Location via proxy:   [ UP ]  
[Report a bug]   [Manage cookies]                
0% found this document useful (0 votes)
30 views101 pages

Guwahati Drain Cleaning Tender 2024-25

Uploaded by

krishnasaster
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
30 views101 pages

Guwahati Drain Cleaning Tender 2024-25

Uploaded by

krishnasaster
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd

GUWAHATI MUNICIPAL CORPORATION

NAME OF WORK: Cleaning, Desilting and Maintenance of Drains (as packaged)


under Mitigation of Urban Flood in Guwahati City under Guwahati Municipal
Corporation for the year 2024-25.

Vol. I: BIDDING DOCUMENT


(Invitation for Bid, Instruction to Bidders, Form of Bid,
Qualification Information,Condition of Contracts,
Technical Specifications, Bill of Quantities)

OFFICE OF THE COMMISSIONER, GMC, GANESHGURI, GUWAHATI-06.


GUWAHATI MUNICIPAL CORPORATION :: OFFICE OF THE COMMISSIONER ::GUWAHATI

OPEN COMPETITIVE BIDDING

Cleaning, Desilting and Maintenance of Drains (as


packaged) under Mitigation of Urban Flood in Guwahati
NAME OF THE WORK :
City under Guwahati Municipal Corporation for the year
2024-25. (GER/CE/2461/2024/10)

DOWNLOAD OF TENDER THROUGH


: FROM 07.01.2025 (14:00 HRS) TO 29.01.2025 (14:00HRS)
WEBSITE

PRE-BID MEETING/QUERY
: UPTO 17.01.2025 (12:00HRS)
SUBMISSION LAST DATE
: UPTO 29.01.2025 UP TO 14:00 HRS
LAST DATE AND TIME OF ONLINE
SUBMISSION OF BID

TECHNICAL BID OPENING : ON 29.01.2025 at 14:30 HRS (Online)

PLACE OF BID OPENING : ONLINE THROUGH [Link] ONLY

OFFICER INVITING BIDS : The COMMISSIONER, GMC, GUWAHATI


Please Refer the Duly Signed NIT as Uploded/Published
INVITATION FOR BIDS
(IFB)
GUWAHATI MUNICIPAL CORPORATION

No.: GER/CE/2461/2024/ 10 Date: 04.01.2025

INVITATION FOR BIDS (IFB)

The Commissioner, Guwahati Municipal Corporation, Guwahati invites bids from eligible bidders
for Cleaning, Desilting and Maintenance of Drains (as packaged) under Mitigation of Urban Flood in
Guwahati City under Guwahati Municipal Corporation for the year 2024-25 in the following packages.

Processing fee
Bid Security/EMD (Non-
Sl Estimated refundable)
Package Name of Drain
No Amount

General OBC/ST/SC/UEE
Garigaon up to
Phukanjan link
to Khanajan
Inner Drain
Boxipara,
Garigaon open
Drain
Sadilapur cover
Drain
Mazar
road,Garigaon
cover drain
St. Mary's
inner drain.
1 DSLT/D-I/01 90,000.00 45,000.00 1000
Channel from 44,65,562.41
Railway bridge
at NH37 to
Deepar Beal.
Open drain
N.H 27 From
Railway steel
bridge to
Nursery Point
Cover drain
Dr Binay kumar
tamuli path
both side.
Pragjyotish
nagar to
Radisson blu
back side drain.
Sundarbari
bazar to Mosjid
both side cover
drain
Sundarbari
bazar to
Jalukbari
Ayurvedic
Hospital both
side cover
drain
Phoolpahi
Nagar Open
Drain
Triangular
Colony Inner
Drain
Boripara sub
bylane
1,2,3,4,5
Inner Drain
from kamakhya
station to NH-
37
Greenpark
Colony cover
Drain
Nepali basti
Inner drain
Cleaning &
Desilting of
Joymoti nagar
byelane no -13
inner drain
Cleaning &
Desilting of
Institute
DSLT/D-I/02 Colony & 5763726.06 1,16,000.00 58,000.00 1,200.00
pusbasa inner
drain
Cleaning &
Desilting of 4
No Ferry Ghat
Colony open
drain
Puran Bazar
Inner drain
2 Indira Gandhi
path both side
inner drain
Sankar
Madhab to
bhootnath
bazar cover
drain
From sani
mandir toPNGB
Junction both
side cover
drain
Durgasarovar
open Drain
both side
Durgasarovar
inner Drain
back side of lp
school
Loco Colony
drain via
Horizon Colony
Cover Drain
BBC Type-1
Drain back side
of kali Mandir
Adhunik
Residancy
Drain
Mission para
inner drain
Kamakhya
3 DSLT/D-I/03 Colony 1733595.35 35,000.00 18,000.00 1000
Western side
inner drain
Maligaon to
Pandu main
Cover Drain
Pandu Station
colony inner
drain
Chanapatti
inner drain
Kamakhya
Colony Eastern
side inner drain
Pandu
Maligaon inner
4 DSLT/D-I/04 drain Ward No- 1,50,000.00 75,000.00 1,500.00
74,69,543.76
4
Rest camp post
office to Jagriti
school Horizon
colony.
Rest camp
Nabagraha
Mandir to
Maligaon over
bridge.
Seva Bharati
office to Rest
camp loknath
Mandir to
Accounts
colony Goal
park.
Bara Bazar
inner drain
Cleaning &
Desilting of
PNGB Road
Bye Lane Drain
at Maligaon by
the right side
of Railway
track up to
Shuttle gate,
Ward-09
Cleaning &
Desilting of
PNGB Road
Bye Lane Drain
at Maligaon by
the left side of
Railway track
up to Shuttle
gate, Ward-09
Cleaning &
Desilting of Kali
Mandir Path
from Rumi
Store to AK
Dev Road,
Dhirenpara,
W/No. 11
Cleaning &
Desilting of
Drain From
Nijarapar to
A.K. Dev Road
via Masjid
Kotabari,
W/No. 11

Open Drain
Cleaning &
Desilting of
Drain by the
side of
Snehalaya at
Dhirenpara,
W/No. 11
Covered Drain
Cleaning &
Desilting of
Drain From
Britannia
factory via
Gosaigaon to
National
Highway,
W/No. 11
Cleaning &
Desilting of
Drain from
Gosaigaon to
Gorchuk
(National
Highway Left
Side), W/No.
11
Cleaning &
Desilting of
Drain at
Bhadra Path,
Ganeshpara,
W/No. 11
Open Drain
Akashi path
underground
drain from kali
mandir to
Fatashil.
Inner drain at
GS colony
DSLT/D-I/05 Cover drain at 98,000.00 49,000.00 1,000.00
48,58,077.18
Bishnudev
Goswami path
dilip huzuri
path inner
drain
AC dutta
5 [Link]
road
Kanaklata path
road side drain
Ashram road
MES Colony
inner drain
Inner drain at
masjid road
Rupnagar open
drain
inner drain in
front of sishu
niketan school
Shantipur
Branch road in
front of
Councillor
house
Underground
drain at kedar
road
Open drain by
the side of
railway line
Machkhowa
cover drain
Shanti sabha
inner drain
Fakitola inner
drain
Solapar inner
Drain,
Paltanbazar
Fish Market
inner Drain,
Paltanbazar
Inner Drain
back side of
Hotel City
Palace,
6 DSLT/D-II/01 Paltanbazar 74,000.00 37,000.00 1000
36,84,274.22
B. Baruah inner
Drain near
Riyaz saloon
Lamb Road
Covered Drain
AGP Goli Open
Drain
(Easternside)
Transit Camp
Back side inner
Drain, Ambari
Saraswati inner
Drain,
Panbazar
Hari sabha
inner Drain,
Panbazar
Khubchand/
Fancybazar
inner Drain
Jor Pukhuri
inner Drain
Happy Villa
inner Drain via
Padum
phukhuri up to
Sluice Gate
near Satrakar
Mandir Gate
7 DSLT/D-II/02 69,000.00 35,000.00 1000
MG Road, 34,23,112.97
Uzanbazar
Padum
Phukhuri inner
Drain,
Uzanbazar
Inner Drain by
the back side
of Dhruba Bora
Residence,
Kharghuli
Pensionpara
Inner Drain
Pensionpara
Road side
Drain
Silpukhuri Box
Drain
Railway
8 DSLT/D-II/03 Northern Side 83,000.00 42,000.00 1000
Drain 41,40,360.16
Railway
9 DSLT/D-II/04 Sothern Side 89,000.00 45,000.00 1000
Drain 44,15,076.00
All India Radio
ineer Drain
Chandmari
Millonpur inner
10 DSLT/D-II/05 3591545.88 72,000.00 36,000.00 1000
Drain
Chandmari
Md. Shah
Road, Milonpur
Chandmari
Gandhi Basti
Girls High
School inner
Drain
Gandhi Basti
Namghar inner
Drain
Kali Mandir
Ineer Drain
Lachit Nagar
Bihu Toli Inner
Drain Rajgarh
Islampur inner
Drain
Gandhi Basti
Saboon factory
Both side Open
Drain
Ganesh Mandir
Hill view Road
South sarania
Lalmati Road
Side Drain
Gandhi Basti
South Sarania
Byelane No. 1
Road Side
Covered Drain
South Sarania
Byelane No. 3
Road Side
Drain
Islampur Box
Drain
Senapati
Colony road
side Covered
Drain
SRCB Road side
drain
Motilal Nehru
Road side
Drain
M.E. Road
11 DSLT/D-II/06 3893534.61 78,000.00 39,000.00 1000
Drain
Solapara Road
side Drain
Kharghuli
Borthakur
Clinic Road
drain (both
side)
Bhuban road
drain(Both
side)
F.C. Road Drain
MC Road Drain
(Both side)
Main Drain
From
Silpukhuri to
Nabagraha
Samshan Road
(both side)
Main Drain of
K.K. Bhatta
road Both Side
Bengali Basti
Drain
Kharghuli main
road Drain
(Both side)
Milanpur
Bylane no 1& 2
Piyoli Phukan
Shiv Mandir
Drain to
Holychild
School
12 DSLT/D-II/07 Gandhi Basti 93,000.00 47,000.00 1,000.00
46,39,488.83
Bylane 2,3,4 &
5.
CPB path Drain
Pub sarania
Bylane
1,2,3,4,5 & 6
Rajgarh Bylane
1,2,3,4 & 5
Covered Drain
Gandhi Basti
Main road
Drain
Inner Drain
from Dukhia
Store to
[Link]
13 DSLT/D-III/01 Sankar Nagar 99,99,000.00 2,00,000.00 1,00,000.00 2,000.00
Drain
Kuhiram path,
Ambikagiri
Nagar
Indrapur
Kailashpur
path, Pub
Jyotinagar
Sarvoday
Nagar drain
Inner drain
from Amar
path to Mother
Teresa road
Inner drain
from
Narikalbasti
byelane 4 to
Ambikagiri
Chariali via RBI
colony
Pub Jyoti Nagar
Inner Drain
From Nepali
Chowk to
Guwahati
College road
Drain behind
Bhuban
Bhuyan path
alongside Rly
track. upto
culvert point
Bhaskar Nagar
inner drain
from Rly. Line
to Refinery
drain
Refinery Drain
from ASIDC to
Bhaskar Nagar
Drain
Rajgarh inner
drain from Rly.
Line to Apurba
Sinha path
Inner drain
from
Jyotinagar Pani
path to MRD
road silt
chamber via
Milanpur
Narengi to
14 DSLT/D-III/02 79,32,294.00 1,59,000.00 80,000.00 1,600.00
Tiniali to
Railway Track
Road
Inner Drain
from Opposite
Honda Service
to Narengi
Housing Colony
Satgaon
Jyotirekha Path
Magazine Road
and its byelane
upto Pathar
quary
Drain from
Vidyalaya Path
Janata Path
Pragati Nagar
Inner Drain
from lower
Jonaki Nagar to
Santi Nagar
Path
Drain
Connecting to
ASIDC Drain fro
BG Godown
Mathgharia
BG Road by the
side of GATE
Hospital
including all
cross culvert
From Zoo
Tiniali to Jonali
15 96,000.00 48,000.00 1,000.00
Bridge at RGB
DSLT/D-III/03 Road 48,00,000.00
Panipath and
its byelane
Bapuji Nagar &
Nayanpur Road
Drain
Satgaon
Puberun Nagar
16 DSLT/D-III/04 Path Drain 37,44,739.00 75,000.00 38,000.00 1000
Satgaon
Lakhipriya Path
Drain
Birkuchi Tiniali
to Oil India
Gate No-3
1 No. Ananda
Nagar Path
Drain
Gopal Nagar
Drain
Kenduguri
Road Drain
Sri nagar Inner
Drain upto
Bharalu Sluice
gate behind
Sraddhanjali
Kanan
GMCH &
17 DSLT/D-III/05 37,95,566.00 76,000.00 38,000.00 1000
Dental College
Inner Drain
Jyoti Nagar ,
Ganesh Nagar
Road Drain
Swahid Nagar
Path Drain
Kahilipara
Narakasur
West KK
Handique Path
Drain
Udayachal Path
Drain
Rajbari Path &
Hanuboro Path
Jatia
Mandakini
Path
Tarun Nagar
Byelane-5
18 DSLT/D-III/06 33,50,585.00 68,000.00 34,000.00 1000
Ananda Pur
Drain
Bikrampur
Drain
Amritpur Drain
Ganeshguri
Market Drain
Shaktigarh
Path Drain
Anil Nagar
Byelane -4 to
Senduri Ali
Part of LKRB
Path
Krishna Nagar
19 DSLT/D-III/07 Inner Drain 63,91,300.00 1,28,000.00 64,000.00 1,500.00
Hastinapur
Inner Drain
Pragati Nagar
20 DSLT/D-III/08 9,53,986.00 20,000.00 10,000.00 1000
road side drain.
Cleaning and
Desilting of
Thana Goli
Cleaning and
Desilting of
Achiram Rabha
Both side
Drain(Back side
of TB Hospital)
Cleaning and
Desilting of
R.K, Mission
both side Drain
from B.k Kakati
main road to
gahri kata
chowk
Cleaning and
Desilting of
Dekagiri both
side drain
Cleaning and
Desilting of
GMCH Road via
21 DSLT/D-IV/01 1,89,000.00 95,000.00 2,000.00
Gahorikata 94,32,000.00
Chowk to
sankarpur
Tiniali,Birubari
Cleaning and
Desilting of
Rupkuwar path
Drain
Cleaning and
Desilting of
Marak Path
drain
Cleaning and
Desilting of
M27 road drain
Cleaning and
Desilting of
drain from R.K
mission Road
to Junakpur
shiv Mandir
Cleaning and
Desilting of
Borthakur mill
road , ulubari
inner drain
Cleaning and
Desilting of
Birubari inner
drain from TB
hospital to
River Bharalu
Cleaning and
Desilting of
Inner drain
from sishu
sarathi road
drain by the
side of
arunachal
bhawan upto
river bharalu
Cleaning and
Desilting of
APRO inner
drain
Cleaning and
Desilting of
Derkagiri Path
to Human
Rights office
Cleaning and
Desilting of
Lachit Lane
Drain
Cleaning and
Desilting of
Sani Ram Bora
Path Drain
Cleaning and
Desilting of
superspeciality
Hospital upto
22 DSLT/D-IV/02 68,000.00 34,000.00 1000
Junakpur 33,78,000.00
Mandir
Cleaning and
Desilting of
Green Path
inner Drain
Cleaning and
Desilting of
srimantapur
Drain
Cleaning and
Desilting of
Raghunath
choudhury
Path
Cleaning and
Desilting of of
BT College
Road
Cleaning and
Desilting of
Sankardev Path
Cleaning and
Desilting of
Horse Race
Cleaning and
Desilting of
Triloshan Path
Drain
Cleaning and
Desilting of
drains at
Madhavpur
and its byelane
Cleaning and
Desilting of
inner drain
connecting Bir
Tikendrajit
Road to KC
Patowary Road
Cleaning and
Desilting of
Krishana Nagra
area Inner
Drain
23 DSLT/D-IV/03 93,000.00 47,000.00 1,000.00
Cleaning and 46,48,400.00
Desilting of
Inner Drain
from Nandan
Hotel to
Borsola
Cleaning and
Desilting of
Bani Nagar
Inner Drain
Cleaning and
Desilting of B
Baruah Road
upto
Brahmachari
Road via
Manipuri Basti
Cleaning and
Desilting of AM
Road Inner
Drain
Connecting GS
Road to SC
Goswami Road
Cleaning and
Desilting of
Himat Sighnka
Petrol Pump to
Sorusola Beel
Cleaning and
Desilting of
Sorusola Inner
Drain to
Tokoubari
Cleaning and
Desilting of
Bishnupur
Main Road
Cleaning and
Desilting of
Frontier Club
Drain
Cleaning and
Desilting of
Drains at Arya
College Girls
Hostel.
Cleaning and
Desilting
Bimala Nagar
drain from
Bimala nagar
Kalapahar to
Bishupur Main
Road
24 DSLT/D-IV/04 1,02,000.00 51,000.00 1,500.00
Cleaning and 50,99,000.00
Desilting of of
Sankarpur
Road drain
Upto AK Azad
Road .
Cleaning and
Desilting of
Bishnupur
School Road
bye lane .
Cleaning and
Desilting of
Bishnupur
natun basti
Road.
Cleaning and
Desilting of MS
Road & TRP
Road, Fancy
Bazar
Cleaning and
Desilting of
Sankar Nagar
Drain,Haren
Kalita Path
Drain,Lakhi
Goli Drain,Chai
Goli Road,Sati
Joymoti Road,
Athgaon( Left
Side)
Cleaning,
Desilting of
Ganeshpur
Namghar to NH
37 near
Papular market
Cleaning,
Desilting of
Kanaklata path
25 DSLT/D-V/01 70,000.00 35,000.00 1000
from 34,90,000.00
Bhetapara RCC
bridge to Cycle
tracking road
Cleaning,
Desilting of
Maharshi Vidya
Mandir inner
drain
Cleaning,
Desilting of
Beltola college
road
Cleaning,
Desilting of
Kundil Nagar
26 DSLT/D-V/02 inner drain 32,000.00 16,000.00 1000
15,75,000.00
Cleaning,
Desilting of
Kundil nagar
road
Cleaning,
Desilting of
inner drain
from Lakhimi
path bye lane-1
to Income tax
colony road
Cleaning,
Desilting of
Sukuni Rabha
path to
Basistha river
Cleaning,
Desilting of
inner Drain At
27 DSLT/D-V/03 57,000.00 29,000.00 1000
Basisthapur, 28,25,000.00
Under Division
V
Cleaning,
Desilting of
Covered Drain
At
Bhagaduttapur,
Under Division
28 DSLT/D-V/04 V 50,000.00 25,000.00 1000
24,69,500.00
Cleaning,
Desilting of
Borpothar
Inner Drain,
Under Division
V
Uttal Lakhi
nagar main
drain upto Shiv
mandir
Lichubagan
main road side
drain
29 DSLT/D-V/05 Inner drain 43,000.00 22,000.00 1000
21,24,281.00
form PHE to
Hengrabari
Inner drain
from Forest
gate to
Hengrabari
main road
Juripar main
road drain
Dolbari main
30 DSLT/D-V/06 drain 1,33,000.00 67,000.00 1,500.00
66,14,892.00
Radhanagar
main road
drain
Arunadoy path
(Sai baba
Mandir path)
Pibcoo point to
Radha nagar
Drain
Inner drain
from Madhab
nagar to
Panjabari via
Vaterinary
College
campus
31 DSLT/D-V/07 Inner drain 1,40,000.00 70,000.00 1,500.00
69,78,118.00
from Guwahati
public school,
Batahghuli
Inner drain at
Panjabari
inside of army
campus
Inner drain at
Social Welfare
Society Colony,
Beltola
Inner drain at
Beltola upto
32 DSLT/D-V/08 NH37, Near 69,000.00 35,000.00 1000
34,45,000.00
Skoda
showroom
AG office road
covered drain
(Bahini river to
Tripura road).
KK Handique
path bye lane
Dr Jakir
Hussain path
Dr. Jakir
33 DSLT/D-V/09 59,000.00 30,000.00 1000
Hussain path 29,32,000.00
Dwarka path,
Matura nagar
Hem Baruah
path
Inner Drain at
Bakrapara
Inner Drain at
34 DSLT/D-V/10 Bibek Path 45,000.00 23,000.00 1000
22,30,000.00
Patarkuchi
Inner Drain
Shusila Path to
Patarkuchi in
Koinadhora
Radha Nagar
Main Road
Drain
Pibco Point to
Radha Nagar
S.K Baruah to
35 DSLT/D-V/11 Kali Mandir 45,000.00 23,000.00 1000
22,38,000.00
Road,
Rukminigaon
Open and
Covered Drai
GNRC Road
Open drain
Govinda Nagar
Road Side
Drain
From AK Azad
Road By the
side of BSNL
Office to Mora
Bharalu Drain
Sister Nibedita
Path Road Side
Drain
Bhaskar Nagar
Block A
Bhaskar Nagar
Block B
Bhaskar Nagar
Block C
DSLT/Div- Netaji School
36 51,000.00 26,000.00 1000
VI/01 Lane 25,10,000.00
4th Lane
Barshapara
Milan Nagr
Path Open
Drain
Pragati Nagar
Path Drain ,
Lalganesh
Ananda Nagar
Path, Lalganesh
Rolling Mill
Road Drain,
Lalganesh
Tribeni Path,
Bhaskar Nagar
Inner Drain of
Seujiban Path
backside of
Ideal Nursery
Inner Drain
Rothkhola near
Kali Mandir
Nripen Bora
Road Inner
Drain from
Ambari Tiniali
to Bhaskar
Nagar Block A
Suravi Path
Road side drain
Janata Path &
Sankardev Path
open drain
Birubari
Dharma Sarma
Path drain
Kathmill to
Nizarapar
DSLT/Div- Bathou Mandir
37 23,000.00 12,000.00 1000
VI/02 Link Road 11,35,400.00
Drain
Nizarapar Road
Hill Side LP
School Drain
Birubari Masjid
Gali Drain
Sonaighuli-Don
Bosco Road
Milan Nagar
Path Cover
Uday Path
Odalbakra and
Rodali Path,
Odalbakra
Pragati Path &
byelane,
Odalbakra
Srikanta Dutta
DSLT/Div- Path & Byelane
38 68,000.00 34,000.00 1000
VI/03 01 33,55,700.00
Pubali Path
Road Side
Drain
Odalbakra
Inner Drain
from Lakhra
Chariali Road
cross culvert
towards
Modern Englisg
School
Vivekananda
Path via
Shreeram Path
Odalbakra
Hill View Road
Mahajan Road
Path side drain
both side
Nizara Path,
Lachit Path,
Odalbakra
DSLT/Div- Kali Mandir
39 78,000.00 39,000.00 1000
VI/04 Path 38,79,000.00
Inner drain
from Pachali
Path to Swahid
Kanaklata Path
Suruj Nagar
Inner Drain
Sawkuchi Inner
drain from
Basistha
Channel to Holi
Gogoi Path
Pachim
Boragaon
Bangshi Gopal
Road Side
Drain
Pachim
Boragaon
Bazar
Mikirghuli Path
to Natun Basti
Path Drain
DSLT/Div- Pachim
40 76,000.00 38,000.00 1000
VI/05 Boragaon 37,72,000.00
Bazar Point to
Gopal
Namghar Path
Both Side
Drain.
Pachim
Boragaon
Gandhi Para
Path Drain to
Police Colony
Drain
Pachim
Boragaon
Bakul Nagar
Path Drain to
Nizarapar Path
Drain
Pachim
Boragaon
Gopal
Namghar Path
Both Side Drain
Khasia Ram
Boro Path
Deben Khaklari
Masjid Path,
Dhirenpara
Raghunath
Choudhury
Path
Dhirenpara
Lokhra
Garbhanga
Drain
Drain backside
of Niru's Dhaba
towards Majuli
Para
Dakhin Garalia
Santi Nagar,
Back Side of
Central Jail via
Jatin Tamuli
Path
Jail Road,
Sarusojai
(Cover)
Jail Road,
Sarusojai
(Open)
Drain near
Critical Care
Hospital
Fish Market
Road Betkuchi
Sribhumi Nagar
Byelane Side
Drain
DSLT/Div- 4th APBN Road
41 51,000.00 26,000.00 1000
VI/06 Both Side 25,01,000.00
Anil Dutta Path
Inner Drain
From Tetris
Kouti Dev
Mandir
towards
Modern School
Jyoti Path
Underground
Drain via
Bishnu Path
from Mora
Bharalu to AK
Dev Road,
Bhaskar Nagar
VIP Hotel Side
Drain

