documents.
12. The “Financial Bids” of the responsive bidders will be opened by the Employer in the
presence of interested bidders on date, time and venue to be notified separately after
Technical Evaluation of bid is completed.
Office of Engineer-in-chief
5th Floor ,GHMC head office Tank Bund
Hyderabad, Ph. No. +9140-23225267
A. General
1. SCOPE OF BID
The Works shall, inter alia, include the following, as specified or as directed.
SALIENT FEATURES:
“Survey, Investigation, Design & Construction of Modern Slaughter Houses including Civil,
Mechanical and Electrical Items and trial run etc., along with Effluent Treatment Plant (ETP)
etc. At Gowlipura, Hyderabad -1) Site Preparation, Construction of Process Building Sheep,
Toilets, Over Head Tank (0.48 Lakhs Liters Capacity), Under Ground Water Sumps (0.48
Lakhs Liters Capacity), Electrical and Plumbing Works including water distribution lines, &
sanitary works, internal and external borewells, electrical items with street lights, Power
Distribution Transformer, LT&HT Cables, DG sets and all other accessories with Fabrication
and Erection Expenses 2) Slaughtering Machinery including all accessories(Hydraulic
hooves and Leg Cutter& Steriliser, Hydraulic neck Cutter& Steriliser, transportation and
Contractor - 25 - Engineer-In –Chief
Ph. No: GHMC
erection charges 3) Effluent Treatment Plant (ETP) 41 KLD capacity with all accessories and
associated works, Mechanical, Electrical, Instrumentation and Piping works with all
accessories and associated works etc., complete.
SOURCE OF FUNDS:
Expenditure for this Project will be met from the fund released by the Greater Hyderabad
Municipal Corporation, Hyderabad or Government of Andhra Pradesh.
Any entity, which has been debarred by GHMC from participating in GHMC projects and the
bar, subsists as on bid submission date, would not be eligible to submit the bid either
individually or as a member of consortium.
The successful bidder will be expected to complete the Works within 12 (Twelve) calendar
months from the date of issue of LOA to commence the works.
Throughout these bidding documents, the terms "bid" and "tender" and derivatives (bidder/
tenderer, bid/ tender, bidding/ tendering, etc.) are synonymous, and "day" means calendar
day.
Source of Funds
The funding for the work shall be done by Greater Hyderabad Municipal Corporation with its
own funds / grants from GOI (MFPI).
OTHER QUALIFICATIONS:
This invitation for bids is open to all bidders who satisfies the qualification criteria and
meeting the following requirements:
A bidder shall not be under a declaration of ineligibility for corrupt or fraudulent practices.
Bidders shall provide such evidence of their continued eligibility satisfactory to the Employer,
as the Employer shall reasonably request.
At the Employer's request, the bidder having offered the lowest evaluated bid may be
required to provide evidence of the origin of materials, equipment, and services to the
satisfaction of the Employer.
For purposes of Clause 4.1 above, "origin" means the place where the materials are mined,
c) The bidder shall submit the following information on eligibility and qualification
on the forms given in section XII of Volume 4.
i)Financial predictions for the current year and the two following years,
including the effect of known commitments.
iii) Current contract Commitments /Works is in Progress.
iv) Annual Audited turnover
v) Current information regarding litigation, debarment, arbitration.
vi) Evidence of the availability of the required nominated key personnel in
the site organization proposed for the administration and execution of
the Contract.
vii) Availability of critical equipment.
viii) Any other information details required to be furnished for qualification
criteria.
ix) Work programme supported with details
x) Affidavit
xi) Submit proposed methodology in sufficient detail and programme of
construction backed with equipment planning and deployment duly
supported with broad output calculation and quality assurance
procedures proposed to be adopted justifying the adequacy of the
bidder’s proposal to meet the technical specification and the
completion of work within the stipulated period of completion.
For Evaluation & Selection of a bidder for the project, ‘Single Stage’ process is
proposed to be followed. No separate Pre-Qualification is proposed for short listing
of bidders.
Eligibility Criteria: As Specified in NOTICE INVITING TENDER(NIT)
The proposals of only those bidders who possess the following minimum Experience
and & Financial capability would be technically evaluated and financial bids of
bidders who qualify in technical evaluation shall only be opened and lowest bidder
shall be awarded the work.
B. Bid Document
9. Bid Document
9.1 The bidding documents are those stated below and should be read in conjunction
with any Addenda issued in accordance with Clause 11:
9.2 One original bid document including all the five volumes duly signed are to be
submitted.
9.3 The bidder is expected to examine carefully the contents of all the above documents.
Failure to comply with the requirements of bid submission will be at the bidder's own
risk. Pursuant to tender conditions, bids which are not substantially responsive to the
requirements of the bidding documents will be rejected.
10.1 A prospective bidder requiring any clarification of the bidding documents may notify
the Employer in writing or by cable (hereinafter, the term "cable" is deemed to include
facsimile) at the Employer's address indicated in the Invitation for Bids. The Employer
will respond to any request for clarification, which he receives atleast 3 days prior to
holding of Pre-bid meeting. Copies of the Employer's response will be forwarded to
all purchasers of the bidding documents, including a description of the enquiry but
without identifying its source.
11.1 At any time prior to the deadline for submission of bids, the Employer may, for any
reason, whether at his own initiative or in response to a clarification requested by a
prospective bidder, modify the bidding documents by issuing addenda. The addendum
will be kept in website www.ghmc.gov.in
11.2 Any addendum thus issued shall be part of the bidding documents pursuant
to tender conditions
11.3 To afford prospective bidders reasonable time in which to take an addendum into
account in preparing their bids, the Employer may extend as necessary the deadline
for submission of bids, in accordance with tender conditions.
C. Preparation of Bids
12.1 The bid, and all correspondence and documents related to the bid exchanged by the
bidder and the Employer shall be written in the English language. Supporting
documents and printed literature furnished by the bidder may be in another language
provided they are accompanied by an accurate translation of the relevant passages
in the above stated language, in which case, for purposes of interpretation of the bid,
the English translation shall prevail.
The tender to be prepared by the bidder shall comprise of the form of tender and
appendices thereto, the Bid Security, the information on technical man power to be
available on this work, the contractors alternative technical proposals based on
scope of work as defined in Volume II, design criteria, soil data and other such
relevant information and any other material required to be completed and submitted
in accordance with the instructions to bidders embodied in tender document. The
forms and the data provided in this document shall be used without exception. The
Bid comprising of all the comprising of all the volumes and split as
a. Price bid
b. Technical Bid
any other documents / certificates/ informations required as per tender conditions shall also
be submitted
14. Bid Prices
14.1 Unless stated otherwise in the Bidding Documents, the Contract shall be for the
whole Works as described in tender conditions, based on the schedule of unit rates
and prices entered by the bidder.
14.2 The bidder shall fill in rates and prices for inclusive all items of the Works described
in the Bill of Quantities. Items against which no rate or price is entered by the bidder
will not be paid for by the Employer when executed and shall be deemed to be
covered by the other rates and prices in the Bill of Quantities.
14.3 All duties, Custom duties, taxes (including all central excise tax, central Govt. + all
state Govt. taxes if any) and other levies payable by the Contractor under the
Contract, or for any other cause as on the date, 28 days prior to the deadline for
submission of bids, shall be included in the rates and prices and the total bid price
submitted by the bidder and the evaluation and comparison of bids by the Employer
shall be made accordingly.
14.4 The rates and prices quoted by the bidder are subject to adjustment during the
performance of the Contract in accordance with the provisions of the Conditions of Contract.
The bidder shall quote his offer on form of tender Volume III as Lump sum at
appropriate place of the tender document to be submitted as per procedure set in tender
conditions. The Bidder shall quote further breakdown of Lump sum costs in Annexure – I,
Volume III. The bidder shall also quote unit prices in Annexure II, Volume – III. Negotiations
are not permitted at any stage in respect of price bid. The additions & deductions will be
worked out based on the Annexure – II.
The lump sum price quoted by the bidder shall include all the costs towards
designing, executing and completing the works as per defined scope of work and based on
design criteria. The lumpsum offer shall provide for all superintendence, labour, material,
plant, equipments and all other things required for work including all taxes, VAT, Worker
Welfare Cess, duties, royalties, octroi and such other charges except for the exceptions
provided for in the contract.
In addition to L.S. Price the bidder are also to quote unit prices as an Annexure – II &
III which shall be reviewed and approved by the employer.
15.1 The prices shall be quoted by the bidder entirely in Indian Rupees. The Employer
shall make eligible payments to the contractor in local currency only without any
commitment for repatriation in to foreign currency. However, repatriation of eligible
payment in foreign currency shall be governed as per prevailing rules and laws of the
country.
16.1 Validity of the tender will be 120 days from the date fixed for opening of the tenders
and thereafter until it is withdrawn by notice in writing duly addressed to the authority
opening the tender. Such withdrawal after 120 days shall be effective from the date
of receipt of notice by the Employer.
16.2 In exceptional circumstances, prior to expiry of the original bid validity period, the
Employer may request that the bidders extend the period of validity for a specified
additional period. The request and the responses thereto shall be made in writing or
by cable. A bidder may refuse the request without forfeiting his bid security. A bidder
agreeing to the request will be required to extend the validity of his bid security for
the period of the extension, and in compliance with tender conditions in all respects.
17.1 The Internal Bench Mark(IBM) for the above mentioned deliverables is worked
out Rs. 321.64 Lakhs inclusive of all Government Taxes and duties and all other
Government levies and recoverable / reimbursable amounts such as VAT,
Seigniorage charges, Technical Personnel employed on the work, Compensation,
Site Supervision, Quality Control Charges, Insurance Policy, workers welfare cess,
CM relief fund and NAC till defect liability period and Bank commission charges.
17.2 The bidder shall furnish as part of his Bid, a bid security for an amount of
Rs. 3,21,700/- at 1% of IBM at the time of submission. The bid security shall be payable
in Indian Rupee currency, in any of the following acceptable forms.
17.3 Any bid not accompanied by an acceptable bid security shall be rejected by the
Employer as non-responsive. In case of Joint Venture (JV) consisting foreign and
domestic partners, the domestic partners shall not be allowed to deposit Bank
Guarantee (BG) towards Bid Security either on behalf of the foreign partner(s), or any
other local partner(s) of the JV. The foreign partner(s) shall use his own funds to submit
the required Bank Guarantee in proportion to his participation in the JV and enclose a
certificate in this regard issued by the concerned bank from whom such Bank
Guarantee has been got issued by foreign partner(s) towards Bid Security. Likewise all
local partners are also required to use their respective funds for providing Bank
Guarantee towards bid security.
In the event of the tender being accepted subject to provisions of the tender conditions
the said amount of bid security, if so requested by the bidder be appropriated towards
the amount of performance security deposit payable by him under the conditions of
contract.
“Forfeiture of Bid security”: If after submitting the tender, the bidder withdraws his
offer or modifies the same or if after acceptance of his tender fails or neglects to
furnish the Performance security, without prejudice to any rights and powers of the
Employer here under or in law, the employer shall be entitled to forfeit the full amount
Contractor - 31 - Engineer-In –Chief
Ph. No: GHMC
of Bid Security deposited by the bidder. The employer shall also have right to forfeit
the full amount of Bid security if the contractor fails to submit the performance
guarantee (as per tender conditions) within 21 days from the receipt of LOA issued
pursuant to tender conditions.
In the event of tender being not accepted the amount of Bid Security deposited by the
bidder, shall unless it is prior thereto to forfeit under provisions of tender conditions above,
be refunded to him on passing of receipt thereto without any interest.
Any bid not accompanied by both the EMD, Cost of Tender schedule and Sales Tax will
be rejected by the employer as “ non responsive”
0.15 % C.M. Relief Fund, 0.10 % NAC, and 1% Workers Welfare Cess has to be paid by
the Successful bidder to recovered from the bills during the execution.
17.4 The bid securities of the unsuccessful bidders will be returned as promptly as
possible but not later than 28 days after the expiration of the period of bid validity
or finalization of tender, which ever is later(earlier).
17.5 Successful bidder has to provide Security deposit for an amount 1.5% of ECV at the
time of signing of the Agreement.
a) If the bidder withdraws his bid during the period of bid validity;
b) if the bidder does not accept the correction of his bid price, pursuant to tender
conditions; or
c) In the case of a successful bidder, if he fails within the specified time limit to
18.1 Bidders shall submit offers, which comply with the requirements of the bidding
documents, including the basic technical design as indicated in the Drawings and
Specifications. Bid based on alternatives designs will not be considered. The attention of
bidders is drawn to the provisions of tender conditions regarding the rejection of bids,
which are not substantially responsive to the requirements of the bidding documents.
The bidders are hereby instructed to not alter any changes the bidding documents. If
any changes are made by bidder it shall be treated as tampering of documents and
the bid shall be summarily be rejected.
20.1 The bidder shall prepare documents comprising the bid as described in tender
conditions of these Instructions To Bidders (ITB) bound with the Volumes containing
the Form of Bid and clearly marked “ORIGINAL”. In the event of discrepancy
between them the “ORIGINAL” shall prevail.
20.2 The “Original” and all copies of the bid shall be typed or written in indelible ink (in the
case of copies, Photostats are also acceptable) and shall be signed by a person or
persons duly authorized to sign on behalf of the bidder, pursuant to tender
conditions, as the case may be. All pages of the bid where entries or amendments
have been made shall be initialed by the person or persons signing the bid.
20.3 The bid shall contain no alteration, omissions or additions, except those to comply
with instructions issued by the Employer, or as necessary to correct errors made by
the bidder, in which case such corrections shall be initialed by the person or persons
signing the bid.
20.4 All witnesses and sureties shall be persons of status and probity and their full names,
occupations and addresses shall be printed below their signatures. All signatures
shall be dated.
Outer Envelope:
Technical and Financial Bid for the work “Survey, Investigation, Design &
Construction of Modern Slaughter House of capacity 400 sheep including
Civil, Mechanical & Electrical Items and trial run etc., complete at, Gowlipura
along with Effluent Treatment Plant (ETP) ”.
Financial Bid for the work “Survey, Investigation, Design & Construction of
Modern Slaughter House of capacity 400 sheep including Civil, Mechanical &
Electrical Items and trial run etc., complete at, Gowlipura along with Effluent
Treatment Plant (ETP) ”
iii. Items listed at ‘a’ above in tender conditions including any related
Addenda.
21.3 In addition to the identification required in Sub-Clause 21.2, the inner envelope shall
indicate the name and address of the bidder to enable the bid to be returned
unopened in case it is declared "late" pursuant to Clause 23.
21.4 If the outer envelope is not sealed and marked as above, the Employer will assume
no responsibility for the misplacement or premature opening of the bid.
22.1 Bids must be received by the Employer at the address specified above as specified
in NIT.
23.1 Any bid received by the Employer after the deadline for submission of bids
prescribed in tender conditions will be returned unopened to the bidder.
24.1 The bidder may modify, substitute or withdraw his bid after bid submission, provided
that written notice of the modification substitution or withdrawal is received by the
Employer prior to the deadline for submission of bids. “Any ‘MODIFICATION
SUBSTITUTION’ in respect of ‘TECHNICAL BID’ and ‘FINANCIAL BID’ shall be
submitted in separate sealed envelope duly marked so”. Incase of modification to
financial bid, the envelope containing the same should clearly exhibit such contents.
24.2 The bidder's modification, substitution or withdrawal notice shall be prepared, sealed,
marked and delivered in accordance with the provisions of tender conditions, with the
outer and inner envelopes additionally marked "MODIFICATIONS",
“SUBSTITUTION” or "WITHDRAWAL" as appropriate.
24.3 No bid shall be modified by the bidder after the deadline for submission of bids.
24.4 Withdrawal of a bid during the interval between the deadline for submission of bids
and the expiration of the period of bid validity specified in the Form of Bid shall result
in the forfeiture of the bid security pursuant to tender conditions.
25.1 The opening of Bids shall take place in the presence of the interested bidders by the
Evaluation Committee; for each Bid, the sealed outer envelope containing complete
Bid (both Technical and Financial) shall be opened. The Technical Bid shall be
opened first to retrieve the Bid Security placed inside the “Technical Bid”. The
envelope containing Bid Security shall be opened and the amount, form and validity
period of Bid Security shall be announced by the Committee. The Bids
accompanying proper Bid Security shall be evaluated further and those Bids which
are not found proper by the Evaluation Committee shall be announced and kept
aside for return to the bidders without opening any other documents related to such
Bids. The other envelope forming part of the “Technical Bid” shall be opened &
evaluated subsequently for those whose Bid Security is found to be in order. Such
evaluation shall be carried out to establish the Bid responsiveness. Accordingly, all
those responsive bidders shall be informed and invited to be present during opening
of Financial Bids. The date, time and venue shall be notified to all responsive
bidders.
The list of responsive bidders shall be displayed at least one day earlier to the
notified date, time and venue for opening of the Financial Bids.
25.2.1 Envelopes marked "WITHDRAWAL" shall be opened and read out first at the
time of opening of Technical Bids. Bids for which an acceptable notice of
withdrawal has been submitted pursuant to tender conditions shall not be opened.
25.3 The bidders' names, the Bid Prices, the total amount of each bid, any discounts, BID
MODIFICATIONS will be announced by the Employer during the opening. Any bid
price, discount or alternative bid price which is not read out and recorded at bid
opening will not be taken into account in bid evaluation.
25.4 The Employer shall prepare minutes of the bid opening, including the information
disclosed to those present in accordance with tender conditions.
27.1 To assist in the examination, evaluation and comparison of bids, the Employer may,
at his discretion, ask any bidder for clarification of his bid, including breakdowns of
unit rates. The request for clarification and the response shall be in writing or by
cable, but no change in the price or substance of the bid shall be sought, offered or
permitted except as required to confirm the correction of arithmetical errors
discovered by the Employer in the evaluation of the bids in accordance with tender
conditions.
27.2 Subject to tender conditions, no bidder shall contact the Employer on any matter
relating to its bid from the time of bid opening to the time contract is awarded. If the
bidder wishes to bring additional information to the notice of the Employer, it should
do so in writing.
Tender liable for rejection
The tender is likely to be rejected if on opening it is found that –
a) The bidder has not strictly followed the procedure laid down for submission of
tender.
b) The bidder has proposed conditions which are inconsistent with or contrary to the
terms and conditions specified.
c) Additions, corrections or alteration are made by the bidder on any page of the
tender document.
d) Any page or pasted slips are missing.
e) The bidder has not signed the tender.
f) The bidder has specified any additional condition.
g) The bidder has not attached the addendum to the main tender form as stated in
para 7.
h) In case the technical proposal of bidder who has quoted lowest price and who
has satisfied other criteria is not conforming to the stipulations made, the bidder
without revising the cost shall modify the same to conform to the stipulations. If
the bidder refuses to modify this then the tender shall be treated as non
responsive and rejected.
i) The bidder has quoted financial offer any where other than specified in Financial
Bid.
28.1 Prior to the detailed evaluation of bids, the Employer will determine whether each bid
(i) meets the prescribed eligibility criteria, (ii) has been properly signed; (iii) is
accompanied by the required securities; (iv) is substantially responsive to the
requirements of the bidding documents; and (v) provides any clarification and/ or
substantiation that the Employer may require.
28.2 A substantially responsive bid is one which conforms to all the terms, conditions and
specifications of the bidding documents, without material deviation or reservation. A
material deviation or reservation is one (i) which affects in any substantial way the
scope, quality or performance of the Works; (ii) which limits in any substantial way,
Contractor - 38 - Engineer-In –Chief
Ph. No: GHMC
inconsistent with the bidding documents, the Employer's rights or the bidder's
obligations under the Contract; or (iii) whose rectification would affect unfairly the
competitive position of other bidders presenting substantially responsive bids.
28.3 If a bid is not substantially responsive it will be rejected by the Employer and may not
subsequently be made responsive by correction or withdrawal of the nonconforming
deviation or reservation.
29.2 The amount stated in the Form of Bid will be adjusted by the Employer in accordance
with the above procedure for the correction of errors and, with the concurrence of the
bidder, shall be considered as binding upon the bidder. If the bidder does not accept
the corrected amount of bid, his bid will be rejected, and the bid security may be
forfeited in accordance with tender conditions.
30.1 The Employer will evaluate and compare only the bids determined to be substantially
responsive in accordance with tender conditions.
30.2 In evaluating the bids, the Employer will determine for each bid the Evaluated Bid
Price by making any correction for errors pursuant to tender conditions and adjusting
the bid price accordingly.
30.3 The estimated effect of the price adjustment provisions of the Conditions of Contract,
applied over the period of execution of the Contract, shall not be taken into account
in bid evaluation.
30.4 If the bid of the successful bidder is seriously unbalanced in relation to the Engineer's
estimate of the cost of the Works to be performed under the Contract, the Employer
may require the bidder to produce detailed price analyses for any or all items of the
Bill of Quantities, to demonstrate the integral consistency of those prices with the
construction methods and schedule proposed. After evaluation of the price analyses,
the Employer may require that the amount of the performance security set forth in
Contractor - 39 - Engineer-In –Chief
Ph. No: GHMC
tender conditions be increased at the expense of the successful bidder to a level
sufficient to protect the Employer against financial loss in the event of default of the
successful bidder under the Contract.
F. Award of Contract
31. Award
31.1 Subject to tender conditions, the Employer will award the Contract to the bidder
whose bid has been determined to be substantially responsive to the bidding
documents and who has offered the Lowest Evaluated Bid Price pursuant to tender
conditions provided that such bidder has been determined to be (i) eligible in
accordance with the provisions of tender conditions; and (ii) qualified in accordance
with the provisions of tender conditions.
31.2 The finalized contract value of the successful bidder (to whom the award of work is
decided by GHMC) shall include Cost of erection & Commissioning.
32. Employer's Right to accept any Bid and Reject any or all Bids
32.1 Notwithstanding tender conditions, the Employer reserves the right to accept or reject
any bid and to annul the bidding process and reject all bids, at any time prior to
award of Contract, without thereby incurring any liability to the affected bidder or
bidders or any obligation to inform the affected bidder or bidders of the grounds for
the Employer's action.
Upon furnishing the performance security by the successful bidder in accordance with
the tender conditions the order to start work will be given. The work order shall be
accompanied by a true copy of the agreement bearing the number under which it is
registered in the office of the Engineer-In-Chief, GHMC, Hyderabad.
34. Signing of Agreement
34.1 At the same time that Employer notifies the successful bidder that his bid has been
accepted, the Employer will direct him to submit the Security Deposit & performance
security and attend the Employer's office on a date determined by the Employer for
signing the Form of Agreement.
34.2 Within 28 (twenty eight) days of the date of signing the Form of Agreement, the
successful bidder shall, if required, have the same engrossed, have the correct
amount of stamp duty adjudicated by the Inspector General of Registrations,
34.3 In case of Joint Venture (JV), all the constituent partners of the JV shall sign the
Contract Agreement to conclude the award of works.
35.2 The Performance Security to be provided by the successful bidder in the form of a
bank guarantee shall be issued by any nationalised bank in India payable at
Hyderabad.
35.3 In case of Joint Venture, the Bank Guarantee towards Performance Security shall be
provided by all the partners of the JV in proportions to their participation in the project
as defined in the Joint Venture Agreement. The level of participation mentioned in the
JV Agreement shall have to be maintained consistent as provided for qualification of
the bidders, without making any modification. The local partner(s) shall NOT be
allowed to deposit the Bank Guarantee on behalf of either the foreign partner(s) or
any other local partner(s) of the JV. In case of JV between local contractors, each
constituent partner of JV shall submit Bank Guarantee towards performance security
in proportion to his level of participation in the project as defined in the JV
Agreement. A certificate in this regard shall be produced from the concerned bank
issuing the Bank Guarantee towards the Performance Security on behalf of the
foreign partner(s) and the local partner(s).
35.4 Failure of the successful bidder to comply with the requirements of tender conditions
shall constitute sufficient grounds for the annulment of the award and forfeiture of the
bid security. The Employer shall be entitled (but not obliged) to inform the bidder by
notice in writing to withdraw his acceptance and, if so withdrawn, the bidder shall
have no claim against the Employer whether for damages or otherwise in respect of
such acceptance or withdrawal. In addition the bidder shall be barred from bidding for
the Works in the event that bids are re-invited.
CONDITIONS OF CONTRACT
A. GENERAL CONDITIONS
1. Definitions:
tender conditions
Address
: O/o Commissioner and Special officer,
GHMC
E-mail: :
Website: :
The following additional words and expressions shall have the meanings assigned to
them, except where the context otherwise required:
iv. The "Executive Engineer" shall mean the Executive Engineer, Project
Circle, Project Division II who is designated as such for the time being, in
whose jurisdiction the works lies.
viii. A “Week” shall mean 7 consecutive days without regard to the number of
hours worked in any day in that week.
ix. The “Site” shall mean the lands and /or other places, on under, in or
through which the work is to be executed under the Contract including any
other lands or places which may be allotted by the Department or used for
the purpose of Contract.
x. “Urgent Works” shall mean any measures which, in the opinion of Engineer
becomes necessary during the progress of the work to obviate any risk or
accident or failure or which becomes necessary for security of the work or
the persons working thereon.