Details of the bid may be seen at e-procurement portal website i.e.,


[Link] and from 1400 hrs of 07.01.2025 to 1400 hrs of 29.01.2025

The bidders must be enrolled in [Link]

NOTE:

1. Venue for Submission: ONLINE through [Link] only.


2. Address of Procuring Entity: Office of the Commissioner, Guwahati Municipal Corporation,
Ganeshguri, Guwahati-06.

3. Online mode of submission of both Technical and Financial Bid is mandatory. Manual
submission is NOT REQUIRED.
4. The Technical Bids will be opened on 29.01.2025 at 1430 hrs.
5. In the event of date of bid opening being a holiday, the activities will take place on the next
-working day.
6. Original copy of the following documents must be submitted before 14-00 hrs on the last
date of bid-submission as notified at the office chamber Chief Engineer, GMC, Ganeshguri.

a. Original Power of Attorney for signing the BID for bidders other than
individual/propreitor bidders;
b. Any other legal documents such as JV agreement/ undertakings (if applicable);

7. A hard copy of the technical bid submitted online is NOT REQUIRED to be submitted.
Submission made ONLINE shall only be considered for Evaluation.

8. Bidders are advised to scan their Technical Papers at 100dpi (In Black & White mode) in
“.pdf” format for multiple pages with maximum file size of 25MB. If numbers of pages
exceed, the bidders are advised to create multiple files and upload the same in “Upload
Additional Document” stage.

9. All the interested bidders are requested to read the bid document carefully before
submission of their bid.
10. Bidders who seek to appeal against any decision, action or omission regarding this particular
procurement may do so as per Section 38 of the Assam Public Procurement Act, 2017 and
Rule 26 of the Assam Public Procurement Rules, 2020. The first and second appellate
authority are as mentioned below:

First Appellate Authority Second Appellate Authority


Richand Ahmed, ACS, Smti. Laya Maduri, IAS,
Secretary, Govt. of Assam, Secretary to the Govt. of Assam,
DoHUA, Janata Bhawan, Dispur. Finance Department, F-Block,
Janata Bhawan, Dispur.

Sd/-
Commissioner,
Guwahati Municipal Corporation
Guwahati
Memo No.: GER/CE/2461/2024/10 Date: 04.01.2025
Copy to: -
1. The Addl. Commissioner, GMC for information.
2. The Joint Commissioner, GMC for information.
3. The Chief Engineer, GMC for information and necessary action.
4. The Chief Accounts and Audit Officer, GMC, for information.
5. The Branch Officer, Media Cell, for publication through DIPR, in both English and
Assamese daily of wide circulation.
6. The Divisional Executive Engineer, Div-I, II, III, IV, V &VI for wide circulation.
7. TO concerned for publication in [Link].
8. P.A to Hon’ble Mayor, GMC for kind appraisal of the Hon’ble Mayor.
9. GMC’s official website.
10. Office File.
11. Notice board.

Sd/-
Commissioner,
Guwahati Municipal Corporation
Guwahati
A. GENERAL

A. BIDDING DOCUMENTS

Additional Notes to Clause 8 of ITB.

Both the technical & Financial Bids of the bidders will be received online in Pdf form and BoQ XLS. format
respectively, only.
Irrespective of the mode of submission selected, the following documents will have to be submitted onpaper.

 Original power of attorney for signing the bid (Not applicable for Propreitors)
 Any other legal documents such as JV agreement/undertakings (if applicable)

Additional Notes to Clause 10

All amendments issued will be published on the website – [Link]. It is the prerogative of
the Contractor to visit the aforementioned site for corrigendum, addendum and amendment notices. These
notices have to be read in conjunction with the tender document and have to be signed and submitted
manually along with the bid.

B. PREPARATION OF BIDS

Additional Notes to clause 12

Mode of Bid Preparation and Documents comprising the Bid-

Technical Bid should be submitted online and NO hard copy have to submitted.

Online Price (Financial) Bid shall not be submitted on paper.

Bidders need NOT submit form of bid in paper form. Even if these are submitted in paper form, the data filled
up online would be considered in bid evaluation and price paper bids will not be opened.

Additional Notes to clause 18 of ITB – Format and Signing of Bid

All online forms to be filled up by the bidders will be hashed and digitally signed as per the procedure
described in the user guide.

C. SUBMISSION OF BIDS

Notes to Clause 19 of ITB -Sealing and Marking of Bids

Refer to notes 19.1 to 19.6 mentioned hereafter.

Notes 19.1 through 19.4 apply to all documents comprising the technical bid and financial bid needs
tobe submitted online only. Notes 19.5 through 19.8 apply to online bid forms.

19.1 Technical Bid: to be opened not before 14:30 Hrs. of 29.01.2025


The contents of Technical Bids will be as specified in clause 12.2 of ITB and notes to Clause12 of ITB in this
appendix.

19.2 The Technical Bid shall have to be submitted Online Only.

19.3 No Hard Copy Submission of Technical or Financial Bid is required.

19.4 Bidders are required to mention the Company ID (obtained at the time of the ETS registration), the
Package No. (As seen in the press notice) and the Tender No (as seen on the ETS website) on the outer
envelope of the KEY DOCUMENTS as sought in Hard Copies as per ITB 8 above.

19.5 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.

19.6 The Bidder shall fill up all online forms following the procedure for e-tendering.

Additional Notes to Clause 20 of ITB –Deadline for Submission of the Bids

Online bid forms must be filled up and bid hashes signed and submitted before the deadline specified at serial
no. 3 in the tender time schedule of IFB

All Documents (Only Key Documents) to be submitted in paper form must be received by the Employer at the
address specified in Appendix to ITB not later than the date indicated at serial no. 3 of the tender time
schedule of IFB; In the event of the specified date for the submission of bids declared a holiday for the
Employer, the Bids will be received up to the appointed time on the next working day.

Online bidders must decrypt and submit their re-encrypted bids before the expiry date ofthe Tender Time
Schedule in IFB. Failure to submit re-encrypted bids will result in the bids being treated as cancelled bids.

The Employer may extend the deadline for submission of the bids by issuing an amendment before the expiry
time in accordance with clause 10 of ITB, in which case all rights and obligations of the Employer and the
bidders previously subject to the original deadline will then be subject to the new deadline.

Additional Notes to Clause 22 of ITB.

Online bids can be modified or cancelled online before the expiry date and time specified at Serial No 3 of
the Tender Time Schedule in IFB. After the deadline no modifications or withdrawals are allowed.

BID OPENING AND EVALUATION


Notes to Clause 23 of ITB - Bid Opening

The Employer will open all the technical Bids received (except those received late (N.A for online
bids), including modifications made pursuant to Clause 22 of ITB and serial-3 of time schedule, Online as
per procedures of the E-procurement. In the event of the specified date of Bid opening being declared a
holiday for the Employer, theBids will be opened at the appointed time and location on the next working day.

After opening the envelope containing “Technical Bid” the amount, form and validity of the bid
security furnished with each bid will be announced through the automated electronic statement generation
system of the e-procurement portal. If the bid security furnished does not conform to the amount and
validity period as specified in the Appendix to ITB, and has not been furnished in the form specified in
Clause 16, the “Technical Bid” will be returned and their online financial bid will be destroyed.
The “Technical Bid” of only those bidders will be entitled for financial evaluation online whose
technical bids are found responsive.

1. Electronic Tender No :

2. Package No. :

3. Name of Work :

4. Estimated Amount (Rs. in L) :


5. Bid Security (in Rs.) :

6. Cost of Document/Processing fee (in Rs.) :

7. Time of Completion :

8. Name of the officer inviting Bid: T h e Commissioner, GMC.

9. Address for Paper Submission and Opening: Only Key Documents to be submitted
at address to be detailed above.
SECTION 1: INSTRUCTIONS TO BIDDERS(ITB)
A. General
1. Scope of Bid

1.1 The Commissioner, Guwahati Municipal Corporation, Guwahati, (referred to as Employer in these
documents) invites bids from registered Contractor for the works (as defined in these documents and
referred to as "the works") detailed in the table given in IFB. The bidders may submit bids for any or all of
the works detailed in the table givenin IFB.

1.2 The successful bidder will be expected to complete the works by the intended completion date specified in
the Contract data.

2. Source of Funds

2.1 The expenditure on the project will be met from the sanction under Mission Flood Free head.

2.2 Deleted

3. Eligible Bidders

3.1 (a) This Invitation for Bids is open to Contractor registered with the Guwahati Municipal Corporation as
Civil Engineering Contractors. The registration must be of the level/grade as per registration norms and
must correspond to the estimated value bid for.
3.1 (b) If the bid is made by an individual, it shall be signed by the individual above his full type written name
and current address.

3.1 (c) If the bid is made by proprietary firm, it shall be signed by the proprietor above his full typewritten
name and the full name of his firm with its current address.
3.1 (d) If the bid is made by a firm in partnership, it shall be signed by all the partners of the firm above their
full type-written names and current addresses, or alternatively by a partner holding power of attorney for
the firm in which case a certified copy of the power of attorney shall accompany the application. A certified
copy of the partnership deed and current address of all the partners of the firm shall also accompany the
application.
3.1 (e) If the bid is made by a limited company or a corporation. It shall be signed by a duly authorized
person holding power of attorney for signing the bid in which case a certified copy of the power of attorney
shall accompany the bid.

3.2 All bidders shall provide in Section 2, Forms of Bid and Qualification Information, a statement that the
Bidder is not associated, nor has been associated in the past, directly or indirectly, with the Consultant or any
other entity that has prepared the design, specifications, and other documents for the Project or being
proposed as Project Manager for the Contract. A firm that has been engaged by the Employer to provide
consulting services for the preparation or supervision of the works, and any of its affiliates, shall not be
eligible to bid.

3.3 Joint Venture is allowed, maximum two firms can participate in joint venture (One lead firm + One JV firm).
J.V. shall be allowed to fulfill eligibility criteria jointly. The lead firm should be registered as per clause 3.1 (a)
as mentioned above. JV agreement must be mandatorily submitted in case of a JV.

3.4 Bidders shall not be under a declaration of ineligibility for corrupt and fraudulent practices issued by any
Government Department/Guwahati Municipal Corporation inaccordance with sub-clause 37.1.

4. Qualification of the Bidder

4.1 All bidders shall provide in Section 2, Forms of Bid and Qualification Information, a preliminary description of
the proposed work method and schedule, including drawings and charts, as necessary. The proposed
methodology should include program of preliminary study of the relevant stretches of drains, channels, silt
traps/ponds and identification of important technical and operational points, schedule for engaging labors
and equipment justifying their capability of execution and completion of work as per technical specifications
within the stipulated period of completion and maintenance thereafter for the period mentioned in the
document. A bar chart for the schedule of execution should be submitted by the bidders. In addition to the
above, an emergency plan for quick-response in case of sudden need of action is to be submitted with
proper justification.
4.2 In the event that pre-qualification of the potential bidder had been undertaken, only bids from the pre-
qualified bidders will be considered for award for contract. These qualified bidders should submit with their
bid any information updating their original qualification applications or, alternatively, confirm in their bid
that the original submitted pre-qualification information remains essentially correct as of the date of bid
submission. The update or confirmation should be provided in section-2

4.3 If the Employer has not undertaken prequalification of potential bidders, all bidders shall include the
following information and documents with their bids in Section 2:
a) Copies of original documents defining the constitution or legal status, place of registration, and
principal place of business; written power of attorney of the signatory of the Bid to commit the
Bidder;
b) Proof of registration with GMC as a Civil Engineering Contractor (valid and active in relevant
grade/level) in the relevant field with copy of photo ID proof (photocopy of driving license/PAN
Card/bank passbook with photograph etc.)
c) Copy of up-to-date Trade License issued by Guwahati Municipal Corporation, GST registration
certificate, PAN Card.
d) Total monetary value of civil engineering works performed during each of the last three years for
work-package value up to Rs 50.00 Lakhs and five years for work-package value above 50.00 Lakhs
(To be certified by a Chartered Accountant);
e) Experience in works of a similar nature* and size executed for each of the five years, and details of
works under way or contractually committed; and clients who may be contacted for further
information on those contracts;
f) Qualifications and experience of key site management and technical personnel proposed for the
Contract;
g) Deleted
h) Evidence of access to line(s) of credit and availability of other financial Resources facilities (50% of
Contract value), certified by the Bankers (Not more than 6 months old from Submission Deadline);
i) Undertaking that the bidder will be able to invest a minimum cash of 50% of contract value of work,
during implementation of the work.
j) Authority to seek references from the Bidder's bankers;
k) Information regarding any litigation pending in any court of law or arbitration resulting from
contracts executed by the Bidder in the last five years or currently under execution. The information
shall include the names of the parties concerned, the disputed amount, cause of litigation, and
matter in dispute;
l) The proposed methodology and program for execution of the works including, environmental & risk
management plan backed with equipment, materials and manpower planning and deployment
schedule duly supported with broad calculations thereof, justifying their capability of execution and
completion of the work as per technical specifications within the stipulated period of completion as
per milestones. In addition to the above, details of the methodology for maintenance during the
Defect liability period and extended maintenance period should also be submitted.
m) Contractor must have to submit their Annual Return documents (Income Tax) for the last three years
for works up to Rs 50.00 Lakhs/five years for works above 50.00 Lakhs.
n) Attested copy of labour License.
o) Deleted.
p) Experience Certificates/work done certificates of similar nature of work carried in the State/Central/
Govt. Under taking organization in last 3 (three) years from the employer or his authorized officer not
bellow the rank of Executive Engineer (civil).
 Work of similar nature as mentioned in the sub-clause ‘e’ covers civil engineering woks relating to
construction, repairing and maintenance of drains where de-siltation is an item.
4.4 A. To qualify for award of the contract, each bidder in its name should have in the last five years i.e., 2019-
2020, 2020-2021, 2021-2022,2022-2023 & 2023-24:

a) Average Annual financial turnover during the last 3 years, ending 31st March of the previous financial year,
should be at least 50% of the estimated cost of the package bid for.
b) The bidder must be a profit making one for the last five years.
c) satisfactorily completed in last three years ----
i. Similar works as a prime contractor totalling to,not less than 50% of the estimated package value.
ii. OR as Sub-Contractor, duly certified by the employer, not less than (at least one similar work)
80% of the estimated package value;
Note- The proof to fulfill the above criteria must be adequately submitted.

4.4 B. Each bidder should further demonstrate:


a) Availability (either owned or leased) of the key and critical equipment for this work:
Based on the Studies, carried out by GMC the minimum suggested major equipment to attain the completion
of works in accordance with the prescribed work- schedule is shown in the Appendix – II.
The bidders should, however, undertake their own studies and furnish with their bid, a detailed work-plan
and methodology supported with layout, charts, drawings and calculations (detailed) as stated in Clause 4.3
(I) above to facilitate the Employer to review their proposals. The numbers, types and capacities of each
plant/ equipment shall be shown in the proposals.
Note- All electrical and mechanical equipment and machineries will be of good condition with all relevant and
necessary permits and certificates renewed and dully updated. In order to cover stretches which may not be
ideal for standard machineries to access, it shall be the obligation of the contractor to ensure machineries
with higher accessibility or hybrid machineries/customized machineries such as excavators with long arms
are readily arranged to ensure efficient and smooth coverage desilting operations.

b) Availability for this work , competent personnel with adequate experience as required; as per Appendix
–III
c) Liquid assets and or/ credit facilities of not less than amount indicated in Appendix – I. (Credit lines
and/letter of credit/certificate from Banks for meeting the funds requirementetc.)

4.4 C. To qualify for a package of contracts made up of this and other contracts for which bids are invited in the IFB,
the bidder must demonstrate that he has the experience and resources, sufficient to meet the aggregate of
the qualifying criteria for all the contracts in question.

4.5 Sub Contractor’s experience and resources shall not be taken into account in determining the bidder’s
compliance with the qualifying criteria except to the extent stated in 4.4 (A) above.

4.6 Bidders who meet the minimum qualification criteria will be qualified only if their available bid capacity is
more than the total bid value. The available bid capacity will be calculated as under:

Assessed Available Bid capacity = (A*N*2 - B)

Where

A= Maximum value of all type of civil engineering works executed in any one year during the last
three/five years (updated to 2023-24 price level) taking into account the completed as well as works
in progress. This shall, for simplified analysis and prompt evaluations, considered as the Annual
Turnover Value from Civil Works.
N= Number of years prescribed for completion of the works for which bids are invited.

B= Value, at 2023-24 price level, of existing commitments and on-going works to be completed during
the period of completion of the works for which bids are invited.
Note: i) The statements showing the value of existing commitments and on-going works as well as the stipulated
period of completion remaining for each of the works listed should be countersigned by the Engineer in charge, not
below the rank of an Executive Engineer or equivalent.

ii) Updating factors for updating work value of single Road Project executed during last five years:

Year before Multiplying Factor


One 1.1
Two 1.21
Three 1.33
Four 1.46
Five 1.61

4.7 Even though the bidders meet the above qualifying criteria, they are subject to be disqualified if they have:

a. made misleading or false representations in the forms, statements and attachments submitted in proof of
the qualification requirements; and/or

b. Record of poor performance such as abandoning the works, not properly completing the contract, inordinate
delays in completion, litigation history, or financial failures etc.; and/or

c. has not duly filled up the formats given in Qualification Information [1.3.1, 1.3.2,1.4 A & B]
4.8 In case, the qualification information is not duly filled as per the prescribed formats, the bid shall be
summarily rejected.
5. One Bid per Bidder
5.1 Each bidder shall submit only one bid for one contract. A bidder who submits or participates in more than
one Bid (other than as a sub-Contractor or in cases of alternatives that have been permitted or requested)
will cause all the proposals with the Bidder’s participation to be disqualified.
6. Cost of Bidding
6.1 The bidder shall bear all costs associated with the preparation and submission of his Bid and the Employer
will in no case be responsible and liable for those costs.

7. Site visit
7.1 The Bidder, at the Bidder’s own responsibility and risk is encouraged to visit and examine the Site of
Works and its surroundings and obtain all information that may be necessary for preparing the Bid and
entering into a contract for execution of the Works. The costs of visiting the Site shall be at the Bidder's own
expense.

B. Bidding Documents

8. Content of Bidding Documents


8.1 The set of bidding documents comprises the documents listed in the table below and addenda issued in
accordance with Clause 10:
1. Invitation for Bids
2. Bidding Documents comprising:

Section Particulars Volume No.


Invitation for Bids
1 Instructions to Bidders
2 Contractors Bid, Qualification Information and other I
forms
3 Conditions of Contract
4 Contract of Data
5 Technical Specifications
6 Bill of Quantities/Estimates
7 Securities and other forms II
8 Drawings III
9 Documents to be furnished by bidder IV

8.2 One copy of each of the volumes I, II & III will be downloaded from Website by the bidder. Documents to be
furnished by the bidder in compliance to section 2 will be prepared by him and furnished as Volume- IV in
two parts (to be submitted in A 4 size paper in a bound volume) (refer clause 12).
8.3 The bidder is expected to examine carefully all instructions, conditions of Contract, contract data, forms,
terms, and technical specifications, bill of quantities, forms, Appendix and drawings in the Bid Document.
Failure to comply with the requirements of Bid Document shall be at the bidder’s own risk. Pursuant to
clause 26 here of bids, which are not substantially responsive to the requirements of the Bid Documents
shall be rejected.

9. Clarification of Bidding Documents

9.1 A prospective bidder requiring any clarification of the bidding documents may notify the Employer in writing
at the Employer’s address indicated in the invitation to bid. The Employer will respond to any request for
clarification which he received earlier than 14 days prior to the deadline for submission of bids. 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.

9.2 Pre-bid meeting- As Detailed in NIT and Data Sheet.

9.2.1 The bidder or his official representative is invited to attend a pre-bid meeting which will take-place at the
office of the Commissioner, Guwahati Municipal Corporation, Ganeshguri, Guwahati.

9.2.2 The purpose of this meeting will be to clarify the issues and to answer any question on any matter that may
be raised in that stage.

9.2.3 The bidder is requested to submit any question through e-mail, not later than one week before the meeting.

9.2.4 Minute of the meeting, including the text of the questions raised (without identifying the source of enquiry)
and the response given will be uploaded on the web-site. Any modification in the bidding document, listed in
sub-clause 8.1 which may become necessary as a result of the pre-bid meeting shall be made by the
employer exclusively through the issue of an addendum pursuant to clause 10 and not through the minutes
of the pre-bid meeting.

9.2.5 Non-attendance of a bidder in the pre-bid meeting will not be a cause for disqualification of a bidder.

10. Amendment of Bidding Documents

10.1 Before the deadline for submission of bids, the Employer may modify the bidding documents by
issuing addenda.

10.2 Any addendum thus issued shall be part of the bidding documents and shall be communicated in
writing to all the purchasers of the bidding documents by uploading the same in [Link]
only.

10.3 To give prospective bidders reasonable time in which to take an addendum into account in preparing
their bids, the Employer shall extend as necessary the deadline for submission of bids, in accordance
with Sub-Clause 20.2 below.

C. Preparation of Bids

11. Language of the Bid

11.1 All documents relating to the bid shall be in the English language.

12. Documents comprising the Bid


12.1 The bid to submitted by the bidder as volume- IV of the bid docume nt (refer Clause 8.1)
shall be in 2 (two) separate parts i.e.

The bid to be submitted by the bidder online in two separate parts:


Part-I shall be named “Technical Bid” and shall comprise

(i) Qualification information and supporting documents as specified in Section 2.

(ii) Certificates, undertakings, affidavits as specified in Section 2.

(iii) Any other information pursuant to Clause 4.2 of these instructions.

(iv) Undertaking that the Bid shall remain valid for the period specified in Clause 15.1

(v) Authority to seek references from the bidders Bankers (Clause 4.3.k)

(vi) Bid Security in the form specified in ITB

(vii) GST Registration Certificate.

(viii) PAN Card Certificate.

(ix) Trade license of GMC

(x) Any other documents to ensure compliance to the bidding terms.

Part-II: Price (Financial) Bid shall comprise


(i) Contractor Bid Form as specified in Section 2.

Both parts as above shall be submitted on line. Hard Copy submission is NOT REQUIRED, except for
Key documents.

Bidders are advised to scan their Technical Papers at 100dpi (In Black & White mode) in “pdf”
format for multiple pages with maximum file size of 25MB. If numbers of pages exceed, the bidders are
advised to create multiple files and upload the same in “Upload Additional Document” stage. The BOQ sheet
should be in .xls format.

Following documents, which are not submitted with the bid, will be deemed to be part of the bid.

Section Particulars Volume No.


Invitation for Bids (IFB)
1 Instruction to Bidders Vol – I
3 Conditions of contract Vol – I
4 Contract Data Vol – I
5 Specifications Vol – I
Bill of Quantities
6 Vol-I

7
Drawings (if furnished to the bidder in the set of
Vol – III
bid document issued)

13. Bid Prices


13.1 The contract shall be for the whole works as described in Sub-Clause 1.1 based on the priced Bill
of Quantities submitted by the Bidder.
13.2 The Bidder must quote his bid price in Section- 2 (Contractor Bid Form) both in figure and words,
which is to be duly signed by the bidder. A Financial Bid without any mention of bid price in the Form
of Bid shall be treated as Non-responsive and shall not be considered for evaluation.
13.3 All duties, taxes, and other levies payable by the Contractor under the contract, or for any other
cause shall be included in the rates, prices and total Bid Price submitted by the Bidder.
13.4 The rates and prices quoted by the Bidder shall be fixed for the duration of the Contract and shall not
be subject to adjustment on any account.
14. Currencies of Bid and Payment
14.1 The unit rates and the prices shall be quoted by the bidder entirely in Indian Rupees.
15. Bid Validity
15.1 Bids shall remain valid for a period not less than 120 (One hundred and twenty) days after the
deadline date for bid submission specified in Clause 20. A bid valid for a shorter period shall be
rejected by the Employer as non-responsive.
15.2 In exceptional circumstances, prior to expiry of the original time limit, the Employer may request the
bidders to extend the period of validity for a specified additional period. The request and the bidders'
responses 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 not be required or permitted to
modify his bid except as provided in 15.3 hereinafter, but will be required to extend the validity of his
bid security for a period of the extension, and incompliance with Clause 16 in all respects.
15.3 In the case of contracts in which the Contract Price is fixed (not subject to price adjustment), in the
event that the purchaser requests and the Bidder agrees to an extension of the validity period, the
contract price, if the Bidder is selected for award shall be the bid price corrected as follows:

The price shall be increased by the factor 0% for each week or part of a week that has elapsed from
the expiration of the initial bid validity to the date of issue of letter of acceptance to the successful
Bidder.

15.4 Bid evaluation will be based on the bid prices without taking into consideration the above correction.
16. Bid Security

16.1 The Bidder shall furnish, as part of his Bid, a Bid security in the amount as shown in column 4 of the
table of IFB for this particular work. This bid security shall be ONLINE. In case, part EMD is required to
be paid and Online systems does not allow, Bid Sucuirty shall be in favour of the Commissioner,
Guwahati Municipal Corporation, and may be in one of the following forms:

Cost of Bid document and bid security may be deposited through internet Banking of State Bank of
India (SBI) or any other Banks listed at State Bank Multi option Payment System (SBMOPS) on
[Link] In case of non-availability of Net Banking facility, bidder may submit
Tender Processing fees and Bid Security using NEFT/RTGS option from any Bank against system
generated prefilled challan toward cost of bid document for the job.

16.2 Any bid not accompanied by an acceptable Bid Security and not secured as indicated in Sub-Clauses
16.1 and 16.2 above shall be rejected by the Employer as non- responsive.

16.3 The Bid Security of unsuccessful bidders will be returned within 28 days of the end ofthe bid validity
period specified in Sub-Clause 15.1.

16.4 The Bid Security of the successful bidder will be discharged when the bidder has signed the
Agreement and furnished the required Performance Security.

16.5 The Bid Security may be forfeited

(a) if the Bidder withdraws the Bid after Bid opening during the period of Bidvalidity;
(b) if the Bidder does not accept the correction of the Bid Price, pursuant to Clause27; or
(c) In the case of a successful Bidder, if the Bidder fails within the specified time limitto
(i) Sign the Agreement; or
(ii) Furnish the required Performance Security.

17. Alternative Proposals by Bidders


17.1 Bidders shall submit offers that comply with the requirements of the bidding documents, including
the basic technical design as indicated in the drawing and specifications. Alternatives will not be
considered.
18. Format and Signing of Bid
18.1 The Bidder shall submit both technical and financial bids through on-line. Supporting documents
(Affidavits, Bid security, cost of bid, undertakings in original & other certificates) of the documents
comprising the bid as described in Clause 12 of these Instructions to Bidders and clearly marked
“HARDCOPY of Key Documents” shall be submitted. In the event of discrepancy between on line &
manual technical bid, the one submitted online will govern.
18.2 A hard copy of the Technical Bid shall be typed or written in indelible ink and shall be signed (in Blue
Ink only) by a person or persons duly authorized to sign on behalf of the Bidder, pursuant to Sub-
Clauses 4.3. All pages of the bid where entries or amendments have been made shall be initialed by
the person or persons signing the bid. Each and every signature must be dated. Full Name of the
bidder shall be mentioned at least in the Contractor’s Bid Form.
18.3 The Bid shall contain no alterations 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.
18.4 The Bidder shall furnish information as described in the Form of Bid on commissions or gratuities, if
any, paid or to be paid to agents relating to this Bid, and to contract execution if the Bidder is
awarded the contract.

D. SUBMISSION OF BIDS

A) On-line : Technical Bid with scanned copies of Bid security, cost of document and other supporting
documents like (i) Certificate of similar nature of work done (ii) affidavit of machineries/equipment’s
registered in a court of Law affirming that he will use the stated machineries/ equipment’s to carry out the
contract (iii) Undertaking of Technical key persons proposed by the bidder (iv) credit facilities (minimum
required % of notified contract value) certified by the bankers (v) Undertaking for investment of minimum
cash up to required % of the value of the work & affidavits etc. as per clause 12.1 of the ITB & other necessary
documents mentioned in section 2 & clause 4.2 of ITB.
Financial Bid: (Only On-line) should be submitted separately as VOLUME-II
a. Form of Bid as specified in Section 2
B) Off-line: Cost of bidding document (in ORIGINAL), Bid Security (in ORIGINAL) and Key Documents such as JV
agreement/PoA/Undertakings etc (as applicable)

19. Sealing and Marking of Bids


19.1. The Bidder shall seal the hard copy of the Technical Bid in envelope as “ T e ch n ic a l Bid ”
19.2. Technical Bid to be opened on Date and Time as specified in datasheet/NIT.
The contents of Technical and Financial Bid will be as specified in Clause 12.1

19.3. The envelopes containing hard copy of Technical Bid shall be addressed to the Employer at the following
address:

a) The Commissioner, Guwahati Municipal Corporation, Bhangagarh, Guwahati


– 781005, and
b) Bear the following identification:
- Bid for ;
-Package No.
- Bid Reference No.
- DO NOT OPEN BEFORE

19.4. In addition to the identification required in Sub-Clause 19.1 and 19.2, the 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 21, or the Evaluation Committee declares the Bid as non-responsive pursuant to Clause 23.

19.5. 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.

19.6. Prospective bidders must obtain digital certificate with E-Tendering service Provider before the
participation to bid.
Note :-( Both bids will be submitted online)
20. Deadline for Submission of Bid

20.1. Bid must be received by the employer online no later than date specified in Datasheet/NIT. The hard copy
of key documents must be received by the Employer at the address specified above not later than the date
indicated in N.I.T. In the event of the specified date for the submission of bids declared as holiday on the
date of receipt of the bids as specified the bids will be received and opened on the next working day at the
same time and venue.
20.2. The Employer may extend the deadline for submission of bids by issuing an amendment in accordance with
Clause 10, in which case all rights and obligations of the Employer and the Bidders previously subject to
original deadline will then be subject to the new deadline.
20.3. Online bids will be digitally signed as laid out in e-tendering instructions.
20.4. For Online bids, bid hashes must be submitted before the expiry date of “Online Bid preparation and Hash
submission” as per the tender schedule published for this tender on the web site.
20.5. The online bids must be submitted before the expiry date of “Online Bid Submission” as per the tender
schedule published for this tender on the web site.
20.6. Online Bids will not be allowed to be submitted after the prescribed deadline.
20.7. Demand Draft/Bankers Cheque in favour of The Employer for the cost of bidding document should be
placed in a separate cover marked “Cost of Bidding document” and submitted with the original paper
submission for Technical Bids. Bids not accompanied by cost of Document will not be considered.
21. Late Bids

21.1 The electronic bidding system will not allow any late submission of bid after due date and time as per
server time. Any Bid received by the Employer after the deadline prescribed in Clause 20 will be
returned unopened to the bidder.

21.2 Delayed receival of Key Documents may be considered in order to ensure fairer competitions.

22. Modification and Withdrawal of Bids

22.1 Bidders may modify or withdraw their bids by giving notice in writing before the deadline prescribed
in Clause 20.

22.2 Each Bidder's modification or withdrawal notice shall be prepared, sealed, marked, and delivered in
accordance with Clause 18 & 19, with the outer and inner envelopes additionally marked
"WITHDRAWAL", as appropriate.

22.3 No bid may be modified after the Deadline for submission of bids except in pursuance of Clause 23

22.4 Withdrawal or modification of a Bid between the deadline for submission of bids and the expiration of
the original period of bid validity specified in Clause 15.1 above or as extended pursuant to Clause
15.2 may result in the forfeiture of the Bid security pursuant to Clause 16.
22.5 Deleted.

E. BID OPENING AND EVALUATION

23. Bid Opening: The bid opening will be carried out as per criteria of E-tendering.

23.1. Deleted
23.2. Deleted

23.3. Deleted

23.4. “Financial Bids” of those bidders whose technical bids have been determined to be responsive and on
evaluation fulfills the qualification criteria shall be opened on a subsequent date, which will be notified to
such bidders.
23.5 The minutes of the Bid opening, including the information disclosed to those present in accordance
with Clause 23.1, shall be prepared.

23.6 After the opening of the technical bids their evaluation will be taken up with respect to bid security,
qualification information and other information furnished in Part I of the bid in pursuant to clause 12,
thereafter on fulfilling the criteria laid down in 26.2, a list will be drawn up of the responsive bids
whose financial bids are eligible for consideration.
23.7 The Employer shall inform the bidders, whose technical bids are found responsive, of the date, time
and place of opening of the financial bids. The bidders so informed, or their representative, may
attend the meeting of opening of financial bids.
23.8 Deleted

23.9 Financial bids of qualified bidders will be opened as per criteria of E-tendering.
23.10 Deleted
23.11 The Employer shall prepare minutes of the Bid opening, including the information disclosed to
those present in accordance with Sub-Clause 23.6.
24 Process to Be Confidential

24.1 Information relating to the examination, clarification, evaluation, and comparison of Bids and
recommendations for the award of a contract shall not be disclosed to Bidders or any other persons
not officially concerned with such process until the award to the successful Bidder has been
announced. Any effort by a Bidder toinfluence the Employer's processing of Bids or award decisions
may result in the rejection of his Bid.
25 Clarification of Financial Bids

25.1. 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
arithmetic errors discovered by the Employer in the evaluation of the Bids in accordance with Clause
27.

25.2. Subject to sub-clause 25.1, no Bidders shall contact the Employer on any matter relating to his bid
from the time of the bid opening to the time the contract is awarded. If the Bidders wish to bring
additional information to the notice of the Employer, it should do so in writing.