Engineer’s Duties
The Engineer shall obtain the specific approval of the Employer in respect of the
following:
The duties of the Engineer's Representative are to watch and supervise the work and
to test and examine any materials to be used or workmanship employed in
connection with the Works
2. Interpretation:
2.1 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 specifically defined. The
2.2 The documents forming the Contract shall be interpreted in the following order of
priority:
1) Agreement
8) I.S. codes on manholes, sewers, sewer laying , relevant pipes & their laying,
buildings, ELSRs , GLSRs, WTP, ETP, all civil works etc.,
I/WE have also quoted the bid in Schedule ‘A’ Part-F Volume. I, annexed (in words
and figures) for which I/We agree to execute the work at the quoted lump sum
payment under the terms of the contract.
I/WE have quoted the price bid in Schedule ‘A’ Part-F Volume. I both in words &
figures. In case of any discrepancy between the bid price quoted in words and
figures, the bid price quoted in words only shall prevail.
I/WE agreed to keep the offer in this Bid valid for a period of Three month(s)
mentioned in the Bid notice and not to modify the whole or any part of it for any
reason within above period. If the Bid is withdrawn by me/us for any reasons
whatsoever, the earnest money paid by me/us will be forfeited to Government
I/WE hereby distinctly and expressly, declare and acknowledge that, before the
submission of my/our Bid I/We have carefully followed the instructions in the Bid
notice and have read the A.P.S.S. and the preliminary specifications therein and the
A.P.S.S. addenda volume and that I/We have made such examination of the contract
documents and the plans, specifications and of the location where the said work is to
be done, and such investigation of the work required to be done, and in regard to the
material required to be furnished as to enable me/us to thoroughly understand the
intention of same and the requirements, covenants, contracts, stipulations and
restrictions contained in the contract, and in the said plans and specifications and
distinctly agree that I/We will not hereafter make any claim or demand upon the
Government based upon or arising out of any alleged misunderstanding or
misconception /or mistake on my/or our part of the said requirement, covenants,
contracts, stipulations, restrictions and conditions.
I/WE 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.
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 security deposit, performance
security or to enter into the required contract as defined in condition 17.4, 34 and 35
of the instructions to Bidders, then I/We agree to the forfeiture of the Bid security.
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.
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.
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.
(2) I/WE certify that I/We have inspected the site of the work before quoting my price bid,
I /We have satisfied about the quality, availability and transport facilities for stones
sand and other materials.
(3) 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.
(4) I/WE hereby declare that I am/we are accepting to reject my Bid in terms of condition,
32
(5) I/WE hereby declare that I/We will not claim any price escalation.
(6) I/WE hereby declare that I am/We are accepting for the defect liability period as 24
months instead of 6 months under clause 28 of APSS.
(7) a) I/WE declare that I/WE will procure the required construction materials including
earth and use for the work after approval of the Engineer-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.
b) I/WE declare that the responsibility for arranging and obtaining the land for
disposal of spoil/soil not useful for construction purposes shall rest with me/us.
c) I/WE declare that I/WE shall not claim any compensation or any payment for the
land so arranged for disposal of soil and the land for borrow area. My/our quoted
bid price are inclusive of the land so arranged and I/We will hand over the land so
arranged for disposal of soil to; the department after completion of work.
d) I/WE declare that I/WE will not claim any extra amount towards any material used
for the work other than the quoted works for respective schedule ‘A’ items.
(8) I/WE declare that I/WE will execute the work as per the mile stone programme, and if
I/WE fail to complete the work as per the mile stone programme I abide by the
condition to recover liquidated damages as per the Bid conditions.
(9) I/WE declare that I/WE will abide for settlement of disputes as per the Bid conditions.
1) I/WE have not been black listed in any department in Andhra Pradesh due to any
reasons.
2) I/WE have not been demoted to the next lower category for not filing the Bids after
buying the Bid schedules in a whole year and my/our registration has not been
cancelled for a similar default in two consecutive years.
3) I/WE agree to disqualify me/us for any wrong declaration in respect of the above and
to summarily reject my/our Bid.
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
ARTICLES OF CONTRACT
And whereas the contractor has agreed to retain with the Government of the earnest
money of Rupees
___________________________________________________________ (i) paid by him
vide D.D./ B.G. No. ______________________________ Date ____________ issued by
_________________________________________________________________ and
And whereas the contractor has agreed that during the course of the contract period
an amount at the rate of 7.5 % of the value of work done will be withheld from the bills as
F.S.D.
And whereas the contractor has also signed the copy of the Andhra Pradesh standard
specification and addenda volume there to be maintained in the office of Engineer in Chief,
GHMC, Hyderabad 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.
___________(Rupees _______________________________________) or such other sum
as may be arrived at under the clauses of the standard preliminary specifications relating to
payment on lumpsum basis.
2. The term Executive Engineer in the said conditions shall mean the public works
officer in-charge of the work having jurisdiction for the time being over the work.
Who shall be competent to exercise all the powers and privileges reserved
herein, in favour of the Government with the previous sanction of or subject to
the ratification by the Engineer in Chief, GHMC herein after called Engineer in
Chief in case where such sanction or ratification may be necessary.
A. GENERAL
1. 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 specifically 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) Agreement
8) I.S. codes on manholes, sewers, sewer laying, relevant pipes & their laying
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.
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, including his past track record of completion and quality of
work., he may permit the same. The total value of works to be awarded on sub-
letting shall not exceed 50% of contract value. The extent of subletting shall be
added to the experience of the sub-contractor and to that extent deducted from that
of the main contractor.
6. Other Contractors:
6.1 The Contractor shall cooperate and share the Site with other contractors, Public
authorities, utilities, and the Department. The Contractor shall also provide facilities
and services for them as directed by the Engineer-in-charge.
7. Personnel:
7.1 The Contractor shall employ the required Key Personnel named in the Schedule of
Key Personnel to carry out the functions stated in the Schedule or other personnel
approved by the Engineer-in-charge. The Engineer-in-charge will approve any
proposed replacement of Key Personnel only if their qualifications, abilities, and
relevant experience are substantially equal to or better than those of the personnel
listed in the Schedule.
7.2 Failure to employ the required technical personnel including quality management
staff by the contractor, the employer would engage any quality assurance staff for
implementing quality management Plan. The amounts spent on such deployment
will be recovered from the contractor over and above the provision made in part two
of schedule-A from the contractors bills. However, this will not absolve the contractor
from the responsibility of quality management on contract works.
7.3 The technical personnel including quality assurance personnel should be on full time
and available at site whenever required by Engineer in Charge to take instructions.
7.4 The names of the technical personnel including quality assurance personnel to be
employed by the contractor should be furnished in the statement enclosed
separately.
7.5 In case the contractor is already having more than one work on hand and has
undertaken more than one work at the same time, he should employ separate
technical and quality assurance personnel on each work.
7.6 If the contractor fails to employ technical and quality assurance personnel the work
will be suspended, department will engage technical and quality assurance personnel
and recover the cost thereof from the contractor. This will not absolve the contractor
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 the end of the Defects Liability
Period i.e., 24 months 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.
e) Professional liability insurance: The Contractor shall affect professional
indemnity insurance, which shall cover the risk of professional negligence in
the design of the works. This insurance shall be for a limit of not less than
Rs.1.33 Lakhs. The Contractor shall use his best endeavor to maintain the
professional indemnity insurance in full force and effect until defect liability
period. The Contractor undertakes to notify the Employer promptly of any
difficulty in extending, renewing or reinstating this insurance.
9.2 Policies and certificates of insurance shall be delivered by the Contractor at the time
of concluding Contract. All such insurance shall provide for compensation to be
payable to rectify the loss or damage incurred.
9.3 Alterations to the terms of insurance shall not be made without the approval of the
Engineer-in-Charge.
The contractor should inspect the site and also proposed quarries of choice for
materials source of water and quote his percentage including quarrying, conveyance
and all other charges etc.
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.
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 percentage 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.
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
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.
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.
The Electric power will be supplied by Dept. and cost will be borne by the Dept.
12.2 The contractor shall satisfy all the conditions and rules required as per Indian
Electricity Act 1910 and under Rule-45(I) of the Indian Electricity Rules, 1956 as
amended from time to time and other pertinent rules.
12.3 The power shall be used for bonafide Departmental work only.
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 Employer/Employer’s Representative.
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.
13. 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.
Monsoon Damages:
Damages due to rain or flood either in cutting or in banks shall have to be made good
by the contractor till the work is handed over to the Department. The responsibility of
de-silting and making good the damages due to rain or flood rests with the
contractor. No extra payment is payable for such operations and the contractor shall
therefore have to take all necessary precautions to protect the work done during the
construction period.
15. Safety:
15.1 The Contractor shall be responsible for the safety of all activities on the Site.
16. Discoveries:
16.1 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.
Additional land acquisition in few isolated stretches is foreseen in this project. The
Contractor shall submit relevant L.A. proposals as required and pursue with the
authorities concerned to acquire the land. The Department will assist the Contractor
in this regard and if any compensation has to be paid, department will arrange to pay
the same.
The Site for the execution of the work will be available as soon as the work is
awarded. In case it is not possible for the department to make entire site available on
the award of the work, due to any unforeseen reasons like court orders etc., the
contractor will have to modify his working programme accordingly. No claim
whatsoever for not giving the entire site in one stretch on award of work, (or) for
handing over the site in phases will be tenable.
19. Instructions:
19.1 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.
A site order book shall be maintained on the site and it shall be the property of the
Employer and the Contractor shall promptly sign orders given therein by the Engineer
or his authorized representative and comply with them. The compliance shall be
reported by Contractor to the Engineer in good time so that it can be checked. The
blank site order book with machine numbered pages in quadruplicate with perforated
sheet for three copies to be detached will be provided by the Engineer for this
Contractor - 56 - Engineer-In –Chief
Ph. No: GHMC
purpose. Whenever any instructions are written in the site order book, the Contractor
will be supplied the first carbon copy.
SETTLEMENT OF CLAIMS:
All disputes or difference arising of or relating to the Contract shall be referred to the
adjudication as follows:
a) Claims up to a value of Rupees 10,000/-.
- Superintending Engineer, GHMC to be nominated by the Engineer-in-
Chief, GHMC
b) Claims above Rs.10,000/- and up to Rupees 50,000/-.
- Another Engineer-in-Chief as arbitrator on the proposals submitted by
the Engineer-in-Chief, GHMC
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.
21. Program:
21.1 The total period of completion is 12 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.
21.2 The attention of the Bidder is directed to the contract requirement at the time of
beginning of the work, the rate of progress and the dates for the whole work and its
several parts as per milestones. The following rate of progress and proportionate
value of work done from time to time as will be indicated by the Executive 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.
21.3 After signing the contract, the contractor shall forthwith begin the work, shall regularly
and continuously proceed with them.
MILE STONE
---------------------------------------------------------------
Sl Mile stone Period in Description of work Quantity to be Completed
No. No. Months. Physical Financial
-- - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - -
21.5 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 Engineer in Chief and shall proceed with the same with due expedition and
without delay, except as may be expressly sanctioned or ordered by the Engineer in
Chief, or be wholly beyond the contractor’s control.
21.6 This being a turnkey contract on EPC basis, conducting of surveys, investigation,
design Engineering, preparation of schedules are within the scope of the contract
and the contractor shall meticulously plan for carrying out the work.
21.7 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
21.8 Subject to any requirement in the contract as to completion of any section of the
works before completion of the whole of the works shall be completed in accordance
with provisions of clauses in the Schedule within the time stated in the contract
calculated from the last day of the period named in the statement to the Bid as that
within which the works are to be commenced or such extended time as may be
allowed.
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
22.2 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.
22.3 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
23.1 The Contractor shall at all times maintain the progress of work to conform to the
latest operative progress schedule approved by the Engineer-in-Charge. The
contractor should furnish progress report indicating the programme and progress
once in a month. The Engineer-in-Charge may at any time in writing direct the
contractor to slow down any part or whole of the work for any reason (which shall not
be questioned) whatsoever, and the contractor shall comply with such orders of the
Engineer-in-Charge. The compliance of such orders shall not entitle the contractor to
any claim of compensation. Such orders of the Engineer-in-Charge for slowing down
the work will however be duly taken into account while granting extension of time if
asked by the contractor for which no extra payment will be entertained.
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 Contract”, he shall so advise
the Contractors in writing and at the same time demand compliance in accordance
with instructions to Bidder and conditions of Contract. If the Contractor neglects to
comply with such demand within seven days after receipt of such notice, it shall then
or at any time there after, be lawful for the Engineer-in-Charge to take suitable action
in accordance with Clause.60 of PS to APSS.
25.2 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 shall not be considered in assessing the
new Intended Completion Date.
27.2 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.
29 Identifying Defects:
29.1 The Employer/ Employer’s representative 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 Employer/ Employer’s representative may instruct
the Contractor to verify the Defect and to uncover and test any work that the
Employer/ Employer’s representative considers may be a Defect.
30 Tests: Laboratory for testing: The contractor shall for the purpose of testing the
material shall establish a field laboratory of 40 sq. meter area. The contractor shall provide
all equipments as per list in Annexure -D.
30.1 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.
31 Correction of Defects:
31.1 The Engineer-in-Charge shall give notice to the Contractor of any Defects before the
end of the Defects Liability Period of 24 months, which begins on Completion. The
defects liability period shall be extended for as long as defects remain to be corrected
by the Contractor.
31.2 Every time notice of a Defect is given, the Contractor shall correct the notified defect
within the length of time specified by the Engineer-in-Charge’s notice.
32 Uncorrected Defects:
32.1 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.
32.2 The Engineer-in-Charge shall introduce O.K. cards and prescribed the formats there
of. O.K. cards shall relate to all major components of the work. The contractor / his
authorised representative shall be required to initiate and fill in and present the O.K.
card to the construction staff who would check the respective items and send to
Engineer-in-charge or his representative for final check and clearance / O.K. Any
defects pointed out by the supervision staff of department shall promptly be attended
to by the contractors and the fact of doing so be duly recorded on the back of O.K.
card.
32.3 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.
33 Quality Control:
In addition to the normal inspection by the Engineer regular staff in-charge of the
Construction of work, the work will also be inspected by the Executive Engineer
Quality control Division or by the State or District level Vigilance Cell Unit and any
other authorized external Agency if any sub-standard work or excess payments are
Contractor - 62 - Engineer-In –Chief
Ph. No: GHMC
noticed with reference to measurement books etc., during inspection, action will be
taken based on their observations and these will be effected by the Engineer-in-
Charge of the execution of the work
Quality control monitoring reports, test results, reports of corrective action etc, shall
be furnished to the employer at regular intervals.
The contractor shall produce the Quality records maintained by him to the
department for the quality audit.
C. COST CONTROL
Lump Sum Price:
34.1 The Contractor is paid for the quantity of the work done on prorata basis against
each item as per Annexure-I, volume-III.
34.2 Variations in Scope of Work: It shall be generally understood that the price quoted
by the tenderer shall be all inclusive price for completion of scope of work detailed in the
tender document and is for finished work at site in all respects including minor
modifications where felt essential.
In an unlikely event, should the exigencies of work so demand that any major
modifications are found essential in any component of the works, the payment for the
corresponding variations shall be regulated as per Annexure II & III of Volume III.
The variations, not covered by Annexure II&III, rates of SSR 2006-2007 will be
applied.
35.1 The contractor is bound to execute all supplemental works that are found essential,
incidental and inevitable during execution of main work.
36.1 Extra items of work shall not vitiate the contract. The contractor shall be bound to
execute extra items of work as directed by the Employer/ Employer’s representative.
The rates for extra items shall be worked out by the Employer/ Employer’s
representative/ committee constituted by the government in this regard as per the
conditions of the Contract and the same are binding on the Contractor.
36.3.1 Where ever additional items not contingent on the main work and outside the scope
of original agreement are to be entrusted to the original contractor dispensing with
bids and if the value of such items exceeds the limits up to which the officer is
empowered to entrust works initially to contractor without calling for tenders, approval
of next higher authority shall be obtained. Entrustment of such items on nomination
shall be at rates decided by the Employer/ Employer’s representative/ committee
constituted by the government in this regard.
36.3.2 Payment for the additional scope of work executed shall be decided based upon the
following:
38.2 The cost due to such supplemental items of work shall be borne by the contractor.
39 Extra Items:
39.1 Extra items of work shall not vitiate the contract. This being a lump sum contract on
Turnkey (EPC) basis for a firm lump sum price quoted and on single source
responsibility basis, the contractor shall be bound to execute any items of work
contingent to main work for completion in full shape as directed by the Engineer-in-
Contractor - 64 - Engineer-In –Chief
Ph. No: GHMC
Charge at no extra cost to the employer. The cost due to such items shall be
deemed to have been included in the contract price quoted.
39.2.2 Entrustment of the additional items contingent on the main work will be authorized by
the employer and the contractor shall be bound to execute such additional items at
no extra cost to the employer and the cost of such items shall be deemed to have
been included in the contract price quoted.
The contract price shall be the total value of work for the EPC turnkey contract as per
contract
The maintenance cost will be reimbursed separately during the maintenance period
based on actuals.
a) The employer will pay the contractor a firm contract price for completion of all works
as specified under the scope of the work / employers requirement which shall include
but not limited to conducting surveys, detailed investigation, Fixing alignment, Design
and Engineering preparation of estimates, submission of L.P. Schedules, supply and
installation of all plants and its accessories and maintenance for 24 months from the
date of completion certificate 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.
41.2.1 The total work specified under EPC turn key contract is divided into several
components of work to facilitate payments component wise. The cost of each of the
above components is specified as percentage of the total Bid price under Annexure-II
“Schedule of payments.”
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.
41.2.4 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.
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.
41.5 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:
EPC Contractor’s Application for Payment
43.1.1 On the fifth Business Day of every month from the date of issue of the Notice to
Proceed the EPC Contractor may serve a notice in writing on the Employer’s
Representative (“Request for Payment”) requesting payment of the sum which is
considers to be due on achievement of milestones as per the Annexure-1.
(“Milestone Payment”).
(c) Any amounts due and owing from the EPC Contractor to the Employer
pursuant to this Agreement.
(a) Prepared on forms in the form indicated by the Employer’s representative and
at the expense of the EPC Contractor, the number of copies therefore shall
be as the Employer’s Representative may determine; and
43.2.1 Within fourteen (14) Business Days after the receipt of the Request for payment, the
Employer’s Representative shall, subject to the EPC Contractor’s compliance with
Article 43.2 inspect the relevant parts of the Works and the relevant goods and
materials in order to satisfy himself that the request for payment is correct.
43.2.2 No sum shall be included in the Certificate of Payment in respect of goods and
materials yet to be incorporated into the payment works unless the employers’
Representative is satisfied and has approved in writing that:
(a) Such goods and materials have been properly acquired and properly and not
prematurely delivered to the Project Site;
(b) Such goods plant and materials are properly stored on the project site ;and
fully protected against loss, damage or deterioration;
(c) The EPC Contractor’s records of the requisitions, orders, receipts and use of
any goods and materials are kept in a form approved by the Employer’s
Representative, and such records are available for inspection by the
Employer’s Representative; and
(d) The EPC Contractor has submitted a proper statement of the cost of
acquiring the goods and materials together with such documents as may be
required for evidencing such cost.
43.2.3 In the event that the Employer’s Representative ascertains that the value of the
works properly designed and Executed in the relevant period is less than the
Milestone Payment for the period, he shall include in the Certificate of payment, the
value of the works and goods and materials so ascertained by him.
43.2.4 All Certificates of Payment shall specify the amount, which the Employer proposes to
pay to the EPC Contractor and the basis on which that amount was calculated. Such
amount shall become due on the issue of the said Certificate of Payment.
43.2.5 75% of the interim payment certificate shall be paid with in 7 days & balance shall be
paid with in 14 days of receipt from the Engineer.
44.1.1 When the whole of the work has been completed and has satisfactory passed any
final test that may be prescribed by the Contract, the Contractor may give a notice to
that be in writing and shall be deemed to be request by the Contractor for the
Employer/ Employer’s representative to issue a Certificate of completion in respect of
the Works. The Employer/ Employer’s representative 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” Employer/ Employer’s representative opinion,
required to be done by the Contractor before the issue of such Certificate. The
Employer/ Employer’s representative 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 Employer/ Employer’s representative of the Works so specified
and making good of any defects so notified.
44.1.2 Similarly, the Contractor may request and the Employer/ Employer’s representative
shall issue a Certificate of Completion in respect of:
a) Any section of the Permanent works in respect of which a separate time for
completion is provided in the Contract, and
b) Any substantial part of the Permanent Works which has been both completed
to the satisfaction of the Employer/ Employer’s representative and occupied
or used by the Department.
44.1.3 If any part of the Permanent Works shall have been completed and shall have
satisfactorily passed any final test that may be prescribed by the Contract, the
Employer/ Employer’s representative 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. 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 and quantities arrived as per actual execution as and when required.
Measurements will be recorded by the contractor for the finished work only for which
all tests are conducted and work done in accordance with specifications and contract
conditions by using the materials specified in the contract
The contractor shall prepare monthly work bills based on the measurements of work
done already recorded as stated above and submit to Engineer-in-charge duly signed
by them or his authorized signatory for arranging payment. Only completed portions
of the works shall be eligible for payment.
The payments shall be made as per the break-up of payment schedule/ Statement
showing the Mile Stone Programme, specified in the bid document.
45.2.2 In case of over payments or wrong payment if any made to the contractor due to
wrong interpretation of the provisions of the contract, APSS or Contract conditions
etc., such unauthorized payment will be deducted in the subsequent bills or final bill
for the work or from the bills under any other contracts with the Government or at any
time there after from the deposits available with the Government.
45.2.3 Any recovery or recoveries advised by the Government Department either state or
central, due to non-fulfillment of any contract entered into with them by the contractor
shall be recovered from any bill or deposits of the contractor.
45.2.4 No claim shall be entertained, if the same is not represented in writing to the
Engineer-in-Charge within 15 days of its occurrence.
45.2.5 The contractor is not eligible for any compensation for inevitable delay in handing
over the site or for any other reason. In such case, suitable extensions of time will be
granted after considering the merits of the case.
45.3.1 The Employer shall within 28 days after receiving a Statement and supporting
documents, give to the Contractor notice of any items in the Statement with which the
Engineer in charge disagrees, with supporting particulars. Payments due shall not
be withheld, except that;
(a) If any thing supplied or work done by the Contractor is not in accordance with the
Contract, the cost of rectification or replacement may be withheld until rectification or
replacement has been completed; and / or
(b) If the Contractor was or is failing to perform any work or obligation in accordance with
the contract and had been as notified by the Engineer in charge, the value of this
work, or obligation may be withheld until the work or obligation has been performed.
The Employer may, by any payment, make any correction or modification that should
properly be made to any amount previously considered due. Payment shall not be
deemed to indicate Engineer in charge acceptance, approval, consent or satisfaction.
45.3.2 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.
47.1.2 Similarly, the Contractor may request and the Engineer-in-Charge shall issue a
Certificate of Completion in respect of:
a) Any section of the Permanent works in respect of which a separate time for
completion is provided in the Contract, and
b) Any substantial part of the Permanent Works which has been both completed
to the satisfaction of the Engineer-in-Charge and occupied or used by the
Department.
47.1.3 If any part of the Original/Permanent Works shall have been completed and shall
have satisfactorily passed any final test that may be prescribed by the Contract, the
Engineer-in-Charge may issue such certificate, and the Contractor shall be deemed
to have undertaken to complete any outstanding work in that part of the Works during
the period of Maintenance.
49 Price Adjustment
43.1 Shall be applicable as per G.O.Ms.No.94, dt.16-04-2008
50. Retention:
On completion of the whole of the Works half (50%)of the total amount retained
including 2.5 % EMD is re-paid to the Contractor and balance half (50%) when the
Defects Liability Period has passed and the Employer/ Employer’s representative has
certified that all the Defects notified by the Employer/ Employer’s representative to
the Contractor before the end of this period have been corrected
51.2 On completion of the whole works, the Contractor may substitute retention money with
an “on demand” Bank Guarantee.
.
52. Liquidated Damages
52.1 If for any reason, which does not entitle the contractor to an extension of time, the
rate of progress of works, or any section is at any time, in the opinion of the
Superintending Engineer too slow to ensure completion by the prescribed time or
extended time for completion Superintending Engineer shall so notify the contractor
in writing and the contractor shall there upon take such steps as are necessary and
the Superintending Engineer may approve to expedite progress so as to complete
the works or such section by the prescribed time or extended time. The contractor
shall not be entitled to any additional payment for taking such steps. If as a result of
any notice given by the Superintending Engineer under this clause the contractor
shall seek the Superintending Engineers permission to do any work at night or on
Sundays, if locally recognized as days or rest, or their locally recognized equivalent,
such permission shall not be unreasonably refused.
52.2 If the contractor fails to complete whole of the works or any part thereof or section of
the works within the stipulated periods of individual mile stones (including any bonafide
extensions allowed by the competent authority without levying liquidated damages), the
Superintending Engineer may without prejudice to any other method of recovery will
deduct one twentieth of one percent of respective mile stone financial programme value
per calendar day or part of the day for the period of delays subject to a maximum of
10% of the contract value as damages due from the contractor from any monies in his
hands due or which may become due to the contractor. The payment or deductions of
such damages shall not relieve the contract or from his obligation to complete the
works, or from any other of his obligations and liabilities under the contract.
52.3 The liquidated damages will be @ Rs.50/- per lakh of balance work per each day for the
period of delay which is shortfall for that mile stone will be levied in accordance with the
approved construction programme.
The maximum amount of liquidated damages for the whole of the works is ten percent of
final contract price.
53. Mobilisation Advance: (As per Govt. Memo.No. 7889/A1/2007-1 M.A & U.D (A1)
Department, Dated. 09-6-2008)
53.1 The contractors are permitted to avail the facility of Mobilization advance of 1% for
designs, 4% for Mobilization of materials (After completion of designs) and 5% for
Mobilization of machinery aggregating 10% against an 100% Unconditional and
Irrevocable Bank Guarantee acceptable to the Department, to facilitate the agencies in
53.3 Should the contractor misappropriate any portion of the advance loan, it shall
become due to the Employer/ Employer’s representative and payable immediately in
one lump by the contractor and no further loan will be considered thereafter.
53.4 The above advance shall bear an interest of prevailing SBI PLR+2% per annum. The
interest on the amounts paid as advance is chargeable from the date the amount is
paid. However if completion is delayed by circumstances beyond control of the
contractor for which an extension has been granted by the Executive Engineer the
interest charges on such advances shall be waived for the period of extension.
53.5 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.
53.6.1 The advance loan together with interest at the rate as specified above shall be repaid
within percentages deductions from the intermediate payments under the contract.
Deduction shall commence from the first intermediate bill. The total advance amount
plus interest amount shall be recovered before 90% of work is completed. The rate of
recovery shall be adjusted suitably to satisfy the above criteria.
54. Securities:
The Earnest Money Deposit and Additional Security (for discount tender percentage
beyond 25%) 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.
56. Completion:
56.1 The Contractor shall request the Engineer-in-Charge to issue a Certificate of
completion of the Works and the Engineer-ij-Charge will do so upon deciding that the
work is completed.
57 Take Over:
57.1 Taking Over:
57.1 Except as stated in tender conditions the works shall be taken over by the Employer
when they have been completed in accordance with the Contract (except as
described in sub-paragraph (a) below), have passed the Tests on Completion and a
taking-Over Certificate for the works has been issued, or has deemed to have been
issued in accordance with this Sub-Clause. If the works are divided into sections, the
Contractor shall be entitled to apply for a Taking-over certificate for each section.
The Contractor may apply by notice to the Employer’s Representative for a taking-
over certificate not earlier than 14 days before the works or section (as the case may
be) will, in the contractor’s opinion, be complete and ready for taking over. “The
request for taking over shall be accompanied by as built drawings.” The
employer’s representative shall, within 28 days after the receipt pf the contractor’s
application:
(a) issue the taking-over certificate to the contractor, stating the date on which the
works or section were completed in accordance with the contract (except for
minor outstanding work that does not affect the use of the works or section for
their intended purpose) including passing the tests on completion: or
(b) reject the application, giving his reasons and specifying the work required to be
done by the contractor to enable the taking-over certificate to be issued: the
contractor shall then complete such work before issuing a further notice under
this sub-clause.
If the Employer’s representative fails to issue the taking over certificate or to reject
the Contractors application within the period of 28 days, and if the works or section
(as the case may be) are substantially in accordance with the contract, the taking-
over certificate shall be deemed to have been issued on the last day of that period.
After the Employer’s Representative has issued a taking-over certificate for a part of
the works, the contractor shall be given the earliest opportunity to take such steps as
may be necessary to carry out any outstanding tests on completion, and the
contractor shall carry out such tests on completion, and the contractor shall carry out
such tests on completion as soon as practicable, before the expiry of the contract
period.
If the contractor is prevented from carrying out the tests on completion by a cause for
which the Employer (or another contractor employed by the Employer) is responsible,
the employer shall be deemed to have taken over the works or section (as the case
may be) on the date when the Tests on Completion would otherwise have been
completed. The Employer’s Representative shall then issue a taking-over certificate
accordingly, and the contractor shall carry out the tests on completion as soon as
practicable, before the expiry of the contract period. The Employer’s Representative
shall require the tests on completion to be carried out by 14 days notice and in
accordance with the relevant provisions of the Contract. If the contractor incurs
additional cost as a result of this delay in carrying out the tests on completion, such
cost plus reasonable profit shall be determined by the employer’s Representative in
accordance with the provisions of tender conditions and shall be added to the
contract price.
.
58. Final Account:
58.1 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 within 56 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.
59. Termination:
59.1 The Department may terminate the Contract if the contractor causes a fundamental
breach of the Contract.
59.2 Fundamental breaches of Contract include, but shall not be limited to the following.
a) The Contractor stops work for 28 days when no stoppage of work is shown on
the current program and the stoppage has not been authorised by the
Engineer-in-Charge.
b) The Contractor is made bankrupt or goes into liquidation other than for a
reconstruction or amalgamation.
e) The Contractor has delayed the completion of works by the number of days
for which the maximum amount of liquidated damages can be paid as
defined.
For the purpose of this paragraph: “corrupt practice” means the offering, giving,
receiving or soliciting of any thing of value to influence the action of a public official in
the procurement process or in contract execution. “Fraudulent practice” means a
misrepresentation of facts in order to influence a procurement process or the
execution of a contract to the detriment o the Government and includes collusive
practice among Bidders (prior to or after Bid submission) designed to establish Bid
prices at artificial non-competitive levels and to deprive the Government of the
benefits of free and open competition.
59.4 If the Contract is terminated, the Contractor shall stop work immediately, make the
Site safe and secured leave the Site as soon as reasonably possible.
61. Property:
61.1 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.
The contractor will pay the bills of Electricity Board for the cost of power consumed
by him.
The contractor shall satisfy all the conditions and rules required as per Indian
Electricity Act 1910 and under rule –45(I) of the Indian Electricity Rules, 1956 as
amended from time to time and other pertinent rules.
a) The contractor has to make his own arrangements for the supply of electric
power for domestic purposes and the charges for this purpose have to be
paid by him at the rates as fixed by the Andhra Pradesh State Electricity
Board from time to time.
b) The contractor will have to make his own arrangements to lay and maintain
the necessary distribution lines and wiring for the camp at his own cost. The
layout and the methods of laying the lines and wiring shall have the prior
approval of the Employer/ Employer’s representative. All camp area shall be
properly electrified. All lines, streets, approaches for the camp etc., shall be
sufficiently lighted for the safety of staff and labour of the contractor, at the
cost of the Contractor and it will be subject to the approval of the Employer/
Employer’s representative.
65. Land:
The contractor will be permitted to use Government land for execution of work. The
contractor shall have to make his own arrangements for acquiring and clearing the
site, leveling, providing drainage and other facilities for labour staff colonies, site
office, work-shop or stores and for related activities. The Contractor shall apply to the
Department within a reasonable time after the award of the contract and atleast 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
The Employer/ Employer’s representative 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.
The contractor shall not dispose off or remove except for the purpose of fulfillment of
this contract, sand, stone, clay ballast, earth, trees and shrubs or other materials
obtained in the excavation made or lying on the site of the work, and all such
materials and produce shall remain property of the Government. The Department
may upon request from the contractor, or if so stipulated in the conditions of the
contract allow the contractor to use any of the above materials for the works either
free of cost or after payment as may be specifically mentioned or considered
necessary during the execution of the work.
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.
Contractor - 77 - Engineer-In –Chief
Ph. No: GHMC
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.
69. 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 be to the
contractor’s account. His quoted percentage shall include the expenditure towards
importation of labour amenities to labour and staff;
The contractor will at all times duly observe the provisions of employment of children
Act XXVI of 1938 and any enactment or modification of the same and will not employ
or permit any person to do any work for the purpose under the provisions of this
contract in contravention of said Act. The contractor here by agrees to indemnify the
department from and against all claims, penalties which may be suffered by the
department or any person employed by the department by any default on the part of
Contractor - 78 - Engineer-In –Chief
Ph. No: GHMC
the contractor in the observance and performance of the provisions of the
employment of children Act. XXVI of 1938 or any enactment or modification of the
same.
As per Govt. memo No.721/Gr.(1)/81-35, dt:17.11.87. The contractor shall obtain the
insurance at his own cost to cover the risk on the works to labour engaged by him
during period of execution against fire and other usual risks and produce the same to
the Executive Engineer concerned before commencement of work.
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 laborers
had been directly employed by him.
In respect of labour directly or indirectly employed in the works for the purpose of the
contractors part of the contract the contractor shall comply with the rules and
regulations on the maintenance of suitable records prescribed for this purpose from
time to time by the Government. He shall maintain his accounts and vouchers on the
payment of wages to the laborers to the satisfaction of the Executive Engineer.
The Executive Engineer shall have the right to call for such record as required to
satisfy himself on the payment of fair wages to the laborers and shall have the right
to deduct from the contract amount a suitable amount for making good the loss
suffered by the worker or workers by reason of the “fair wages” clause to the
workers.
The contractor shall be primarily liable for all payments to be made and for the
observance of the regulations framed by the Govt. from time to time without
prejudice to his right to claim indemnity from his sub-contractors.
As per contract labour (Regulation and abolition) Act. 1970 the contractor has to
produce the license obtained from the licensing officers of the labour department
along with the Bid or at the time of contract.
Any violation of the conditions above shall be deemed to be a breach of his contract.
Equal wages are to be paid for both men and women if the nature of work is same
and similar.
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.
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.
(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.
(d) Maternity Benefit Act 1951: The Act provides for leave and some other benefits to
women employees in case of confinements or miscarriage etc.,
(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.
(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 month 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.
(m) Child Labour (Prohibition & Regulation) Act 1986: The Act prohibits employment 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.
(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 building or other construction work and employs 10 or more workers
are covered under this Act. All such establishments are required to pay cess at the
rate not exceeding 2% of the cost of construction as may be modified by the
Government. The Department of the establishment is required 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.
75.2 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
75.3 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.
(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.
(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.
(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 supervisory 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
(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.
78. 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.
(ii) Adequate lighting, supervision and safety measures are established to the
satisfaction of the Engineer-in-Charge and
(iii) The construction programme given by the Contractor and agreed upon by the
Engineer-in-Charge envisages such night working or working during Sundays
or authorised holidays.
83.2 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.
83.3 The department shall supply such of the machinery that may be available on hire
basis but their supply cannot be demanded as matter of right and no delay in
progress can be attributed to such non-supply of the plant by the department and the
department cannot be made liable for any damage to the contractor. The Contractor
shall be responsible for safe custody of the departmental machinery supplied to him
(which will be delivered to contractor at the machinery yard at site of work) and he
has to make good all damages and losses if any other than fire, wear and tear to
bring it to the conditions that existed at the time of issue to the contractor before
handing over the same to the department. The hire charges for the machinery
handed over to the contractor will be recovered at the rate prevalent at the time of
supply. The contractor will have to execute supplemental contract with Executive
Engineer at the time of supply of the machinery.
87.2 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.
Pending finalisation of disputes, the contractor shall proceed with execution of work
with all due diligence.
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 other measures necessary for the protection of the works within the
colonies, camps and elsewhere on the site, all materials delivered to the site, all
persons employed in connection with the works continuously throughout working and
non working period including nights, Sundays and holidays for duration of the
contract.
e) Other contractors working on the site concurrently with the contractor will provide
security for their own plant and materials. However, their security provisions shall in
no way relieve the contractor of his responsibilities in this respect
g) Separate payment will not be made for provision of security services and the cost of
this work shall be deemed to have been included in the bid.
Contractor - 87 - Engineer-In –Chief
Ph. No: GHMC
89. 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.
90. 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.
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 care shall be
exercised where trees or shrubs are exposed to injuries by construction
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.
Contractor - 88 - Engineer-In –Chief
Ph. No: GHMC
(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.
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 be final and binding on the contractor.
b) All the produce from such cutting of trees by the contractor shall remain the property
of Government and shall be properly stacked at site, approved by the Engineer-in-
Charge. No payment 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 laborer 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.
The Executive Engineer shall have the privilege of ordering modifications, omission
or additions at any time before the completion of the work and such orders shall not
operate to annual those portions of the specifications with which said changes do not
conflict.
Engineer-in-Charge’s Decision:
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.
100.1 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.
100.2 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.
Income tax:
a) During the currency of the contract deduction of income tax at 2.36% 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
2.36% procedure stipulated under section 1 94-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
Contractor - 91 - Engineer-In –Chief
Ph. No: GHMC
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.
101.1 Seigniorage charges will be recovered as per rules from the work bills of the contract
or based on the theoretical requirement materials at the following rates.
S.
Material Seigniorage
No.
1. Sand Rs.36.00 / cum.
2. Metal / Ballast Rs.45.00 / cum.
3. R.R.stone for masonry. Rs.45.00 I cum.
4. Revetment stone. Rs.45.00 / cum.
5. C.R.S. stone. Rs.45.00 I cum.
6. Gravel / Earth. Rs.20.00/ cum.
101.2 The rates are liable to be revised and amended from time to time by the State
Government, by notification in the ‘Andhra Pradesh Gazette’. If the revised
Seigniorage fee is more than the above mentioned, the recovery from the
contractor’s bills is as per revised rates.
102.1 Value added tax, during the currency of the contract, deduction towards Andhra
Pradesh Value added tax Act 2005, will be made at source, while making payments
to the contractor as per the prevailing rules.
102.2 The contractor should produce a valid Sales Tax Clearance Certificate before the
payment of the final bill, otherwise payment to the contractor will be withheld.
i) The contractor has to make his own arrangements for procurements, supply
and use of construction materials.
104. An amount of 0.10% of the gross bills will be deducted from the contractors as their
contribution to the National Academy of Construction, Hyderabad and 0.15% of the
gross bills will be deducted from the contractos as their contribution to the Chief
Minister Relief Fund (As per G.O.Ms.No. 151, T, R&B Department, Dated: 30-10-
2004).
105. The execution shall be strictly in accordance with bid conditions. Contractors shall not
deviate from basic parameters of the project to reduce his costs. EPC being a turnkey
system extra items / financial claims on the department contingent to the work other
than price adjustments shall not be considered.
106. The Internal Bench Mark (IBM) put to tender value shall be the basis for comparison of
tenders.
The following are the guidelines with reference to the roles and responsibilities of filed staff,
quality control staff and 3rd party quality control agencies, procedure for recording of work
executed in M Books for making payments to the contractors for the work executed every
month including maintenance of records and certification of quality of work executed.
A) The roles and responsibilities of field staff, Quality Control Staff and 3rd Party Quality
Control Agencies.
I) FIELD STAFF
1) The field staff (construction staff) has to associate with the EPC agency while
conducting the tests. In case of necessity they may conduct tests independently
whenever required. Under EPC system the field staff play a vital role in quality
assurance of the works.
2) The field staff shall invariably check and produce all the following Records and OK
cards maintained by EPC Agency at the site to the Inspecting Officers.
Registers
1) Site Order
2) Register of Bench Marks
3) Material OK Register
4) Register of Foundations
5) Register of placement for concrete, Embankment, reinforcement and other test
reports.
6) Register of laying pipelines, testing.
7) Register of test reports of comprehensive strength of concrete specimens
8) Cement Day Book
3) In case of Earthwork excavation embankment, the field staff have to check and
record the pre levels 25% of the pre levels taken by the EPC agency. In case of cut-off
and foundations the field staff have to check and record 100% levels.
a) The Third Party Quality Control agency should posses all the testing facilities as
per agreement and conduct independent testing to assure the quality of work.
They should also verify 10% of the tests being done by the EPC agency
independently.
b) The third party quality control agency has to submit the reports and records to the
Engineer-in-Charge.
NOTE: The above guidelines have to be followed duly inter relating with the relevant
conditions / clauses of the respective Agreements concluded.
(C) Reporting procedure for adverse remarks of 3rd party Quality Control Agency and
Departmental Quality Control Staff.
Salient points on the Duties of the Construction Engineers under E.P.C. System:
• Under E.P.C. System, the field Engineers are primarily responsible for Quality
Assurance of the work executed by them and conduct all field tests before allowing
further work.
• Shall check and produce to inspecting officers the following Records and O.K. Cards
maintained by the E.P.C. Agency.
A) Registers:-
1. Site order.
2. Register of Bench Marks.
3. Material O.K. Register.
4. Register of pipes, laying, jointing, testing.
5. Register of foundations.
6. Register of placement of concrete, Embankment, Reinforcement and other
test reports.
7. Register of test reports of compressive strength of concrete specimens.
E.Es/S.Es have to check measure as per Codal provisions and rules in vogue.
The Third Party Quality Control Agency should possess all the testing facilities as per
Agreement and conduct independent Testing to assure the Quality of Work.
• Shall verify 10% of the tests done by the E.P.C. Agency.
• Shall submit the Reports and Records to Engineer-in-Charge as per agreement
with the Department.
• Shall give Quality Control Certificate for each work bill executed by the EPC
Agency.
• On completion of the work, the third Party Quality Control Agency shall certify that
the work has been executed as per Design and specifications indicated in the
agreement satisfying intended scope project before marking final payment to the
E.P.C. Agency.
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.]
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.
The data and information given with the Bid Document are based on the Investigations
conducted so far. The Contractor shall, therefore, satisfy himself about the adequacy
and accuracy of the said data / information and interpretation thereof and if necessary,
Contractor - 101 - Engineer-In –Chief
Ph. No: GHMC
by any further Investigations to be conducted by the Contractor. Thus, Employer shall
not be responsible for the accuracy / adequacy of the said data / information and
interpretation thereof by the Contractor.
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 Contractor’s
obligations under the Contract (including those under provisional sums, if any) and all
things necessary for the proper surveys, Investigation, design, execution and
completion of the Works and the remedying of any defects during construction and
maintenance period.
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.
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.
a. 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
c. 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
d. 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.
(a) Charts and detailed descriptions of progress, including each stage of 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
iv. Shipment and arrival at the Site;
148 Design:
The Contractor shall be deemed to have scrutinized, prior to the Base Date, the
Employer's Requirements (including design criteria and calculations, if any). The
Contractor shall be responsible for the Investigation and Design of the Works and for
the accuracy of such Employer's Requirements (including design criteria and
calculations).
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
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.
The Employers may give notice to the Contractor that a Contractor's Document fails
(to the extent stated) to comply with the Contract. If a Contractor's Document so fails
to comply, it shall be rectified, resubmitted and reviewed in accordance with this Sub-
Clause, at the Contractor's cost.
For each part of the Works, and except to the extent that the Parties otherwise
agree:
(a) Execution of such part of the Works shall not commence prior to the expiry
of the review periods for all the 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 Contractor shall immediately give notice to the
Employer. Thereafter, the Contractor shall submit revised documents to the
Employer in accordance with the above procedure.
(c) If the Employer's Representative instruct that further Construction
Documents are necessary for carrying the works, the Contractor shall upon
receiving the Employer's Representative Instructions prepare such
construction documents and shall not be considered as variation
Any such contract (under the preceding paragraph) or any review (under this Sub-
Clause or otherwise) shall not relieve the Contractor from any obligation or
responsibility.
The Contractor shall prepare, and keep up-to-date, a complete set of 'as-built'
records of the execution of the Works, showing the exact as-built locations, sizes and
details of the work as executed. These records shall be kept on the Site and shall be
used exclusively for the purposes of this Sub-Clause. Two copies shall be supplied to
the Employer prior to the commencement of the Q.C checks / Verification Tests on
Completion.
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.
149 Programme:
149.1 The Contractor shall submit a time programme to the employer within 15 (fifteen)
days after the conclusion of contract / commencement date whichever is earlier 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 other wise stated in the contract each programme shall include:
(a) The order in which the Contractor intends to carry out the Works, including the
anticipated timing of each major stage of the Works.
(c) The sequence and timing of inspections and tests specified in the Contract, and
The Contractor shall promptly give notice to the Employer of specific probable future
events or circumstances, which may adversely affect or delay the execution of the
Works. In this event, or if the Employer gives notice to the Contractor that if a
programme fails (to the extent stated) to comply with the Contract or to be consistent
with actual progress and the Contractor's stated intentions, the Contractor shall
submit a revised programme to the Employer in accordance with this Sub-Clause.
iii. Then the Employer may instruct the Contractor to submit, 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.
iv. 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.
c. 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 full amount of the work not having been carried
out.
SCOPE OF SERVICES
“Survey, Investigation, Design & Construction of Modern Slaughter Houses including Civil,
Mechanical and Electrical Items and trial run etc., along with Effluent Treatment Plant (ETP)
ets., -1)Site Preparation, Construction of Process Building Sheep, Toilets, Over Head Tank
(0.48 Lakhs Liters Capacity), Under Ground Water Sumps(0.48 Lakhs Liters Capacity),
Electrical and Plumbing Works including water distribution lines, & sanitary works, internal
and external borewells, electrical items with street lights, Power Distribution Transformer,
LT&HT Cables, DG sets and all other accessories with Fabrication and Erection Expenses
2) Slaughtering Machinery including all accessories(Hydraulic hooves and Leg Cutter&
Steriliser, Hydraulic neck Cutter& Steriliser, transportation and erection charges 3) Effluent
Treatment Plant (ETP) 41 KLD capacity with all accessories and associated works,
Mechanical, Electrical, Instrumentation and Piping works with all accessories and associated
works etc., complete ” under Engineering Procurement & Construction system.
3) Responsibility for and review of technical and design parameters of Slaughterhouse and
ETP.
4) Preparation and submission of Reports on the above for the information to the Employer.
5) Preparation of work programmes for carrying out required investigations and studies and
submit a report for acceptance of the Employer.
6) Finalization of conceptual plan based upon the preliminary design / planning of the
Employer.
7) Preparation and submission of detailed Reports with relevant designs and specification
for acceptance and approval of the Employer. Even though approval is accorded for
designs, the complete responsibility for designs and structural safety lies with the
contractor.
8) Preparation of drawings required for the execution of the Work and submit to Employer
for his approval and obtain approval.
10) Site supervision during the construction process, erection of plant and machinery for
process building.
Contractor - 108 - Engineer-In –Chief
Ph. No: GHMC
11) Site supervision during the construction process, erection of mechanical and electrical
equipment and commissioning of ETP.
12) Site supervision during construction of ancillary units like sump, overhead tank, toilet
block etc.,
13) Preparation of Monthly Reports on the progress of the project work as a whole for
information of the Employer
15) Maintaining the Modern Slaughterhouse including civil, Mechanical and Electrical items
along with Effluent Treatment Plant (ETP) after trial run till the completion of defect
liability period or 2 years which ever is later.
METHODOLOGY
APITCO has initiated the assignment by forming an Advisory Committee to guide the project
implementation in particular to suggest modernization measures related to legal, technical
and environmental issues involved in the slaughter house project. The Advisory Committee
consisting of officials from AP Meat Development Corporation, Greater Hyderabad Municipal
Corporation, A.P Pollution Control Board had suggested various slaughter house
modernization measures to be incorporated in order to produce meat / beef in hygienic
manner and to meet the statutory norms of A.P Pollution Control Board and Airport Authority
of India. Also, technical experts in slaughter house sector have been associated in planning
& design of modernization.
MODERNISATION PLAN
Modernisation of the existing slaughter house at Gowlipura is planned and designed by
considering the following factors.
• BIS (Bureau of Indian Standards) – Basic requirements for an Abattoir (IS: 4393-1979)
• BIS – Guidelines for Handling, Storage & Transport of Slaughter House by-products
(IS:8895-1978)
• Most of the existing structures in the site will be scrapped down and modern plant &
machinery including buildings will be built up as part of modernization.
Contractor - 110 - Engineer-In –Chief
Ph. No: GHMC
• Slaughter house capacity is assumed based on 8 hours working shift.
• To meet the minimum requirements of BIS, EC, USDA standards while planning the
slaughter house layout, keeping in view of the shape & size of the existing site.
• The direction of Mecca in relation to the existing area / shape of the site is considered for
HALAL method of slaughter.
• Social & communal feelings.
• Separation of unclean areas from clean areas
• To arrange movement of the raw material and finished product in the forward direction.
• To keep the livestock entry point and the finished product exit point in separate directions
• Antemortem Inspection Facility
• To allow slaughtered animal to bleed completely in hanging position and collection of
blood without spillages on floor
• To provide conveyor transfer system to allow hygienic handling of carcasses to prevent
spillages on floor
• Transfer of waste / by-products through chutes to a separate collection area to prevent
waste spillages on floor
• To provide employee welfare facilities, sanitary blocks consisting bathrooms / showers,
toilets, hand washing, canteen, lockers, ventilation etc.
• To provide Effluent Treatment Plant at slaughter house premises to treat waste water
and recycle the same for plantations & toilets.
• To provide a rendering unit facility away from residential areas / airports to convert the
solid waste & blood) to useful by-products
• Not to allow sale / storing / disposal of slaughter house waste / finished products in open
areas to prevent bird (vultures) menace. To provide covered storage facilities for the
same.
• To use de-odourants / inoculants on waste materials to remove any possible foul odour,
in case of maloperations of the slaughter house facility.
• To optimize the mechanization in order to facilitate hygienic slaughter operations as well
as maintaining employment opportunities.
• To provide efficient water supply points (high pressure & low quantity) to utilize optimum
water quantity with efficient cleansing operation.
• To provide a well-designed waste water drainage system for collection of the spillages,
washing etc. in order to prevent stagnation of waste water and its putrefication.