25.3. Any effort by the Bidders to influence the Employer in the bid evaluation, bid comparisons or contract
award decisions may result in the rejection of the Bidders’ bid.
26 Examination of Bids and Determination of Responsiveness

26.1. During the detailed evaluation of “Technical Bids”, the Employer will determinewhether each Bid (a)
meets the eligibility criteria.

26.2. Criteria defined in Clause 3 and 4, (b) has been properly signed (c) is accompanied by the required
securities and (d) is substantially responsive to the requirements of the Bidding documents. During
the detailed evaluation of the “Financial Bid”, the responsiveness of the bids will be further
determined with respect to the remaining bid conditions, i.e., priced bill of quantities, technical
specification, and drawings.

26.3. A substantially responsive “Financial Bid” is one, which conforms to all the terms, conditions, and
specifications of bidding documents, without material deviation or reservation. A material deviation
or reservation is one (a) which affects in any substantial way the scope, quality, or performance of the
Works; (b) which limits in any substantial way, inconsistent with the Bidding documents, the Employer
right or the Bidder’s obligations under the contract; or (c) whose rectification would affect
unfairly the competitive position of other Bidders presenting substantially responsive Bids.

26.4. If a “Financial Bid” is not substantially responsive, it will be rejected by the Employer, and may not
subsequently be made responsive by correction or withdrawals of the non-conforming deviation or
reservation.
27 Correction of Errors

27.1. Bid determined to be substantially responsive will be checked by the employer for any arithmetic errors.
Errors will be corrected by the employer as follows-
(a) Where the discrepancy between the rates in figures and in words, the rate in the words will govern; and
(b) Where there is a discrepancy between the unit and the line item total resulting from multiplying the unit
rate by the quantity, the unit rate as quoted will govern.

27.2. The amount stated in the 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, the bid shall be rejected, and the bid security
may be forfeited in accordance with the sub-clause 16.6 (b).

28 Evaluation and Comparison of Financial Bids

28.1. The Employer will evaluate and compare only the Bids determined to be substantially responsive in
accordance with Sub-Clause 26.2.

28.2. In evaluating the Bids the Employer will determine for each Bid the evaluated Bid Price by adjusting
the Bid Price as follows:

a) Basis for evaluation of financial bids will be the latest APWD Schedule of Rates (Civil,
Sanitary & water supply & Electrical works) 2018-19 OR departmentally approved rate of
GMC as considered in the relevant estimates.

b) Making any correction for errors pursuant to Clause 27; or


c) Making an appropriate adjustment for any other acceptable variations, deviations;
and

d) Making appropriate adjustments to reflect discounts or other price modifications


offered in accordance with Sub-Clause 23.6.

e) Rounding the Bid Price to the nearest rupee as per Government circular.
28.3. The Employer reserves the right to accept or reject any variation or deviation. Variations and
deviations and other factors, which are in excess of the requirements of the Bidding documents or
otherwise results in unsolicited benefits for the Employer, shall not be taken into account in Bid
evaluation.

28.4. The estimated effect of the price adjustment conditions under Clause 47 of the Condition of Contract,
during the period of implementation of the contract, will not be taken into account in Bid evaluation.

28.5. For the said projects/tenders, quality is dependent on the cost and As such, Finance (Establishment -
B) notification on additional securities issued vide no- 530624/1; 30.07.2024 shall be applicable. The
notification under reference may kindly be viewed from - [Link]

30. deleted
AWARD OF CONTRACT

30.1. Subject to Clause 32, the Employer will award the Contract to the Bidder whose Bids have been
determined.

i. To be substantially responsive to the Bidding documents both in technical & financial


aspects of the bid.
II. To be within the available Bid capacity adjusted to account for his quoted bid price.
III. The work shall be awarded at the lowest responsive bid price.
IV. The Employer is not in a compulsion to award the work to the lowest bidder.
In no case, the contract shall be awarded to any bidder whose available bid capacity is less than the
evaluated bid price, even if the said bid is the lowest evaluated bid. The contract will in such case be awarded to
the next lowest bidder at his evaluated bid.
31. Deleted

32. Employer’s right to accept any Bid and to reject any or all Bids.

32.1. Notwithstanding Clause 31, the Employer reserves the right to accept or reject any Bid, and to cancel
the Bidding process and reject all bids, at any time prior to the awards of Contract, without thereby
incurring any liability to the affected Bidder or Bidders or any obligations to inform the affected
Bidder or Bidders of the grounds for the Employer’s actions.

33. Notification of Award and Signing of Agreement

33.1. The Bidder whose Bid has been accepted will be notified of the award by the Employer prior to
expiration of the Bid validity period by cable, telex or facsimile confirmed by registered letter. This
letter (hereinafter and in the Conditions of Contract called the "Letter of Acceptance") will state the
sum that the Employer will pay the Contractor in consideration of the execution, completion, and
maintenance of the Works by the Contractor as prescribed by the Contract (hereinafter and in the
Contract called the "Contract Price").

33.2. The notification of award will constitute the formation of the Contract, subject only to the furnishing
of a performance security in accordance with the provisions of Clause 32.

33.3. The Agreement will incorporate all agreements between the Employer and the successful Bidder. It
will be kept ready for signature of the successful bidder in the office of employer within 7 days
following the notification of award along with the Letter of Acceptance.
33.4. Upon the furnishing by the successful Bidder of the Performance Security, the Employer will promptly
notify the other Bidders that their Bids have been unsuccessful.

34. Performance Security

34.1. Within 7 (Seven) days of receipt of the Letter of Acceptance, the successful Bidder shall deliver to the
Employer a Performance Security in any of the forms given below for an amount equivalent to 5%
(Five p.c.) of the Contract price plus additional security for unbalanced Bids in accordance with Clause
28.5 of ITB and Clause 47 of Conditions of Contract:

i. A bank guarantee in the form given in Section 6; or


ii. TDR/FDR pledged in favour of the Commissioner, Guwahati Municipal Corporation, Guwahati,
payable at Guwahati.

34.2. The additional performance security for unbalanced Bids shall be as per Clause 28.5 of ITB.

34.3. If the performance security is provided by the successful Bidder in the form of a Bank Guarantee, it
shall be issued at the Bidder's option, by a Nationalized/Scheduled Indian bank located in India and
acceptable to the Employer.

34.4. Failure of the successful bidder to comply with the requirements of sub-clause 34.1 shall constitute a
breach of contract, cause for annulment of the award, forfeiture of the bid security and any such
other remedy the Employer may take under thecontract, and the Employer shall resort to awarding
the contract to the next ranked bidder.

35. Advance Payments and Security

35.1. Advance payment under the contract is not allowed.

36. Adjudicator
36.1. The Employer may propose to appoint Adjudicator under the Contract, at a daily retainer fee to be
announced plus daily allowances and reimbursable expenses. The Bidder shall bear part or full
expenses for the adjudicator in case of a dispute requiring the appointment of the adjudicator.

37. Fraud and Corruption:

37.1. It is the Guwahati Municipal Corporation’s policy to require that bidders, suppliers, Contractor and
their agents (whether declared or not), sub-Contractor, sub- consultants, service providers or
suppliers, and any personnel thereof, observe the highest standard of ethics during the procurement
and execution of contracts. In pursuance of this policy, the GMC:

(a) Defines, for the purposes of this provision, the terms set forth below as follows:

(i) “Corrupt practice” is the offering, giving, receiving or soliciting, directly or indirectly, of
anything of value to influence improperly the actions of another party;
(ii) “Fraudulent practice” is any act or omission, including a misrepresentation, that knowingly or
recklessly misleads, or attempts to mislead, a party to obtain a financialor other benefit or to avoid an
obligation;

(iii) “Collusive practice” is an arrangement between two or more parties designed to achieve an
improper purpose, including influencing improperly the actions of another party;

(iv) “Coercive practice” is impairing or harming, or threatening to impair or harm, directly or


indirectly, any party or the property of the party to influence improperly the actions of a party;

(v) “Obstructive practice” is deliberately destroying, falsifying, altering or concealing of evidence


material to the investigation or making false statements to investigators in order to materially impede
an investigation into allegations of a corrupt, fraudulent, coercive or collusive practice; and/or
threatening, harassing or intimidating any partyto prevent it from disclosing its knowledge of matters
relevant to the investigation orfrom pursuing the investigation,

(vi) The Employer shall reject a proposal for award if it determines that the bidder recommended for
award, or any of its personnel, or its agents, or its sub- consultants, sub-Contractor, service providers,
suppliers and/or their employees, has, directly or indirectly, engaged in corrupt, fraudulent, collusive,
coercive or obstructive practices in competing for the contract in question;

(vii) The Employer shall sanction a firm or individual, at any time, by publicly declaringsuch firm or
individual ineligible, either indefinitely or for a stated period of time: (i) to be awarded contract; and
(ii) to be a nominated 7 sub-Contractor, consultant, supplier or services provider of an otherwise
eligible firm being awarded contract;

37.2. Furthermore, Bidders shall be aware of the provision stated in sub-clause 28.2 and subclause
57 of the Conditions of Contract.
SECTION 2:

FORMS OF BID, QUALIFICATION-INFORMATION


AND LETTER OF ACCEPTANCE

Table of Forms:

- QUALIFICATION INFORMATION
- LETTER OF ACCEPTANCE
- NOTICE TO PROCEED WITH THE WORK
- AGREEMENT FORM
Qualification Information

The information to be filled in by the Bidder in the following pages will be used for
purposes of post qualification as provided for in Clause 4 of the Instructions to Bidders.
This information will not be incorporated in the Contract.

1. For Individual Bidders

1.1 Constitution or legal status of Bidder [Attach copy]

Place of registration:

Principal place of business:

Power of attorney of signatory of Bid [Attach]

1.2 Total value of Civil Engineering work/supply executed and payments received in the
last three/five years** (Attach certificates from Engineer-in-charge not below the rank
of Executive Engineer)

2019- 2020

2020- 2021

2021- 2022

2022-2023

2023-2024

1.3.1 Work performed as prime Contractor (in the same name) on works of a similar
nature over the last three/five years i.e.
Value of Contract(Rs. in

Date of Issue ofWork

Stipulated period of
Description of
Name of Work

Actual Date of
Contract No.

Completion
Employer*
Name of

Remark
Completion
Work

Lakhs)

Order

(Use separate sheet using landscape orientation)


1.3.2 Quantities of work executed as prime Contractor (in the same name and style) in the
last three/five years: **

Name of the Name of the


Contract price of the works executed ( in Lakhs of Rupees)
Works employer

Irrigation De-
Drainage Building Road-
channel siltation/dredging
Work Works works
Works work/earthwork

* Attach certificate(s) from the Engineer(s)-in-Charge


** The item of work for which data is requested should tally with that specified in ITB clause
4.4 A ( c).
** * Immediately proceeding the financial year in which bids are received.

1.4 Information on Bid Capacity (works for which bids have been submitted and works
which are yet to be completed) as on the date of this bid.

(A) Existing commitments and on-going works:

remaining to be
of

completion
Anticipated
completed
Address of

Value of *
Employer

Value of

completion
Name &

Stipulated

(Rs in L)
No & Date

Date of
Contract

Contract
Name of

works
(Rs in L)
Place
Work

period

* Attach certificate(s) from the Engineer(s)-in-Charge.


(Use separate sheet in landscape orientation)

(B) Works for which bids already submitted:

Estimated
Name of Place Name & Value of Stipulated Date when Remarks,if
work Address of Works period of decision is any
Employer completion expected
(Rs in Lakhs))

(Use separate sheet in landscape orientation)


1.5 The following items of Contractor's Equipment are essential for carrying out the
Works. The Bidder should list all the information requested below. Refer also to Sub
Clause 4.3 (e) of the Instructions to Bidders. The listed machineries are indicative only
and must not be considered as exhaustive requirements.

1.6 SPECIAL CONDITION

The desilted materials must not be stored/ kept roadside for more than 2 hrs. The
contractor shall transport the materials to designated dumpsites by adopting any of the
following methods-
a. Immediate transportation in unleak tankers.
b. Turpoline zip bags/Zip bags
c. Any other method acceptable to the Engineer incharge.

NOTE: Dumping/ Storing of construction materials/silts are penalty bearing events as


per the GMC Act. For such instances penalty shall be imposed upon the contractor. Such
penalties shall be liability of the contractor and shall by no means pass to the principal
employer, GMC.

Requirement Availability Proposal


Sl.
Item of To be
No. Owned Leased Age & Remarks
Equipment No. Capacity procured Capacity
(No.) (No.) condition
(No.)

1 Excavator/ JCB 2

2. DI Van 3

5 Cum capacity
3
3. dumper
8.50 Cum
4. 2
capacity dumper
Work-man’s
5. 25
safety gear
6. Welding M/C 3
Diesel
Electric 5
7.
Generator
Dewatering
8. 10
pump

1.6Qualifications and experience of key personnel proposed for administration andexecution of the
Contract. Attach biographical data. Refer also to Sub-Clause 4.3 (f) and 4.3 (g) and 4.4 (B) (b) of
instructions to Bidders and Sub Clause 9.1 of the Conditions of Contract.

REQUIREMENT OF MANPOWER (4.3 f)

SL Post Number Required Minimum Qualification & Experience


1 Project Engineer 1 B Tech (Civil)
Site Engineer B Tech (Civil) or Diploma (Civil) with two years
2 3
(Full term) (Civil) experiences
Supervisors Senior Secondary passed with 01 years
3 10
(Full term) experiences in the field of supervisory work.
1.7 Deleted.
1.8 Evidence of access to financial resources to meet the qualification requirements:
cash in hand, lines of credit, etc. List them below and attach copies of support
documents [Sample format attached].

1.9. Name, address, and telephone, telex, and fax numbers of the Bidders' bankers who
may provide references if contacted by the Employer.

1.10 Statement of compliance under the requirements of Sub Clause 3.2 of the
instructions to Bidders.

1.11 Proposed work method and schedule. The Bidder should attach descriptions, drawings
and charts as necessary to comply with the requirements of the Bidding documents.
[Refer ITB Clause 4.1 and 4.3 (m)].
SAMPLE FORMAT FOR EVIDENCE OF ACCESS TO OR AVAILABILITY OF CREDIT
FACILITIES –* CLAUSE 4.4 [B] [c] OF ITB

BANK CERTIFICATE

This is to certify that M/s. …………………………… is a reputed company with a good financial
standing.

If the contract for the work, namely; -……………………………………………………………………………………


Package No…………………………………………………………………………………………………………………………….
is awarded to the above firm, we shall be able to provide overdraft/credit facilities to the
extent of Rs........................ to meet their working capital requirements for executing the
above
contract.

Name of Bank Senior Bank Manager


Address of the Bank
Letter of Acceptance
(Letterhead paper of the Employer)

[date]
To:

[name and address of the Contractor]Dear

Sirs,

This is to notify you that your Bid dated for execution of


the
[name of the contract and identification number, as given in the Instructions to Bidders]
for the Contract Price of Rupees (
) [amount in words and figures], as corrected and modified in accordance with the
Instructions to Bidders is hereby accepted by our Agency.

You are hereby requested to furnish Performance Security, plus additional security for unbalanced
bids in terms of ITB clause 28.5, in the form detailed in Para 34.3 of ITB for an amount of Rs.————— within
7 days of the receipt of this letter of acceptance valid up to 60 days from the date of expiry of Defects
Liability Period i.e. up to ................................................................................................................. and sign the
contract, failing which action as stated in Para 32.4 of ITB will be taken.

Yours faithfully,

Authorized Signature
Name and Title of Signatory
Name of Agency
Issue of Notice to proceed with the work
(Letterhead of the Employer)
(date)

To

—————————————— (name and address of the Contractor)


——————————————
——————————————

Dear Sirs:

Pursuant to your furnishing the requisite security as stipulated in ITB clause 34 and signing of the
contract agreement for the construction of @ a Bid Price of Rs.

, you are hereby instructed to proceed with the execution of the said works in accordance with the
contract documents.

Yours faithfully,

(Signature, name andtitle of signatory authorized to sign onbehalf of Employer)


Agreement Form
Agreement

This agreement, made the day of 20 ,


between

[name and address of Employer](hereinafter called “the Employer)” of the one part and

[name and address of


Contractor]( hereinafter called “the Contractor” ) of the other part.

Whereas the Employer is desirous that the Contractor execute

[name and identification


number of Contract] (Hereinafter called “the Works”) and the Employer has accepted the Bid by the
Contractor for the execution and completion of such Works and the remedying ofany defects
therein, at a contract price of
Rs.................................................................................

NOW THIS AGREEMENT WITNESSETH as follows:

1. In this Agreement, words and expression shall have the same meanings as are respectively assigned to
them in the Conditions of Contract hereinafter referred to, and theyshall be deemed to form and be read and
construed as part of this Agreement.
2. In consideration of the payments to be made by the Employer to the Contractor as hereinafter mentioned,
the Contractor hereby covenants with the Employer to execute and complete the Works and remedy any
defects therein in conformity in all aspects with the provisions of the Contract.
3. The Employer hereby covenants to pay the Contractor in consideration of the execution and completion of
the Works and the remedying the defects wherein the Contract Price or such other sum as may become
payable under the provisions of the Contract at the times and in the manner prescribed by the Contract.
4. The following documents shall be deemed to form and be read and construed as part of this
Agreement, viz.:
i) Letter of Acceptance;
ii) Notice to proceed with the works;
iii) Contractor’s Bid;
iv) Contract Data;
v) Conditions of contract (including Special Conditions of Contract);
vi) Specifications;
vii) Bill of Quantities
viii) Drawings; and
ix) Any other document listed in the Contract Data as forming part of the contract.

In witness whereof the parties thereto have caused this Agreement to be executed the dayand year first
before written.
The Common Seal of
was hereunto affixed in the presence of:
Signed, Sealed and Delivered by the said in the
presence of:

Binding Signature of Employer

Binding Signature of Contractor


SECTION 3: CONDITIONS OF CONTRACT
Conditions of Contract

A. General

1. Definitions

1.1 Terms which are defined in the Contract Data are not also defined in the Conditions of
Contract but keep their defined meanings. Capital initials are used to identify defined
terms.

Bill of Quantities means the priced and completed Bill of Quantities forming part of
the Bid.

Compensation Events are those defined in Clause 40 hereunder.

The Completion Date is the date of completion of the Works as certified by the
Engineer in accordance with Sub Clause 49.1.

The Contract is the contract between the Employer and the Contractor to execute,
complete and maintain the Works. It consists of the documents listed in Clause 2.3
below.

The Contract Data defines the documents and other information which comprise the
Contract.

The Contractor is a person or corporate body who’s Bid to carry out the Works has
been accepted by the Employer.

The Contractor's Bid is the completed Bidding document submitted by the Contractor
to the Employer.

The Contract Price is the price stated in the Letter of Acceptance and thereafter as
adjusted in accordance with the provisions of the Contract.

Days are calendar days; months are calendar months.

A Defect is any part of the Works not completed in accordance with the Contract.

The Defects Liability Period is the period named in the Contract Data and calculated
from the Completion Date.

The Employer is the party who will employ the Contractor to carry out the Works.

The Engineer is the person named in the Contract Data (or any other competent
person appointed and notified to the Contractor to act in replacement of the
Engineer) who is responsible for supervising the execution of the works and
administering the Contract.
Equipment is the Contractor's machinery and vehicles brought temporarily to the Site
to construct the Works.

The Initial Contract Price is the Contract Price listed in the Employer's Letter of
Acceptance.

The Intended Completion Date is the date on which it is intended that the Contractor
shall complete the Works. The Intended Completion Date is specified in the Contract
Data. The Intended Completion Date may be revised only by the Engineer by issuing
an extension of time.