SECTION - V
TECHNICAL SPECIFICATIONS
The general site particulars is shown in the Drawings enclosed in the Volume – IV
Tender Document. The scope of topographic survey for the contractor consist of
establishing bench mark stations, carrying out traverses, topographic survey for
provision of Elevated Approaches, development of surface level roads, design of
drainage system for the surface level roads and integration of the drainage system to
the natural outfall alongwith all the connected works.
c. Contractor shall conduct horizontal traverse for the project using Total Station
of 1 sec least count connecting stations in the form of loop and the traverse
closure shall be better than 1 in 20000 accuracy and the misclosure error
shall be distributed. In case, the traverse closure is above 1 in 20000, the
contractor shall reconduct the traverse until the closure is within the
permissible value of 1 in 20000 or better. Vertical traverse shall be conducted
using Auto Level from Survey of India benchmark which shall be transferred
to the permanent control point of the project. Vertical data recordings shall be
based on double tertiary measurements of the three cross hair readings of the
instrument. The closure error shall be checked for the permissible limits of 12
x sqrt(K) in millimeters, where K is the distance in Km. The error shall be
distributed within to all the bench marks in the loop. In case, the error is more
than the permissible limits, then the survey shall be reconducted.
e. The Contractor shall be responsible for the true and proper setting out of the
works and for the correctness of the positions, levels and dimensions and
alignments of all parts of the works and for the provision of all necessary
instruments, appliances and labour in connection therewith. Setting out of
Contractor - 115 - Engineer-In –Chief
Ph. No: GHMC
piers / abutments / RE wall edges and other obligatory points / locations as
desired by Engineer / Engineer’s representative shall be secured at ground
with nails and painted the point with circle along with identification. The
Contractor shall give at least 24 hours notice to the Engineer / Engineer’s
Representative of his intention to set out or give levels.
f. If at any time during the progress of the work, any error may appear or arise
in the positions, levels, dimensions of alignments of any part of the work, the
Contractor shall at his own expenses, rectify such errors to the satisfaction of
the Engineer / Engineer’s Representative at no additional cost and time.
h. The centre line and edges of the foundations shall be established by total
station and the centre line marks shall be engraved on smoothly finished
masonry or concrete pillars of such dimensions and constructed at such
intervals and places as may be directed by the Engineer / Engineer’s
Representative and shall be maintained in proper manner throughout the
period of construction. The Contractor shall submit a drawing showing the
comprehensive alignment and wall locations within 15 (fifteen) days from the
date of signing of agreement.
i. The contractor shall also keep proper record of such permanent Bench marks
established denoting therein their correct levels.
j. The work of establishment of all such Bench Marks shall be carried out by
only experienced staff of the Contractor with the help of precise instruments
suitable for this type of work. The instruments used shall be checked for their
accuracy and for permanent adjustments before the commencement of the
work and also at frequent intervals during the progress of the work.
The overall layout of the drawing for the proposed Slaughterhouse at Gowlipura is given in
Layout Drawing The contractor shall prepare detailed design and house the plant &
machinery for slaughtering as per the design criteria specified in following sections and
relevant IS codes.
The process building should be built as R.C.C structure with 5m height serving the purpose
of slaughtering and meat processing.
Note : The decision of the competent Engineer shall be final in respect of (b)
above.
e. All the designs and specifications of the structures shall be in accordance with
standard specifications or other equivalent international standards.
4.09 Programme of submission and approval of design and drawings for Modern
Slaughterhouse, overhead tanks, toilet blocks and effluent treatment plant:
The total period available for submission of all the detailed design and drawings
shall be within a period of 2 months from the date of award of work.
b) If the designs and drawings are not submitted within the time frame indicated
as above, then a penalty at the rate of Rs. 5,000/- (Rupees Five thousand
only) per day shall be charged for every day of delay.
d) Analysis and design as far as possible shall be done using computer with
recognized software. The contractor shall submit with design, the detailed
description of method of analysis with explanatory notes and submit sample
manual calculations for adequate number of typical cases. The Computer
Programme as submitted will be further tested by comparison with solutions
of worked examples.
e) Drawings and designs shall be in metric units. Calculations shall be neat and
clear, preferably typed and printed and supplemented by full explanatory
notes and sketches wherever required. All construction drawings of initial
submissions and final approval shall be in Autocad only.
i) After completion of each stage of work, 3 sets of record plans and one set of
final design calculations based on the work as actually executed on site, shall
be supplied by the Contractor in bound volumes, to the Engineer / Engineer’s
Representative.
l) The Contractor’s designer or consultant shall attend all the review meetings
conducted by Engineer / Engineer’s Representative from time to time without
any extra cost and shall also remain present as and when required during the
checking of designs for clarifications if required.
Contractor - 118 - Engineer-In –Chief
Ph. No: GHMC
4.11 Documentation, instrumentation, etc.
a) All drawings shall be made in latest version of Autocad and the soft copies on
CDs and six copies of prints of all approved drawings and “as built” drawings
shall be supplied by the Contractor free of cost as per the agreed programme.
b) CDs and six copies of all design calculation shall be submitted as per agreed
programme.
g) Fixing arrangement for internal and external lighting shall be got approved
from Engineer / Engineer’s Representative and executed.
In case of conflicts between the different parts of the tender, the following
order of precedence shall prevail.
4.13 Disputes
In case of disputes arising between the Contractor and the authority approving the
designs, The decision of Committee –I constituted by the Government vide
G.O.Ms.No.504,dt.12-07-2007 MA & UD (A1) Dept which is Empowered to
approve the Technical Parameters such as Scope, Objective and Final
Deliverables of the Project, , Internal Bench Mark(IBM)/ Deciding Basic
Parameters / Approval of Live Bid Documents / Evaluation Criteria, Payment
Schedule shall be final and binding on the contractor.
2. The contractor shall have to make approaches to the site, if so required, and keep them
in good condition for transportation of labour and materials as well as inspection of works
by the Engineer-in-Charge. Nothing extra shall be paid on this account.
3. The contractor shall, at all times, carry out work on the running road in a manner creating
minimum interference in the flow of traffic as per direction of Engineer-in-Charge.
4. All setting out activities concerning establishment of bench marks, theodolite stations,
centre line pillars, etc. including all materials, tools, plants, equipments, theodolite and all
other instruments, labour etc. required for performing all the functions necessary and
ancillary thereto at the commencement of the work, during the progress of the work and
till the completion of the work shall be carried out by the contractor
5. The contractor shall carry out true and proper setting out of the work under the
supervision of the Engineer-in-Charge or his authorized representatives and shall be
responsible for the correctness of the positions, levels, dimensions and alignments of all
parts of the Road/ culvert. If at any time, during the progress of the work, any error
appears or arises in the position, level, dimensions or alignment of any part of the work,
the contractor on being asked to do so by the Engineer-in-charge, shall rectify such error
to the entire satisfaction of the Engineer-in-Charge. The supervision and/or checking by
the Engineer-in-Charge or his authorised representatives shall not relieve the contractor
of his responsibility for the correctness of any setting out of any line or level. The
contractor shall carefully protect and preserve all bench marks, pegs and pillars provided
for the setting out of works.
7. For completing the work in time, the contractor might be required to work in two or more
shifts including night shifts and no claims whatsoever shall be entertained on this
account, notwithstanding the fact that the contractor will have to pay to the labourers and
other staff engaged directly or indirectly on the work according to the provisions of the
labour regulation and the agreement entered upon and / or extra amount for any other
reason.
8. 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 flagmen as necessary at either end of the excavation / embankment and
at such intermediate points as directed by the Engineer-in-Charge for the proper
identification of construction area. He shall be responsible for all damages and accidents
caused due to negligence on his part.
9. The contractor shall provide suitable barricading to provide safety to road users during
execution of work. All management (including watch and ward) of barricades shall be the
full responsibility of the contractor. The barricades shall be removed only after
completion of the work or part of the work. The contractor’s rates shall include all above
items of work and nothing extra shall be paid to the contractor over and above his quoted
rates. The temporary warning lamps shall be installed at all barricades during the hours
of darkness and kept lit at all times during these hours.
Contractor - 120 - Engineer-In –Chief
Ph. No: GHMC
10. Some restrictions may be imposed by the concerned authorities on quarrying of sand,
stone etc. from certain areas. For timely completion of work, the contractor shall have to
bring such material from other quarries located elsewhere, and nothing extra shall be
payable on this account.
11. The malba / garbage, removed from the site, shall be disposed off by the contractor at
any suitable place as directed by the Engineer-in-Charge. Unless otherwise provided in
the schedule of quantities, no extra payment shall be made for such disposal.
12. The contractor or his authorised representative should always be available at the site of
work to take instructions from departmental officers and ensure proper execution of work.
No work should be done in the absence of such authorised representative.
13. The structural and other drawings for the work shall, at all times, be properly correlated
before executing any work and no claim whatsoever shall be entertained in this respect.
14. The contractor shall maintain in good condition, all work executed till the completion of
entire work allotted to the contractor.
15. No payment shall be made to the contractor for damage caused by rain, flood and other
natural calamities whatsoever during the execution of works and any damage to the work
on this account shall have to be made good by the contractor at his own cost.
16. Royalty at the prevalent rates and all other incidental expenditure shall have to be paid
by the contractor on all the boulders, metal, shingle, earth, sand, bajri etc. collected by
him for the execution of the work direct to the concerned Revenue Authority of the State
or Central Government. His rates are deemed to include all such expenditure and
nothing extra shall be paid.
17. The tendered rates for all items of work, unless specified otherwise, shall include the cost
of all operations, labour, materials, de-watering and other inputs involved in the
execution of the items.
18. Unless otherwise specified in the Schedule of Quantities, the rates for all items of work
shall be considered as inclusive of working in or under water and/or liquid mud and/or
foul conditions including pumping or bailing out liquid mud or water accumulated in
excavations during the progress of the work from springs, tidal or river seepage, rain,
broken water mains or drains and seepage from subsoil aquifer.
19. Unless otherwise provided in the schedule of quantities, the rates tendered by the
contractor shall be all inclusive and shall apply to all heights, depths, leads and lifts
20. All work and materials brought and left upon the ground by the contractor or by his
orders for the purpose of forming part of the works, are to be considered to be the
property of President of India and same are not to be removed or taken away by the
contractor or any other person without the special license and consent in writing of the
Engineer-in-Charge, but the President of India is not to be, in any way, responsible for
any loss or damage which may happen to or in respect of any such work or materials
either by the same being lost or damaged by weather or otherwise.
21. No claim for idle establishment & labour, machinery & equipments, tools & plants and the
like, for any reason whatsoever, shall be admissible during the execution of work as well
as after its completion
23. Contractor shall supply, free of charge, all the materials required for testing. The testing
charges shall be borne by the contractor / department in the manner described below:-
(i) By the contractor, if the test results show that the material does not conform to
the relevant codes / specifications mentioned elsewhere in the tender document.
(ii)By the department, if the test results show that the material conforms to the
relevant / codes / specifications mentioned elsewhere in the tender document.
24. The contractor will have to make his own arrangement for obtaining electric
connection(s) from the Electric Supply & Distribution Company and make necessary
payment directly to the Electric Supply Company concerned and/or install generators at
the site of work for systematic & timely execution of work
25. Other agencies working at site may also simultaneously execute the works entrusted to
them and to facilitate their working, the contractor shall make necessary provisions e.g.
holes, openings, etc. for laying/burying pipes, cables, conduits, clamps, hooks etc. as
may be required from time to time.
26. The work shall be carried out in such a manner so as not to interfere and disturb other
works being executed by other agencies, if any.
27. Existing drains, pipes, cables, overhead wires, sewer lines, water line and similar
services encountered in the course of the execution of the work shall be protected
against the damage by the contractor. The contractor shall not store materials or
otherwise occupy any part of the site in a manner likely to hinder the operation of such
services.
28. The contractor will not have any claim in case of any delay on the part of department in
removal of trees or shifting / removing of telegraph, telephone or electric lines (overhead
or underground), water and sewer lines and other structure etc., if any which may come
in the way of the work. However, suitable extension of time can be granted to cover such
delay.
29. Any damage done by the contractor to any existing work or work being executed by other
agencies shall be made good by him at his own cost
30. The work shall be carried out in the manner complying, in all respects with the
requirement of relevant rules and regulations of the local bodies under the jurisdiction of
which the work is to be executed and nothing extra shall be paid on this account.
31. On account of security consideration, there could be some restrictions on the working
hours, movement of vehicles for transportation of materials and location of labour camp.
The contractor shall be bound to follow all such restrictions and adjust the programme for
execution of work accordingly.
33. Nothing extra shall be paid for cartage of any material to the site of work.
34. The contractor must take adequate precaution to ensure that no spillage of construction
material takes place on to the carriageway. Failure to observe this will make the
contractor liable to pay compensation @ Rs.100/- (Rs. One Hundred Only) per day per
metre length of each carriage way as affected by spill over of any construction material
subject to a maximum of 5% (Five percent) of tendered cost of the work put to tender.
The decision of Engineer-in-Charge in this regard shall be final and binding on the
contractor.
35. For the safety of all labour directly or indirectly employed in the work for the performance
of the contractor’s part of this agreement, the contractors shall, in addition to the
provision of CPWD safety code and directions of the Engineer-in-Charge, make all
arrangements to provide facility as per the provision of Indian Standard Specifications
(Codes) listed below & nothing extra shall be paid on this account:
The contractor shall have to make his own arrangement for housing facilities for staff and
labour away from construction site and shall have to transport the labour to and from
between construction site and labour camp at his own cost. No labour huts will be
allowed to be constructed at the project site except a few temporary sheds for
chowkidars and storekeepers. The decision about how many huts can be allowed for
chowkidars and storekeepers at project site shall rest with the Engineer-in-Charge and
the contractor shall have no claim on this account.
In order to achieve a high standard of quality, it may be required to go for Third Party Quality
Control. For this purpose, a separate agency shall be appointed by the owner who will carry
out independent testing of materials and checking and ensuring over all quality procedures.
The contractor shall be required to fully cooperate with agency and facilitate them in taking
samples, transportation and examination of various activities including documentation at no
extra time and cost to the owner. In case of any adverse findings by the agency, the
contractor shall do the needful rectifications at no extra time and cost to the owner. The
Engineer-in-charge shall be at liberty for getting quality assurance work done through
agencies like CRRI, IIT Roorkee, Delhi College of Engg and IIT Delhi (any one agency as
approved by Engineer-In-Chief.
GENERAL SPECIFICATIONS
I. CEMENT
III. BRICKS
IV. STEEL
Mild steel and medium tensile steel bars and hard drawn
1.
steel wire, concrete reinforcement.
Part-I Mild Steel & Medium tensile steel bars. 432 - 1982
V. CONCRETE
VI. MASONRY
458 - 1988
4. Method of tests for concrete pipes
3597 - 1985
226 - 1976 &
5. Materials for M.S Specials
2062 - 1980
6. Specifications for M.S Specials for P.S.C pipes
22 Bolts & Nuts to be used in jointing C.I D.F pipes 1363 – 1967
X. LAYING OF PIPES
XII. SAFETY
1 Safety code for excavation works 3764 – 1966
1 Method of test for soils for suitability of soils for 2720 – 1975
embankment of S.S.Tanks Part II to XII, XV, XVII,
XX, XXIX, XXXV, XXXVI
and 1 228-1988
2 Code of Practice for Drainage System for Earth 9429 – 1980
and rock fill dams
3 Filters materials requirements 9429 – 1980 & 10379 –
1982
4 Earth work and formation of embankment for Sec.3 of APSS
S.S.Tanks Sub-Sec.301, 303 to 307
5 Morrum (Gravel) backing to rough stone dry Sub-Sec.621 of Sect.VI
packing and gravelling to top and side slope of of APSS
bunds 250 mm thick.
6 Rough stone dry packing aprons and revetments Sub-sec.619 of Sec.6 of
APSS
XIV. FILTRATION PLANTS
Before commencing the works and also during progress the bidder shall give due
notice to the concerned authorities, the municipality, the roads and buildings and
APTRANSCO, Telephone Department, the Traffic Department attached to the Police,
other Departments and companies as may be required to the effect that the work is
being taken up in a particular locality and that necessary diversion of traffic may be
arranged for. The bidder shall cooperate with the Departments concerned and
provide for necessary barricading of roads, protections to existing underground
mains, cables, etc.
The bidder shall handle all flows from natural drainage channels intercepted by the
work under these specifications, perform any additional excavation and grading for
drainage as directed and maintained any temporary construction required to bypass
or otherwise cause the flows to be harmless to the work and property. When the
temporary construction is no longer needed and prior to acceptance of the work, the
bidder shall remove the temporary construction and restore the site to its original
condition as approved by the Engineer-in-Charge. The cost of all work and materials
required by this paragraph shall be included by the bidder in the unit prices quoted in
the Section 6 of Vol. III (Bill of quantities) and no separate payment will be made for
the same.
Where the location of the work is such and does not permit the deposition of
excavated earth while digging trenches for laying pipes, the excavation earth
should be conveyed to a convenient place and deposited there temporarily, as
directed by the Engineer-In-Charge. Such deposited earth shall be
reconveyed to the site of work for the purpose of refilling of trenches, if such
depositing soil is suitable for refilling. The unit rate for trench work of
excavation and refilling shall include the cost of such operations.
The spoil earth which is surplus to that required for refilling and after allowing for
settlement, will have to be removed, spread and sectioned at places shown on the
site during execution for purpose of widening or levelling the road. Sectioning is to
be done as detailed in A.P.S.S. It is to be understood that no extra payment, will be
made for this and the unit rate for trench work of excavation and refilling shall include
the cost of removal surplus earth to disposal site approved by the Engineer-in-
Charge, its spreading and sectioning at the bidder’s expense.
The rate for excavation of trench work, shall include charges of shoring, shutting,
bailing out water wherever necessary and no extra payment will be made for any of
these contingent works. While bailing out water care should be taken to see that the
bailed out water is properly channelised to flow away without stagnation or inundating
the adjoining road surfaces and properties.
To the extent that they exist plans and earth work data prepared for the
Government's (that is Government of Andhra Pradesh) studies of earth work for
construction of the related works will be available for Inspection by the bidders in the
Office of the concerned Engineer-in-Charge. Such information is made available
solely for the convenience of bidders. The Government does not represent that this
information is accurate or complete. Bidders are cautioned that this information is
subject to revision and that the Government disclaims responsibility for any
interpretations, deductions or conclusions which may be made there from. it is not
intended that this earth work information will limit or prescribe the excavation and
handling procedure of the contractor, and the Government reserves the right to utilise
and distribute earth work materials during the progress of work as best serves the
interest of the Government.
3.2 EXCAVATION
being wet. Bidders and the contractors must assume all responsibility for deducting
and concluding to the nature of materials to be excavated and the difficulties of
making and maintaining the required excavation. The Government does not
represent that the excavation can be performed or maintained at the paylines
described in these specifications or shown on the drawings. Excavation for removal
debris and deposited earth on berms while forming roads is to be carried out as
specified is relevant clauses of 154701-1982 as compared before lying of berms with
the same selling of roads.
(a) General
Excavation for the foundation of structures shall be to the elevation shown on the
drawings or as directed by the Engineer-in-Charge. In so far as practicable, the
material removed in excavation for structures shall be used for back fill and
embankments. Otherwise it shall be disposed off as specified in paragraph 2.4.
The Contractor shall prepare the foundations at structure/ sites by methods which will
provide firm foundation for the structures. The bottom and side slopes of common
excavation upon or against which the structure is to be placed shall be finished to the
prescribed dimensions and the surfaces so prepared shall be moistened and tamped
with suitable tools to form firm foundation upon or against which to place the
structure. The Contractor shall prepare the foundation for the structures as shown on
respective drawings. The natural foundation material beneath. the required
excavation shall be moistened if required and compacted in place.
Separate payment will nor be made to the contractor for Moistering @ and
compacting the foundation of structures. The contractor shall include cost thereof in
the price bid per cubic meter of the item of the Bill of quantities for preparation of
foundations.
Whenever unsuitable material is, encountered in the foundation for a structure the
Engineer-in-Charge will direct additional excavation to remove the unsuitable
material. The cost of such additional excavation shall be paid at the unit price bid in
the Bill of quantities for earth. The additional excavation shall be refilled by selected
bedding material and compacted.
Excavation for structures will be measured for payment, for box cutting with
vertical sides of foundation dimensions. The contractor will have to make his
own arrangement for shoring, strutting, provision of adequate slopes for the
sides to prevent slips etc., and no separate charge will be paid for any
incidental charges arising either during excavation of foundation or
Contractor - 131 - Engineer-In –Chief
Ph. No: GHMC
construction of the structure.
(e) Payment
Payment for excavation for structures will be made at the unit price per cubic
metre bid therefore in the Bill of quantities for excavation for structures. The
unit price bid in the bill of quantities for excavation for structures shall include
the cost of all labour and materials for coffer dam and other temporary
construction, of all pumping and dewatering, of all other work necessary to
maintain the excavation in good order during construction, of removing such
temporary construction where required and shall include the cost of disposal
of the excavated material.
(a) General
The item of the schedule for backfill around structures including pipe portions of
structures includes all backfill required to be placed under these specifications.
(b) Materials
The type of material used for backfill, the amount thereof, and the manner of
depositing the material shall be subject to approval of Engineer-in-Charge in
so far as practicable backfill material shall be obtained from material removed
in required excavations for structures. But when sufficient suitable material is
not available from this source, additional material shall be obtained from
approved borrow-areas. The borrow pit excavation shall be in accordance
with clause8.1 to 9.3 of LS. 4701-1982.
Backfill shall be placed to the lines and grades shown on the drawings as
prescribed in this paragraph or as directed by the Engineer-in-Charge.
All backfill shall be placed carefully and spread in uniform layers not
exceeding 150 mm., so that all spaces about rocks and clods will be filled
Each layer shall be watered and well compacted before the succeeding layer
is laid, care being taken not to disturb the constructed structure. Backfill shall
be brought up as uniformly as practicable on both sides of walls and all sides
of structure to prevent unequal loading. Backfill shall be placed to about the
same elevation on both sides of the pipe positions of the structures to prevent
unequal loading and displacement of the pipe.
Excavation refill required to be placed about structures that is within the pay
line limits for excavation for the structures, will be measured in place for
payment as backfill about structure provided that where the contractor elects
not to excavate material which is outside the limits of the actual structure or
pipe, but within the pay line limits of excavation, all such material will be
included in the measurement for payment of backfill.
The unit price bid therefore in the Bill of quantities for excavation of
foundation of structure shall include cost of backfilling about the structure upto
ground level. No separate payment will be made for backfill of foundation.
4.1 MATERIALS
(a) General
The stones used for stone masonry shall conform to the relevant specifications of
Clause 4.1 of LS. 1597 ~an-I) 1967 code of practise for construction of stone
Masonry Part-I Rubble Stone Masonry. The stone of the required quality shall be
obtained from the quarries specified in the lead chart appended to the Schedule. The
common types of natural stones which are generally used are Granite and other
igneous rocks, and shall be free from defects like decay, cavities, cracks, flaws,
sand, holes, soft seams, veins, patches of soft or loose materials or any other
deleterious materials like iron oxide Organic Impurities etc. They shall be free from
rounded, worn or weathered surfaces or skin or coating which prevents the
adherence of mortar All stones used shall be clean of uniform colour and texture,
strong, hard and durable. The percentage of water absorption shall not exceed 58 by
weight as determined in accordance with I.S. 1124-1974, The approval of the
quarries by the Engineer-in-Charge shall not be constructed as constituting approval
of all or any of the stones collected from the deposits; and the bidder will be held
responsible for suitability of the stones used in the work
(b) Cost
The cost of collecting the stones for masonry will not be paid for separately and their
cost including the cost of quarrying, transporting, stacking, royalty seigniorage
charges shall be included in the unit price per cubic metre bid therefor in the relevant
item in the bill of quantities.
a) General :
Bricks used for brick masonry shall conform to the relevant specifications of I.S.1077-
1986 common burnt clay building bricks.
Bricks shall be hand or machine moulded. They shall he sound, hard, homogeneous
in texture well burnt and shall give a clear ringing sound when struck. They shall be
dean, free from warping, distortion, cracks, chips, flaws, stones and nodules of free
lime. Unless otherwise specified the sizes of the bricks shall be 190 x 90 x 90 mm.
The compressive strength shall not be less than 40 Kg/ Cm2. The percentage of
water absorption shall not be more than 20 percent by weight after 24 hours
immersion in cold water.
b) Cost:
The cost of collecting the bricks for masonry will not be paid for separately and their
cost including the cost of transporting, stacking, royalty seigniorage charges shall be
included in the unit price per cubic metre bid therefore in the relevant item in the bill
of quantities.
a) General:
Sand shall generally conform to specifications given in paragraph 6.2.5 except that
the sand for mortar shall conform to the grading of sand given in clause 4 of I.S.
2116-1989 as detailed below in Table 4(b).
4.75 mm 100
2.36 mm 90 to 100
1.18mm 70 to 100
600 Micron 40 to 100
300 Micron 5 to 70
150 Micron 0 to 15
A sand whose grading falls out-side the specified limits due to excess or deficiency of
coarse or fine particles may be processed to comply with the standard by screening
through a suitably sized sieve and/or blending with required quantities of suitable size
and particles.
The procurement of sand for masonry shall Conform to the specifications given in
paragraph 6.2.5.
b) Cost:
The cost of sand for masonry will not be measured and paid separately and the cost
of sand including the cost of stripping, transporting and storing and royalty charges
shall be included in the unit price per cubic metre bid therefore in the relevant item of
work in the bill of quantities for which the said is required.
4.1.4 Cement:
a) General:
As per clause 4 of I.S. 456 – 1978 for the purpose of these specifications, cement
used shall be any of the following with the prior approval of the Engineer-in-Charge
ordinary portland (OPC) – GRADES 43 & 53 Conforming the BIS: 8119 and 12269
respectively (or) portland puzzolona cement conforming to I.S. 1489 with relevant
amendments upto date.