Materials are all supplies, including consumables, used by the Contractor for
incorporation in the Works.

Plant is any integral part of the Works which is to have a mechanical, electrical,
electronic or chemical or biological function.

The Site is the area defined as such in the Contract Data.

Site Investigation Reports are those which were included in the Bidding documents
and are factual interpretative reports about the surface and sub-surface conditions at
the site, existing street-illumination system of the site including the source of power-
supply and transformers.

Specification means the Specification of the Works included in the Contract and any
modification or addition made or approved by the Engineer. In any case of ambiguity,
it would be the specifications as per the latest BIS Code and notifications of the Govt.

The Start Date is given in the Contract Data. It is the date when the Contractor shall
commence execution of the works. It does not necessarily coincide with any of the Site
Possession Dates.

A Sub-Contractor is a person or corporate body who has a Contract with the


Contractor to carry out a part of the work in the Contract which includes work on the
Site.

Temporary Works are works designed, constructed, installed, and removed by the
Contractor which are needed for construction or installation of the Works.

A Variation is an instruction given by the Engineer which varies the Works.

The Works are what the Contract requires the Contractor to construct, install, and
turn over to the Employer, as defined in the Contract Data.

Extended period of maintenance is the period over which, contractor is to maintain


the system of works executed with required O & M as schedule beyond the defect
liability period as mentioned in the contract data.

2. Interpretation

2.1 In interpreting these Conditions of Contract, singular also means plural, male also
means female or neuter, and the other way around. Headings have no significance.
Words have their normal meaning under the language of the Contract unless
specifically defined. The Engineer will provide instructions clarifying queries about the
Conditions of Contract.

2.2 If sectional completion is specified in the Contract Data, references in the Conditions
of Contract to the Works, the Completion Date, and the Intended Completion Date,
Extended Period of Maintenance apply to any Section of the Works (other than
references to the Completion Date and Intended Completion date for the whole of
the Works).

2.3 The documents forming the Contract shall be interpreted in the following order of
priority:

(1) Agreement
(2) Letter of Acceptance, notice to proceed with the works
(3) Contractor’s Bid
(4) Contract Data
(5) Conditions of Contract including Special Conditions of Contract
(6) Specifications
(7) Bill of Quantities
(8) Drawings and
(9) Any other document listed in the Contract Data as forming part of the Contract.

3. Language and Law

3.1 The language of the Contract and the law governing the Contract are stated in the
Contract Data.

4. Engineer's Decisions

4.1 Except where otherwise specifically stated, the Engineer will decide contractual
matters between the Employer and the Contractor in the role representing the
Employer.

5. Delegation

5.1 The Engineer may delegate any of his duties and responsibilities to other people
except to the Adjudicator after notifying the Contractor and may cancel any delegation
after notifying the Contractor.

6. Communications

6.1 Communications between parties which are referred to in the conditions are effective
only when in writing. A notice shall be effective only when it is delivered (in terms of
Indian Contract Act).

7. Subcontracting

7.1 The Contractor may subcontract with the approval of the Engineer but may not assign
the Contract without the approval of the Employer in writing. Subcontracting does not
alter the Contractor's obligations.

8. Other Contractor

8.1 The Contractor shall cooperate and share the Site with other Contractor, public
authorities, utilities, and the Employer between the dates given in the Schedule of
Other Contractor. The Contractor shall as referred to in the Contract Data, also provide
facilities and services for them as described in the Schedule. The employer may modify
the schedule of other Contractor and shall notify the Contractor of any such
modification.

9. Personnel
9.1 The Contractor shall employ the key personnel named in the Schedule of Key
Personnel as referred to in the Contract Data to carry out the functions stated in the
Schedule or other personnel approved by the Engineer. The Engineer 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.

9.2 If the Engineer asks the Contractor to remove a person who is a member of the
Contractor’s staff or his work force stating the reasons the Contractor shall ensure that
the person leaves the Site within seven days and has no further connection with the
work in the Contract.

10. Employer’s and Contractor's Risks

10.1 The Employer carries the risks which this Contract states are Employer’s risks, and
the Contractor carries the risks which this Contract states are Contractor’s risks.

11. Employer's Risks

11.1 The Employer is responsible for the excepted risks which are (a) in so far as they
directly affect the execution of the Works in the Employer’s country, the risks of war,
hostilities, invasion, act of foreign enemies, rebellion, revolution, insurrection or
military or usurped power, civil war, riot commotion or disorder (unless restricted to
the Contractor’s employees), and contamination from any nuclear fuel or nuclear
waste or radioactive toxic explosive, or (b) a cause due solely to the design of the
Works, other than the Contractor’s design.

12. Contractor’s Risks

12.1 All risks of loss of or damage to physical property and of personal injury and death
which arise during and in consequence of the performance of the Contract other than
the excepted risks are the responsibility of the Contractor.

13. Insurance

13.1 As per applicable state regulations.

14. Site Investigation Reports

14.1 The Contractor, in preparing the Bid, shall rely on any site Investigation Reports
referred to in the Contract Data, supplemented by any information available to the
Bidder.

15. Queries about the Contract Data

15.1 The Engineer will clarify queries on the Contract Data.

16. Contractor to construct, install and execute the Works


16.1 The Contractor shall construct, install and execute the Works in accordance with the
Specification and Drawings, and as per instructions of Engineer.

17. The Works to Be Completed by the Intended Completion Date

17.1 The Contractor may commence execution of the Works on the Starting Date and shall
carry out the Works in accordance with the program submitted by the Contractor, as
updated with the approval of the Engineer, and complete them by the Intended
Completion Date.

18. Approval by the Engineer

18.1 The Contractor shall submit Specifications and Drawings showing the proposed
Temporary Works to the Engineer, who is to approve them if they comply with the
Specifications and Drawings.

18.2 The Contractor shall be responsible for design of Temporary Works.

18.3 The Engineer's approval shall not alter the Contractor's responsibility for design of the
Temporary Works.

18.4 The Contractor shall obtain approval of third parties to the design of the Temporary
Works where required.

18.5 All Drawings prepared by the Contractor for the execution of the temporary or
permanent Works, are subject to prior approval by the Engineer before their use.

19. Safety

19.1 The Contractor shall be responsible for the safety of all activities on the Site.

20. Discoveries

20.1 Anything of historical or other interest or of significant value unexpectedly discovered


on the Site is the property of the Employer. The Contractor is to notifythe Engineer of
such discoveries and carry out the Engineer's instructions for dealing with them.

21. Possession of the Site

21.1 The Employer shall give possession of all parts of the Site to the Contractor. If
possession of a part is not given by the date stated in the Contract Data the Employer
is deemed to have delayed the start of the relevant activities and this will be
Compensation Event.

21.2 On possession of the site and not later than 07 (seven) days from issuance of the Notice
to Proceed with the Work, the Contractor will erect permanent plaque/signage board
in permanent nature as prescribed and approved by the Engineer-in-Site.

22. Access to the Site

22.1 The Contractor shall allow the Engineer and any person authorized by the Engineer
access to the Site, to any place where work in connection with the Contract is being
carried out or is intended to be carried out and to any place where materials or plant
are being manufactured/fabricated/assembled for the works.

23. Instructions

23.1 The Contractor shall carry out all instructions of the Engineer which comply with the
applicable laws where the Site is located.
B. Time Control
24. Program

24.1 Within the time stated in the Contract Data the Contractor shall submit to theEngineer
for approval a Program including Environmental Management Plan showing the
general methods, arrangements, order, and timing for all the activities in the Works
supported by bar chart or any other method of graphical presentation along with
monthly cash flow forecast. The employer may direct the contractor to prepare the
study/ surveying documents in format or tables decided or approved by the Engineer.

24.2 An update of the Program shall be a program showing the actual progress achieved
on each activity and the effect of the progress achieved on the timing of the remaining
work including any changes to the sequence of the activities.

24.3 The Contractor shall submit to the Engineer, for approval, an updated Program at
intervals no longer than the period stated in the Contract Data. If the Contractor does
not submit an updated Program within this period, the Engineer may withhold the
amount stated in the Contract Data from the next payment certificate and continue to
withhold this amount until the next payment after the date on which the overdue
Program has been submitted.

24.4 The Engineer's approval of the Program shall not alter the Contractor's obligations.
The Contractor may revise the Program and submit it to the Engineer again at any
time. A revised Program is to show the effect of Variations and Compensation Events.

25. Extension of the Intended Completion Date

25.1 The Engineer shall extend the Intended Completion Date if a Compensation Event
occurs or a Variation is issued which makes it impossible for Completion to beachieved
by the Intended Completion Date without the Contractor taking steps to accelerate
the remaining work and which would cause the Contractor to incur additional cost.

25.2 The Engineer 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 Compensation Event or 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.

26. Delays Ordered by the Engineer

26.1 The Engineer may instruct the Contractor to delay the start or progress of anyactivity
within the Works.

27. Management Meetings

27.1 Either the Engineer or the Contractor may require the other to attend amanagement
meeting. The business of a management meeting shall be to review the plans for
remaining work and to deal with matters raised in accordance with the early warning
procedure.

27.2 The Engineer shall record the business of management meetings and is to provide
copies of his record to those attending the meeting and to the Employer. The
responsibility of the parties for actions to be taken is to be decided by the Engineer
either at the management meeting or after the management meeting and stated in
writing to all who attended the meeting.

28. Early Warning

28.1 The Contractor is to warn the Engineer at the earliest opportunity of specific likely
future events or circumstances that may adversely affect the quality of the work,
increase the Contract Price or delay the execution of works. The Engineer mayrequire
the Contractor to provide an estimate of the expected effect of the future event or
circumstance on the Contract Price and Completion Date. The estimate is to be
provided by the Contractor as soon as reasonably possible.

28.2 The Contractor shall cooperate with the Engineer 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.

C. Quality Control
29. Identifying Defects

29.1 The Engineer shall check the Contractor's work and notify the Contractor of any
Defects that are found. Such checking shall not affect the Contractor's responsibilities.
The Engineer may instruct the Contractor to search for a Defect and to uncover and
test any work that the Engineer considers may have a Defect.

29.2 The Contractor shall permit the Employer’s Technical auditor to check the Contractor’s
work and notify the Engineer and Contractor of any defects that are found. Such a
check shall not affect the Contractor’s or the Engineer’s responsibility as defined in the
Contract Agreement.

30. Tests

30.1 If the Engineer instructs the Contractor to carry out a test not specified in the
Specification to check whether any work has a Defect and the test shows that it does,
the Contractor shall pay for the test and any samples. If there is no Defect the test
shall be a Compensation Event.

31. Correction of Defects

31.1 The Engineer shall give notice to the Contractor of any Defects before the end of the
Defects Liability Period, which begins at Completion and is defined in the Contract
Data. The Defects Liability Period shall be extended for as long as Defects remain to be
corrected.

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’s notice.

32. Uncorrected Defects

32.1 If the Contractor has not corrected a Defect within the time specified in the Engineer’s
notice, the Engineer will assess the cost of having the Defect corrected, and the
Contractor will pay this amount.

Note: Where in certain cases, the technical specifications provide for acceptance of works within
specified tolerance limits at reduced rates, Engineer will certify payments to Contractor
accordingly.

D. Cost Control
33. Bill of Quantities

33.1 The Bill of Quantities shall contain items for the cleaning,de-siltation, maintenance,
supplying, installation, testing, commissioning, maintenance work to be done by the
Contractor.

33.2 The Bill of Quantities is used to calculate the Contract Price. The Contractor is paid for
the quantity of the work done at the rate in the Bill of Quantities for each item.

34. Changes in the Quantities

34.1. If the final quantity of the work done differs from the quantity in the Bill of Quantities
for the particular item by more than 25 percent provided the change is attributed to
the Department i.e., either the B.O.Q. is prepared by the department or variation is
due to change/ modification ordered by the Department and the same exceeds 1% of
initial Contract Price, the Engineer shall adjust the rate to allow forthe change, duly
considering,

(a) Justification for rate adjustment as furnished by the Contractor,


(b) Economies resulting from increase in quantities by way of
reducedplant, equipment, and overhead costs,
(c) Entitlement of Contractor to compensation events where such
eventsare caused by any additional work

34.2 The Engineer shall not adjust rates from changes in quantities if thereby the Initial
Contract Price is exceeded by more than 15 percent, except with the Prior approval of
the Employer.

34.3 If requested by the Engineer, the Contractor shall provide the Engineer with a detailed
cost breakdown of any rate in the Bill of Quantities.

35. Variations

35.1 All Variations shall be included in updated Programs produced by the Contractor.

36. Payments for Variations

36.1 The Contractor shall provide the Engineer with a quotation (with breakdown of unit
rates) for carrying out the Variation when requested to do so by the Engineer. The
Engineer shall assess the quotation, which shall be given within seven days of the
request or within any longer period stated by the Engineer and before the Variationis
ordered.

36.2 If the work in the Variation corresponds with an item description in the Bill of
Quantities and if, in the opinion of the Engineer, the quantity of work above the limit
stated in Sub Clause 38.1 or the timing of its execution do not cause the cost per unitof
quantity to change, the rate in the bill of Quantities shall be used to calculate the value
of the Variation. If the cost per unit of quantity changes, or if the nature or timing of
the work in the Variation does not correspond with items in the Bill of Quantities, the
quotation by the Contractor shall be in form of new rates for the relevant items of
work.
36.3 If the Contractor's quotation is unreasonable (or if the Contractor fails to provide the
Engineer with a quotation within a reasonable time specified by the engineer in
accordance with Clause 40.1), the Engineer may order the Variation and make a
change to the Contract Price which shall be based on Engineer’s own forecast of the
effects of the Variation on the Contractor's costs.

36.4 If the Engineer decides that the urgency of varying the work would prevent a
quotation being given and considered without delaying the work, no quotation shall
be given and the Variation shall be treated as a Compensation Event.

36.5 The Contractor shall not be entitled to additional payment for costs that could have
been avoided by giving early warning.

37. Cash flow forecasts

37.1 When the Program is updated, the Contractor is to provide the Engineer with an
updated cash flow forecast.

38. Payment Certificates

38.1 The Contractor shall submit to the Engineer monthly statements of the estimated
value of the work completed less the cumulative amount certified previously along
with details of measurement of the quantity of works executed in a tabulated form as
approved by the Engineer.

38.2 The Engineer shall check the details given in the Contractor's monthly statement and
within 14 days certify the amounts to be paid to the Contractor after taking into
account any credit or debit for the month in question in respect of materials for the
works in the relevant amounts and under conditions set forth in sub-clause 46.4 of the
Contract Data (Secured Advance).

38.3 The value of work executed shall be determined by the Engineer after due check
measurement of the quantities claimed as executed by the Contractor.

38.4 The value of work executed shall comprise the value of the quantities of the items in
the Bill of Quantities completed.

38.5 The value of work executed shall include the valuation of Variations and
Compensation Events.

38.6 The Engineer 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.

39. Payments

39.1 Payments shall be adjusted for deductions for advance payments, retention, other
recoveries in terms of the contract and taxes, at source, as applicable under the law.
The Employer shall pay the Contractor the amounts certified by the Engineer within 28
days of the date of each certificate. If the Employer makes a late payment, the
Contractor shall be paid interest on the late payment in the next payment. Interest
shall be calculated from the date by which the payment should have been made up to
the date when the late payment is made at 8% per annum.

39.2 If an amount certified is increased in a later certificate or as a result of an award by the


Adjudicator or an Arbitrator, the Contractor shall be paid interest upon the delayed
payment as set out in this clause. Interest shall be calculated from the date upon
which the increased amount would have been certified in the absence of dispute.

39.3 Items of the Works for which no rate or price has been entered in will not be paid for
by the Employer and shall be deemed covered by other rates and prices in the
Contract.

40. Compensation Events

40.1 The following are Compensation Events unless they are caused by the Contractor:

(a) The Employer does not give access to a part of the Site by the Site PossessionDate
stated in the Contract Data.

(b) The Employer modifies the schedule of other Contractor in a way which affects
the work of the Contractor under the contract.

(c) The Engineer orders a delay or does not issue drawings, specifications
orinstructions required for execution of works on time.

(d) The Engineer instructs the Contractor to uncover or to carry out additional tests
upon work which is then found to have no Defects.

(e) The Engineer unreasonably does not approve for a sub-contract to be let.

(f) Ground conditions are substantially more adverse than could reasonably have
been assumed before issuance of Letter of Acceptance from the information issued to
Bidders (including the Site Investigation Reports), from information available publicly
and from a visual inspection of the Site.

(g) The Engineer gives an instruction for dealing with an unforeseen condition,
caused by the Employer, or additional work required for safety or other reasons.

(h) Other Contractor, public authorities, utilities or the Employer does not work
within the dates and other constraints stated in the Contract, and they cause delay
or extra cost to the Contractor.

(i) The advance payment is delayed.


(j) The effect on the Contractor of any of the Employer’s Risks.
(k) The Engineer unreasonably delays issuing a Certificate of Completion.
(l) Other Compensation Events listed in the Contract Data or mentioned in the
Contract.

40.2 If a Compensation Event would cause additional cost or would prevent the work being
completed before the Intended Completion Date, the Intended Completion Date shall
be extended. The Engineer shall decide whether and by how much the Intended
Completion Date shall be extended.

40.3 As soon as information demonstrating the effect of each Compensation Event upon
the Contractor's forecast cost has been provided by the Contractor, it is to be assessed
by the Engineer and the Intended Completion Date shall be extended accordingly. If
the Contractor's forecast is deemed unreasonable, the Engineer shall adjust the
Intended Completion Date based on Engineer’s own forecast. The Engineer will
assume that the Contractor will react competently and promptly to the event.

40.4 The Contractor shall not be entitled to compensation to the extent that the
Employer’s interests are adversely affected by the Contractor not having given early
warning or not having cooperated with the Engineer.

41. Tax.

41.1 The rates quoted by the Contractor shall be deemed to be inclusive of the sales and
other taxes that the Contractor will have to pay for the performance of this Contract.
The Employer will perform such duties in regard to the deduction of such taxes at
source as per applicable law.

42. Currencies

42.1 All payments shall be made in Indian Rupees.

43. Price Adjustment

43.1 Contract price shall not be adjusted for increase or decrease in rates and price of
labour, materials, fuels and lubricants during the tenure of the contract.

43.2 To the extent that full compensation for any rise or fall in costs to the Contractor, the
unit rates and prices included in the contract shall be deemed to include amounts to
cover the contingency of such other rise or fall in costs.

44. Retention

44.1 The Employer shall retain from each payment due to the Contractor the proportion
stated in the Contract Data until Completion of the whole of the Works.

44.2 On Completion of the whole of the Works half the total amount retained is repaid to
the Contractor and half when the Defects Liability Period has passed and the Engineer
has certified that all Defects notified by the Engineer to the Contractor before the end
of this period have been corrected.

44.3 On completion of the whole works, the Contractor may substitute retention money
(balance half) with an “on demand” Bank guarantee.

45. Liquidated Damages

45.1 The Contractor shall pay liquidated damages to the Employer at the rate per day
stated in the Contract Data for each day that the Completion Date is later than the
Intended Completion Date (for the whole of the works or the milestone as stated in
the contract data). The total amount of liquidated damages shall not exceed the
amount defined in the Contract Data. The Employer may deduct liquidated damages
from payments due to the Contactor. Payment of liquidated damages does not affect
the Contractor’s liabilities.

45.2 If the Intended Completion Date is extended after liquidated damages have been paid,
the Engineer shall correct any overpayment of liquidated damages by the Contractor
by adjusting the next payment certificate. The Contractor shall be paid interest on the
over payment calculated from the date of payment to the date of repayment at the
rates specified in Sub Clause 43.1.

45.3 If the Contractor fails to comply with the time for completion as stipulated in the
tender, then the Contractor shall pay to the employer the relevant sum stated in the
Contract Data as Liquidated damages for such default and not as penalty for everyday
or part of day which shall elapse between relevant time for completion and the date
stated in the taking over certificate of the whole of the works on the relevant section,
subject to the limit stated in the contract data.
The employer may without prejudice to any other method of recovery deduct the
amount of such damages from any monies due or to decode due to the Contractor.
The payment or deduction of such damages shall not relieve the Contractor from his
obligation to complete the works on from any other of his obligations and liabilities
under the contract.

On attaining maximum limit of liquidated damage by the Contractor the Executive


Engineer may cancel the work within 7 days’ notice and balance work will be
completed by the department through other agency at the risk & cost of the
Contractor.

45.4 If, before the Time for Completion of the whole of the Works or, if applicable, any
Section, a Taking – Over Certificate has been issued for any part of the Works or of a
Section, the liquidated damages for delay in completion of the remainder of the Works
or of that Section shall, for any period of delay after the date stated in such Taking-
Over Certificate, and in the absence of alternative provisions in the Contract, be
reduced in the proportion which the value of the part so certified bears to the value of
the whole of the Works or Section, a applicable. The provisions of this Sub- Clause shall
only apply to the rate of liquidated damages and shall not affect the limitthereof.

46. Advance Payment

46.1 Deleted.

46.2 Secured Advance - Deleted

47. Securities
47.1 The Performance Security shall be provided to the Employer no later than the date
specified in the Letter of Acceptance and shall be issued in an amount and form and by
a bank or surety acceptable to the Employer, and denominated in Indian Rupees. The
Performance Security shall be valid until a date 60 days from the date of expiry of
Defects Liability Period and the additional security for unbalanced bids shall be valid
until a date 60 days from the date of issue of the certificate of completion. The
performance security of a joint venture shall be in the name of the joint venture.

48. Cost of Repairs

48.1 Loss or damage to the Works or Materials to be incorporated in the Works between
the Start Date and the end of the Defects Correction periods shall be remedied by
the Contractor at the Contractor's cost if the loss or damage arises from the Contractor's acts
or omissions.
E. Finishing the Contract
49. Completion

49.1 The Contractor shall request the Engineer to issue a Certificate of Completion of the
Works and the Engineer will do so upon deciding that the Work is completed. In case
of works which includes a maintenance component, this certificate of completion will
mean the completion of the first part of the contract only excluding the maintenance
component for which completion certificate will be issued only after successful
completion of the extended maintenance period. Hence, completion certificate will be
issued in two stages, first one will be the Certificate of Completion - I (excluding the
maintenance part) and the second will be the Certificate of Completion - 2 (including
the maintenance part)

50. Taking Over


50.1 The Employer shall take over the Site and the Works within seven days of the Engineer
issuing a Certificate of Completion-2 and Information sharing, Record-sharing etc. are
satisfactorily completed by the contractor at the end of the Defect Liability Period In
case of works which includes a maintenance component, the taking over will be at the
successful completion of the period of maintenance on signing of the taking-over
documents by both contractor and the owner.

51. Final Account

51.1 The Contractor shall supply to the Engineer 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 shall issue a No Defect 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 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 shall decide on the amount payable to the Contractor and
issue a payment certificate, within 56 days of receiving the Contractor’s revised
account.

52. Operating and Maintenance Manuals

52.1 If “as built” Drawings and/or operating and maintenance manuals are required, the
Contractor shall supply them by the dates stated in the Contract Data.

52.2 If the Contractor does not supply the Drawings and/or manuals/ Field Reports by the
dates stated in the Contract Data, or they do not receive the Engineer’s approval, the
Engineer shall withhold the amount stated in the Contract Data from payments due to
the Contractor.

52.3 The package of work includes a provision for maintenance for extended maintenance
period, the format and details of document will be issued by the Engineer.

53. Termination

53.1 The Employer or the Contractor may terminate the Contract if the other party causesa
fundamental breach of the Contract.

53.2 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 authorized by the Engineer;

(b) The Engineer instructs the Contractor to delay the progress of the Works and the
instruction is not withdrawn within 28 days;

(c) The Employer or the Contractor is made bankrupt or goes into liquidation other
than for a reconstruction or amalgamation;

(d) A payment certified by the Engineer is not paid by the Employer to the Contractor
within 56 days of the date of the Engineer's certificate;

(e) The Engineer gives Notice that failure to correct a particular Defect is a
fundamental breach of Contract and the Contractor fails to correct it within a
reasonable period of time determined by the Engineer;

(f) The Contractor does not maintain a security which is required;


(g) 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 in the
Contract data; and

(h) If the Contractor, in the judgment of the Purchaser has engaged in fraud and
corruption, as defined in GCC Clause 57, in competing for or in executing the Contract.

53.3 When either party to the Contract gives notice of a breach of contract to the Engineer
for a cause other than those listed under Sub Clause 53.2 above, the Engineer shall
decide whether the breach is fundamental or not.

53.4 Notwithstanding the above, the Employer may terminate the Contract for
convenience.

53.5 If the Contract is terminated the Contractor shall stop work immediately, make the
Site safe and secure, hand over all information, data, document and records to the
employer and leave the Site as soon as reasonably possible.

54. Payment upon Termination

54.1 If the Contract is terminated because of a fundamental breach of Contract by the


Contractor, the Engineer shall issue a certificate for the value of the work done less
advance payments received up to the date of the issue of the certificate, less other
recoveries due in terms of the contract, less taxes due to be deducted at source as per
applicable law and less the percentage to apply to the work not completed as
indicated in the Contract Data. Additional Liquidated Damages shall not apply. If the
total amount due to the Employer exceeds any payment due to the Contractor the
difference shall be a debt payable to the Employer.

54.2 If the Contract is terminated at the Employer's convenience or because of a


fundamental breach of Contract by the Employer, the Engineer shall issue a certificate
for the value of the work done, the reasonable cost of removal of Equipment,
repatriation of the Contractor's personnel employed solely on the Works, and the
Contractor's costs of protecting and securing the Works and less advance payments
received up to the date of the certificate, less other recoveries due in terms of the
contract and less taxes due to be deducted at source as per applicable law.

55. Property

55.1 All materials on the Site, Plant, Equipment, Temporary Works and Works are deemed
to be the property of the Employer, if the Contract is terminated because of a
Contractor’s default.

56. Release from Performance

56.1 If the Contract is frustrated by the outbreak of war or by any other event entirely
outside the control of either the Employer or the Contractor the Engineer shall certify
that the Contract has been frustrated. The Contractor shall make the Site safe and stop
work as quickly as possible after receiving this certificate and shall be paid for all work
carried out before receiving it and for any work carried out afterwards to which
commitment was made.

57 Fraud & Corruption

57.1 If the Employer determines that the Contractor has engaged in corrupt, fraudulent,
collusive coercive or obstructive practices, in competing for or in executing the
Contract, then the Employer may, after giving 14 days notice to the Contractor,
terminate the Contractor’s employment under the Contract and expel him from the
Site, and the provisions of Clause 53 shall apply.

Should any employee of the Contractor be determined to have engaged in corrupt,


fraudulent, collusive, coercive, or obstructive practice during the execution of the
works, then that employee shall be removed in accordance with Clause 9 (Personnel).

For the purposes of this Sub-Clause:

(i) “Corrupt practice” is the offering, giving, receiving or soliciting, directly or


indirectly, of anything of value to influence improperly the actions of another party*;

(ii) “Fraudulent practice” is any act or omission, including a misrepresentation, that


knowingly or recklessly misleads, or attempts to mislead, a party to obtain a financial
or other benefit or to avoid an obligation**;

(iii) “Collusive practice” is an arrangement between two or more parties designed to


achieve an improper purpose, including influencing improperly the actions of another
party#;

(iv) “Coercive practice” is impairing or harming, or threatening to impair or harm,


directly or indirectly, any party or the property of the party to influence improperly the
actions of a party$;

(v) “Obstructive practice” is


(aa) deliberately destroying, falsifying, altering or concealing of evidence material to
the investigation or making false statements to investigators in order to materially
impede a investigation into allegations of a corrupt, fraudulent, coercive or collusive
practice; and/or threatening, harassing or intimidating any party to prevent it from
disclosing its knowledge of matters relevant to the investigation or from pursuingthe
investigation, or

(bb) acts intended to materially impede the exercise of GMC’s inspection rights.

* For the purpose of this sub-paragraph, “another party” refers to a public official
acting in relation to the procurement process or contract execution. In this context,
“public official” includes GMC staff and employees of other organizations taking or
reviewing procurement decisions.
** For the purpose of this sub-paragraph, “party” refers to a public official; the terms
“benefit” and “Obligation” relate to the procurement process or contract execution;
and the “act or omission” is intended to influence the procurement process or contract
execution.
# For the purpose of this sub-paragraph, “parties” refers to participants in the
procurement process (including public officials) attempting either themselves, or
through another person or entity not participating in the procurement or selection
process, to simulate competition or to establish bid pricesat artificial, non competitive
levels, or are privy to each other’s bid prices or other conditions.
$ For the purpose of this sub-paragraph, “party” refers to a participant in the
procurement process or contract execution.
F. Special Conditions of Contract
1. LABOUR:

The Contractor shall, unless otherwise provided in the Contract, make his own
arrangements for the engagement of all staff and labour, local or other, and for theirpayment,
housing, feeding and transport.

The Contractor shall, if required by the Engineer, deliver to the Engineer a return in
detail, in such form and at such intervals as the Engineer may prescribe, showing the staff and
the numbers of the several classes of labour from time to time employed by theContractor on
the Site and such other information as the Engineer may require.

2. COMPLIANCE WITH LABOUR REGULATIONS:

During continuance of the contract, the Contractor and his sub-Contractor shall abide
at all times by all existing labour enactments and rules made there under, regulations,
notifications and bye laws of the State or Central Government or local authority and any other
labour-law (including rules), regulations, bye laws that may be passed or notification that may
be issued under any labour law in future either by the State or the Central Government or the
local authority. Salient features of some of the major labour laws that are applicable to
construction industry are given below. The Contractor shall keep the Employer indemnified in
case any action is taken against the Employer by the competent authority on account of
contravention of any of the provisions of any Act or rules made there under, regulations or
notifications including amendments. If the Employer is caused to pay or reimburse, such
amounts as may be necessary to cause or observe, or for non- observance of the provisions
stipulated in the notifications/bye laws/Acts/Rules/regulations including amendments, if any,
on the part of the Contractor, the Engineer/Employer shall have the right to deduct any money
due to the Contractor including his amount of performance security. The Employer/Engineer
shall also have right to recover from the Contractor any sum required or estimated to be
required for making good the loss or damage suffered by the Employer.

The employees of the Contractor and the Sub-Contractor in no case shall be treated as
the employees of the Employer at any point of time.

SALIENT FEATURES OF SOME MAJOR LABOUR LAWS APPLICABLE TO ESTABLISHMENTS


ENGAGED IN BUILDING AND OTHER CONSTRUCTION WORK

a) Workmen Compensation Act 1923: The Act provides for compensation in case of 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 an employee has completed 5 years
service or more or on death the rate of 15 days wages for every completed year of
service. The Act is applicable to all establishments employing 10 or more employees.
c) Employees P.F. and Miscellaneous Provision Act 1952 (since amended): The Act
Provides for monthly contributions by the employer plus workers @ 10% or 8.33%.
The benefits payable under the Act are :

(i) Pension or family pension on retirement or death, as the case may be.
(ii) Deposit linked insurance on the death in harness of the worker.
(iii) Payment of P.F. accumulation on retirement/death etc.

d) Maternity Benefit Act 1951: The Act provides for leave and some other benefits to
women employees in case of confinement 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
Employer by Law. The Principal Employer 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 Employer if they employ 20
or more contract labour.

f) Minimum Wages Act 1948: The Employer 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, and
Runways are scheduled employments.

g) Payment of Wages Act 1936: It lies down as to by what date the wages are to be paid,
when it will be paid and what deductions can be made from 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 and Female workers and for not making discrimination against
Female employees 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 payments 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 up to Rs.3500/- per month shall be worked out by taking wages as
Rs.2500/-per month only. The Act does not apply to certain establishments. The newly
set-up establishments are exempted for five years in certain circumstances. Some of
the State Governments have reduced the employment size from 20 to 10 for the
purpose of applicability of this Act.

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

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


establishments employing 100 or more workmen (employment size reduced by some
of the States and Central Government to 50). The Act provides for laying down

rules governing the conditions of employment by the Employer on matters providedin


the Act and gets the same certified by the designated Authority.

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

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 of Child Labour is prohibited in Building and Construction Industry.

n) Inter-State Migrant workmen’s (Regulation of Employment & Conditions of Service)


Act 1979: The Act is applicable to an establishment which employs 5 or more inter-
state migrant workmen through an intermediary (who has recruited workmen in one
state for employment in the establishment situated in another state). The Inter-State
migrant workmen, in an establishment to which this Act becomes applicable, are
required to be provided certain facilities such as housing, medical aid, travelling
expenses from home up to the establishment and back, etc.

o) The Building and Other Construction workers (Regulation of Employment and


Conditions of Service) Act 1996 and the Cess Act of 1996: All the establishments who
carry on 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 Employer 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 Employer 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 at 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
persons or more with aid of power or 20 or more persons without the aid of power
engaged in manufacturing process.

3. SUB-CONTRACTING (GCC Clause 7)

Please add the following as Clause 7.2:

The Contractor shall not be required to obtain any consent from the employer for:
a) The sub-contracting of any part of the Works for which the Sub-Contractor is
named in the contract;
b) The provision of labour; and
c) The purchase of materials which are in accordance with the standards specified in
the Contract.

Beyond this if the Contractor proposes sub-contracting any part of the work during
execution of works, because of some unforeseen circumstances to enable him to
complete the work as per terms of the contract; the Engineer will consider the
following before according approval:

- The Contractor shall not sub-contract the whole of the Works. The limit for sub-
contracting shall be 25% of the Contract price. Proposal for sub-contracting shall
contain detailed experience, equipment and personnel for sub-Contractor along with
items and quantities to be sub contracted.

- The Contractor shall not sub-contract any part of the Work without prior consent of
the Engineer. Any such consent shall not relieve the Contractor from any liability or
obligations under the contract and he shall be responsible for the acts, defaults and
neglects of any sub-Contractor, his agents or workmen as fully as if they were the
acts, defaults or neglects of the Contractor, his agents or workmen.

- The Engineer should satisfy whether (a) the circumstances warrant such sub-
contracting; and(b) the sub-Contractor so proposed for the Work possess the
experience, qualifications and equipment necessary for the job proposed to be
entrusted to them in proportion to the quantum of work to be sub-contracted.

- If payments are proposed to be made directly to that sub-Contractor, this should be


subject to specific authorization by the prime Contractor so that this arrangement
does not alter the Contractor’s liability or obligations under the contract.

(Note: 1. All bidders are expected to indicate clearly in the bid, if they proposed sub-contracting
elements of the
works amounting to more than 20 percent of the Bid Price. For each such proposal the
qualification and the experience of the identified sub-Contractor in the relevant field should be
furnished along with the bid to enablethe employer to satisfy himself about their qualifications
before agreeing for such subcontracting and include it in the contract. In view of the above,
normally no additional sub-contracting should arise during execution of the contract.
2. However, [a] sub contracting for certain specialized elements of the work is not unusual and
acceptable for carrying out the works more effectively; but vertical splitting of the works for
subcontracting is not acceptable.
[b] In any case, proposal for subcontracting in addition to what was specified in bid and stated
in contract agreement will not be acceptable if the value of such additional sub-contracting
exceeds 25% of value of work which was to be executed by Contractor without sub-contracting.
3. Assignment of the contract may be acceptable only under exceptional circumstances such as
insolvencies/liquidation or merger of companies etc.

4. ARBITRATION

The procedure for arbitration will be as follows:

a) In case of Dispute or difference arising between the Employer and a domestic


Contractor relating to any matter arising out of or connected with this agreement,
such disputes or difference shall be settled in accordance with the Arbitration and
Conciliation Act, 1996.

b) Arbitration proceedings shall be held at Guwahati, India, and the language of the
arbitration proceedings and that of all documents and communications between the
parties shall be English.

c) The disputes or differences arising shall be referred to a Sole Arbitrator. The Sole
Arbitrator should be appointed by agreement between the parties; failing such
agreement, by the appointing authority, namely the Indian Council of Arbitration.

d) Performance under the contract shall continue during the arbitration proceedings and
payments due to the Contractor by the owners shall not be withheld, unless theyare
the subject matter of the arbitration proceedings.

5. PROTECTION OF ENVIRONMENT:

Add the following as GCC Clause 16.2:

The Contractor shall take all reasonable steps to protect the environment on and off
the Site and to avoid damage or nuisance to persons or to property of the public or others
resulting from pollution, noise or other causes arising as a consequence of his methods of
operation. During continuance of the contract, the Contractor and his sub-Contractor shall
abide at all times by all existing enactments on environmental protection and rules made there
under, regulations, notifications and bye-laws of the State or Central Government, or local
authorities and any other law, bye-law, regulations that may be passed or notification that may
be issued in this respect in future by the State or Central Government or the local authority.

Salient features of some of the major laws that are applicable are given below:

SPECIAL CONDITION

The desilted materials must not be stored/ kept roadside for more than 2 hrs. The
contractor shall transport the materials to designated dumpsites by adopting any of the
following methods-
d. Immediate transportation in unleak tankers.
e. Turpoline zip bags/Zip bags
f. Any other method acceptable to the Engineer incharge.

NOTE: Dumping/ Storing of construction materials/silts are penalty bearing events as per the
GMC Act. For such instances penalty shall be imposed upon the contractor. Such penalties shall be
liability of the contractor and shall by no means pass to the principal employer, GMC

The Water (Prevention and Control of Pollution) Act, 1974, this provides for the
prevention and control of water pollution and the maintaining and restoring of wholesomeness
of water.

'Pollution’ means such contamination of water or such alteration of the physical,


chemical or biological properties of water or such discharge of any sewage or trade effluent or
of any other liquid, gaseous or solid substance into water (whether directly or indirectly) as
may, or is likely to, create a nuisance or render such water harmful or injurious to public health
or safety, or to domestic, commercial, industrial, agricultural or other legitimate uses,or to the
life and health of animals or plants or of aquatic organisms.

The Air (Prevention and Control of Pollution) Act, 1981, this provides for prevention,
control and abatement of air pollution. 'Air Pollution' means the presence in the atmosphere
of any 'air pollutant’, which means any solid, liquid or gaseous substance (including noise)
present in the atmosphere in such concentration as may be or tend to be injurious to human
beings or other living creatures or plants or property or environment.

The Environment (Protection) Act, 1986. This provides for the protection and
improvement of environment and for matters connected therewith, and the prevention of
hazards to human beings, other living creatures, plants and property. 'Environment' includes
water, air and land and the interrelationship which exists among and between water, air
and land, and human beings, other living creatures, plants, micro-organism and property.