The water used in making and curing of concrete, mortar and grout shall be free from
objectionable quantities of silt, organic matter, injurious amounts of soils, acids, salts
and other impurities etc., as per I.S. specification No. 456-1978.
4.2 Mortar
Unless otherwise specified, the cement mortar used in Masonry works shall be
cement mortar mix MM5 ( 1 :5) grade using minimum 288 Kgs. of cement per cubic
metre of mortar.
Mixing shall be done thoroughly preferably in a mechanical mixer. In such cases, the
cement and sand in the specified proportions shall be mixed dry thoroughly in the
mixer operated manually or by power.
Water shall be added gradually and wet mixing continued atleast for 3 minutes.
Water should not be more than that required for brining the mortar to the required
working consistency of 90 to 130 millimetres as required in clause 9.11 of I.S.2250-
1981. The mix shall be clean and free from injurious kind of soil, acid, alkali, organic
matter or deleterious substances
Cement mortar shall be used as soon as possible after mixing and before it has
begun to set, within 30 minutes after the water is added to the dry mixture.
Mortar unused for more than 30 minutes should not be used and shall be removed
from the site of work. The cost of such wasted mortar shall be borne by the bidder.
The use of retempered mortar will not be permitted to be used for the masonry.
Mortar Test cubes shall be cast for the mortar used on the work and shall be tested
in accordance with Appendix-A of I.S 2250-1965 code of practice for preparation and
use of Masonry Mortars. Such cubes shall develop a compressive strength of atleast
50 Kgs./ square centimeter for MM5 (1:5) Grade cement mortar mix, 75 Kgs/ square
Centimeter for MM 7.5 (1:4) grade cement mortar mix and 30 Kgs/ square centimeter
for MM-3 grade cement mortar mix. Mortar not conforming to the specifications will
be rejected, and the cost of such wasted mortar shall be borne by the bidder.
Cement Mortar will not be measured and paid separately and its cost, including cost
of materials, transporting and placing shall be included in the unit price per cubic
meter bid therefore in the bill of quantities of the contractor for the relevant finished
item of work or which cement mortar mix mentioned in the above paragraph is
required.
a) General : The sand for preparation of Mortar for plastering and pointing shall confirm
to the following gradation shown in Table 5(A).
TABLE (A)
For the purpose of indicating the suitability for use, the sand is classified as Class A
and Class B in accordance with the limits of grading. Class "A" sands shall he used
generally for plastering and pointing, and when they are not available, Class ..B'.
sands may be used with the approval of Engineer-in-Charge-
The procurement of sand for Mortar for plastering and pointing shall conform to the
specifications given in paragraph 6.2.5.
b) Cost:
The cost of sand for mortar for plastering and pointing will not be measured and paid
separately, and the cost of sand including the cost of stripping, transporting and
storing and royalty charges shall be included in the unit price per Cubic meter bid
therefore in the relevant item of work in the Schedule "A" for which this sand is
required.
5.1.3 Cement:
The specifications and conditions specified for supply for cement in paragraph 4.1.4
shall be applicable here also.
Portland pozzolana cement conforming to IS 1489 - 1976 shall be used for
preparation of motor for plastering and painting work. Ordinary portland cement -
Grades 43 & 53 may also be used in the event of non availability of PPC
5.1.3 Water:
The specifications and conditions specified for procurement of water in paragraph
4.1.5 shall be applicable here also.
Contractor - 138 - Engineer-In –Chief
Ph. No: GHMC
SECTION 5.2. MORTAR
Unless otherwise specified, the cement mortar used in plastering work shall be in
cement mortar mix of MM. 7.5 (1:4) grade, using minimum 360 Kgs. of cement per
cubic metre of mortar
The other specifications and conditions enunciated in paragraph 4.2.1 shall apply for
this mortar for plastering work also.
The cement mortar used in pointing work shall be cement mortar mix of M.M. 7.5
grade, using 480 Kgs. of cement per cubic metre of mortar. The other specifications
and conditions enunciated in paragraph 4.2.1 shall apply for this mortar for pointing
work also.
The toughening of the back-ground improves the bond of plaster. All joints shall be
thoroughly raked. After roughening the surface, care shall be taken to moisten the
surface sufficiently before plastering as otherwise rashly exposed surface may tend
to absorb considerable amount of water from the plaster. The surface shall be wetted
evenly before applying the plaster. Care shall be taken to see that the surface is not
too dry as this may cause lack of adhesion or excessive suction of water from the
plaster. A fog spray may be used for this work. As far as possible, the plaster work
shall be done under shade.
5.3.2 Laying of Plastering with Cement Mortar Mix MM. 7.5 grade 20mm Thick :
The mortar used for plastering shall be stiff enough to cling and hold when laid. To
ensure even thickness and true surface, plaster shall be applied in patches of 150
mm x 150 mm. of the required 20 mm thickness at not more than 2 metres intervals
horizontally and vertically over the entire surface to serve as guides. The surface of
these guides shall be truly in the plane of the furnished plaster surface and truly
plumb. The mortar shall then be applied to the surface to be plastered between the
guides with a trowel. Each trowel full of mortar shall overlap and sufficient pressure
shall be used to force it into thorough contact with the surface. On relatively smooth
surfaces, the mortar shall b dashed on with the trowel to ensure adequate bond, The
mortar shall be applied to a thickness slightly more than that specified, using a string,
stretched out between the guides, This shall then be brought to a true surface by
working with a long wooden float with small sawing motion. The surfaces shall be
periodically checked with a string stretched across it. Finally the surface shall be
rendered smooth with 3 small wooden float, over working shall be avoided. All
comers, arises, and junctions shall be brought truly to a line with any necessary
rounding or chamfering.
If it is necessary to suspend the work at the end of the day, it shall be left in a clean
horizontal or vertical line not nearer than 150 millimetres for any comer or arises or
Contractor - 139 - Engineer-In –Chief
Ph. No: GHMC
on parapet tops or on copings etc. When recommending the work, the edges of the
old work shall be scraped clean and treated with cement slurry before the new
plaster is laid adjacent to it. After the first coat is done, it shall be kept undisturbed for
the next 24 hours and thereafter kept moist and not permitted to dry until the final
rendering is applied.
After the plaster has sufficiently hardened cement slurry with cream like consistency
shall be applied as thinly and evenly and rubbed to a fine condition.
The finished surface shall be cured with water for a period of 10 days
SECTION 5.4
POINTING TO STONE MASONRY WITH CEMENT MORTAR MIX MM. 7.5 GRADE
5.4.2 Flush Pointing with Cement Mortar Mix MM. 75. Grade for Rubble Masonry:
The pointing to be done shall be flush pointing with cement mortar mix MM. 7.5
grade. The mortar shall be pressed into the raked out joints according to the types of
pointing required. The mortar shall not be spread over the comers, edges or surface
of the masonry. The pointing shall then be finished as detailed below. The mortar
shall be finished off flush and level with the edges of the stones, so as to give a
smooth appearance. The edges shall be neatly trimmed with a trowel and a straight
edge.
POINTING : The measurement for pointing will be in units of square metres, and it
shall be paid at the relevant unit prices per ten Square metres bid in the schedule Bill
of quantities which unit price shall include the cost of materials, their conveyance,
charges for preparation of mortar including mixing charges and charges for
performing the pointing work as illustrated in this division, including curing.
Cast-in-place concrete for the structures shall conform to the requirements of section.
The structures shall be built to the lines, grades and dimensions shown on the
drawings. The dimensions of each structure as shown on the drawings will be subject
to such modifications as may be found necessary by the Engineer-in-Charge' to
adopt the structure to the conditions disclosed by the excavation or to meet other
conditions. Where the thickness of any portion of a concrete structure is variable, it
shall vary uniformly between the dimensions shown.
The cost of furnishing all materials and performing all work for installing timber, metal
and other accessories for which specific prices are not provided in the schedule, shall
be included in the applicable prices bid in the schedule for the work to which such
items are appurtenant
6.2.1 Composition:
a) General:
e) Mix Proportions:
The mix design and average concrete strength shall be adjusted according to
the cube strength test results conforming to clauses 14.2, 14.3, 14.4, 14.5 of
B.I.S. 456-2000. The bidder shall not be entitled for any additional allowances
above the prices bid in the schedule due to adjustments of the mix
proportions.
The net water cement ratio exclusive of water absorbed by the aggregate
shall be sufficiently low to provide adequate durability in concrete. The water-
cement ratio for various grades of concrete shall be as determined and
ordered by the Engineer-in-Charge.
d) Consistencies:
II. For plain concrete work, slump requirements mentioned in item-i above are
applicable.
6.2.2 Concrete quality control measures and concrete quality Assurance Test
Programme
a) Concrete quality control measures :The bidder shall be responsible for providing
quality concrete to ensure compliance of the bid requirements.
b) Concrete quality Assurance Programme : The concrete samples will be taken by the
Departmental Engineers and its quality will be tested in the departmental laboratory
as per the relevant Indian Standard Specifications 1.S. No. 516-1959 and LS. 1199-
1959.
1) Tests : The Government will obtain samples and conduct tests as specified in
B.I.S. 456- 2000, I.S. 1199- 1959 and I.S. 416 - 1959.
2) Test Facilities : The bidder shall furnish free of cost samples of all ingredients of
concrete for testing and obtain approval from the Engineer-in-Charge. He should also
supply free of cost, the samples of all the ingredients of concrete for conducting the
required tests.
6.2.3 Cement:
General :
a) General:
The term sand is used to designate aggregate most of which passes 4.75
millimetre LS. Sieve and contains only so much coarser material as permitted
in Clause 4.3 of L.S. 383 - 1970. Sand shall be predominantly natural sand
which may be supplemented with crushed sand to make up deficiencies in the
natural sand gradings.
All sand shall be furnished by the bidder from any source approved by
Engineer-in-Charge- Sand as delivered shall have a uniform and stable
moisture content. Determination of moisture content shall be made as
frequently as possible, the frequency for a given job being determined by the
Engineer-in-Charge according to weather conditions (B.I.S. 456-2000)
b) Quality:
The sand shall consist of clean, dense, durable, un-coated rock fragments, as
per I.S.383- 1970.
Sand may be rejected if if fails to meet any of the following quality requirements.
Sodium Sulphate Test far Soundness : The sand to be used shall pass a Sodium
of Magnesium Sulphate accelerated test as specified in I.S. 2386 (Part-V) 1963 for
limiting loss of weight.
Deleterious Substances:
The amounts of deleterious substances in sand shall not exceed the maximum
permissible limits prescribed in table I Clause 3.2.1 of I.S. 383 - 1970 (Indian
Standard specification for coarse and fine aggregate from natural sources for
concrete when tested in accordance with LS. 2386-1963.
C) Grading:
The sand as batched shall be well graded and when tested by means of standards
sieves shall conform to the limits given in Table - 4 of LS. 383-1970, and shall be
described as fine aggregates, grading zones-I. 1I, III and IV. Sand complying with the
requirements of any of the four grading zones is suitable for concrete. But, sand
conforming to the requirements of grading zone-IV shall not be used for reinforced
cement concrete work.
a) General:
For the purposes of these specifications, the term 'Coarse Aggregate' designates
clean well grade aggregate most of which is retained on 4.75 mm I.S. Sieve
containing only so much finer material as permitted for various types described under
clause 2.2 of I.S. 383 - 1970. Coarse aggregate for concrete shall consist of
uncrushed, crushed and partially crushed stone.
Coarse Aggregate for concrete shall be furnished by the Contractor from the sources
approved by the Engineer-in-Charge.
Coarse Aggregate as delivered shall generally have uniform and stable moisture
content. In case of variations, clause 9.2.3 of B.I.S. 456 - 2000 shall govern during
batching.
Coarse aggregate for concrete shall be separated into various nominal maximum
sizes specified in the relevant drawings. Separation of the coarse aggregate into the
specified sizes shall conform to the grading requirements specified in Table-2 of LS.
Contractor - 144 - Engineer-In –Chief
Ph. No: GHMC
383-1970, when tested in accordance with LS. 2386 - (Part-I) 1963 (Method of test
for aggregates for concrete Part-I Particle size and shape).
Sieves used in grading tests will be standard mesh sieves conforming to LS. 460
(Part-I) - 1978 (Specification for test sieves Part-I wire cloth test sieves).
6.2.7 Mixing:
a) General:
The concrete as discharged from the mixer, shall be uniform in composition and
consistency from batch to batch. Workability shall be checked at frequent intervals as
per 1S. 1199 - 1969. Mixers will be examined regularly by the Engineer-in-Charge for
changes in conditions due to accumulation of hardened concrete or mortar or to wear
of blades. The mixing shall be continued until there is a uniform distribution of the
materials so that the mass is uniform in colour and consistency and to the
satisfaction of the Engineer-in-Charge. If there is segregation after unloading, the
concrete should be remixed.
Any mixer that at any time produces unsatisfactory mix, shall not be used until
repaired. If repair attempts are unsuccessful, a defective mixer shall be replaced.
Batch size shall be atleast 10% of, but not in excess of the rate capacity of the mixer
unless otherwise authorised by the Engineer-in-Charge.
b) Concrete Mixers : Water shall be admitted prior to and during charging of mixer with
all other concrete ingredients. After all materials are in the mixer, each batch shall be
mixed for not less than the time specified by the Engineer-in-Charge. The minimum
mixing time shall be 2 minutes. The minimum mixing time specified is based on
average mixer performance. The Engineer-in-Charge will adjust the minimum mixing
time as required by the observations of the mix delivered from mixer. Excessive over
mixing which require addition of water to maintain the required concrete consistency
will not be permitted.
a) General :
Forms shall be used wherever necessary, to confine the concrete and shape it to the
required lines. The bidder shall set and maintain concrete forms so as to insure
completed work is within the applicable tolerance limits prescribed in clause 10 of
B.I.S. 456 - 2000. If a type of form does not consistently perform in an acceptable
manner, as determined by the Engineer-in-Charge, the type of form shall be changed
and method of erection shall be modified by the bidder subject to approval by the
Engineer-in-Charge.
Plumb and string lines shall be installed before, and maintained during concrete
placement. Such fines shall be used by the bidder's personnel and by the Engineer-
in-Charge and shall be in sufficient number and properly installed as determined by
the Engineer-in-Charge. During concrete placement, the bidder shall continuously
monitor plumb, and string line, form positions and immediately correct deficiencies.
Forms shall have sufficient strength to with stand the pressure resulting from
placement and vibration of the concrete and shall be maintained rigidly in position.
Where form vibrators are robe used, forms shall be sufficiently rigid to effectively
transmit, energy, form the form vibrators to the concrete, while not damaging or
altering the positions of forms. Forms shall be sufficiently tight to prevent loss of
mortar form the concrete. Chamfer strips shall be placed in the comers of forms and
at the top of walls placements to produce beveled edges on permanently exposed
concrete surfaces. Interior angle of intersecting concrete surface and edges of
construction joints shall not be beveled except where indicated on the drawings.
Suitable struts or stiffeners or ties shall be used for the form work wherever
necessary. All supports, shall be braced and cross braced in two directions. All
splices and braces shall be secured by bolting unless specially intended otherwise.
All struts shall be firmly supported against settlement and slipping by suitable means
as directed. All supports shall be cut square at both ends and firmly supported
against settlement and slipping. When the form work is supported on soils, planks,
sleepers etc., shall be used to properly disperse the loads. In case, the supports rest
on already completed beam or slab, suitable props shall be provided under the latter.
b) The form work shall be of well seasoned timber or steel. When timber forms are
used, they shall be lined with M.S. sheet or other suitable smooth faced non-
absorbent material as specified. Supports may be of timber or steel. Suitable wedges
in pairs to facilitate adjustment and subsequent releasing of forms shall be provided
preferably at the upper end of the supports. The details of the proposed form work
and supports shall be submitted to the Engineer-in-Charge and got approved before
erection.
c) In case of columns, retaining walls or deep vertical component, the height of the
column shall facilitate any placement and compaction of concrete and suitable
arrangement may be made for securing the form to the already poured concrete for
placing the subsequent lifts. No steel ties or wires used for securing this form work
shall be left exposed on the face of the finished work.
d) Suitable inserts for block outs for electrical and other service fixtures where
necessary shall be provided in the required locations as specified.
I) Removal of Forms : The stripping of form work shall conform to clause 10.3 of B.I.S.
456 - 2000. The bidder shall be liable for damage and injury caused by removing
forms before the concrete has gained sufficient strength. Forms on upper sloping
faces of concrete such as forms on the water sides of warped transitions, shall be
removed as soon as the concrete has attained sufficient to prevent sagging. Any
needed repairs or treatment required on such sloping surfaces shall be performed at
once and be followed immediately by the specified curing.
To void excessive stresses in concrete that might result from swelling of forms, wood
forms for wall openings shall be loosened as soon as the loosening can be
accomplished without damage to the concrete. Forms shall be removed with care so
as to avoid injury to the concrete, and an! concrete so damaged shall be repaired in
accordance with paragraph 6.2.16.
g) Cost :
The cost of furnishing all materials and performing all work for constructing forms,
including any necessary treatment or coating of forms shall be included in the
applicable prices bid in the schedule for the items of concrete for which the forms are
used.
a) Surface Irregularities:
The surface irregularities shall not exceed 6 mm. for bottom slab and 12mm. for side
slopes when tested with a straight edge of 1.5 metres in length.
Hardened concrete which is not within specified tolerances shall be repaired to bring
it within those tolerances. Such repair shall be in accordance with paragraph
62.16and shall be accomplished in a manner approved by the Engineer-in-Charge.
Concrete repair to bring concrete within the tolerances shall be done only after
consultation with a representative of Engineer-in-Charge regarding the method of
repair. The Government shall be notified as to the time when repair will be
performed.
Concrete which will be exposed to public view shall be repaired in a manner which
will result in a concrete surface with a uniform appearance. Grinding of concrete
surface exposed to view shall be limited in depth such that no aggregate Particles
are exposed more than 1.5 millimetres at the finished surface. Where grinding
causes exposure of aggregate Particles greater than 1.5 millimetres at the finished
surface. Concrete shall be repaired by excavating and replacing the concrete.
When concrete placements result in hardened concrete that does not meet the
specified tolerances, the bidder shall submit to the Government an outline of all
preventive actions such as modification to forms, modified procedure far setting
screeds, and different finishing techniques to be implemented by the bidder to avoid
repeated failures.
The Government reserves the right to delay concrete placement until the bidder
implements such preventive actions which are approved by the Engineer-in-Charge.
a) General: Reinforcing bars shall be placed in the Concrete as shown in the drawings
or as directed.
C) Placing: Reinforcement shall be bent and fixed in accordance with the procedure
specified in LS. 2502 - 1963 (code of practice for bending and fixing of bars for
concrete reinforcement). All reinforcement shall be placed and maintained in the
position shown in the drawings, splice shall be located where shown on the drawings
provided that the location of the splices may be altered subject to the written approval
of the Engineer-in-Charge.
Subject to the written approval of me Engineer-in-Charge, the bidder may for his
convenience, splice bars at additional locations other than those shown on the
drawings. All additional splices allowed shall be at the expense of the bidder, In order
to meet design and space limitation. on splicing, some bent bars may exceed usual
clearance cutting and bending of such bars from stock lengths may be required at the
site.
Unless otherwise prescribed, placement dimensions shall be to the centre lines of the
bars. Reinforcement will be inspected for compliance with requirements as to size,
shape, length, splicing, position, and amount after it has been placed, but before
Contractor - 148 - Engineer-In –Chief
Ph. No: GHMC
being covered with concrete.
Before reinforcement is embedded in concrete, the surfaces of the bars and the
surfaces of any supports shall be cleaned of heavy flaky rust, loose mill scale, dirt.
grease or other foreign substances which in the opinion of the Engineer-in-Charge,
are objectionable. Heavy flaky rust that can be removed by firm rubbing with burlap,
or equivalent treatment is considered objectionable.
As specified in clause 12.3 of B.I.S. 456 - 2000 unless otherwise specified by the
Engineer-in-Charge. reinforcement shall be placed within the following tolerances:
The cover in no case be reduced by more than one third of specified over or 5 mm
whichever is less.
Reinforcement shall be securely held in position so that it will not be displaced during
the placing of the concrete and special care shall be exercised to prevent any
disturbance of the reinforcement in concrete that has already been placed. Welding
of bars shall be done as directed by the Engineer-in-Charge and in conformity with
the requirements of clause 12.4 of B.I.S 456-2000. Chairs, hangers, spacers and
other supports for reinforcement shall be of concrete, metal or other approved
material. Concrete cover shall be as shown on the drawings.
d) Reinforcement Drawings :
The Government will supply drawings of reinforcement details and bar bending
schedules for adoption.
Measurement for payment of reinforcement bars will be based on the weight of the
bars placed in the concrete in accordance with the drawings supplied by the
Government when conformance with these specifications drawings has been
determined at the time of embedment Except as otherwise provided below, payment
for furnishing and placing reinforcing bars will be made at the unit price per one
kilogram bid in the bill of quantities for furnishing and placing reinforcing bar which
unit price shall include the cost of reinforcing bars, attaching wire ties or other
approved supports and of cutting, bending, cleaning, securing and maintaining in
position reinforcing bars as shown on the drawings.
a) General : No concrete shall be placed until all form work, installation of items to be
embedded, and preparation of surface involved in the placement have been
approved.
All surfaces of forms embedded materials shall be free from curing compound, dried
mortar from previous placement, and other foreign substances before the adjacent or
surroundings concrete placement is begun.
Prior to beginning concrete placement, the bidder shall make ready, a sufficient
number of properly operating vibrators and operators, and shall have readily
Contractor - 149 - Engineer-In –Chief
Ph. No: GHMC
available additional vibrators to replace defective once during the progress of the
placement The Engineer’s representative at the placement may require that the
bidder delay the start of the concrete placement until the number of working vibrators
available is acceptable.
1) Rock surfaces shall be free from oil, objectionable coatings, and loose,
semidetached and unsound fragments. Immediately prior to placement of
concrete, surfaces of rock shall be washed with an air water jet and shall be
brought to a uniform surface dry conditions.
c) Construction Joint:
Construction joints are defined as concrete surface upon or against which concrete is
to be placed and to which new concrete is to adhere but which have become so rigid
that the new concrete can not be incorporated integrally with that previously placed.
The provision of construction joints shall conform to clauses 13.4 of B.I.S 456-2000.
When the work has to be resumed on a surface which has hardened such surface
shall be roughened. It shall be swept clean and thoroughly wetted For vertical joints
neat cement slurry shall be applied on the surface before it is dry. For horizontal
joints the surface shall be covered with a layer of mortar about 10 to 15 mm thick
composed of cement and sand in t he same ratio as the cement and sand in concrete
mix. This layer of cement slurry or mortar shall be freshly mixed and applied
immediately before placing of the concrete.
Where the concrete has not fully hardened all balance shall be removed by scrubbing
the wet surface with wire or bristle brushes, care being taken to avoid dislodgement
of particles of aggregate. The surface shall be thoroughly wetted and all free water
removed. The surface shall then be coated with neat cement slurry. On this surface,
a layer of concrete not exceeding 150 mm. in thickness shall first be placed and shall
be well rammed against old work, Particular attention being paid to corners and close
spots, and work thereafter shall proceed in the normal way.
6.2.12 Placing:
a) General : The Bidder shall notify the Engineer-in-Charge before batching begins for
placement of concrete. Placing shall be performed only in the presence of an
authorised Engineer's representative placement shall not begin until after all
preparations are complete to the satisfaction of the Engineer-in-Charge.
Retampering of concrete will not be permitted. Any concrete which has become so
stiff that proper placing cannot be assured shall be wasted.
Concretes shall not be placed in standing water except with written permission of the
Engineer-in-Charge and the method of placing shall be subject to approval. Concrete
shall not be placed in running water and shall not be subjected to running water until
Contractor - 150 - Engineer-In –Chief
Ph. No: GHMC
after the concrete has hardened.
Concrete shall be deposited as nearly as practical in its final position and shall not be
allowed to flow in such a manner that the lateral movement will cause segregation of
the coarse aggregate from the concrete mass. Methods and equipment employed in
depositing concrete in forms shall minimise clusters of coarse aggregate. Clusters
that occur shall be scattered before the concrete is vibrated.
Forms shall be constantly monitored and their position adjusted as necessary during
concrete placement in accordance with paragraph 6.2.8.
All concrete shall be placed in approximately horizontal layers. The depth of layers
shall not exceed 25 cm. The Engineer-in-Charge reserves the right to require lesser
depths of layers where concrete cannot otherwise be placed and consolidated in
accordance with the requirements of these specifications. All construction joints
which intersect exposed concrete surface shall be made straight and level to plumb
as shown otherwise on the drawings.
The placing of concrete shall be in accordance with clause 13.2 of B.I.S 456-2000 if
concrete is placed monolithically around openings having vertical dimensions greater
than 60 cm. or if concrete in decks, floor slabs or other similar Parts of structures is
placed monolithically with supporting concrete, the following requirements shall be
strictly observed.
1) Concrete shall be placed upto the top of the formed openings at which point further
placement will be delayed to accommodate settlement of fresh concrete. If levels are
specified beneath nearly horizontal structural members such as decks, floor slabs,
beams and girders, such bevels being between the nearly horizontal members and
the vertical supporting concrete below, concrete shall be placed to the bottom of the
levels before delay of placement
2) The last 60 cm. or more of concrete placed below horizontal members of levels shall
be placed with a 50mm or less slump and shall be thoroughly consolidated In placing
concrete on unformed slopes so steep as to make internal vibration of the concrete
impractical without forming. the concrete shall be placed ahead of non-vibrating slip
form screed extending approximately 0.75 metres back from its leading edge.