The Public Liability Insurance Act, 1991, This provides for public liability insurance for
the purpose of providing immediate relief to the persons affected by accident occurring while
handling hazardous substances and for matters connected herewith or incidental thereto.
Hazardous substance means any substance or preparation which is defined as hazardous
substance under the Environment (Protection) Act 1986, and exceeding such quantity as may
be specified by notification by the Central Government.

6. LIQUIDATED DAMAGES:

Sub-clause 44.1:
Please substitute the last sentence with the following:

“Time is the essence of the contract and payment or deduction of liquidated damages
shall not relieve the Contractor from his obligation to complete the work as per agreed
construction program and milestones or from any other of the Contractor’s obligations and
liabilities under the contract.”

7. PRIORITY OF DOCUMENTS:

Sub-clause 2.3:
Please substitute sub paragraphs (a) to (j) with the following:

a) Agreement,
b) the Letter of Acceptance,
c) Contractor’s Bid,
d) the addenda ( if any)
e) Special Conditions of Contract
f) Contact Data;
g) General Conditions of Contract
h) Specifications
i) Part-II-Supplementary Technical Specifications including additional
Technical Specifications.
j) Part-I General Specifications
k) Part-III- Environmental Management Plan
l) Bill of Quantities
m) Drawings
n) Any other documents forming part of the Contract.

8. Safety & Welfare Provisions for labours to be employed by the Contractor/ supplier/
manufacturer/dealer

All necessary personal safety equipment as considered adequate by the Engineer shall
be available for use of persons employed on the Site and maintained in a condition suitable for
immediate use; and the Contractor shall take adequate steps to ensure proper use of such
equipment by those concerned.

1. Safety Provisions:
The Contractor shall comply with all the precautions as required for the safety of the
workmen.

i. All workmen at site shall be provided with safety helmets and yellow/orange jackets.
Workmen required on site during night hours shall be provided with fluorescent yellow
jackets with reflective lopes.

ii. Workers employed on mixing asphaltic materials, cement, lime mortars, concrete
etc. shall be provided with protective footwear, protective goggles.

iii. Those engaged in handling any material, which is injurious to the eyes, shall be
provided with protective goggles protective goggles.

iv. Those engaged in welding works shall be provided with welder's protective eye- shield.

v. Stone breakers shall be provided with protective goggles and protective clothing and
seated at sufficiently safe intervals.

vi. Suitable scaffolds shall be provided for workmen for all work that cannot safely be
done from the ground, or from solid construction except for such short period work as
can be done safely from ladders. When a ladder is used, an extra labourer shall be
engaged for holding the ladder and if the ladder is used for carrying materials as well,
suitable foot-holds and hand-holds shall be provided on the ladder, which shall be
given an inclination not steeper than 1/4 to 1.

vii. Scaffolding or staging more than 3.25 metres above the ground or floor, swung or
suspended from an overhead support or erected with stationary support, shall havea
guard rail properly attached, bolted, braced and otherwise secured at least 1 metre
high above the floor or platform of such scaffolding or staging and extending along the
entire length of the outside and ends thereof with only such openings as may be
necessary for the delivery of materials. Such scaffolding or staging shall be so fastened
as to prevent it from swaying from the support or structure.

viii. Working platforms, gangways, and stairways shall be so constructed that they do not
sag unduly or unequally, and if the height of any platform or gangway or stairway is
more than 3.25 metres above ground level or floor level, it shall have closely spaced
boards, have adequate width and be suitably provided with guard rails as described in
(vii) above.

ix. Every opening in the floor of a structure or in a working platform shall be provided
with suitable means to prevent fall of persons or materials by providing suitable
fencing or railing with a minimum height of one metre.

x. Safe means of access and egress shall be provided to all working platforms and other
working places. Every ladder shall be securely fixed. No portable single ladder shall be
over 9 metres in length. The width between side rails in a rung ladder shall in no case
be less than 30 cm for ladders up to and including 3metres in length. For longer
ladders the width shall be increased at least 6 mm for each additional 30 cm of length.
Spacing of steps shall be uniform and shall not exceed 30 cm.

xi. Adequate precautions shall be taken to prevent danger from electrical equipment. No
materials on any of the sites shall be so stacked or placed as to cause danger or
inconvenience to any person or the public. The Contractor shall provide all necessary
fencing and lights to protect the public from accidents and shall be bound to bear
the expenses of defending every suit, action or other proceedings at law that may be
brought by any person for injury sustained owing to neglect of the above
precautions and to pay any damages and costs which may be awarded in any such suit,
action or proceedings to any such person or which may with the consent of the
Contractor be paid to compromise any claim by any such person.

xii. Excavation and Trenching: All trenches, 1.5 metres or more in depth shall at all times
be supplied with at least one ladder for each 20 metres in length or fraction thereof.
Ladders shall be extended from the bottom of the trench to at least 1 metre above the
surface of the ground. The sides of a trench, which is 1.5metres or more in depthshall
be stepped back to provide a suitable slope, or be securely held by timber bracing so
as to avoid the danger of side collapse. Excavated material shall not be placed within
1.5 metres of the edge of any trench or half the depth of the trench, whichever is
more. Excavation shall be made from the top to the bottom. Under no circumstances
shall undermining or undercutting be done.

SPECIAL CONDITION

The desilted materials must not be stored/ kept roadside for more than 2 hrs. The
contractor shall transport the materials to designated dumpsites by adopting any of the
following methods-
a. Immediate transportation in unleak tankers.
b. Turpoline zip bags/Zip bags
c. Any other method acceptable to the Engineer incharge.

NOTE: Dumping/ Storing of construction materials/silts are penalty bearing events as per the GMC
Act. For such instances penalty shall be imposed upon the contractor. Such penalties shall be liability
of the contractor and shall by no means pass to the principal employer, GMC

xiii. When workers are employed in sewers and manholes, which are in use, the
Contractor shall ensure that manhole covers are open and manholes are ventilated
at least for an hour before workers are allowed to go into them. Manholes so open
shall be cordoned off with suitable railing and provide warning signals or boards to
prevent accidents to the public.

xiv. Demolition: Before any demolition work is commenced and also during the process of
the work:
a) All roads and open areas adjacent to the work site shall either be closed or
suitably protected.
b) No electric cable or apparatus, which is liable to be a source of danger
other than a cable or apparatus used by operators, shall remain electrically
charged:
c) All practical steps shall be taken to prevent danger to persons employed by
the Employer, from risk of fire or explosion, or flooding. No floor, roof or
other part of a building shall be so overloaded with debris or materials as to
render it unsafe.

xv. When work is performed near any place where there is risk of drowning all necessary
equipment shall be provided and kept ready for use and all necessary steps taken for
prompt first aid treatment of all injuries likely to be sustained during the course of the
work.

xvi. Use of hoisting machines and tackle including their attachments, anchorage and
supports shall conform to the following:
(a) These shall be of good mechanical construction, sound material and
adequate strength and free from patent defects and shall be kept in good
working order be regularly inspected and properly maintained.

(b) Every rope used in hoisting or lowering materials or as a means of


suspension shall be of durable quality and adequate strength, and free from
defects.

(c) For every hoisting machine and every chain hook, shackle, swivel and
pulley block used in hoisting, lowering or as means of suspension, safe
working load shall be ascertained by adequate means. Every hoisting
machine and all gear referred to above shall be plainly marked with safe
working load. In case of a hoisting machine or a variable safe working load,
each safe working load and conditions under which it is applicable shall be
clearly indicated. No part of any machine or any gear referred to in the
paragraph above shall be loaded beyond safe working load except for the
purpose of testing

xvii. Motors, gearing, transmission, electric wiring and other dangerous parts of hoisting
appliances shall be provided with efficient safeguards; hoisting appliances shall be
provided with such means as will reduce the risk of accident during descent of load
to the minimum. Adequate precautions shall be taken to reduce to the minimum riskof
any part of a suspended load becoming accidentally displaced. When workers are
employed on electrical installations which are already energized, insulating mats,
working apparel such as gloves, sleeves and boots, as may be necessary, shall be
provided. Workers shall not wear any rings, watches and carry keys or other material
which are good conductors of electricity.

xviii. All scaffolds, ladders and other safety devices mentioned or described herein shall
be maintained in a safe condition and no scaffold, ladder or equipment shall be altered
or removed while it is in use. Adequate washing facilities shall be provided at or near
places of work.

xix. These safety provisions shall be brought to the notice of all concerned by displaying on
a notice board at a prominent place at the work location. Persons responsible for
ensuring compliance with the Safety Code shall be named therein by the Contractor.

xx. To ensure effective enforcement of the rules and regulations relating to safety
precautions, arrangements made by the Contractor shall be open to inspection by the
Engineer or his Representative.
xxi. Notwithstanding anything contained in condition (i) to (xv) above, the Contractor shall
remain liable to comply with the provisions of all acts, rules, regulations and bylaws for
the time being in force in India and applicable in this matter. The Contractor shall be
responsible for observance, by his sub-Contractor, of the foregoing provisions.

xxii. The Contractor will not engage any worker if he not qualified, experienced, skilled and
competent enough for the particular job of engagement. The Contractor must ensure
that all the persons engaged by him possess the required license for doing the job
from the competent authority.

xxiii. The Contractor is to ensure that all safety and security provisions are made available
to his workers as per relevant laws and rules. Personal safety of the workers engaged
by the Contractor will be the responsibility of the Contractor.

xxiv. The Contractor is to take all precautionary measures to prevent any type of accidents
to the road-users and passers-by. In case of any accident resulting from the act of the
Contractor or his team, the Contractor will be responsible and accountable.

2. Labour Welfare Provisions:

i. First Aid:

At every workplace, there shall be maintained in readily accessible place first aid
appliances including an adequate supply of sterilized dressings and sterilized cotton
wool as prescribed in the Factory Rules of the State in which the work is carried on.
The appliances shall be kept in good order and, in large work places; they shall be
placed under the charge of a responsible person who shall be readily available during
working hours.

ii. Accommodation for Labour:


The Contractor shall during the progress of the work provide, erect and maintain
necessary temporary living accommodation and ancillary facilities for labour at his
own expense to standards and scales approved by the Engineer.

iii. Drinking Water:

In every workplace, there shall be provided and maintained at suitable places


easily accessible to labour, a sufficient supply of cold water fit for drinking.

Where drinking water is obtained from an intermittent public water supply


each workplace shall be provided with storage tanks where drinking water shall be
stored.

Every water supply storage shall be at a distance of not less than 15 meters
from any latrine, drain or other source of pollution. Where water has to be drawn
from an existing well, which is within such proximity of any latrine, drain or any other
source of pollution, the well shall be properly chlorinated before water is drawn from
it for drinking. All such wells shall be entirely closed in and be provided with a trap
door, which shall be dust proof and waterproof. A reliable pump shall be fitted to
each covered well. The trap door shall be kept locked and opened only for cleaning or
inspection, which shall be done at least once a month.

iv. Washing and Bathing Places:

Adequate washing and bathing places shall be provided separately for men
and women. Such places shall be kept in clean and drained condition.

v. Scale of Accommodation in Latrines and Urinals:


There shall be provided within the precincts of every workplace, latrines and
urinals in an accessible place, and the accommodation, separately for each for these,
shall not be less than at the following scale:

No. of Seats
(a) Where number of persons does not exceed 50 2
(b) Where number of persons exceed 50 but does not exceed 100 3
(c) For additional persons per 100 or part thereof 3
In particular cases, the Engineer shall have the power to increase the
requirement, wherever necessary.

vi. Latrines and Urinals:

Except in work places provided with water-flushed latrines connected with a


water borne sewage system, all latrines shall be provided with dry-earth system
(receptacles) which shall be cleaned at least four times daily and at least twice during
working hours and kept in a strictly sanitary condition. Receptacles shall be tarred
inside and outside at least once a year.

If women are employed, separate latrines and urinals, screened from those
for men and marked in the vernacular in conspicuous letters "For women only",
shall be provided. Those for men shall be similarly marked "For men only". A poster
showing the figure of a man and a woman shall also be exhibited at the entrance to
latrines for each sex. There shall be adequate supply of water, close to latrines and
urinals.

vii. Construction of Latrines:

Inside walls shall be constructed of masonry or other non-absorbent material


and shall be cement- washed inside and outside at least once a year. The dates of
cement washing shall be noted in a register maintained for the purpose and kept
available for inspection. Latrines shall have at least a thatched roof.

viii. Disposal of Excreta:

Unless otherwise arranged for by the local sanitary authority, arrangement


for proper disposal of excreta by incineration at the workplace shall be made by
means of a suitable incinerator approved by the local medical health and municipal or
cantonment authorities. Alternatively, excreta may be disposed of by putting a layer
of night soils at the bottom of a pucca tank prepared for the purpose and covering it
with a15 cm layer of waste or refuse and then covering it with a layer of earth for a
fortnight (when it will turn into manure).

The Contractor shall, at his own expense, carry out all instructions issued to
him by the Engineer to effect proper disposal of soil and other conservancy work in
respect of Contractor’s work-purpose or employees on the site. The Contractor shall
be responsible for payment of any charges, which may be levied by municipal or
cantonment authority for execution of such work on his behalf.

ix. Provisions of shelters during rest:

At every workplace, there shall be provided, free of cost, four suitable sheds,
two for meals and two others for rest, separately for use of men and women labour.
The height of each shelter shall not be less than 3metres from floor level to lowest
part of roof. Sheds shall be kept clean and the space provided shall be on the basis of
at least 0.5 sq.m. per head.
x. Crèches:
At a place where women are ordinarily employed, there shall be provided at
least one hut for use of children under the age of 6 years belonging to such women.
Huts shall not be constructed to a standard lower than that of thatched roof, mud
floor and wall with wooden planks spread over mud floor and covered with matting.
Huts shall be provided with suitable and sufficient openings, for light and
ventilation. There shall be adequate provision of sweepers to keep the places clean.
There shall be a maidservant in attendance.
Sanitary utensils shall be provided to the satisfaction of local medical, health
a municipal or cantonment authorities. Use of huts shall be restricted to children,
theirattendants and mothers of children.
xi. Canteen:
A cooked food canteen on a moderate scale shall be provided for the benefit
of workers wherever it is considered necessary.

xii. Planning, setting and erection of the above mentioned structures shall be approved
by the Engineer or his Representative and the whole of such temporary
accommodation shall at alltimes during the progress of the Works be kept tidy and in
a clean and sanitary condition tothe satisfaction of the Engineer or his representative
and at the Contractor's expense. The Contractor shall conform generally to sanitary
requirements of local medical, health and municipal or cantonment authorities and at
all times adopt such precautions as may be necessary to prevent soil pollution of the
Site.
On completion of the Works, the whole of such temporary structures shall be
cleared away, all rubbish burnt, excreta or other disposal pits or trenches filled in and
effectively sealed off and the whole of the site left clean and tidy, at the Contractor's
expense, to the entire satisfaction of the Engineer.
xiii. Anti-malarial precautions:
The Contractor shall, at his own expense, conform to all antimalarial
instructions given to him by the Engineer, including filling up any borrow pits which
may have been dug by him.
xiv. Awareness and Education of HIV/AIDS

The Contractor shall provide/carryout HIV/AIDS awareness and training


programme to its labour and management, at least twice per year during the
construction period.
xv. Child Labour Prohibition
The Contractor shall not employ Child Labour for any works or in any manner
under the Contract at any time. In the event that the Contractor uses child labour, the
Employer shall terminate the Contract.

xvi. Amendments:
The Employer may, from time to time, add to, or amend these Rules and
issue such directions as it may be considered necessary for the proper implementation
of these Rules or for the purpose of removing any difficulty, which may arise in the
administration thereof.
SECTION 4: CONTRACT DATA
Contract Data
Items marked "N/A" do not apply in this Contract.
Clause with
SL SUBJECTS reference to
Section 3
1 The Employer is 1.1
Name: Commissioner, Guwahati Municipal Corporation Address: Ganeshguri,
Guwahati-781006, Assam, India
2 The Site is located at Kamrup (M) District, Guwahati. 1.1
3 The Engineer is- 1.1
Name: Chief Engineer, Guwahati Municipal Corporation, Ganeshguri.
Note- Specialised Third Party Monitoring Agency/Consultants/PMC may also be
appointed for Supervision and monitoring.
4 Name of Authorized Representative:

The Executive Engineer, Concerned Division, Guwahati Municipal Corporation.


5 The name and identification number of the Contract is
………………………………………………………………………………………………………………………………
………………………………………………………………………………………………………………………………
6 The Works consist of - Desilting, Cleaning and Maintenance of the drain/river
channel.
A. Initial Study of the Work-Site and Submission of Report:
Study by Inspection of the whole stretch of the Drains/Inner Drains/ Reservoir,
surveying and establishment of the points of references in respect to the temporary
bench-mark/s on existing permanent structures. In case, no permanent structure is
available, the contractor will erect such pillars permanently as directed by the
engineer-in-charge and suggested by the project management agency as appointed
by the Commissioner, GMC. On the basis of the preliminary inspection and survey,
the contractor will submit the Work-Plan with the following reports within 03 (three)
days from date of issuance of the Notice to Proceed with the Work-
1. The Work-schedule and methodology for the de-siltation operation and the most
efficient way to dispose the recovered drain-materials. This must fulfil the
requirement as per agreed Intended Date of Completion
2. Plan and schedule for use of mechanical equipment.
3. The maintenance schedule to maintain the finished level of the drain-bed till the
end of the defect liability period/maintenance period.
[Link] contractor will share all the information and record of the day-to-day work
undertaken by him including regarding the work-personals and machineries engaged
in the work. The contractor shall also call for periodic (ideally weekly) verification of
silt stocks for volumetric measurement to Engineers of GMC. Engineers Concerned
shall maintain proper records of such stocks with geotagged photographs.
B. Execution of the Work:
On approval of the work-plan by the engineer-in-charge, the contractor will arrange
for recording the initial levels as directed by the engineer-in-charge and the project
management agency engaged by GMC. The initial silt level will be recorded in the
site-register and Measurement Book and get certified by the engineer-in-charge
before execution of the work. The execution by dredging, and excavation by both
machinery and manual means will be synchronized with the disposal plan. The whole
work is to be completed within the intended time of completion. On completion of
the first phase work, the contractor will inform the engineer-in-charge for recording
the finished bed-level of the drain.

C. Maintenance during Defect Liability Period and extended period of


maintenance:
After completion of the first phase of the work, the contractor will maintain the
finished bed level of the drain till the end of the defect liability period/ maintenance
period. The contractor will keep the record of maintenance of the drain in the site
register, which will be checked by the engineer-in-charge, the Project Management
Agency and officers deputed by the Govt. On the basis of this record, the contractor
will have to submit a fortnightly progress report to the Commissioner as per
prescribed format of GMC. Before the end of the Defect Liability Period, the final
measurement will be recorded in each of the point of reference. This record must be
placed along with the final bill of the work.
Please note- Maintenance is a part of the work/contract and refer the milestones
below.
D. Information sharing, Record-sharing and hand over:
The contractor will share all the information and record of the day-to-day work
undertaken by him including regarding the work-personals and machineries engaged
in the work.

E. SPECIAL CONDITION

The desilted materials must not be stored/ kept roadside


for more than 2 hrs. The contractor shall transport the materials to
designated dumpsites by adopting any of the following methods-
[Link] transportation in unleak tankers.
b. Turpoline zip bags/Zip bags
c. Any other method acceptable to the Engineer incharge.