Concrete ahead of the slip form screed shall be consolidated by internal vibrators so
as to insure complete filling under the slip form.
A cold joint is an unplanned joint resulting when a concrete surface hardens before
the next batch is placed against it. Cold joints will be allowed only in the event of
equipment breakdown or other unavoidable prolonged interruption of continuous
placing. If such unavoidable delays in placing occur which make it appear that
unconsolidated concrete may harden to the extent that later vibration will not fully
consolidate it, the Bidder shall immediately consolidate such concrete to a stable and
uniform slope. If delay of placement is then short enough to permit penetration of the
underlying concrete, placement shall resume with particular care being taken to
thoroughly penetrate and revibrate the concrete surface placed before the delay If
concrete cannot be penetrated with vibrator, the cold joint shall be then treated as a
construction joint.
Care shall be taken to prevent cold joints when placing concrete in any part of the
work. The concrete placing rate shall insure concrete is placed while the previously
placed adjacent concrete is plastic so that the concrete can be made monolithic by
normal use of vibrators.
Contractor - 151 - Engineer-In –Chief
Ph. No: GHMC
Concrete shall not be placed in rain sufficiently heavy or prolonged to wash mortar
from concrete. A cold joint may necessary result from prolonged heavy rainfall.
The bidder shall not be entitled to any additional payment, over the unit prices bid in
the schedule for concrete, by reason of any limitation in the placing of concrete
required under the provisions of this paragraph.
b) Transportation:
c) Consolidation :
The consolidation of concrete shall confirm to clause 13.3 of B.I.S. 456 - 2000.
Concrete shall be consolidated by vibrators. The vibration shall be sufficient to
remove all undesirable air voids from the concrete, including the air voids trapped
against the forms. After consolidation. the concrete shall be free of rock pockets and
honey bomb areas and shall be closed snugly against all surfaces of forms and
embedded materials. All concrete shall be properly consolidated before it hardens.
Except as hereinafter provided, consolidation of all concrete shall be by immersion
type vibrators. Immersion type vibrators shall be operated in nearly vertical position
and the vibrating head shall penetrate and revibrate the concrete in the upper portion
of the underlying layer. Care shall be exercised to avoid contact of the vibrating head
with embedded items and with formed surfaces which will later be exposed to view.
Concrete shall not be placed upon either plastic concrete until the previously placed
concrete has been thoroughly consolidated.
Interior surface shall be sloped for drainage where shown on the drawings or as
directed. Surfaces which will be exposed to the weather, and which would normally
be level, shall be sloped for drainage.
Floating may be performed by use of hand or power driver equipment. Floating shall
be started as soon as the screeded surface has stiffened sufficiently and shall be the
minimum necessary to produce a surface that is free from screed marks and is
uniform in texture. Joints and edge shall be tooled where shown on the drawings or
as directed.
6.2.14 Protection:
The bidder shall protect all concrete against damage until final acceptance by the
Engineer-in-Charge.
The Bidder shall provide protection to prevent erosion to fresh concrete whenever
precipitation either periodic or sustaining is imminent or occuring.
Contractor - 152 - Engineer-In –Chief
Ph. No: GHMC
When precipitation appears imminent the bidder shall immediately make ready at the
placement site all materials which may be required for protection of fresh concrete.
The Engineer-in-Charge may delay placement of concrete until adequate provisions
for protection against weather are made.
All fresh concrete surfaces shall be protected from contamination and from foot traffic
until the concrete has hardened. Hardened concrete surfaces which have to receive
finish shall be protected against damage from foot traffic and other construction
activity by covering with protective mats, ply-wood, or by other effective means.
Methods of protection shall be subject to approval by the Engineer-in-Charge.
Concrete curing membrances shall be kept intact, and other curing materials and
processes shall be maintained as necessary to assure continuous curing for a
minimum specified curing time. Protection of curing membranes and other curing
methods shall be as described in paragraph 6.2.15.
62.15 Curing:
a) General:
The Bidder shall furnish all materials and perform all work required for curing
concrete. The curing of concrete shall conform to clause 13.5 of B.I.S 456-2000 and
clause 5.8 IS.. 3873 - 1978.
The unformed top surfaces of bridges or culvert decks shall be cured for 28 days with
damp sand cover or curing mat cover. The sand or curing mats shall not be kept so
wet as to allow water to drain from them and stain other concrete. The sand or curing
mats shall be removed after the expiry of the curing period.
All concrete surfaces shall be treated as specified to prevent loss of moisture from
the concrete until the required curing period elapsed or until immediately prior to
placement of other concrete or back fill against those surfaces. Only sufficient time to
prepare construction joint surfaces and to bring them to a surface dry condition shall
be allowed between discontinuance of curing and placement of adjacent concrete.
Forms shall be removed within 24 hours after the concrete has hardened sufficiently
conforming to clause 11.3 of B.I.S. 456 - 2000, to prevent structural collapse or other
damage by careful from removal. Where required, repair of all minor surface
imperfections shall be made immediately after form removal and prior to curing.
Minor surface repair shall be completed within 2-hours after from removal and shall
be immediately followed by the initiation of curing by the applicable method specified
herein. Concrete surfaces shall be kept continuously moist after form removal until
initiation of curing.
b) Materials :
Concrete cured with water shall be kept wet for atleast 28 days from the time the
concrete has obtained sufficient set to prevent detrimental effects to the concrete
surfaces. The concrete surfaces to be cured shall be kept wet by covering them with
water-saturated material by using a system of perforated pipes, mechanical
sprinklers or porous hose, or by other methods which will keep all surfaces
continuously (not periodically) wet. All curing methods are subjected to approval of
Contractor - 153 - Engineer-In –Chief
Ph. No: GHMC
Engineer-in-Charge.
c) Cost:
The cost of furnishing all materials and performing all work for curing concrete shall
be included in the price bid in bill of quantities for the concrete on which the particular
curing methods are required.
a) General:
Concrete shall be repaired in accordance with clause 5.7 to I.S. 3873 - 1978.
Imperfections and irregularities on concrete surface shall be corrected in accordance
with paragraph 6.2.9 and clause 5.7 of I.S. 3873 – 1978.
b) Types of Repair:
All repairs shall be made with concrete. Repairs to concrete surfaces and addition
were required shall be made by cutting regular openings into the concrete and
placing fresh concrete to the required lines. The chipped openings shall be sharp and
shall not be less than 70 mm in depth. The fresh concrete shall be reinforced and
chipped and trowelled to the surface of the openings. The mortar shall be placed in
layers not more than 20 mm in thickness after Since compacted and each layer shall
be compacted thoroughly. All exposed concrete surfaces shall be cleaned of
impurities, lumps of mortar or grout and unsightly stains.
C) Cost:
The cost of furnishing all materials and performing all work required in the repair of
concrete shall be borne by the Bidder.
Measurement for payment of all concrete will be made to the neat lines of the
structures, unless otherwise specifically shown on the drawings prescribed in these
specification. The unit of measurement will be cubic metre.
In measuring concrete for payment, the volume of all openings, embedded pipes and
metal work, each of which is larger than 0.1 square metre in cross section will be
deducted.
Payment for concrete in the various parts of the work will be made at the applicable,
unit prices bid therefore in the schedule, which unit price shall include the cost of
furnishing all materials and performing all works required for the concrete
construction, except that payment for furnishing and placing reinforcing bars will be
made at the respective unit prices bid therefore in the schedule.
7.1 Pipes:
7.1.1 The pipes required to be supplied for the works shall conform to the following I.S.
specifications depending upon the nature of material for pipe specified in the bid
document.
7.1.2 The pipes supplied shall be subjected to all the tests specified in the relevant I.S.
specifications before delivering at site and the manufacturer's test certificate to this
effect shall accompany each consignment delivered at site. In addition, the pipes
shall be got tested by the Inspectorate of Director General of Supplies and Disposals
at the manufacturer’s factory site and the relevant test certificate shall also be
produced along with each consignment. The charges for conducting the tests shall
be borne by the bidder only and these charges are not reimbursable by the employer.
For PSC pipes the test indicated in clause u of I.S. 784-59, 458-88 and 3597-85 are
to be followed.
7.1.3 The bidder is at liberty to procure the pipes from any of the firms in the approved list
of suppliers but the responsibility for the pipes conforming to the relevant I.S.
specifications shall solely rest with the bidder only.
7.1.4 The bidder's rates for relevant items shall include not only the cost of pipes and taxes
thereon and testing charges but also the charges for transportation to site and all
subsequent handling and other incidental charges.
7.2.1 The C.I. specials to b. supplied for use on the work shall conform to I.S. 1538-1976.
7.2.2 The MS special required for use on P.S.C. pipes are to be manufactured as per
IS: 1916-63 the material for manufacture of M.S. specials should continue to IS:226-
75, 2062-80,
7.23 The cast-iron specials required on the job are indicated in the relevant plans
contained in Vol-IV of bid documents. While sufficient care is taken by the employer
to furnish as accurately as possible the specials required, the bidder is advised to
inspect the alignments and satisfy himself about the sufficiency or otherwise of the
specials indicated, before quoting for the work. Any additional specials required on
the work not arising out of changes made by the employer in terms of Section 2, CI.
Contractor - 155 - Engineer-In –Chief
Ph. No: GHMC
28.1 of Vol. 1 shall be provided by the bidder at no extra cost.
7.2.4 The bidder is at liberty to procure the specials from any one of the firms in the
approved list of suppliers but the responsibility for the specials conforming to the
relevant 1.S. specifications shall solely rest with the bidder only. The other conditions
contained in paragraphs 7.1.4 above shall be applicable to the C.I. specials also,
7.3.1 The C.I. sluice valves to be supplied for use on the work shall conform to I.S. 14846/
2000 and contain the I.S. certification mark. The valves shall be of non-rising inside
Screw type; provided with C.I. cap or wheel as the case may be and valve key rod.
7.3.2 The other conditions contained in paragraphs above shall be applicable to the sluice
valves also.
7.4.1 The air valves to be supplied for use on the work shall conform to the description of
air valves maintained in section B of glenfied and kennedy catalogue for water works
purposes unless otherwise specified, only double air valves along with rotative sluice
valves shall be supplied and installed on the pipelines. The size of valve to be used
shall be related to the diameters of pipeline as indicated below :
7.4.2 The other conditions contained in paragraphs 7.1.1 shall be applicable to the air
valves also.
7.5.1 The C.I. detachable joints to be supplied for jointing A.C. - pressure pipes shall
conform to I.S. 8794 of 1988.
7.5.2 The bidder is at liberty to procure the C.I. detachable joints from any of the firms in
the approved list of suppliers, but the responsibility for their conformity to the LS.
specifications and giving a water tight joint shall solely rest with the bidder only.
7.5.3 The other conditions contained in paragraphs 7.1.4 shall be applicable to the C.I.
detachable joints also.
7.6.1 The rubber rings to be used for the jointing of various types of pipes shall conform to
the following I.S. specifications.
The Rubber Insertion to be used for jointing Cast-Iron double flanged pipes shall
conform to LS: 638 of 1955.
The Bolts and Nuts to be used for jointing the C.1. double flanged pipes shall
conform to I.S. 1363-1967.
The C.I. Manhole frames and covers to be used shall conform to I.S. 1726 of 1974.
8.2 Materials:
The materials used shall conform to the relevant specifications mentioned in Division.7
The surplus materials if any, left over due to additional purchase against possible
breakages etc, will not be taken over by the department and payment will be
restricted to the materials actually used on work.
The relevant clauses that govern the trench work and preparation of base for laying
of various types of pipes are as detailed below :
The sections of the pipe shall be jointed together in such a manner that there shall be
as little unevenness as possible along inside of the pipes. Necessary precautions
shall be taken while laying as per the relevant I.S. specifications for the type of pipes
used, as mentioned below :
Before commencing, jointing, the pipes shall be cleaned the joints and the ends of
the pipes shall be cleaned, preferably with a hard wire brush to remove loose
particles Where jointing is done using rubber ring, care should be taken to see that
the rubber ring does not get twisted or deformed while pushing the ring into position.
The jointing for various types of pipes shall conform to the requirements of the
relevant I.S specifications as detailed below:
8.7 Testing:
After the pipes are laid and jointed as mentioned in 8.3 and 8.4 above, the pipe line
are to be subjected to hydrostatic pressure test. The procedure for conducting the
hydrostatic pressure test is detailed in the relevant I.S. specifications for various
types of pipes, as indicated below:
1. A.C. Pressure Pies – Clause 11 of IS-5530 of 1972.
2. R.C.C. pipes – Clause 11 of IS – 783 of 1959.
3. C.I. pipes & D.I. pipes – Clause 6 of IS - 3114 of 1965.
4. P.S.C. Pipes - Clause 11 of IS. 783 of 1985.
5.
In portions of the pipelines, where the pipes have developed cracks of sweating,
such pipes shall be removed and relaid with new pipes and the pipelines retested to
the entire satisfaction of the Engineer-in-Charge. No extra payment will be made on
this account. The bidder has to make his own arrangement for procurement of the
required testing apparatus. The pressure gauge used with the testing apparatus
shall be subjected to such test as the Engineer-in-Charge deems fit to ensure the
accuracy of the gauge.
8.9 Refilling:
After the pipelines are laid, jointed and tested in conformity to the relevant IS.
Specifications and to the satisfaction of Engineer-in-Charge the pipeline trenches
should be refilled with excavated earth in layer of 6 inches. The clods should be
broken, sufficiently watered and consolidated. The surface should be brought to the
original condition by using the excavated material to the extent possible and using
additional quantities of gravel and metal as the case may be. The extra earth after
bringing back to the original condition should be disposed off as stipulated in
paragraph 2.4.
PUMPING MACHINERY
The pumping machinery of the prescribed type and capacity should be supplied erected and
commissioned including maintenance for a period of 30 days working @ 8 hours per day at
optimum conditions so as to perform the required characteristics. The scope includes getting
approval to the lay out drawings etc. by Chief Electrical Inspector and incoming and outgoing
power connections.
Vacuum gauge on the suction side and pressure gauge on the deliver side of suitable
range shall be fixed.
9.2. ACCESSORIES:
The pumps should be supplied with all the necessary accessories duly mounted and inter
connected on a suitable sized control panel made out of M.S. angle irons and M.S. sheets
as given below. The accessories should be of reputed make and best quality and preferably
as given below:
D.O.L / Star Delta / Auto transformer Starter of L & T / BCH / Siemens / Kirloskar Make (or)
any other reputed make approved by Department.
Ammeter of MICO / AE make
Voltmeter of MICO / AE make.
Power factor metre of best quality.
Indicator Lamps.
H.R.C. Fuses.
Incoming and outgoing switches.
Operating tools as detailed below for routine maintenance of the pumps and motors shall be
supplied. The tools shall be mounted on T.W. board and shall be provided with a door with
weld mesh and lock and key arrangement. Tools are : Ring spanner 3/16 “to 1” set double
ended spanners. 3/16 “to 1” – set. pipe wrenches 18” long –1 pipe Wrenches 24” long-1”,
Insulated cutting plier (8”,10”) – 2 Nos, 2 Kg, hammer – 1 Kg. 1 No, nose plier 8”-1, flat
rough file with handle 10”-1, half round smooth file with handle 10”-1, Round rough file with
handle 10”-1, Adjustable spanner 6”-1, Adjustable spanner 10”-1.
9.3. ERECTION:
9.3.1. In the case of centrifugal pumps the pump set should be fixed on to the standard
base plate fixed over concrete bed as per drawing and specified in division 6. The
pumps should be erected on a perfect horizontal plane without any tilt. The pipes,
specials, valves required for suction and delivery connections shall conform to I.S.
specifications as specified in Division 7. The suction and delivery pipes should be
fixed without any eccentricity duly cleaned. All the joints should be water tight without
any loss of pressure.
The submersible pump (if required) should be erected to perfect plumb and safely clamped
on the top. A non-return valve should be fixed on the delivery main along with a pressure
gauge.
9.4. EARTHLING:
All electrical fixtures shall be suitably earthend in accordance with I.E. Act, 1910 and Rules
there under as amended from time to time.
9.5.1.After completion of erection the pipe connections shall be cleaned and painted with two
coats of anticorrosive paint.
The pump after erection should be commissioned and tested working for 8 hours/day
for a continuous period of 30 days so as to perform the designed characteristics. It should
deliver the required discharge at the designed delivery head only and the pressure head
should not be higher than that which will detrimental to the pumping mains.
Velocity of flow in suction and delivery pipes shall be limited to 1.5 to 2.0.
10.2 The structure should be constructed in M30 grade concrete duly using either steel or
plywood centering and shuttering materials. Necessary steel reinforcements should
be provided in accordance with the designs approved in estimate.
10.3 Wherever the Sump is being constructed on hillocks or sheet rock, necessary steel
anchorage should be provided as directed by Engineer-in-charge.
10.4 All the members which are in contract with water should be water tight. Necessary
inlet, outlet, scour and overflow arrangements may be provided while centering stage
itself, without allowing damage or drilling holes in the walls, slabs etc., after
construction.
10.5 The following accessories shall be provided to the structure as directed by the
Engineer-in-charge
a. C.I inlet, outlet, scour and overflow pipes of required diameter and length as per
specification and as mentioned in the Bill of Quantities.
d. A pit of 0.5 x 0.5 Mts size is to be provided within the floor to accommodate foot
valve, in case of clear water sumps.
11.2 MATERIALS :
12.2.9 Float operated Water level Indicator and Gauge : Shall conform to the departmental
requirements and shall include brass pulley, bracket, nylon thread, PVC float,
enameled gauged numbered in MTs and 1/10th of MT with moving index etc.
Shall conform to the requirements of Section 2. The quoted rate shall include cost of
all operations as envisaged in this section.
The earth work excavation shall conform to the requirements of Section 3. The
quoted rate shall include cost of all operations required for completing the structure
as per the departmental approved plans and specifications.
11.5 CONCRETE
11.5.1 General: The cement concrete work to be carried out under this contract shall
conform to the general requirements detailed in Section 6.
12.5.2 Constructional Requirements : The construction of the structure shall conform to the
requirements of I.S 3330 Part, II and IV.
Contractor - 164 - Engineer-In –Chief
Ph. No: GHMC
12.5.3 Levelling Course: The concrete to be used shall be of M 10 grade conforming to
I.S.456-2000.
All the elements of the structure are of M.30 design mix unless otherwise specified.
12.5.4 Deleted
12.5.5 Deleted
The jointing materials required for jointing the pipes and specials i.e., bolts, nuts and
packing sheets etc., will be procured by the contract at his own cost.
The tentative details of pipe connections are as follows:
(i) Inlet and overflow pipes and valves are 300mm φ & 350mm φ
(ii) Outlet pipes and valves are 400mm φ
(iii) Scour pipes and valves are 150mm φ & 200mm φ
11.8.1 The C.I/ M.S ventilators to be provided on the top of the roof slab/dome shall be of
150 mm Ø conforming to I.S. The ventilators shall be provided with mosquito proof
wire mesh.
11.8.2 The C.I/ M.S ventilators shall be fixed as directed by the Engineer-in-Charge or his
authorised representative.
11.9.1 The lightening arrestor shall be fixed in accordance with the requirements of I.E
Act.1910 and Rules there under as amended from time to time.
11.9.2 The water level indicator shall be fixed as directed by the Engineer-in-Charge or his
authorised representative. It should be ensured that the index moves smoothly
without any friction over the guage in order to give correct indication of the depth of
the water available in storage.
The structure after completion shall be subject to water tightness test at fully supply
level, as laid down in clause 10 of I.S. 3370 (Part-I) – 1965. The filling of the
reservoir shall be gradual and not more than 15 cms of raise in water level per day
shall be permitted. The structure shall satisfy the water tightness requirements as
indicated in clause 10.1.1 or 10.1.2 of I.S.3370 (Part-I) – 1965 as the case may be.
11.11 FINISHING :
A smooth dense surface free from work ridges shall be ensured. After satisfactory
completion of testing of the reservoir for water tightness all external surfaces of
concrete shall be painted with two coats of snowcem cement of approved colour and
quality over a printing coat as per the directions of the Engineer-in-Charge.
11.12 GUARANTEE :
The structure and all the appurtenant fixtures shall be guaranteed for satisfactory
functioning for a period of 24 months from the date on which all defects have been
rectified and the reservoir has been filled upto MWL and satisfies the water tightness
test mentioned in Clause 10.1.1 above.
The Contract envisages Civil works viz., excavation of earth, laying of P.C.C/ R.C.C
for water retaining structures, brick, masonry, plastering, supply and fixing of
aluminum doors, windows etc., flooring, painting and snow cem painting for all
structures mentioned in approved design drawings.
Mechanical equipment for flow measurement devices (Digital type) agitating paddles
for chemical house, flash mixer, clarifier Bridge Mechanism, Paddles for agitation and
collection of sludge, air blow equipment, pumps for lifting the water for back wash,
filter media of different grades of gravel and sand and chlorination equipment (gravity
feed type gaseous chlorinator), equipment for laboratory like Model clarifier, PH
comparative kit, turbidity meter, residual chlorine testing apparatus, tools and plants
for office and laboratory, hoist for lifting of alum blocks and chlorine cylinders spares
for motors, pumps, valve packing tools set etc.,
Electrical Equipment consisting of Motors for chemical house, flash mixer, clarifiers,
pumping water to wash water tank, panel boards, for house wiring, fans, tube lights,
yard lighting, arrangements for water quality testing laboratory etc.,
Piping arrangements including piping for inlet puddle pipe and sluice valves, pipe
connections in Chemical house, pipe connections from stilling chamber to venturi
flame, flash mixer to clarifier, sludge pipe from clarifier to disposal point, control
valves for filter bed inlets, under drain system with HDPE laterals, outlet piping from
filter beds to clear water reservoir. Pipe connections, for wash water tank inlet, outlet
and over flow connections, fixtures and appurtenances for wash water tank and clear
water reservoir like ladders, manholes, water level indicators, lightings arrestors,
hand railing, galleries, piping from air blower to filter beds including painting with two
coats of anticorrosive black paint etc.,
i) The pipes, specials, laying, jointing and testing of pipes shall confirm to the
specifications mentioned in Division-7.
ii) The centrifugal pumpsets should be of reputed make preferably Kirloskar/
Jyothi/ Best & Crompton confirming to I.S Specification 1520-1980.
iii) The Motor should be of reputed make like Crompton Greaves/ G.E.C/
N.G.E.F/ Kirloskar/ Jyothi conforming to I.S. 325-1978 and vaccum gauge on
the suction side and pressure guage on the delivery side of suitable range
shall be fixed.
iv) The panel boards, switches, accessories cables, wires, should specify
confirm to I.S Specifications.
v) The erection and connection between the components should be done as per
I.E rules.
vi) Required earthing arrangements should also be done in accordance with I.E
Act 1910.
Contractor - 167 - Engineer-In –Chief
Ph. No: GHMC
vii) The construction should be done according to specifications given under
Division No.11.
viii) The structure should be constructed strictly following the I.S codes for R.C.C
i.e., 456-2000 and for stone masonry works as per I.S 1527-1967. All RCC
shall be VRCC M.30 (minimum cement content 400 Kgs for Cum concrete)
ix) Cement shall conform to the requirements of a section 4.1.4
x) Water shall conform to the requirements of section 4.1.5.
xi) Sand shall conform to Section 12.3.
xii) Coarse aggregate shall conform to Section 6.2.6.
xiii) Brick shall conform to Section 12.2.6.
xiv) Reinforcement, bars shall conform to Section 12.2.6.
xv) Site clearance shall confirm to Section 12.3.
12.2 Earth work: The earth work shall conform to Section 12.4
12.3 Concrete: The concrete shall conform to Section 12.5. All RCC shall be VRCC
M.30.
12.4 Pipe connections shall conform to Section 12.7.
12.5 Fixing of other accessories shall conform to Section 12.9.
12.6 Erection: The erection shall be taken up in such a way that each component is
completed at a time. The mechanical equipment required for individual components
as per programme of execution should be brought to site and erected immediately
after the completion of civil works to give a water tight leak proof structure. No
dumping of mechanical equipment is allowed.
12.7 Testing: The testing of the RCC structure, which is in contact with water, shall be
tested as per clause 12.10. However after completion of the testing of the civil
structure and testing of the electrical equipment, the bidder has to perform trial run at
optimum level and give performance for treated water as per relevant I.S.
12.8 Finishing: Finishing of the bidding should be done to have a smooth dense surface
free from ridges and all external surfaces shall be pointed with 2 coats of antifungal
weather proof of approved quality and colour over a primary coat as per the
directions of the Engineer-in-charge.
12.9 All the pipelines should be made clean and given two coats of anticorrosive black
paint.
12.10 Guarantee: The bidder has to give performance guarantee of all the components of
the Filtration plant for satisfactory functioning at optimum level for a period of 24
months. He has to give guarantee for satisfactory functioning of the structure and all
the appurtenant fixtures also.
12.11 Capacities: The department will furnish the minimum capacities of individual
components based upon which the bidder has to quote rate. The bidder is however
instructed to verify the sufficiency or otherwise of the capacities. The retention
periods, side water depths, surface loading, filtration rate, wash water consumption,
air scour volume etc., as per manual on water supply and treatment published by
Ministry of works housing, Government of India.