NOTE: Dumping/ Storing of construction materials/silts are penalty bearing


events as per the GMC Act. For such instances penalty shall be imposed
upon the contractor. Such penalties shall be liability of the contractor and
shall by no means pass to the principal employer, GMC
7 Special dates/periods of the contract:
a. Starting Date: Shall be 7 days succeeding the date of issue of Notice to Proceed
with the Work.
b. Intended date of Completion for Initial works: 60 days from the starting date.
c. Date of Completion: The date on which the Engineer issues the Certificate of
Completion.
d. Defect liability Period/ Maintenance Period: 240 days succeeding the date of
completion (As per Completion Certificate).
f. Date of Hand-over: At the end of the Defect Liability Period or period of
maintenance if the contract package includes the provision of period of
maintenance. This will be within 15 days from issuance of No Liabilities issued by the
Engineer.
8 Project milestones
Mile stone-I: Initial study of project area and submission of report - 03 days from the
date of issuance of Notice to Proceed with the work.
Mile stone-II: Completion of 25 per cent of physical works - Within 10 days from the
date of issuance of the Notice to Proceed with the work.
Mile stone -III: Completion of 50 per cent of the physical work - within 30 days from
the Notice to proceed with the Work.
Mile stone IV: Completion of 100 per cent of the physical work - within 60 days from
the Notice to proceed with the Work.
Mile stone - V: Maintenance of the works for 240 days from the date of completion.
The maintenance schedule shall be –
1st Maintenance works-
After elapse of 80 days from the date of Completion.
2nd Maintenance works-
After elapse of 160 days from the date of Completion.
3rd Maintenance works-
After elapse of 240 days from the date of completion.
9 The following documents also form part of the Contract:
a. Invitation for Bids
b. Instruction to Bidders
c. Conditions of contract
d. Contract Data
e. Specifications
f. Bill of Quantities
g. Drawings (if furnished to the bidder in the set of bid document issued)
10 Schedule of Payment:
a. At the successful completion of the work on the Intended Date of Completion:
50 % the approved bill value i.e., after achievement of Milestone I, II, III and IV.
b. At the successful hand over of the work at the end of the Defect Liability Period or
period of maintenance whichever is later: Remaining 50% of the approved bill value
and any amount earlier kept in hold and retained against the approved bill minus any
penalty/forfeitures (as applicable)
11 The language of the Contract documents is English
12 The law which applies to the Contract is the laws of Union of India
13 Site investigation reports- As indicated in the drawings [14] Deleted
14 The intended completion date for the works (excluding maintenance part) shall be
60 (Sixty) days from the date of commencement. Maintenance part shall have to be
completed within 240 days from the date of completion.
15 The Site Possession Dates shall be within seven days from the date of issue of Notice
to Proceed with Work
16 The Employer may require suggesting the Contractor to submit revised program in
accordance with an agreeable alternate schedule of handing over of site for which
no compensation events hold good.
17 The Contractor shall submit a revised Program including Environmental Management
Plan/ Traffic Management Plan for the Works (in such form and detail as the
engineer shall reasonably prescribe) within 14 days of delivery of the Letter of
Acceptance. [24]
This program should be in adequate details and generally conform to the program
submitted along with bid in response to ITB Clause 4.3
Deviations if any from that should be clearly explained and should be satisfactory to
the Engineer]
The period between Program updates shall be 15 days. [24]
The amount to be withheld for late submission of an updated Program shall be
Rs. 5 thousand/per day
Erection of Plaque/signage board in permanent nature as prescribed by the
Engineer-in-charge at their own cost = Within 03 days from the issuance of the
18 21.2
Notice to Proceed with the Work.

19 The following events shall also be Compensation Events:


N/A
20 The currency of the Contract is Indian Rupees.
21 The proportion of payments retained (retention money) shall be 5% from each bill
subject to a maximum of 5% of final contract price [44]
22 Amount of the liquidated damages per day for non-completion of the section/total
work as per the completion date specified in 1.1 are as under:

For: Milestone -I Rs. 0.05% of Contract value per day


For Milestone -II Rs. 0.05% of Contract value per day
For: Milestone -III Rs. 0.05% of Contract value per day
For Milestone-IV Rs. 0.5 % of Contract value per day
For Milestone- V – Rs. 0.5 % of Contract Value per day.
23 The maximum amount of liquidated damages for the whole of the works is 5% of
final contract price.
24 The amounts of the advance payment are: Not applicable.
25 Deleted
26 The Securities shall be for the following minimum amounts equivalent as a
percentage of the Contract Price:
Performance Security for 5 per cent of contract price plus additional security for
unbalanced bids [in terms of ITB Clause 28.5].
27 The standard form of Performance Security acceptable to the Employer shall be an
unconditional Bank Guarantee of the type as presented in Section 6 of the Bidding
Documents or Call Deposit/Term Deposit in favour of the Commissioner, Guwahati
Municipal Corporation, payable at Guwahati
28 The following events shall also be fundamental breach of contract as per GCC 53.2
1. The Contractor has contravened Sub-clause 7 of GCC read with SCC and Clause
9.0 of GCC
2. The Contractor does not adhere to the agreed construction program and
agreed environmental management plan (Clause 24 of GCC) and also fails to take
satisfactory remedial action as per agreements reached in the management
meetings (Clause 27) for a period of 30 days.

3. The Contractor fails to carry out of the instructions of Engineer within a


reasonable time determined by the Engineer in accordance with GCC
Clause16.1 and 23.1.
4. Non compliance to contract data clause 6 ‘E’
29 The percentage to apply to the value of the work not completed representing the
Employer’s additional cost for completing the Works shall be 20 per cent.
SECTION 5: TECHNICAL SPECIFICATIONS
SECTION 5: TECHNICAL SPECIFICATIONS

1. PREAMBLE

1.1 The Technical Specifications contained herein shall be read in conjunction with the
other bidding documents as specified in Volume I.

1.1.1 General

The Technical Specifications covering the materials and the workmanship aspects as well
as method of measurements and payments are included in this section. These specifications cover
the items of cleaning and de-siltation works including the civil and mechanical works (including the
auxiliary components) coming under scope of this document. All work shall be carried out in
conformity with the same. These specifications are not intended to cover the minute details. The
works shall be executed in accordance with good practices followed for achieving high standards of
workmanship, thus ensuring benefits, safety and durability of the works executed. All codes and
standards referred to in these specificationsshall be the latest thereof, unless otherwise stated.

1.1.2 Inclusive Documents

The provisions of particular conditions of contract, those specified elsewhere in the tender
document, as well as execution drawings and notes, or other specifications issued in writing by the
Engineer shall form part of the technical specifications of this project.

1.1.3 The attention of the Contractor is drawn to those clauses of codes which require
supporting specification either by the Engineer or by ‘Mutual agreement between the supplier and
purchaser’. In such cases, it is the responsibility of the bidder/Contractor to seek clarification
on any uncertainty and obtain prior approval of the Engineer before taking up the execution. In
absence of such prior clarification, the Engineer’s choice/design will be final and binding on the
Contractor without involving separately any additional payment.

1.1.4 Measurement and Payment

Should there be any detail of execution, construction or materials which has not been
referred to in the Specification or in the Bill of Quantities and Drawings but the necessity for which
may be implied or inferred there-from, or which is usual or essential to the completion of the
work in the trades, the same shall be deemed to be included in the rates and prices entered by the
Contractor in the Bill of Quantities.

1.1.5 Defective Works

All defective works and supplies are liable to be demolished, rebuilt and defective
materials replaced by the Contractor at his own cost and without involving any time extension.

1.2 Site Information

1.2.1 The information given hereunder and provided elsewhere in these documents is given in
good faith by the ‘Employer’, but the Contractor shall satisfy himself regarding all aspects of site
conditions and no claim will be entertained on the plea that the information supplied by the
Employer is erroneous or insufficient.
1.2.2 In general, the topography of the roads can be classified as plain terrain except in few locations.

1.2.3 General Climatic Conditions

[Link] The temperature in the region fluctuates from 22° C to 38° C in summer and from 5° Cto 27° C in winter.

[Link] Average annual rainfall in the project area is about 2000 mm. Most of it occurs during the monsoon
months of April to September.

[Link] For wind speed the relevant reference will be as per BIS Code and wind map published by the Govt. of
India.

[Link] Regarding measures against lightening, the reference will be as per the BIS Code and notifications public
by the Govt. of India.

1.2.4 Seismic Zone

The works are located in Seismic Zone-V as defined in IRC: 6-2000.

2. General Requirements

The Technical Specifications, in accordance with which the entire work described hereinafter shall be
provided, executed, constructed and completed by the Contractor, comprise of the following:

2.1 PART - I: General Technical Specifications

The General Technical Specifications shall be the in accordance with approved drawings, APWD General
Specifications; relevant IS Code of practice and National Building/Electrical Code of India.

2.2 PART- II: Supplementary Technical Specifications and Measurement & Recording procedure:

(a) For execution of the cleaning and de-siltation work, in some stretches of the drains, demolition and dismantling of
existing structures may be required. All such works will be executed as per the latest specifications of the APWD and
the recent BIS code.

(b) SPECIAL CONDITION


The desilted materials must not be stored/ kept roadside for more than 2 hrs. The contractor shall
transport the materials to designated dumpsites by adopting any of the following methods-
g. Immediate transportation in unleak tankers.
h. Turpoline zip bags/Zip bags
i. Any other method acceptable to the Engineer incharge.

NOTE: Dumping/ Storing of construction materials/silts are penalty bearing events as per the GMC Act. For such
instances penalty shall be imposed upon the contractor. Such penalties shall be liability of the contractor and shall by no
means pass to the principal employer, GMC

(c) All dismantled and demolished materials will be stacked by the contractor in a suitable and safe place
at the custody of the contractor till those are formally handed over to GMC or disposed-off as per
written instruction of the Engineer-in-charge.
(d) All damaged, dismantled and demolished structures will have to be made good as soon as the work is
over as directed by the Engineer-in-charge.
(e) The contractor will take appropriate safety measures like marking, signage, safety-ribboning,
barricading or such like to ensure the safety of the workers as well as of the road-users. Safety of
both workers and road-users will be responsibilities of the contractor.

(f) All electrical and mechanical equipment and machineries will be of good condition with all relevant
and necessary permits and certificates renewed and dully updated. Also Added- In order to cover
stretches which may not be ideal for standard machineries to access, it shall be the obligation of the
contractor to ensure machineries with higher accessibility or hybrid machineries/customized
machineries such as excavators with long arms are readily arranged to ensure efficient and smooth
coverage desilting operations.

(g) All electrical installations including the arrangement for site illumination shall be done by licensed
electrician and with due permission and checking of the permitting authority.

(h) The contractor will ensure that all workers and supervisors engaged in the work are equipped with
proper safety gears during the work-time.

(i) Before the starting of the cleaning and de-siltation work, the contractor will established temporary
benchmarks at suitable permanent structures and ensured that those are protected and maintained
till the defect liability period of the contract is over or till the final bills are cleared whichever is later.

(j) The contractor will establish the stations with Points of Reference (P.O.R) in every 15.00 m intervals (
or less as required) on permanent structures along the stretch of the drain with a “+” mark on the
structure. The vertical line will be used for measuring the distance between the points of references
and the horizontal line will be used as the “Horizontal Line of Reference” to measure the depth of the
silt level of the drain or the bed level. In every points of reference, the contractor will write the
chainage of that point.

(k) The contractor, in a register dully certified and issued by the engineer-in-charge, will record the initial
silt levels at each of the stations against. Initial Silt Level (I.S.L.) is the vertical difference between the
silt surface of the drain and that of the Horizontal Line of Reference (H.L.R) before starting of de-
siltation. The contractor then will inform the engineer-in-charge about the initial recordings and
request him for checking of the same. The concerned site-engineer will inspect the site and check the
records of the site-register. No work will be started before checking of the initial records by the
engineer-in-charge. If at any point, de-siltation is started without checking of the records by the
engineer-in-charge, it will be the concerned site engineer may dis-agree to accept any claim of the
contractor for billing of the executed work or determine the quantum of works executed solely at his
discretion.

(l) After the site inspection and checking of the records, the contractor will start executing the works as
per the plan and work-schedule approved by the engineer-in-charge. During the execution of the de-
siltation work, the contractor will ensure that there is no stacking of recovered material in the site,
which he is to immediately dispose at the specified disposal as approved by GMC following all
relevant safety norms.

(m) After completion of the works, the contractor will inform the engineer-in-charge about the
completion of the work. He will record the Final Silt Level (F.S.L) at each of the stations in the site-
register. The F.S.L. is the vertical distance between the [Link] of a particular station and that of the
silt/drain bed after de-siltation is done. The contractor will inform the engineer-in-charge that the
work is completed and request him for site-inspection. The concerned site engineer/ the Project
Management Agency will inspect the site and check the records. If found correct the engineer will
issue the Completion Certificate.

(n) After issue of the completion certificate, the engineer-in-charge will calculate out the volume of silt
removed from the drain and put the whole records in the Measurement Book. [sample site-register
enclosed]
(o) For each of the stages of execution, besides the records of the site-register, the contractor will keep
sufficient number of photographic and video-graphic records.

(p) After the completion of the execution of the first phase of the cleaning and de-siltation work, the
contractor will continue to maintain the finished silt/drain level till the end of the period of
maintenance/defect liability period. During this period, the contractor must engage sufficient number
of machineries and labourers for prompt action as per need at any time. The contractor will produce
before the engineer-in-charge a fortnightly Report of Maintenance (ROM) in prescribed format, in
each fortnight.

(q) The site-engineer, the Project Management Agency will inspect the sites from time to time and check
the status of the drain. The contractor must keep the site-register in safe and good shape till the
submission and verification of the final bill, with which, he will have to produce the same register.

(r) Although the site register will be regarded as the formal record register of the site, if there remains
and mismatch in between the site-register and the Measurement Book, the record in the
measurement book will prevail.

(s) The contractor will identify nearby suitable sites for disposal of recovered drain-materials. He will
contact with the owner of such site who are willing to accept the materials/silts/sand. However, the
disposal of such materials in a particular site should immediately be stopped if in the opinion of GMC,
the site is unsuitable or the recovered materials are not safe for such disposal. The contractor will
ensure that the disposal is safe and satisfy all norms of the relevant laws and rules.

(t) In every site, within 07 (seven) days from issue of the work-order, as the engineer’s directs, the
contractor will erect sign-boards displaying the name of the work, Name of the contractor and a short
description of the work like length of drain to be de-silted, average width of the drain etc. and the
working division under which the work is being executed. [sample sign-board is shown as an
enclosure].
PART-2 of Section-5:

Drawings
SECTION-6

BILL OF QUANTITIES/ESTIMATES

PLEASE REFER NIT, IFB AND BOQ IN E-PROCUREMENT PORTAL


SECTION 7

SECURITIES AND OTHER FORM


FORMS OF SECURITIES

Acceptable forms of securities are annexed. Bidders should not complete the Performance and
Advance Payment Security forms at this time. Only the successful Bidder will be required to provide
Performance and Advance Payment Securities in accordance with one of the forms, or in a similar form
acceptable to the Employer.

Annex II: Performance Bank Guarantee


Annex I
BID SECURITY (BANK GUARANTEE)

WHEREAS, [Name of Bidder] (hereinafter called "the Bidder")


has submitted his Bid [ddaatteed] for the
“ ”;Package No. (hereinafter called "the Bid").

KNOW ALL PEOPLE by these presents that We [name of bank]


of [name of country] having our registered office
at (hereinafter called "the Bank") are bound unto Commissioner,
Guwahati Municipal Corporation, Ganeshguri, Guwahati – 781006, Assam (hereinafter called
"the Employer") in the sum of ¹ for which payment well and
truly to be made to the said Employer the Bank binds itself, his successors and assigns by these
presents.

SEALED with the Common Seal of the said Bank this day of The

CONDITIONS of this obligation are:

1) If after Bid opening the Bidder withdraws his bid during the period of Bid validity
specified in the Form of Bid; or
2) If the Bidder having been notified of the acceptance of his bid by the Employer during
the period of Bid validity:
(a) Fails or refuses to execute the Form of Agreement in accordance with the
Instructions to Bidders, if required; or
(b) Fails or refuses to furnish the Performance Security, in accordance with the
Instruction to Bidders; or
(c) does not accept the correction of the Bid Price pursuant to Clause 27; we
undertake to pay to the Employer up to the above amount upon receipt of his first
written demand, without the Employer having to substantiate his demand, provided
that in his demand the Employer will note that the amount claimed by him is due to
him owing to the occurrence of one or any of the three conditions, specifying the
occurred condition or conditions.

This Guarantee will remain in force up to and including the date ² days after the
deadline for submission of Bids as such deadline is stated in the Instructions to Bidders or as it
may be extended by the Employer, notice of which extension(s) to the Bankis hereby waived.
Any demand in respect of this guarantee should reach the Bank not later than the above date.

DATE SIGNATURE OF THE BANK

WITNESS SEAL

[Signature, name, and address]


¹ The Bidder should insert the amount of the guarantee in words and figures denominated in
Indian Rupees. This figure should be the same as shown in Clause 16.1 of the Instructions to
Bidders.
² 45 days after the end of the validity period of the Bid.
Annex II

PERFORMANCE BANK GUARANTEE

To: [name of Employer]


[address of Employer]

WHEREAS [name and address of Contractor]


(hereinafter called "the Contractor") has undertaken, in pursuance of Contract No. datedto execute
[name of Contract and brief description of Works] (hereinafter called "the Contract");

AND WHEREAS it has been stipulated by you in the said Contract that the Contractor
shall furnish you with a Bank Guarantee by a recognized bank for the sum specified therein as
security for compliance with his obligations in accordance with the Contract;

AND WHEREAS we have agreed to give the Contractor such a Bank Guarantee;

NOW THEREFORE we hereby affirm that we are the Guarantor and responsible to you,
on behalf of the Contractor, up to a total of [amount ofguarantee]¹ [in words],
such sum being payable in the types and proportions of currencies in which the Contract Price
is 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]¹ as aforesaid
without your needing to prove or to show grounds or reasons for your demand for the sum
specified therein.

We hereby waive the necessity of your demanding the said debt from the Contractor
before presenting us with the demand.

We further agree that no change or addition to or other modification of the terms


of the Contract or of the Works to be performed there under or of any of the Contract
documents which may be made between you and the Contractor shall in any way release us
from any liability under this guarantee, and we hereby waive notice of any such change,
addition or modification.

This guarantee shall be valid until ……… (i.e.) 28 days from the date of expiry of the
Defects Liability Period.

Signature and seal of the guarantor

Name of Bank

Address

Date

1 An amount shall be inserted by the Guarantor, representing the percentage of the Contract
Price specified in the Contract and denominated in Indian Rupees.
SECTION: 8

DRAWING AND CHARTS


SECTION -9

DOCUMENTS COMPRISING THE BID

The Bid to be submitted online by the Bidder as shall be in 2 (Two) parts comprising the followings:

 PART-I shall be names as “TECHNICAL BID” and shall comprise:

(i) Bid Security in form specified in SECTION-7 or as mentioned I IFB

(ii) Qualification information and supporting documents as specified in SECTION-2.

(iii) Certificates, Undertakings, Affidavits as specified in SECTION-2.

(iv) Undertakings that the Bid shall remain valid for the period specified in Clause 15.1 ofITB.

(v) Undertakings that the Bidder will invest a minimum of % of the bid value for the work as detailed in ITB.

 PART-II shall be named “FINANCIAL BID” and shall comprise

(i) Form of Bid as specified in SECTION-2.

Technical & Financial bid will be submitted on line.

Hard copy of Technical Bid will be sealed and marked in accordance with the sealing and marking Clause 10
and signed at every page by the Bidder or by the Power of Attorney holder.

You might also like