13. PIPES
13.1.1 The pipes required to be supplied for the works shall conform to I.S.8329:2000.
13.1.2 The pipes supplied shall be subjected to all the tests specified in Section.9 and 10 of
IS.8329: 2000 before delivery at site and the manufacturer’s tests certificate to this
effect shall accompany each consignment delivered at site. In addition the pipes
shall be got tested by the Inspectorate of D.G.S & D at the manufacturer’s factory site
and the relevant test certificate shall also be produced along with each consignment.
The charges for conducting the tests shall be borne by the bidder only and these
charges are not reimbursable by the employer.
13.1.3 Joints :
The type of joints shall be flexible push on Tyton joint which elastomeric gasket and it
should confirm to Sec.5 of I.S No.8329-2000.
13.1.4 The size and mass of the pipes shall conform strictly to Clause.11 of I.S.8329-2000.
13.1.5 The standard working length of the pipe shall conform to Clause.12 of IS.8329-2000
13.1.6 The bidder is at liberty to procure the pipes from any of the firm in the approved list of
suppliers but the responsibility for the pipes confirming to the relevant is
specifications shall solely rest with the bidder only.
13.1.7 The bidders rate for relevant items shall include not only the cost of pipes and taxes
thereon and testing charges but also the charges for transportation to site and all
subsequent handling and other incidental charges.
13.2 SPECIALS
13.2.3 The D.I/ C.I Specials to be supplied for use on the work shall confirm to I.S.9523-
1980 and 1538:1986 respectively.
13.2.2. The D.I/ C.I specials required on the job are indicated in the relevant plans contained
in Vol.4 of bid documents while sufficient care is taken by the employer to furnish and
accurately as possible the specials required, the bidder is advised to inspect the
alignment and satisfy himself about the sufficiency or otherwise of the specials
indicated before quoting for the work. Any additional specials required on the work
not arising out of any changes made by the employer in terms of Sec.2 Clause.28.1
of Vol.I shall be provided by the bidder at no extra cost.
13.2.3 The bidder is at liberty to procure the specials from any of the firms in the approved
list of suppliers but the responsibility for the specials confirmation to the relevant I.S
specifications shall solely rest with the bidder only. The other condition contained in
para 7.1.4 above shall be applicable to C.I specials also.
The specifications of sluice valves and other conditions for supply shall confirm to
Clause.7.3 Division 7 of Vol.2.
The specification for air valves and other conditions for supply shall confirm to
Clause.7.4 Division.4 of Vol.2. All air valves shall be of kinetic air valves with rotative
sluice valves.
The specification for surface boxes and supply shall confirm to Clause.7.11
Division.7 of Vol.2.
The specifications for C.I manhole frames and covers and their supply shall confirm
to Clause.7.12, Division.7 of Vol.2.
MATERIAL
a. General
b. Storage of materials
i. All materials brought and kept at site of work by the Contractor or by his orders
for the purpose of forming part of the works are to be considered to be the
property of the GHMC and the same shall not to be removed or taken away by
the Contractor or any other person without the written permission of the
Engineer / Engineer’s Representative, but the Engineer / Engineer’s
Representative shall not to be responsible for any loss or damage which may
occur to or in respect of any such work or materials either by the same being
lost or stolen or damaged by weather or otherwise including natural calamities
(flood, earthquake, rains, riots, fire etc).
ii. Materials required for the works shall be stored by the Contractor only at places,
in standard profiles and in the manner as approved by the Engineer /
Engineer’s Representative. Storage and safe custody of all materials shall be
the sole responsibility of the Contractor. Special care should be taken as per
relevant specification for storage of bitumen etc.
iii. Steel reinforcement shall be stored in such a way as to avoid distortion and to
prevent deterioration by corrosion where directed by the Engineer / Engineer’s
Representative in charge, the reinforcing bars shall be given cement wash
before stacking to prevent scale and rust at the expense of the Contractor and
nothing extra shall be paid by the department for these accounts.
iv. The Contractor shall construct suitable godown at the site of work for storing the
material safe against damage due to sun, rain, dampness, fire, theft etc. He
shall also employ necessary watch and ward for the purpose and no extra
claim whatsoever shall be entertained on this account.
v. Cement in bags shall be stored in separate godown with pucca floor and water
proof roofs etc. The cement bags shall be stacked and stored in accordance
with standard codes of practice.
vi. From commencement till completion, all materials and works shall be under the
safe custody of Contractor. The Contractor is solely responsible for and to
make good all injuries, damages and repairs accrued to or rendered necessary
to the same by fire, storm, rain, traffic or other causes and to hold the Engineer
/ Engineer’s Representative indemnified from any claim for injuries to person or
for structural damage to property occurring from any neglect, default, want of
proper care or misconduct on the part of Contractor.
i. The Contractor at his own expense shall establish field laboratory with necessary
equipment to carry out tests such as grading of aggregate, fineness modulus of
sand, bulking of sand, silt content in sand, tests on cement and concrete etc. at
the site of work. The Contractor shall be required to provide appliances at site,
such as weighing scale, graduated cylinder, standard sieves, thermometers etc
in order to enable the Engineer / Engineer’s Representative to conduct field
tests, whenever required by him to ensure that the quality is consistent with the
prescribed specification.
ii. The materials such as water, sand, cement, aggregates, etc., to be used in the
works like concrete, masonry, etc. shall comply with the requirements of the
Engineer / Engineer’s Representative and shall pass all the tests and analysis
required by him or as per particular specifications as applicable or such
recognised specifications as acceptable to the Engineer / Engineer’s
Representative.
iii. All the necessary tests/the number of tests shall be conducted in the laboratory
established at site by the Contractor or in any recognised laboratory approved
by the Engineer / Engineer’s Representative. The samples shall be taken for
carrying out all or any of the tests stipulated in the particular specifications or
as directed by the Engineer / Engineer’s Representative or his authorised
representative. The Contractor shall at his risk and cost make all arrangements
and shall provide all such facilities as the Engineer / Engineer’s Representative
may require for collecting, preparing, forwarding the required number of
samples for tests and for analysis as per the frequency of test stipulated in the
contract specifications or as considered necessary by the Engineer /
Engineer’s Representative, at such time and to such places, as directed by the
Engineer / Engineer’s Representative.
iv. The decision of the Engineer / Engineer’s Representative regarding type of tests,
their frequency, suitability of any of the materials to be used in the work shall
be final and binding on the Contractor notwithstanding any other provision
elsewhere in the tender documents.
vi. The Contractor shall give not less than 7 days notice of all tests in order that the
Engineer / Engineer’s Representative may be present. Two copies of all test
Contractor - 173 - Engineer-In –Chief
Ph. No: GHMC
certificates shall be supplied by the Contractor to the Engineer / Engineer’s
Representative for approval, immediately after the completion of the tests.
Test certificates shall invariably be supplied to the Engineer / Engineer’s
Representative before the materials or components are used in the works,
unless the Engineer / Engineer’s Representative directs otherwise.
vii. All materials which are specified to be tested at the place of manufacture shall
satisfactorily pass the tests before dispatch and being used in the works. The
contractor has to make arrangements for inspection of departmental officers at
the manufacturing site itself.
d. Other Materials
Any material for which there is no relevant Indian Standard, shall be the best of their
kind and to the approval of the Engineer / Engineer’s Representative. Contractor
shall at his own expense, submit to the Engineer / Engineer’s Representative for
approval, samples of any of the materials and components to be used. The quality
of materials and components subsequently used in the works shall not be inferior to
the approved samples.
Quality control of concrete works
a. The Contractor at his own expense shall establish a field laboratory to carry out
all preliminary tests, work tests and also to work out grading and proportioning
of aggregates in order to obtain and maintain uniform quality of work. A
compression testing machine of suitable capacity as indicated by the Engineer
/ Engineer’s Representative shall be installed by the Contractor at his own
expense to ascertain the strength of concrete at his own expense from time to
time. The Contractor shall supply all materials, labour and testing machines for
preparing and testing sample as required by the Engineer / Engineer’s
Representative. The concrete shall also be got tested in an independent
laboratory approved by the Engineer / Engineer’s Representative at the
discretion of the Engineer / Engineer’s Representative or his authorised
representative.
b. These tests shall be carried out in accordance with the procedure as laid down
in I.S codes or other relevant specifications
c. The testing machine should also be recalibrated at regular intervals to detect
errors periodically. The moulds for cubes shall also be checked at frequent
intervals and are made to conform to the standard prescribed in I.S. code.
Construction Equipment
a. The methodology and equipment to be used on the project shall be furnished by
the Contractor to the Engineer / Engineer’s Representative well in advance of
commencement of work and approval obtained prior to its adoption and use.
b. The Contractor shall give a trial run of the equipment for establishing the
capability to achieve the laid down specification and tolerance to the satisfaction
of the Engineer / Engineer’s Representative before commencement of work.
c. All equipment provided shall be of proven efficiency and shall be operated and
maintained at all times in a good working condition.
d. No equipment or personnel will be removed from the site without prior permission
of the Engineer / Engineer’s Representative.
e. No tools and plants will be supplied by the department and the Contractor will
have to make his own arrangements at his expense.
f. All construction tools, plant and machineries provided by the Contractor shall,
g. In case concrete is procured from Ready Mixed Concrete (RMC) plants, the
contractor has to obtain prior approval of the Engineer / Engineer’s
Representative. Quality controlling at Batching Plant has to be carried out by
the Contractor at his own cost.
SUPPLEMENTARY SPECIFICATIONS
Construction programme
Method statements
Process control
Product realisation
Servicing
Customer communication
CONSTRUCTION EQUIPMENT
Add the following sub Para (g) and (h) after sub Para (f):
“If any work executed by the Contractor does not meet the specifications,
it shall be deemed as rejected. The Engineer, in his sole discretion, may
consider a proposal by the Contractor to retain an element or part of such
work. The Contractor’s proposal shall be supported by calculations,
drawings and other data to prove the soundness of the proposal and
shall clearly describe the additional measures required to ensure the
intended performance of the work. Rectification / remedial work to bring
such work to acceptable standard shall be executed by contractor at his
cost.”.
The General part of the method statement shall describe the Contractor’s
proposals regarding preliminary works, common facilities, and items that
require consideration at the early stage of the contract. The General part
shall be issued along with the first issue of the construction programme
(refer clause 114.2) and shall include information on :
c) Location of site facilities like batching plant, hot mix plant, aggregate
processing plant, etc.
The general part of the Q.A. Programme shall accompany the method
statement.
i) Details of personnel both for execution and quality control of the work.
v) Special part of the Q.A. Programme referred in clause 105.3 for the
particular item of work shall be submitted along with the method
statement for the concerned activity.
vi) The Engineer shall examine and approve the method statement or
direct the Contractor to re-submit the statement with required
modifications. The modified statement shall be submitted within 14
days after receipt of Engineer’s comments.
The sole responsibility for the safety and adequacy of the methods
adopted by the Contractor shall rest on the Contractor irrespective of any
approval given by the Engineer.
Within 90 days of award of work the Contractor shall submit the following
information for all proprietary products for approval by the Engineer.
v) Installation procedure.
The Engineer may order any additional tests required under relevant
codal specifications for the purpose of accepting the product. The
manufacturer shall make the facility for such additional tests available.
The charges of these additional tests shall be borne by the Contractor.
Table 100-3 List of Laboratory Equipment to be provided and Maintained for Field
Laboratory :
General :
i) Balance
Electronic 1 No.
Mechanical 1 No.
Electronic 1 No.
iv) Sieve shaker capable of taking 200 mm and 450 mm diameter sieves electrically 1 No.
operated with time switch assembly
v) 200 tonnes compression testing machine electric cum manually operated fitted 2 Nos.
with three gauges 0-2000 KN x 10 KN, 0-1000 KN x 5 KN and 0-500 KN x 2 KN
vii) Glassware comprising beakers, pipettes, dishes, measuring cylinders (100 to 1 Doz.
1000 cc capacity) glass rods and funnels, glass thermometers range 0° C to 100° Each
C and metallic thermometers range up to 300° C.
iii) Sampling pipettes fitted with pressure and suction inlets, 10ml. Capacity 1 Set
v) Sand pouring cylinder (150 mm) with conical funnel and top and base plate (with 4 Sets
152 mm diameter of sand cone) to the requirements of ASTM : D 1556
vi) Sampling tins with lids 100 mm diameter x 75 mm height. 1/2 kg capacity 30 Nos.
vii) Laboratory C.B.R. testing equipment to the requirements of IS and consisting of 1 Set
following:
a) Floor mounted electro-mechanical load frame 5 tonne capacity with 1 No.
automatic strain control
b) CBR moulds complete with collar, base plate, etc. 18 Nos.
c) Swell stands for holding dial gauge 9 Nos.
d) CBR plunger with penetration dial gauge holder 1 No.
e) Surcharge weight with central hole of 2.5 kg weight 40 Nos.
f) Spacer disc with handle 2 Nos.
g) Perforated brass swell plate with adjustable cap on handle 18 Nos.
h) Soaking tank for accommodating 9 CBR moulds 1 No.
i) High tensile steel calibrated proving rings of 1000 kg, 2500 kg and 5000 kg 1 Set
capacity Each
j) Dial gauge, 25 mm travel-0.01 mm/division 12 Nos.
viii) Standard Penetration Test equipment (IS: 2131) including solid cone attachment 1 No.
to fit drive and
x) Nuclear gauge for density and moisture content determination to the 2 Sets
requirements of AASHTO : 238 and 239
xii) Speedy moisture tester complete with carrying case and supply of reagent 2 Nos.
xvii) Core cutter apparatus 10cm diameter, 10/15cm length height complete with 1 Set
20kg hammer
xix) Standard measures of 30, 15, 3 litre capacity along with tamping rod 1 Set
i) Vicat needle apparatus for setting time with plungers, as per IS-269-1968 1Set
ii) Moulds
a) 150 mm x 300 mm high cylinder with capping component along with the 48 Nos.
capping set and compound as per IS specification
b) Cube 150 mm moulds as per IS specification 36 Nos.
c) Cube moulds of 50 sqcm 70mm x 70mm for cement testing 18 Nos.
d) Cube moulds of 50mm x 50mm 18 Nos.
e) Beams 750 mm x 150 mm x 150 mm moulds 18 Nos.
iii) High frequency mortar cube vibrator for cement testing 1 No.
v) Variable frequency and amplitude vibrating table size 1m as per the relevant 1 No.
British Standard
viii) Aggregate crushing value impact test apparatus as per B.S. 812 1 No.
xi) Equipment for slump test (C-143)/compacting factor Apparatus complete 4 Nos.
xiv) Core cutting machine with 10cm diameter diamond cutting 1 No.
xvii) 0.5 cft, 1 cft cylinder for checking bulk density of aggregate with tamping rod As reqd.
xviii) Soundness testing apparatus for cement (Le Chatlier’s principle) 1 Set
A) All equipment shall confirm to accepted international standards and shall be subject to the
approval of the Engineer.
B) The Contractor shall be responsible for the provision of adequately experienced and qualified
laboratory staff in sufficient number to be able to meet all testing requirements to the approval
of the Engineer, and for all transportation of staff, testing equipment and samples necessary to
allow the testing to be performed in a time scale compatible with the needs of the Site.
C) The Contractor shall arrange to maintain the laboratory in satisfactory manner and will carry
stocks of spare equipment and laboratory consumables until the issue of Taking over
Certificate.
D) Full complement of listed equipment procured from an internationally reputed manufacturer after
procurement and approval of Engineer shall be incidental to the work and no payment shall be
made to the Contractor.”
The following specifications of BIS covering the typical layout plan, hygienic and
sanitary, and basic requirements for an abattoir for carrying out slaughter of sheep,
goats are followed in planning the proposed modernization of slaughter house at
Gowlipura.
Layout Plan
• Handling by-products
• Laboratory
• Staff welfare
In addition the slaughterhouse facility may also be provided for rendering plant.
The retail or wholesale market for finished goods be required should be included
within the complex itself, the same should be physically excluded from the rest of the
establishment in such a manner that the customers have an access only to these
sections where such business is transacted.
Units in an Abattoir
- Lairages
- Slaughter halls
- Ancillary accommodation
• Reception Area or Resting Grounds: The abattoir shall have reception area of
adequate size or resting grounds where the livestock are subjected to veterinary
inspection before they are passed on to lairage for resting for 24 hours
• Proper ramps for direct unloading of animals from trucks should be provided. The
ramps should directly lead to ante-mortem area with office room for veterinary
inspection
• The reception area or resting grounds shall have facility for watering and
examining animals before sending to holding pens
• Where separate lairages or sections are to be provided for livestock meant for
JHATKA, HALAL or Jewish slaughter, complete visual separation shall be
effected and entrances shall be as far apart as possible.
- Large animals
The slaughter halls and ancillary accommodation thus provided shall be separated,
keeping in view the economic and local requirements, by solid walls depending upon
the site. Exits to such sections shall be kept as far apart as possible
• Knocking section may be so planned as to suit the animal and particularly for the
ritual slaughter, if any. It should have facility to slaughter crippled animals brought
from ante-mortem inspection yard to slaughter department and also the floor and
hand washing facilities. An animal shall not be slaughtered in sight of other
animals. The knocking section and dry landing area associated with it shall be so
built that escape from this section can be easily carried out by an operator without
allowing the animal to pass the escape barrier. This may normally be
accomplished by an arrangement such as placing vertical pipes 150 mm in
diameter, 1.5 m high on prepared vertical pipe inserts, about 120 mm high or the
Contractor - 189 - Engineer-In –Chief
Ph. No: GHMC
internal diameter of the pipe used for the vertical placed not less than 500 mm
part.
• Viscera inspection facilities: Adequate space and suitable and properly located
facilities shall be provided for inspection of the viscera of the various types of
animals slaughtered. This department shall have adequate facilities for hand
washing, tool sterilization and floor washing and contrivances for immediate
separation and disposal of condemned material. Adequate arrangements may be
made for identification, inspection and correlation of carcass, viscera and head.
• Ancillary Accommodation
- If a separate block for hide curing or skin drying is not provided in the
abattoir, the hides or skins may be stored in a separate room and removed
daily by the licensees.
Similarly, if rendering facilities are not provided, the condemned material should be
denatured and held in watertight metal containers in suitable inedible product room pending
daily removal by contractors
Civil Construction :
Ante-mortem and Pen Area: The area should be paved with impervious material such as
concrete non-slippery herring-bone type suitable to stand wear and tear by hooves, or brick,
and pitched to suitable drainage facilities. Curbs of impervious material 150 to 300 mm high
should be provided around the borders of livestock pen area, except at the entrances. The
pen should preferably be covered.
Floors: The floors should be non-absorbent and non-slippery with rough finish, and shall
have suitable gradient for drainage.
Coves: Coves with radii sufficient to promote sanitation should be installed at the juncture
of floors and walls in all rooms and not less than 100 mm.
Interior Walls: Interior walls should be smooth and flat and constructed of impervious
materials such as glazed brick, glazed tile, smooth surfaced. Portland cement plaster, or
other non-toxic, non-absorbent material applied to a suitable base. Walls should be
provided with suitable sanitary type bumpers to prevent damage by hand trucks, carcass
shanks, and the like. It is recommended that the interior walls should have washable
surface up to the height of 2 m from the floor so that the splashes may be washed and
disinfected.
Window Ledges: Window ledges should slope at 450 to promote sanitation. TO avoid
damage to glass in windows from impact of hand trucks and similar equipment, the window
sills should be 1200 mm above the floor level. Proper ventilation through mechanical
venting or through working vents should be provided in the roof structure.
Doorways and Doors: Doorways through which product is transferred on rails or in hand
trucks shall be at least 1500 mm wide, except for the doors used in connection with rails
approximately 3000 mm high can be at least 1500 mm wide. Doors shall be of rust-resistant
metal construction throughout, or if made with rust-resistant metal having tight soft wood,
they shall be clad or both sides with soldered or welded seams. Doorjambs shall be clad
with rust-resistant metal securely affixed so as to provide no crevices for dirt or vermin and
Contractor - 192 - Engineer-In –Chief
Ph. No: GHMC
the juncture at which the door joins the walls shall be effectively sealed with a flexible sealing
compound.
Screens and Insect Control: All windows, doorways and other openings that may admit
flies should be equipped with effective insect and rodent screens. Fly chaser fans and ducts
pr air curtains shall be provided over doorways in outside wall of food handling areas that
are used for dispatch or receiving.
Rodent Proofing: Except in the case of solid masonry walls constructed of glazed title,
glazed brick, and the like, expanded metal or wire mesh, not exceeding 12.5 mm mesh, shall
be embedded in walls and floors at their junction. This mesh should extend vertically and
horizontally to a sufficient distance to exclude the entrance of rats and others rodents.
Vehicular Areas for Trucks: Concrete paved areas, properly drained and extending at
least 6 metres from building, loading docks or livestock platforms shall be provided where
vehicles are loaded or unloaded. Pressure washing jets and disinfection facilities for trucks
carrying animals should be provided.
Drainage
All parts of floors where wet operations are conducted should be well drained. As a general
rule, one drainage inlet should be provided for each 37 m2 of floor space. A slope of about
20 mm per metre to drainage inlets should be provided for usual conditions.
It is important that the floors slope uniformly to drains with no low spots which collect liquid.
Floor drains should not be provided in freezer rooms or dry storage areas. When floor
drains are installed in rooms where the water seal in traps is likely to evaporate without
replenishment, they should be provided with suitable removable metal screw plugs.
Traps and Vents on Drainage Lines: Each floor drain, including blood drains, should be
equipped with a deep seal trap (P-, U-, or S-Shape). Drainage lines shall be properly vented
to the outside air and be equipped with effective rodent screens.
Sanitary Drainage Lines: Drainage lines from toilet pans and urinals should not be
connected with other drainage lines within the plant and may not discharge into a grease
Contractor - 193 - Engineer-In –Chief
Ph. No: GHMC
catch basin. Such lines shall be installed so that if leakage develops, it shall not affect the
product or the equipment.
All floor drains should be so constructed and the floor so made that these can be easily
cleaned and then shall be a minimum area to be drained per outlet. It is recommended that
‘U’ drains set with satisfactory covers should be used and made totally fly-proof and rodent-
proof.
Equipment Construction
General: Excepting such equipment as utility boards, other equipment shall be constructed
either of rust-resisting metal such as stainless steel or galvanized metal with smoothness of
high quality commercial hot dip. The galvanized metal is generally not desirable where high
Contractor - 194 - Engineer-In –Chief
Ph. No: GHMC
resistance to corrosive action of food products and cleaning compounds is required. Plastic
may be used. In that case plastic shall be abrasion and heat resistant, shatter-proof,
nontoxic and should not contain, any constituents that may affect the meat or meat products
during contact.
Installation
Following points should be strictly observed during installation of equipment from hygiene
and sanitation point of view.
All permanently mounted equipment shall either be installed sufficiently away from walls
(minimum 300 mm) to provide access for cleaning and inspection, or should touch the walls.
All permanently mounted equipment shall be installed sufficiently above the floor (minimum
300 mm) to provide access for cleaning and inspection, or should touch the walls.
Contractor - 195 - Engineer-In –Chief
Ph. No: GHMC
Wall mounted cabinets and electrical connections (such as switch boxes, electrical control
panels, and BX cables) shall be installed at least 25 mm from equipment or walls or shall be
completely sealed to the equipment or walls.
Water washing equipment, such as soaking and cooking vats, sausage stuffing tables, can
sterilizers, and casing preparation equipment, shall be installed so that waste from each unit
is delivered through an interrupted connection into the drainage system without flowing over
the floor. Valves on drainage lines serving such equipment should be easily cleansable and
shall be mounted flush with the bottom of the equipment. Soaking and cooking vats should
be provided with overflow pipes at least 50 mm in diameter. The upper end of each overflow
pipe at least 50 mm in diameter. The upper end of each overflow pipe should be equipped
with an open-end cleanout tee to facilitate cleaning.
Vent stacks from covered cooking vats or hoods over hook tanks shall be so arranged or
constructed as to preclude drainage of condensate back into the vats.
All tables or other equipment having water on the working surface shall be provided with
turned-up edges. The height of the turned-up edge depends on the volume of water used
and the operations conducted. In no instance should the turn-up be less than 25 mm.
The proposed modernization of slaughterhouse is designed to meet the ISI, EC, USDA
standards in terms of health & hygiene. The following provisions shall be incorporated.
Provision of screening, separation and treatment facilities as part of the proposed
modernization will have direct positive impact to health of the local population. Floor and
wall finishes in slaughter hall is seamless construction to avoid the accumulation of dirt.
Surfaces are non-adsorptive and can be easily cleaned by using water jet.
Mechanical conveying system for handling carcasses & offal shall be provided for hygienic
handling & operations.
Equipment and knife sterilizers and wash hand basins is strategically and conveniently
located along the slaughtering linex to ensure proper cleaning after slaughtering process of
each animal.
Hot water cleansing is provided for washing down the slaughter hall after slaughtering.
With the introduction of new technology, equipment and procedures it will be a substantial
change of work culture for the butchers. Hence, an extensive period of training for the
operator is planned.
Adequate rails and barriers shall be provided to protect the workers.
In order to eliminate the risk of health and odour nuisance arising out of the slaughter house
wastes, a rendering unit is proposed to be established at a distant location from population
to recycle the waste material.
Isolation / segregation wards shall be provided for isolation of suspected animals.
Sufficient water supply points are provided in all work places with pressure washing guns.
The high pressure, about 150 to 200 bar, with flow rate of about 15 to 16 lit/min ensures
thorough cleaning. The minimum washing points are planned as follows:
Slaughter hall – 3 washing points
Loading dock – 1 point
Offal handling area – 2 points
Sufficient numbers of exhaust fans shall be in the slaughter house process facility.
Hand washing basins shall be provided in adequate numbers (viz. 1 per 15 employees).
Dressing rooms, lockers, showers, toilet rooms etc. shall be provided for the convenience
and hygiene of operating staff.
Animals arriving in trucks are to be unloaded properly to avoid injuries, which range
from bruising to broken bones. For easy unloading ramps should be provided at the
level of the tailboard of the trucks. The ramp should gradually slope down to the
ground level.
On arrival the animals are subjected to Ante mortem inspection for which a veterinary
officer with examination facilities are to be provided. Only the passed animals are
allowed to enter the Livestock Yard or the Resting area after collecting the prescribed
fees.
A small enclosure with shed and watering, feeding facilities has to be provided for
animals to be isolated if required after ante mortem inspection sufficient to
accommodate about 2% of total arrivals.
The animals passed by the veterinarians, housed in the lairages, are led one by one
through the Raceway to the Ritual Killing Box.
Halal slaughter: The ritual killing box is now rotated to bring the animal in lying
down position. The ritual killing box is so positioned that the animal is now in perfect
direction for Halal Slaughter to be performed. The throat is now slit.
Bleeding: The slaughtered animal is hung on the bleeding rail conveyor. The
bleeding hooks are fixed to the conveyor. The slaughtered animal can easily be hung
on this hook with one of its hind legs. The bleeding time given is approximately 5
minutes per animal. The bleeding conveyor takes about 5 minutes from its starting
point to the transferred point.
Fore Legs Skinning and Breaking: The fore legs are skinned, cut and delivered to
the feet room through chute.
Transfer: The free hind leg is skinned over its hock to anus and the skin on the
rump, inner thighs is cleared. The leg is cut at hock joint and delivered feet room
through chute. This leg is now put on a hook on the dressing conveyor. Now the
second hind leg is freed from the bleeding hook and processed as the previous one
and this leg is also transferred to the dressing conveyor. Thus the carcass is
transferred from bleeding rail to the dressing rail.
Back Skinning from tail to rump down to loin, flanks and back.
Clear skin on flanks down to neck by fist and finally pull it down and remove
completely like socks.
Evisceration: Open abdomen, remove guts, genital organs and put on offal
conveyor.
Post mortem Inspection: Two qualified veterinary Doctors carryout the inspection in
the following manner:
Both, the carcass and offal conveyors are moving with synchronized motion so that
all parts of one animal are offered for inspection at one parallel point.
All other organs are delivered to their respective areas on the ground floor through
the chutes.
The carcasses passed for consumption are washed and stamped with Abattoir Seal.
Drainage: Floors of all wet processing areas, such as slaughter floors, offal-handling
rooms, rendering areas, chillers, should be evenly graded so that the area is self-
draining. A slope of about 20 mm. per meter to drainage inlets is adequate. But in
washing areas like carcass washing, utensils, washing area the gradient should be
40 m.m. per meter is desirable.
Drainage inlets: One inlet per 32 to 37 m2 of floor space. The floor drains should be
equipped with deep seal trap. The sanitary drainage line from toilets, urinals should
not be connected with any other drainage lines, but should be directed to septic
system.
- 150 Lux – Lairages, chillers, loading dock, sanitary blocks, measured at floor
level.
- 500 Lux - General illumination in all workrooms measured at working plane.
Capacity
Cattle : Nil
Sheep : 400 sheep & goat/day
[Daily 8 hrs operation for 365 days]
• Slaughter House Process Building : 913 Sq.M for sheep - including lab,
generator room, boiler house, canteen, sanitary & rest room – RCC
structure, B/m walls (inside filling); CC floor with floor/wall angle - it
should be coved – rounded – preferably to a radius of not less than 75
m.m. Interior walls - Tiled to a height of 3 mtr. from floor. Ceiling -
Height of 5 mtr. (Slaughter floor) and 4 mtr. In the Byproducts/offals
receiving area. Windows - 1200 m.m. above floor level. Doorways -
1500 m.m. wide.
• Ritual Killing Box with Landing Grid capacities per hour for sheep/goat: 50 sheep
• Hoist – to lift the carcass up to the bleeding rail sheep/goat - 100 Kg. Capacity.
Or Conveyor Chain Elevator
• Bleeding rail with conveyor chain (bleeding time- sheep- 5 mi.)
• Conveyor speed for following capacity per hour 50 sheep
• Empty Shackle return rail with lowerator.
• Leg cutters with sterilizers.
• Transfer system for bleeding to dressing conveyor.
• Chutes for fore and hind legs.
• Fixed platform for transfer station with apron wash.
• Fixed platform for skinning back upper half.
• Fixed platform for skinning back lower half.
• Fixed platform for skinning for belly lower half.
• Chute for skin.
• Borewell : 48 KL/day
• Municipal water : 48 KL/day
• Underground storage tank: 48 KL cap. RCC construction
• Overhead storage tank: 48 KL cap. RCC construction
• Water pumps, pipelines & plumbing : LS
• Motor pumps, PVC pipes
Feed Pump : Two nos. are provided with each capacity 2.0
M3/Hr. Effluent feeds from Equalization tank to
next Primary clarifier.
After Primary clarifier the overflow flow collected in first stage Anaerobic Filter. Major part
of organic load will be removed in this unit. The anaerobic organisms will degrade
the high concentrated organic matter present in the effluent . In this reactor plastic
media is used as a medium to adhere micro organisms, which will in turn convert the
complex organic matter into simple compounds and COD/ BOD reduction is achieved.
Filter is filled with Munters PVC structured fill media which will not clog like ordinary
stone gravel media. Overflow from this unit collected in ASP system for further treatment.
This treatment is completely aerobic process where micro-organisms only survive and
active in the presence of oxygen.
ASP system is nothing but Aeration Tank and Secondary Clarifier. To removal balance
organic load we proposed to construct Aeration tank. For Aeration Tank one blower is
provided with one stand by i.e., total blowers proposed are two nos. For aeration
diffused aeration system is proposed.
One no. secondary clarifier is proposed for settling of suspended solids and to recycle
the settled active bacterial sludge to aeration tank to maintain solid mass balance ratio.
Proposed treatment process consists of three stages. First stage Primary treatment,
Second stage Secondary treatment as Biological Treatment i.e., Anaerobic & Aerobic
and third stage Tertiary Treatment.
Primary treatment consists of one no. Bar Screen chamber where floatable solid matter
shall be removed by manual screening. Overflow from Screen chamber flows to Scum
Trap unit. Here floatable scum layer shall be removed by semi automatic Scum Removal
Mechanism. Without scum removal mechanism also this unit can run but it needs
manual removal of floatable solid scum matter.
Over flow from Scum Trap by gravity flows to Collection cum Equalisation Tank. Here
effluent mixed with the help of floating aerator as and when required to avoid bad odour.
Two Nos. pumps are provided one no. standby. Effluent from here feed to Primary
Clarifier.
At equalisation tank / primary clarifier two nos. dosing tanks are provided for Lime and
Alum for pH Adjustment and also coagulation of suspended solids. At primary Clarifier all
suspended solid particles will settle at the bottom and clarified water over flows to next
stage secondary treatment system. With the help of scraper mechanism settle sludge at
the bottom scraped to centre sludge sump and by Pump this sludge send for dewatering.
ASP system is designed for max. reduction of BOD value. From dosing tanks ,
nutrients as Nitrogen & Phosphorous will be added to effluent at Aeration Tank at the
ratio of BOD : N : P as 100 : 5 : 1 .
The excess sludge from the primary clarifier , secondary clarifiers etc. send to sludge
drying beds where sludge get dewatered and dried sludge cakes can be used as a
good manure or land filling.
Tertiary Treatment
Treated water from the secondary stage of the system is taken to a supernatant tank.
At supernatant tank Chlorine solution is added from chemical dosing tanks with the
help of dosing pump to kill the harmful pathogenic micro organisms and the effluent
is pumped with the help of Pressure pumps to Pressure Sand Filter for further
removal of Suspended Solid. Outlet from Sand Filter will be fed to Carbon filter, for
further polishing and to remove organic matter if any.
This treated water can be used for gardening / washings of floors and toilet flushing,
provided plant is operated as per our guidelines.
a) Saving of power.
b) Designed for uniform and cross flow, has large surface area 102 m2 / m3 and very
large voidage of more than 97%, hence we get even distribution and maximum
contact time, i.e., for bacteria with effluent.
c) Can absorb sudden shock loads.
d) No wash-out of sludge/ micro-organisms.
e) Easy to re-start and less time for stabilisation.
f) Higher buffering capacity.
g) No chemicals required , there by the operation cost is less.
h) Unskilled labour can operate the system very easily.
i) High efficiency, smooth and easy operations.
In Aeration Tank we have provided Fine bubbled diffused aeration system that has the
following advantages:
The full floor coverage of tank area ensures that the air is distributed throughout the tank
area and volume and results into through mixing of the biomass and the wastewater and
gives better biodegradation efficiencies.
The full floor coverage and uniform distribution of air ensures homogeneous oxygen
transfer & higher transfer efficiency throughout the tank.
The diffusers situated at the bottom of the tank have no settling of biomass occurrence.
Since very little kinetic energy is wasted with fine-bubbled diffused aeration, no energy is
wasted in throwing water into the air; the efficiency of the fine bubble process is very
high in comparison with other systems.
Power savings over 15 to 20% as compared to Conventional Surface Aerators
depends upon application.
The Tertiary treatment system comprises of Chlorination followed by Dual media filter:
Flow - 41 M3/DAY
Inlet
Organic Load (OL) as COD (3000mg/lt.) - 120 kg/day
Organic Load as BOD (1800mg/lt.) - 73.8 kg/day
Outlet
Organic Load (OL) as COD (250mg/lt.) - 10.25 kg/day
Organic Load as BOD (30 mg/lt.) - 1.23 kg/day
Physical Treatment
Biological Treatment
CIVIL UNITS
ELECTRICAL WORKS
CIVIL UNITS
Type : Rectangular
Total Volume : 0.60 M3
Size : 600 x 1000 x 700mm SWD + 300mm F.B.
Construction : RCC M30
Description : An open tank with above size. Arrangement for
bar screen fixing. MOC of the tank is RCC M30. Internal waterproof plaster and
external sponge finishing plastering. External Green colour ISI grade Snowcem
cement paint two coats.
Quantity : One No.
Type : Rectangular
Total Volume : 2.27 M3
Size : 700 x 2500 x 1000mm SWD + 300mm F.B.
Construction : RCC M30
Description : An open tank with above size. Arrangement for
scum removal mechanism to be provided. MOC of the tank is
RCC M30.One brick & one RCC baffle wall to be provided in this
unit. Internal waterproof plaster and external sponge finishing
plastering. External Green colour ISI grade Snowcem cement
paint two coats.
Quantity : One No.
Type : Square
Total Volume : 44.8 M3
Size : 4000 x 4000 x 2500 mm x 300mm F.B.
Description : An open tank with above size. Arrangement for
Floating Aerator to be provided. MOC of the tank is
RCC M30. Internal waterproof plaster and external
sponge finishing plastering. External Green colour
ISI grade Snowcem cement paint two coats.
Quantity : One No.
Type : Circular
Total Volume : 5.60 M3
Size : 1600mm dia x 2500mm SWD + 300mm F.B.
Construction : RCC M30
Description : It is a circular tank with above size. At the bottom of
the tank slope of 1: 12 is to be maintained. MOC of the
tank is RCC M30. Internal waterproof plaster and
external sponge finishing plastering. External Green
colour ISI grade Snowcem cement paint two coats.
Quantity : One No.
V. ANAEROBIC FILTER
Type : Square
Total Volume : 28.2M3
Size of filter : 2500 x 2500 mm x 4200 Height + 300FB
Construction : R.C.C. M 30
Description : An open square tank of above size. The MOC of
the unit is RCC M30 with water proofing and inside,
outside plastering. Necessary beams are provided fro
bio fills fixing.
Quantity : One No.
Type : Square
Total Volume : 49.3 M3
Construction : R.C.C M30
Size : 3600mm x 3600mm x 3500 SWD x 300FB
Description : This is a square tank with above size.
Arrangement for Diffusers fixing provided. MOC of the tank is RCC M30. Internal
waterproof plaster and external sponge finishing plastering. External Green color ISI
grade Snowcem cement paint two coats.
Contractor - 215 - Engineer-In –Chief
Ph. No: GHMC
Quantity : One No.
Type : Circular
Total Volume : 11.6 M3
Size : 2300mm dia x 2500mm SWD + 300mm F.B.
Construction : RCC M30
Description : It is a circular tank with above size. At the bottom of
the tank slope of 1: 12 is to be maintained. MOC of the
tank is RCC M30. Internal waterproof plaster and
external sponge finishing plastering. External Green
colour ISI grade Snowcem cement paint two coats.
Quantity : One No.
Type : Square
Total Volume : 3.9 M3
Construction : R.C.C M30
Size : 1300mm x 1300mm x 2000 SWD x 300FB
Description : This is a square tank with above size. MOC of the
tank is RCC M30. Internal waterproof plaster and external sponge finishing
plastering. External Green color ISI grade Snowcem cement paint two coats.
Quantity : One No.
Type : Square
Total Area : 16 M2
Area of each bed : 4 M2
Construction : BBM
Size : 2000mm x 2000mm x 900 SWD x 300FB
Description : An open square tank of suitable size with a wall
thickness of 230mm . In each SDB 50 mm Dia.
trench with a slope of 1 : 100 and it should
connect to the main drain out channel of size
250mm W x 250 mm H. Drain out should have a
1 : 100 slope and connected to the filtrate
chamber of size 1500mm x 1500mm x 1500 mm
SWD.
Quantity : Four Nos.
Quantity : Lot
MOC : BBM/UCR/PCC/RCC
Type : Square
Total Area : 9 M2
Construction : BBM
Size : 3000mm x 3000mm
Quantity : One No.
MECHANICAL UNITS
I) BAR SCREEN
Motorized trolley with four wheels anti friction bearing, travel to & fro on MS rails . Having
electrical limit switches on either side. Neoprene rubber skimmer plate. Control panel
consist of air break reversing contractors, timer etc. Push button cable, flexible cable, drive
consist ICS make gear motor.
Capacity : 2 M3 / Hr
Head : 10 mtr.
MOC of pumps : CI
Drive : 1.5 HP motor , 2900 rpm
Motor Make : Crompton
Pump Make : Johnson
Accessories : Fabricated MS base-plate, coupling
guard , foundation bolts etc.
Scope : Supply, erection and testing
Piping
MOC of Accessories : GI/HDPE
Qty. : Lot
ELECTRICAL WORKS
I. CONTROL PANEL
II) CABLING
The cables shall be Polycab /equivalent make Copper ( 1.5 & 2.5 sq.mm)
aluminum ( above 2.5 sq.mm) conductor armoured . The entire cable shall
be supplied capacity wise for
all motors / units.
Quantity : Lot
MOC : GI wire
`
Total Working Load : 11.5HP ( 8.62 KW)
( Some motors run partially)
% Mg/Lt. % Mg/Lt.
Reduction Outlet Reduction Outlet
1 Raw Effluent -- 3000 -- 1800
2 Treatment
a Primary Treatment 15 2550 20 1440
Electricity
Nutrient Requirement
1. Lime 3.41 Kg
2. Alum 1.7 Kg
3. Polyelectrolytes 0.016 Kg
1. Oil 1 Liters
2. Grease 0.2 Kg
Here we are giving the details of manpower requirement for running of ETP plant
• Dressing Rooms: Well located dressing rooms, properly separated from toilet
rooms, are provided for employees of each sex.
• Lockers: Each employee will be provided with a metal locker. To Facilitate
cleaning beneath the lockers; they will be placed on legs or other support about
12” above the floor.
• Chairs or benches will be provided in the dressing rooms.
• Shower – bath facilities separately for each sex swill be provided.
• Toilet rooms -the no. of toilets provided are:
No. Of employees No. of Toilets
1 to 15 1
16 to 35 2
36 to 55 3
56 to 80 4
Then for every additional 30 1
• Hand Washing Facility - Hand washing basins are provided in adequate nos.,
viz.,1 per 15 employees. They are properly located so those are easily
accessible.
• Ventilation: Sufficient no. of exhaust fans is provided.
• Lunch Facility - Lunch facilities are provided in dressing rooms.
FINANCIAL BID
1.FORM OF TENDER
2.BILLING SCHEDULE FOR INTERIM PAYMENTS
3. PRICE BID
Name of Contract :
Survey, Investigation, Design & Construction of Modern Slaughter House of capacity
400 sheep including Civil, Mechanical & Electrical Items and trial run etc., complete
at, Gowlipura along with Effluent Treatment Plant (ETP) .
To,
The Engineer-In-Chief,
Greater Hyderabad Municipal Corporation
5th Floor, CC Complex, Tankbund Road,
Hyderabad – 500 063
or such other sum as may be ascertained in accordance with the said Conditions.
2. We acknowledge that the Volume I, Volume II and Volume III form part of Tender.
4. We agree to abide by this Tender for the period of 120 days from the date fixed for
receiving the same and it shall remain binding upon us and may be accepted at any
time before the expiration of that period.
5. The contract is not complete and binding between us Unless and until a formal
Agreement is prepared and executed for this Tender, together with your written
acceptance thereof.
6. We understand that you are not bound to accept the lowest or any tender you may
receive.
Address….…………………………………………………………………………
Occupation. …………………………………………..
ANNEXURE – II
Unit Rates :
Sl. Brief Description of Item with Rate
Unit
No. specifications (In Figures) (In Words)
NIL
DATA SHEET –1
Bidder’s Appreciation of the Project
This should also consist of a report on the Bidder’s appreciation of the project, which
should include a section on the site inspection carried out prior to bidding, and
demonstrate awareness and understanding of all the principle technical and logistic
aspects related to project construction.
1) Process Buildings
2) Plant and Machinery
3) Water sumps /tanks
4) Effluent Treatment Plant
5) Electrification sanitary and Plumbing
The bidder shall submit in brief descriptions of proposed methods, sequences, facilities
and layouts to be used for execution of Process Buildings for sheep, plant and
machinery, OH Tank and UG sump along with ETP with all necessary mechanical and
electrical items This should cover the following.
Working facilities
Infrastructure works, Including Mechanical, Electrical and Instrumentation
Civil works
Water supply/drainage
ETP
Name of Tenderer
Sl. No. Name of Person Designation/Post held/Status Academic Qualifications and Remarks
Experience in Similar Works
1 2 3 4 5
Signature of Tenderer
Name of Tenderer
S. N. Name of No. of Kind and Capacity Age of Mach Present Present Location Whether the
Equipment Units Make inery condition of with name and machinery is
Machinery address of hypothecated to
organization where any bank or
machinery is in use institution
1 2 3 4 5 6 7 8 9
The bidder shall list out the proposed subcontractors. The information shall be submitted
in the following format. The subcontractors (s) proposed to be associated for respective
category of work, must have experience of planning and construction of similar type of
work at least in one project costing not less than 50% of the proposed value of work
proposed to be sublet.
Section of works
Name (s) address (es) of subcontractors
Description & location of similar works previously executed*
- 243 -
DATA SHEET –9
Proposed Sourcing of Key Materials
The bidder shall submit, in outline, descriptions of proposed sourcing of key materials.
- 244 -
DATA SHEET –10
Proposed Construction Schedule for the Project
The bidder shall submit a construction program in bar chart from – together with
corresponding critical path network, which starts at the date of commencement and
shows in details all the key activities.
- 245 -
DATA SHEET –11
Quality Control and Quality Assurance System
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 filed
quality control and inspection and laboratory work.
- 246 -
Survey, Investigation, Design & Construction of Modern Slaughter House of capacity 400 sheep including Civil,
Mechanical & Electrical Items and trial run etc., complete at, Gowlipura along with Effluent Treatment Plant (ETP) and
Maintenance of Plant and Machinery for a period of two years after commissioning.
In accordance with the provisions and conditions of Bid Notice for the work of
“________________”, Sri.______________________________(name & Address of the
Contractor) shall deposit with the Engineer-In-Chief, GHMC, Hyderabad, ( a bank guarantee
to guarantee his proper and faithful Performance under the said contract an amount of
(Amount of Guarantee) (in words)__________
We further agree to change add to or other modifications of the forms of the contract
or of works to be performed there under or of any of the contract document which may be
made between the Engineer-In-Chief, GHMC, Hyderabad, and the contractor shall in any
way release us from any liability under this guarantee and we here by waive notice of any
such change, addition or modification.
If the Bidder having been notified of the acceptance of his bid by the Department during the
period of validity.
Fails or refuses to execute the Form of Contract in accordance with the Instructions to
Bidders, if required; or
fails or refuses to furnish the balance EMD and additional performance Security in
accordance with the instructions of Bidders.
We undertake to pay to the Department up to the above amount upon receipt of his first
written demand, without the Department having to substantiate his demand, provided that in
his demand the Department will note the amount claimed by him is due to him owning to the
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,
** 6 months from the deadline date for submission of Tender [As specified in NIT].
PROFORMA
BANK GUARANTEE FOR BALANCE “E.M.D.”
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.
We hereby waive the necessity of your demanding the said debt from the Contractor
before presenting us with the demand.
This guarantee shall be valid upto ………i.e., until 28 days from the date of expiry of
the Defects Liability period.
AND WHEREAS it has been stipulated by you in the said Contract that the
Contractor shall furnish you with a Bank Guarantee by a Schedule bank for the sum specified
therein as Additional further security bank guarantee for compliance with his obligations in
accordance with the Contract;
AND WHEREAS we have agreed to give the Contractor such a Bank Guarantee;
NOW THEREFORE we hereby affirm that we are the Guarantor and responsible to
you, on behalf of the Contractor, up to a total of Rs._____________________ [amount of
guarantee] _________________________________ [in words], such sum being payable and
we undertake to pay you, upon your first written demand and without cavil or argument, any
sum or sums within the limits of ________________________ [amount of guarantee] as
aforesaid without your needing to prove or to show grounds or reasons for your demand for
the sum specified therein.
We hereby waive the necessity of your demanding the said debt from the Contractor
before presenting us with the demand.
This guarantee shall be valid upto and until 28 days from the date completion.
PROFORMA
Gentlemen:
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:_____________________
1
An amount shall be inserted by the bank representing the amount of the Advance Payment, and denominated in
Indian Rupees.
CONTRACTOR Engineer in Chief
Ph.no GHMC
- 252 -
Survey, Investigation, Design & Construction of Modern Slaughter House of capacity 400 sheep including Civil,
Mechanical & Electrical Items and trial run etc., complete at, Gowlipura along with Effluent Treatment Plant (ETP) and
Maintenance of Plant and Machinery for a period of two years after commissioning.
AFFIDAVIT
I/We undertake to keep the validity of the bank guarantee intact by getting it
extended for time to time at my/our own initiative upto a period of
……………………….months after the recorded date of completion of the work
or as directed by the Employer.
I/We also indemnify the Government against any losses arising out of non-
encashment of back guarantee, if any.
Deponent
Signature of Contractor
Submitted in
Cover ‘A’ strike Proof there of
Sl. No. Description
out which ever (See Note below)
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 clearance Yes/No
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 Tenderer’s name along
with required Certificate statement-I.
6. Furnished the details of work performed as Yes/No
Prime Controller (in the same name) during
the last five financial Years with supporting
certificates in Statement-II.
7. Furnished the information on bid capacity in Yes/No
Statement-III.
8. Furnished the information on bid capacity in Yes/No
Statement-IV with Supporting Certificates.
9. Furnished the availability of critical Yes/No
equipment & 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 of Yes/No
Solvency certificates etc., for the required
amount.
Note :
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 column(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.
QUALIFICATION INFORMATION
The information shall be filled in by the Tenderer in the check slip and statements I to VI and
enclosed to the Technical bid/Tender schedules which will be sued for the purposes of
verification of adequacy of information as well as evaluating the tenderer’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 tenderer in scaled cover ‘A’.
STATUS OF BIDDER
1. Individual/Partnership Firm :
2. Place of Registration :
STATEMENT – I.
Maximum value of Civil Engineering works executed in any one year during the last (5)
Financial years by the Tenderer.
Sl.No. Financial Year Value in Rs. Up date to the Price level 2008-09
1) 2003-2004
2) 2004-2005
3) 2005-2006
4) 2006-2007
5) 2007-2008
Attach certificate from Charted Accountant Along with Annual Balance Sheet.
Details of similar works completed in the Name of the Tenderer during the last
five financial years.
Address of
Sl. Agreement
agreement Value of
N Name of the work number and
concluding contract
o date
authority
1 2 3 4 5
6 7 8 9 10 11 12 13
STATEMENT – III
Physical quantities executed by the Tenderer in the last five financial years.
[work wise / year wise].
2 2004-2005
3 2005-2006
4 2006-2007
5 2007-2008
STATEMENT - V
Availability of Critical Equipment
The tenderer should furnish the information required below, regarding the
availability of the equipment, required for construction / quality control.
Sl. Number
Details of Number
No
Equipment required Owned Leased To be procured
.
1 2 3 4 5 6
STATEMENT – VI.
Working
Sl. Total with the
Name Designation Qualification
No Experience Tenderer
since.
1 2 3 4 5 6
DRAWINGS
DRAWINGS